HomeMy WebLinkAboutContract 62856CONTRACT
FOR
THE CONSTRUCTION OF
Panther Island Sanitary Sewer Collector
City Project No. 105247
Mattie Parker
Mayor
Jesus "Jay" Chapa
City Manager
Christopher Harder, P.E.
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
OCTOBER 2024
Prepared by:
Texas Registered Engineering Firm F-928
Kimley-Horn No. 061018412
CSC No. 62856
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 07/19/2021
00 21 13 Instructions to Bidders 11/02/2021
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form Unit Price 01/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Prequalifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 08/13/2021
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 10/27/2021
00 52 43 Agreement 3/08/2024
00 61 13 Performance Bond 12/08/2023
00 61 14 Payment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Supplementary Conditions 03/08/2024
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 07/01/2011
01 31 19 Preconstruction Meeting 08/17/2012
01 31 20 Project Meetings 07/01/2011
01 32 16 Construction Schedule 10/06/2023
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Submittals 12/20/2012
01 35 13 Special Project Procedures 03/11/2022
01 45 23 Testing and Inspection Services 03/09/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 58 13 Temporary Project Signage 07/01/2011
01 60 00 Product Requirements 03/09/2020
01 66 00 Product Storage and Handling Requirements 07/01/2011
01 70 00 Mobilization and Remobilization 11/22/2016
01 71 23 Construction Staking and Survey 02/14/2018
01 74 23 Cleaning 07/01/2011
01 77 19 Closeout Requirements 03/22/2021
01 78 23 Operation and Maintenance Data 12/20/2012
01 78 39 Project Record Documents 07/01/2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 32 – Exterior Improvements Date Modified
32 11 23 Flexible Base Courses 09/25/2024
Division 33 – Utilities
33 05 22 Steel Casing Pipe 09/25/2024
33 39 10 Cast-in-Place Concrete Manholes 09/25/2024
33 31 22 Sanitary Sewer Slip Lining 09/25/2024
33 31 41 Slip Lining Grout 09/25/2024
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last
Revised
02 41 13 Selective Site Demolition 03/11/2022
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 03/11/2022
03 34 13 Controlled Low Strength Material (CLSM)12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
31 25 00 Erosion and Sediment Control 04/29/2021
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022
32 17 23 Pavement Markings 06/10/2022
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022
32 92 14 Non-Native Seeding 05/13/2021
32 92 15 Native Grass and Wildflower Seeding 10/06/2023
Division 33 – Utilities
33 01 30 Sewer and Manhole Testing 09/07/2018
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 50 Cleaning of Pipes 03/11/2022
33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021
33 05 13 Frame, Cover and Grade Rings 09/09/2022
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 03/11/2022
33 05 17 Concrete Collars 03/11/2022
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 HDPE Pipe for Sanitary Sewer 04/23/2019
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 60 Liners for Sanitary Sewer Structures 04/29/2021
Division 34 – Transportation
34 71 13 Traffic Control 03/21/2021
Appendix
GC-4.01 Availability of Lands
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
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
DATE:Tuesday, February 11, 2025 REFERENCE NO.: **M&C 25-0108
LOG NAME: 60PANTHERISSC-CIRCLEC
SUBJECT:
(CD 2) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company
in the Amount of $4,923,180.00 for Panther Island Sanitary Sewer Collector Main Project, Provide for
Project Costs for a Project Total in the Amount of $5,471,161.00 and Adopt Appropriation Ordinance to
Effect a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1.Authorize execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company in
the amount of $4,923,180.00 for the Panther Island Sanitary Sewer Collector Main project; and
2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water & Sewer Capital Projects Fund in the amount of $5,471,161.00, from available PayGo funds
within the Water & Sewer Fund, for the purpose of funding the Panther Island Sanitary Sewer
Collector Main project (City Project No. 105247) and to effect a portion of Water’s contribution to the
Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
This Mayor and Council Communication (M&C) provides for the construction of Panther Island Sanitary
Sewer Collector Main on the following streets and river crossings to provide for future developer
connection on East Island:
Street To From Scope of Work
NE 7th
Street Calhoun Street 350 La Grave
Field east
Sewer
Replacement
Calhoun
Street NE 7th Street
350 La Grave
Field south 4th
Street
Sewer
Replacement
River
Crossing
South bank of West
Fork Trinity River
North bank of
West Fork Trinity
River
Sewer
Replacement
Construction of the project was advertised for bid on November 20, 2024 and November 27, 2024 in the
Fort Worth Star-Telegram. On December 12, 2024 the following bid was received:
Bidder Amount Contract
Time
William J. Schultz, Inc. dba Circle C
Construction Company $4,923,180.00 270 Calendar
Days
S.J. Louis Construction of Texas, Ltd.$6,362,855.00
In addition to the contract cost, $301,822.00 is required for project management, material testing and
inspection and $246,159.00 is provided for project contingency.
City of Fort Worth, Texas
Mayor and Council Communication
This project will have no impact on the Water Department operating budget when completed.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will
appropriate funds in support of the Water’s portion of the City of Fort Worth’s Fiscal Years 2025-2029
Capital Improvement Program.
Funding for Panther Island SS Collector is depicted below:
60PANTHERISSC-CIRCLE C
Capital
Fund
Name
Project
Name
FY2025 CIP
Appropriations Authority Budget Change
(Increase/Decrease)
Revised
FY2025
Budget
56002
– W&S
Capital
Projects
Fund
105247
–
Panther
Island
SS
Collector
$0.00 This M&C $5,471,161.00 $5,471,161.00
Funding is budgeted in the Transfer to Water/Sewer account of the operating budget for the purpose of
funding of the Panther Island SS Collector project.
FY2025 - Water PayGo Appropriations per City Ordinance 27107-09-2024
FY2025
Original
Adopted
PayGo
FY2025
Amended
PayGo
(includes any
council
actions
subsequent to
budget
adoption)
YTD PayGo
Approved
for/Moved to
Capital Projects
This M&C
FY2025
Remaining
PayGo
Balance
$92,597,771.00 $92,597,771.00 ($28,420,140.00)($5,471,161.00)$58,706,470.00
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Funding for the Panther Island SS Collector are depicted below:
Fund Existing
Appropriations
Additional
Appropriations Project Total*
56022 – W&S
Rev Bonds
Series 2024
$379,730.00 $0.00 $379,730.00
56002 – W&S
Capital Projects
Fund
$0.00 $5,471,161.00 $5,471,161.00
Project Total $379,730.00 $5,471,161.00 $5,850,891.00
*Numbers rounded for presentation purposes.
M/WBE OFFICE: The Business Equity Division placed a 11.29 percent business equity goal on this
solicitation/contract. William J Schultz Inc dba Circle C Construction Company, will be exceeding the goal
at 11.30 percent, meeting the City’s Business Equity Ordinance. Any changes in subcontractors will be
reviewed by the Business Equity Division.
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will
be available in the W&S Capital Projects Fund for the Panther Island SS Collector project to support the
above recommendations and execution of the contract. Prior to an expenditure being incurred, the Water
Department has the responsibility of verifying the availability of funds.
TO
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
FROM
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
William Johnson (5806)
Chris Harder (5020)
Liam Conlon (6824)
FUND IDENTIFIERS (FIDs):
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1.25-0047(1052747 CON Panther Island Sanitary Sewer Collector)CM-NS.pdf (CFW Internal)
2.60PANTHERISSC-CIRCLEC funds avail.docx (CFW Internal)
3.60PANTHERISSC-CIRCLEC.pdf (Public)
4.60PASNTHERISSC-CIRCLEC FID Table (WCF 01.06.25).xlsx (CFW Internal)
5.Form 1295.pdf (CFW Internal)
6.ORD.APP_60PANTHERISSC-CIRCLEC_56002_AO25(r2).docx (Public)
7.PBS CPN 105247.pdf (CFW Internal)
8.SAM.gov search Circle C.pdf (CFW Internal)
60PANTHERISSC-CIRCLEC FID Table
Rec #Fund Dept #Account Project
ID
Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0700430 4956001 105247 2025 $5,471,161.00
2 56002 0700430 105247 2025 $5,471,161.00
Rec #Fund Dept #Account Project
ID
Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56001 0709020 5956001 ($5,471,161.00)
2 56002 0700430 4956001 105247 001780 9999 $5,471,161.00
Rec #Fund Dept #Account Project
ID
Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0700430 4956001 105247 001780 9999 ($5,471,161.00)
2 56002 0700430 5110101 105247 001780 9999 $38,770.00 Water Staff Costs
2 56002 0700430 5550102 105247 001780 9999 $2,000.00 Public Outreach
2 56002 0700430 5740010 105247 001780 9999 $4,923,180.00 Pay to Contractor
2 56002 0700430 5740010 105247 001780 9999 $246,159.00 Contract Contingency
2 56002 0700430 5330500 105247 001784 9999 $38,770.00 Soil Lab Consultant
2 56002 0700430 5310350 105247 001784 9999 $15,508.00 Soil Lab TPW Staff Cost
2 56002 0700430 5110101 105247 001785 9999 $206,774.00 Water Inspection Staff
FIDs (Budget)
FIDs (Actual)
FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed)
00 05 10 - 1
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 00 05 10
2 MAYOR AND COUNCIL COMMUNICATION (M&C)
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22 END OF SECTION
Circle C Construction Company
No Addendums were issued.
Teresa Skelly
Circle C Construction
500 WEST TRAM�vITLI. A�'T'NLJF_, FORT WORTII, TEXAS 7G140
817-293-1863 I:AX 817-293-1957
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PANTHER ISLAND SANITARY SEWER COLLECTOR
Revised 1/17/24 CITY PROJECT No. 105247
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of PANTHER ISLAND SANITARY SEWER
COLLECTOR, CPN 105247 (“Project”)will be received for the City of Fort Worth via the
Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,under
the respective Project until 2:00 P.M. CST, Thursday, December 12, 2024 as further described
below:
Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 7th floor
room 745.
Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent
to the City Project Manager no later than 1:30 PM on the third City Business day after bid
opening date, exclusive of the bid opening date.
Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PANTHER ISLAND SANITARY SEWER COLLECTOR
Revised 1/17/24 CITY PROJECT No. 105247
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com)
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
·~2,830 LF of 12” - 30” Sewer Pipe
·~385 LF of 24 Slipline of Existing 36” Sewer Pipe
·Installation of four (4) Sanitary Sewer Manholes requiring epoxy lining
·Rehabilitation of four (4) Sanitary Sewer Manholes/Structures requiring epoxy lining
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor 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 3 of 00 21 13 – INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes”
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,under the respective
Project.
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PANTHER ISLAND SANITARY SEWER COLLECTOR
Revised 1/17/24 CITY PROJECT No. 105247
PREBID CONFERENCE – In Person
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time:
DATE:December 3, 2024
TIME:10:00 AM, CDT
LOCATION:311 W.10th Street, Fort Worth, Tx 72102
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
November 20, 2024
November 27, 2024
END OF SECTION
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, 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) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
3.1.1. Paving – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre
qual%20requirements.pdf
3.2. Each Bidder, unless currently prequalified, must submit to City at least 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 prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City’s assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Shall 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 Contract Documents 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."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
4.1.7. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.9.Indicate their intent to bid by selecting “yes” in the Procurement Portal under
the Intent to Bid section. You must indicate your intent to bid to be able to
submit a bid to the City.
4.2. Reference is made to Section 00 73 00 – Supplementary 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 information 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
subsurface 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 Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4.Standard insurance requirements, coverages and limits.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
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. Bidders 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 a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. 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 for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority 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 firm 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. Bids by individuals shall show the Bidder's name and official address.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled 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 electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, 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 Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work 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.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against 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 contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, 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 materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on 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 in the
best interests of the City.
17.6. Pursuant 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 which 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
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1.The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT No. 105247
Revised/Updated 1/17/24
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
U03513-1
CONFLICT OF INTEREST STATEMENT
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
40
41
42
43
44
45
!��
SECTION 00 3513
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror, or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City
Secretary's Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercises discretion in planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Offrce Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these fornis and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
ht ��://www.ethics. state.tx.us/forms/CIt.?.pdf
hn �://www.ethics. state. tx. us/forms/CiS. «ci f
�� CIQ Form is on file with City Secretary
U
�
�
—1
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDDER: 6
�.//�am �v'�o�h-/�z li�c c� s�
`i r t l � Co,rl,S �u c�'o n�a.on�an y By: /e�>''P�S Q S�/�'t���
Company (�Print} �
�j Ov Li% l/'!!�T?/79e�� ,�i�G Signature: � p c.�c�.-!
Address
�i�l�/of � � ����6 Title: /`/'��Si c�o•� �
City/State/Zip (Please Print)
END OF SECTION
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 27, 2012
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: PANTHER ISLAND SANITARY SEWER COLLECTOR
City Project No.: 105247
Units/Sections: Unit I: Sanitary Sewer Improvements
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
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 directly or indirectly induced or solicited any other Bidder to submit a false or sham
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 official 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
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with
or without the knowledge 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 to influence their participation in the bidding process or affect the
execution of the Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors
and subcontractors:
a. Sewer Interceptors, Urban Renewal 42-inches and smaller
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 270 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to
complete the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of
Paragraph 5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Statement, Section 00 35 13
"If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid
amount. In the space provided below, please enter the total bid amount for this project. Only this
figure will be read publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered
6.3 Evaluation of Alternate Bid Items
Total Bid
.��,. „� 5�, 9Z3, /80. ° o
7. Bid Submittal
This Bid is submitted on December 12, 2024
Respectfully submitted,
� ��
By:
(Signature)
by the entity named below.
Teresa S Skellv
(Printed Name)
Title: President
Company: lNilliam J Schultz Inc dba CirGle C Construction Company
Address: 500 W Trammell Avenue
Fort Worth, Texas 76140
State of Incorporation: Texas
aI, tl-�r� •r���»�' LY' , e�'.' ••
Phone: 817 29�1�Ci
Receipt is acknowledged of Initial
the following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
END OF SECTION
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project Item Infonnation Bidder's Proposal
B'd�No��� Descrip[ion Specifica[ionSectionNo. Measure ��i�ty UnitPrice BidValue
1 3331.4208 12" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 20 $500.00 $10,000.00
2 3331.4215 15" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 10 $600.00 $6,000.00
3 3331.5763 20" Fiberglass Sewer Pipe, CLSM Backfill 33 31 13 LF 1006 $700.00 $704,200.00
4 3305.3009 20" Sewer Carrier Pipe 33 05 24 LF 239 $550.00 $131,450.00
5 3331.0211 24" Sewer Pipe, Slip Lining (DR-13.5 HDPE, IPS) 33 31 22 LF 385 $2,000.00 $770,000.00
6 3331.5774 30" Fiberglass Sewer Pipe, CLSM Backfill 33 31 13 LF 1465 $750.00 $1,098,750.00
7 3305.3012 30" Sewer Carrier Pipe 33 05 24 LF 90 $650.00 $58,500.00
8 3305.1004 24" Casing By Open Cut 33 05 22 LF 139 $700.00 $97,300.00
9 3305.1006 30" Casing By Open Cut 33 05 22 LF 100 $800.00 $80,000.00
10 3305.1007 42" Casing By Open Cut 33 05 22 LF 90 $900.00 $81,000.0�
11 3305.�109 Trench Safety 33 05 10 LF 2860 $5.00 $14,300.00
12 3305.0113 Trench Water Stops 33 05 15 EA 5 $2,500.00 $12,500.00
13 3339.1xxx Rehab Manhole w/Frame/Cover & Epoxy Lining 33 39 10 EA 2 $50,000.00 $100,000.00
14 3339.1xxx Rehab Structure w/Frame/Cover & Epoxy Lining 33 39 10 EA 2 $100,000.00 $200,000.00
15 3339.1101 5' Manhole 33 39 10, 33 39 20 EA 2 $12,500.00 $25,000.00
16 3339.1103 5' F�ctra Depth Manhole 33 39 10, 33 39 20 VF 22 $450.00 $9,900.00
17 3339.1001 4' Manhole 33 39 10, 33 39 20 Eq 2 $8,500.00 $17,000.00
18 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $10,500.00 $10,500.00
19 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 29 $350.00 $10,150.00
20 3339.0001 Epoxy Manhole Liner 33 39 60 VF 81 $550.00 $44,550.00
21 3305.0112 Concrete Collar for Manhole 33 05 17 EA 5 $450.00 $2,250.00
22 3303.0001 Bypass Pumping 33 03 10 LS 1 $450,000.00 $450,000.00
23 3301.0001 Pre-CCN Inspection 33 01 31 LF 630 $30.00 $18,900.00
24 3301.0002 Post-CCN Inspection 33 01 31 LF 3215 $10.00 $32,150.00
25 3301.0101 Manhole Vacuum Testing 33 01 30 EA 9 $350.00 $3,150.00
26 3305.0110 Utility Markers 33 05 26 LS 1 $500.00 $500.00
27 3201.0124 7' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 1252 $150.00 $187,800.00
28 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 217 $225.00 $48,825.00
29 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial � 01 17 SY
7 $150.00 $1,050.00
30 3201.0616 Conc Pvmt Repair, Arterial/lndustrial 32 01 29 SY 1593 $250.00 $398,250.00
31 3211.0113 8" Flexible Base, Type A, GR-1 (w/Chip Seal) 32 11 23 SY 525 $100.00 $52,500.00
32 3216.0101 6" Conc Curb and Gutter 32 11 23 LF 21 $65.00 $1,365.00
33 3291.0100 Topsoil 32 91 19 CY 283 $50.00 $14,150.00
34 3292.0400 Seeding, Hydromulch 32 92 13 SY 4969 $10.00 $49,690.00
35 0171.0101 Construction Staking 01 71 23 LS 1 $5,000.00 $5,000.00
36 0171.0102 As-Built Survey 01 71 23 LS 1 $2,500.00 $2,500.00
37 3125.0101 SWPPP a 1 acre 31 25 00 LS 1 $5,000.00 $5,000.00
38 3471.0001 Tra�c Control 34 71 13 MO 5 $2.500.00 $12.500.00
39 9999.0001 Contaminated Material Handling 00 72 00 LF 50 $25.00 $1,250.00
40 9999.0002 Contaminated Material Loading, Haul & Disposal 00 72 00 CY 35 $150.00 $5,250.00
41 9999.0003 Construction Allowance 00 72 00 LS 1 $150,000.00 $150,000.00
TotalEid j4,923,180.00
END OF SECTION
M.ERCHANTS
BONDING C4MPANYn
MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IoWA 50306-3498
PHONE: (800) 678-8171 FA�c: (51S) 243-3854
BID BOND
PUBLIC WORK
Bond No. N/A
KNOW ALL PERSONS BY THESE PRESENTS:
That William J. Schultz, Inc. dba Circle C Construction Com a�� P. O. Box 40328, Fort Worth, TX 76140
(hereinafter called the Principal) as Principal, and the __ Merchants Bonding Company (Mutual) __
(hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street,
Fort Worth, Texas 76102
(hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amount Bid )
Five Per Cent of Greatest Amount
_ Dollars
good and lawful money af the United States of America, to the payment of which sum of money well and truly to be
made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
Signed and dated this 12th day of _ _ December 2024
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principai for
Construction of PANTHER ISLAND SANITARY SEWER COLLECTOR, CPN 105247
according to the terms of the propasal or bid made by the Principal therefore, and the Principal shall duly make and
enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give
bond for the faithful performance thereof with the Merchants Bondin� Companv [Mutual] , as Surety, or with
other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee
the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of fhis bond, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed.
Witness:
Wimess as to Surety:
�a
X .a':��
John A. Miller
William J. Schultz, Inc. dba Circle C Construction Company
- Principal
By ��-t-� a �'cfl� _
Teresa S. Skelly, President
Merchar�ts nding Company (Mutual)
: � `�F �.sr �
�.� _
' �" � .
BY-w r ����" �.� - - � —
Sheryl A. � tutts, Attorney-in-Fact
CON 0333 (2115)
MERCHAl�TTS��
BONDING COMPANYTM
POWER OF ATTORNEY
KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
John A Miller; Sheryl A Klutts
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on �ctober 16, 2015 and amended on April 27, 2024.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be mod�ed or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2gth day of July . 2024 •
.••�""'••.. .. • "' • •. MERCHANTS BONDING COMPANY (MUTUAL)
'•��'�� NA �.� .' ��NG �O/f�A �• MERCHANTS NATIONAL BONDING, INC.
.•'P � ��'• •
, y?pRp�R,4 �O'. :�0?pAPOA ''�y dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY
:a.2 _o- �v:�.: �`' G "�� .c�
; 2 . �: 2 -o- o' • �
; �� 2003 ; �ai? y 1933 � c: By �
:d' � �:: : ��. .do.
.,�V�� •........•:;1��. .�d�• • � •''�1�. President
STATE aF IOWA •.,�� �7 �..• •......•
COUNTY OF DALLAS ss. """��
On this 2gth day of ���y 2024 before me appeared Larry Taylor, to me personalfy known, who being by me duly swom
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behaif
of the Companies by authority of their respective Boards of Directors. rf` �
' ���
�
�Q.R�ALS, Penni Miller ��,
z � Commission Number 787952 '1
• • My Commission Expires �� �� �
rOVVA lanuary 20, 2027 Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of December , 2024 .
��,......... .••"'••.
��.•P.��ONq�•.,� �•Q�NG Cp�•.�
:�? �PO ' e�� '��'�RP� �'A'��• �+Y
: �y � c,°FL R,q�' oZ-: ; � ' �O 9q� .y� �
:2:? -o- v:�' .r-.'= -o- o� :
: _ ; ' Z : : a', 1933 :' c; Secretary
:v: 2003 ;;�: .yv. • ti.
�.d�� •;a`'� .�.6;�� � _\',�0.
POA 0018 (6/24) '••�''•••�'•••••••' ' • • •••••
MERCHAL�TTS�
BONDING COMPANY,�
ti1ERCHANTJ B�)NDING COMI'ANl' cMUTIIALJ • h1ERCHANTS NAT]UNAL BC)NDING. INC.
P.O. Bc�X 14�98 • DES MOINES. IOWA 50306-:i-}�S �(800> 678-$171 �(51 �) 2-13-385-1 FAX
Please send all notices of claim on this bond to:
Mcrchants Bonding Company (Mutual) / Merchants National Bonding, Inc.
P.O. Box 14498
Des Moines, Iowa 50306-3498
(515)243-8171
(800) 678-8171
Physical Address: 6700 Westown Parkway, West Des Moines. Iowa 50266
SUP 0073 TX (2/15)
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
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 automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of State Here or Blank , our principal place of business,
are required to be % Here percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of State Here or Blank , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of�our company or our parent company or majority owner is
in the State of Texas. C�
BIDDER:
William J Schuttz Inc
dba Circle C
Construction Company
500 W Trammell Avenue
Fort Worth, Texas 76140
gy. Teresa S Skelly
/-Q ���
igna ure
Title: President
Date: �Z " l z ` � �
END OF SECTION
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
3
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15 The prequalification process will establish a bid limit based on a technical evaluation and
16 financial analysis of the contractor. For example, a contractor wishing to submit bids on
17 projects to be opened on the 7th of April must file the information by the 31st day of March
18 in order to be eligible to work on these projects. In order to facilitate the approval of a
19 Bidder’s Prequalification Application, the following must accompany the submission.
20 a. A complete set of audited or reviewed financial statements.
21 (1) Classified Balance Sheet
22 (2) Income Statement
23 (3) Statement of Cash Flows
24 (4) Statement of Retained Earnings
25 (5) Notes to the Financial Statements, if any
26 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles
27 of Incorporation, Articles of Organization, Certificate of Formation, LLC
28 Regulations, Certificate of Limited Partnership Agreement).
29 c. A completed Bidder Prequalification Application.
30 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas
31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
32 number visit the Texas Comptroller of Public Accounts online at the
33 following web address www.window.state.tx.us/taxpermit/ and fill out the
34 application to apply for your Texas tax ID.
35 (2) The firm’s e-mail address and fax number.
36 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number
37 is used by the City for required reporting on Federal Aid projects. The DUNS
38 number may be obtained at www.dnb.com.
39 d. Resumes reflecting the construction experience of the principles of the firm for firms
40 submitting their initial prequalification. These resumes should include the size and
41 scope of the work performed.
42 e. Other information as requested by the City.
43
44 2. Prequalification Requirements
45 a.Financial Statements. Financial statement submission must be provided in
46 accordance with the following:
47 (1) The City requires that the original Financial Statement or a certified copy
48 be submitted for consideration.
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant’s opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm’s opinion.
17 It should: (1) express an unqualified opinion, or (2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor’s bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (working capital = current assets – current
26 liabilities) by a factor of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b.Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37 “None” or “N/A” should be inserted.
38 (2) A minimum of five (5) references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of work for
41 which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer, model and general common description of
43 each piece of equipment. Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor’s prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
4
5
6
7
8 END OF SECTION
9
00 45 12 - 1
PREQUALIFICATION STATEMENT
Page I of 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
is
19
Zo
21
22
23
24
25
26
SECTION 00 4512
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 wark type(s) listed.
Major Work Contractor/Subcontractor Company Name Prequalification
T �e Ex iration Date
Sewer
Interceptors, /��rGlC L' (' o�7s.¢'r�u 4�j d} � J r� " G�C�c r
Urban/Renewal, �-
42-inches and
smaller
The undersigned hereby certifies that the contractors and/or subcontractars described in
the table above are currently prequalified for the work types listed.
BIDD R: ` /��� G
./Iia.r� �v��h �
/!'Gt P /J�S"��'!L t/� I _
Company
�0�� C/�
Address
C���� ��P
City/State/Zip
a�
� �� /��
�� A
By: _ _�i"P�s`G� �5��/�
(Pleas rint) �
Signature: ����/J G' �`�h
Title: / ��`s: ����
(Please Print)
Date:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
� - �Z - � L
PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 145247
FORTWORTHo
May 04, 2024
Mr William J Schultz
William J Schultz Inc Circle C Construction
500 W Trammell
PO Box 40328
Fort Worth, TX 76140
PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS
Dear Mr. Schultz:
Thank you for your submittal of information and data toward prequalification to perform our work.
We are pleased to advise that your prequalification has been finalized. A bid limit $190,719,490.00
has been established for your organization based on the financial data submitted.
Your firm is prequalified to perform the following work:
-- Wastewater Mains (all sizes) for New Development, Rehabilitation, and Redevelopment using Open Cut and
Trenchless construction methods
-- Water Mains (all sizes) for New Development, Rehabilitation, and Redevelopment using Open Cut and
Trenchless construction methods
The prequalification and bid limit established above will remain current through 4/30/2025
This date was established to be sixteen (16) months from the date of the most recent financial statement
received, unless rescinded for cause.
Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work
experience, and equipment list will be necessary for this department to establish a new bid limit. Please be
advised that the plans and documents for the work to be performed must be submitted to and approved by the
City of Fort Worth Water Department.
We appreciate your interest in our work and should you have some question in this or other matters within our
purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392-
6055.
Yours very truly,
���5���,��
�
�oi�Chris Harder, P.E.
Water Director
Fort Worth
�
NI-AmericaCtty
1����`I'
]964 • 1993 • 20ll
MAIL TO: John Kasavich, P.E.
Fort Worth Water Department
Engineering & Regulatory Services
200 Texas Street
Fort Worth, TX 76102
WATER DEPARTMENT
THE CI'I'Y 0� FORT WORTH * ZOO TCXAS STREE'I' * FORT WORTH, Tex.as 76102
817-392-8240 * Fn�c 817-392-8195
�w Printed on recycled paper
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Date of Balance Sheet ,
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
Post Office Box City State Zip Code
Street Address (required) City State Zip Code
( ) ( )
Telephone Fax Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
Email/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category – Water Department Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting
john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov
Fort Worth Water Department Engineering and
Fiscal Services Division 200 Texas St. Fort
Worth, TX 76102
City of Fort Worth Transportation and Public
Works Dept, 8851 Camp Bowie West Blvd.
Fort Worth, Texas 76116 Attn: Alicia Garcia
City of Fort Worth TPW Transportation
Management Attn: Clint Hoover, P.E. 5001
James Ave. Fort Worth, TX76115
*Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application”
Name under which you wish to qualify
00 45 13 - 2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
Has fewer than 100 employees
and/or
Has less than $6,000,000.00 in annual gross receipts
OR
Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling – 36-Inches – 60 –inches, and 350 LF or less
Tunneling - 36-Inches – 60 –inches, and greater than 350 LF
Tunneling – 66” and greater, 350 LF and greater
Tunneling – 66” and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches – 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
MAJOR WORK CATEGORIES, CONTINUED
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches 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 and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
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 Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CONTRACT
AMOUNT
CLASS
OF
WORK
DATE
COMPLETED
LOCATION
CITY-COUNTY-
STATE
NAME AND DETAILED
ADDRESS OF OFFICIAL TO
WHOM YOU REFER
*If requalifying only show work performed since last statement.
5. Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
NAME
PRESENT
POSITION OR
OFFICE
YEARS OF
EXPERIENCE
MAGNITUDE
AND TYPE OF
WORK
IN WHAT
CAPACITY
13. If any owner, officer, director, or stockholder of your firm 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 from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization
President Is partnership general, limited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Officers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
14. Equipment $_______________
TOTAL
Similar types of equipment may be lumped together. If your firm 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 under the control of the firm and which is related to the
type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
ITEM QUANTITY ITEM DESCRIPTION
BALANCE SHEET
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
00 45 13 - 8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
_______________________________________________, being duly sworn, deposes and says that
he/she is the __________________________________ of ___________________________, the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of ,
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 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
R�l
38
39
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 105247. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
C�O�v TRACTOR:
�.//.a.� T�S'���,/�z I � d6a
Ci�c !l L C. GY'lS�i'GfG"Orl L�iyl�qa y
Company
✓�OD C✓ �om�s/�i��'�
Address
By: ,, ,�"Q�So Sc�li�%y
(Please Print)
Signature: � cS'`.
�j �Gc/Oi �i / � ,�/�� Title: � o�/a� a /
�-
City/State/Zip (Please Print)
�,
THE STATE OF TEXAS + Pa'v"'a�;g,,, �PIi 1[�`1�$� �' LA.t�TYf�'�b�����
§ � o �. - - • . � gl�r'y Public �
� * � �' = STR.'I'E OP 'I'�3�.35 ��
COLTNTY OF TARRANT § �,N/'yTF � .S�.�Y' � �vomry o� � 9 ;a�n7 ;� d ��
ov pqy Comm. D�p. �tcbeP _;�
BEFORE ME, the undersigned authority, on this day personally appeared
_ 1�,,� � Sa.,T �j�G�1 \�4 , known to me to be the person whose name is
subscribed to the fore oing i strument, and acicnowledged to me that he/she executed the same as
the act and deed of ��-Q,�, ri���r- for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �(��l day of
�s 1r7 �n ) C�i�— � 6 , 2 ��•�j
� �•
Notary Public in and for the State o Texas
END OF SECTION
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR0IECT No. 105247
Rcviscd July 1, 201 I
00 45 40 - 1
Business Equity Ordinance Specifications
Page 1 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised October 27, 2021
SECTION 00 45 401
Business Equity Goal2
APPLICATION OF POLICY3
If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.4
A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises5
(M/WBEs).6
7
POLICY STATEMENT8
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity9
Firms when applicable, in the procurement of all goods and services. All requirements and regulations10
stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-11
2020 (codified at:https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to12
this bid.13
14
BUSINESS EQUITY PROJECT GOAL15
The City's Business Equity goal on this project is 11.29%of the total bid value of the contract (Base bid16
applies to Parks and Community Services).17
18
METHODS TO COMPLY WITH THE GOAL19
On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's20
Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the21
ordinance through one of the following methods:1. Commercially useful services performed by a22
Business Equity prime contractor, 2. Business Equity subcontracting participation,3. Combination23
of Business Equity prime services and Business Equity subcontracting participation,4. Business24
Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation,or 6.25
Prime contractor Waiver documentation.26
27
SUBMITTAL OF REQUIRED DOCUMENTATION28
Applicable documents (listed below) must be submitted electronically with the other required bidding29
documents at the time of the bid under the respective Project via the Procurement Portal:30
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities31
OR received no later than 2:00 p.m., on the third City business day after the bid opening date,32
exclusive of the bid opening date with the respective Project via the Procurement Portal by33
responding to the message sent within Bonfire to all the bidders. It is highly encouraged that34
bidders submit required documentation at the time of bid submission.35
36
The Offeror must submit one or more of the following documents:37
1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;38
2.Letter of Intent,for all M/WBE Subcontractors;39
3.Good Faith Effort Form and Utilization Form, including supporting documentation, if40
participation is less than stated goal, or no Business Equity participation is accomplished;41
4.Prime Contractor Waiver Form, including supporting documentation, if the Offeror will42
perform all subcontracting/supplier opportunities; or43
5.Joint Venture/Mentor-Protégé Form,if goal is met or exceeded with a Joint Venture or44
Mentor-Protégé participation.45
46
These forms can be accessed at:47
Business Equity Utilization Form and Letter of Intent48
00 45 40 - 2
Business Equity Ordinance Specifications
Page 2 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised October 27, 2021
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization1
Form_DVIN 2022 220324.pdf2
3
Letter of Intent4
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN5
2021.pdf6
7
Business Equity Good Faith Effort Form8
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort9
Form_DVIN 2022.pdf10
11
Business Equity Prime Contractor Waiver Form12
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor13
Waiver-220313.pdf14
15
Business Equity Joint Venture Form16
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 -MWBE/MWBE Joint17
Venture_220225.pdf18
19
20
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE21
WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND22
THE BID REJECTED.23
24
25
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR26
OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING27
DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE28
BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.29
30
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services31
Department at (817) 392-2674.32
33
OOS2n3-!
Agreen�ent
Yage 1 of 5
SECTION 00 52 43
!� CrREEMEN �['
THIS A(Y7Zl;EME1�IT, atlthorized an �_ �� �����, is niade by az�d between tlie (�'ity of Por�t
Worth, a 7'exas i�ome rule nninici��atity, actin�+ glby ,anci tl�rough its ciuly authazized City Manager,
("City"), and William J. Schultz, Inc, dba Circle C Constructi.qn._G.ompany..........._ .......................__.........�.�.�.....�.................._.>
authorized to dc� E�us.iness iri `Cexas, acting by azzd throug}i it� duty authorized represer�tative,
("(�ont.eact��r"j. City and Contractor may joinll.y- be refec�red to as Partie.s.
City anci (;oritfi'actc,r, in consideration of the n�utual covetlaiits hereiriafter set forth, agrce as follo�x�s:
Ai•ticle l. WORK
ContracCor sha11 coi7ipiete all �,�orlc as spzcified o1• indic,ated in the Contract Do�urnents for the
Prc�ject identified hzreiii.
Articie 2. PROJF.C'I'
The project for which the «iork unc�ler tl�e (:ontt•act Documen.ts may be tYie whote or onfy � pai-C is
�;erzeral3y described as follows:
P.1iV'I:NZ;'k f,SL,_�l4I) Sf2N1"T;�2RYSETWER,_COT.L�C'1't7i�
C:1.1'Y PKO,T.�(':1'.No. 10�'1.47
Article 3. (:'ONT'12AC1` PRICE
City agrees to pay Cc�ntractot• for �ex%rmance of the W��rk in accordance with ihe Contract
Uoeuments an ainount, in currez�t funds, of Fc3ur Ivlillion Ni �ac F Iundz�ed T�ven[��-Three Tliousand
_
(�ne„Hunc�red Fi�ht�„anci 0{}/lOt) Doll�is {$'� 9�3,_I80.QU �. Contract price may be ad�usted by
change orders ciuly authoi•izeci by ihe Parties.
Article 4. CONT'RACT T1It�1F:
4.1 F�inal Acceptance.
'I'he VJoi•k sllall be complete for Final Acceptance uitllir.i 270 days after tl�e date whe.n tl�e
Contract'L'in�e commences to run, as }�rovided in Paragraph 2.02 ofthe General Cotiditions,
plu� any extension thereofailowed in accordauce wiih tlrticle 1'? c�ftiie Ueneral Conciitions.
4.2 T.iquidated Damages
Contzactor reco�nizes that tirne is aJ�the ess�ence for completion of Mi(estones, if any, and
to achieve Final Acceptance of tlie V4'orlc and City �nd the puhlic will suffer from los� of
use if the Work is nut completed within the tinae(s) specified iri Paragrapli 4.1 above. �,he
Coritractor also rec�gnizes the delziys, expense and difficulties involved in proving in a
legal proceeding, tlle actual loss suffered by the City ii the U,'ork is iiot completed an tirne.
Accordingly; instead of requiring any such proof; C.ontractr�r agrees that as liquidated
c3amages for dela_y (bui not as a penalty), Contractor sha11 pay City (Une T'housand 'i'wo
I[undred �ift�� Dollars �1 250 fot� each day that eapires after the time specitied in
Paragtaph 4.1 f��r Final Acceptance unkil the CitSt issues ihe Final L,etter of Acceptance.
Article �. CONTRA.C'T' p()CUMIH:,N'I'S
..5.1 CONTF..NTS:
A.Ti�e C;ontrac.t Docttments which camprise 'the erltire a�;reement beiweeil �;i.ty and
�;ontractor concerning the 1'Vork consist of the; foilowing:
C;ITY OP FORT �1%OI2"I�H P.4NTHI::R ISLAND SANI"I�ARY SEWLR CpLLEC; fOR
S"I'ANDARD CONSTRL�CT[ON SPLCIFIt:;A7'ION DQC[IMLNTS Cl'i'1 PROJECTNo. 105247
P.evised Decemher 8, 2023
00 52 43 - 2
Agreement
Page 2 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 8, 2023
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 (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker’s Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project’s Contract Documents.
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
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, 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 officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically 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.
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.
00 52 43 - 3
Agreement
Page 3 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 8, 2023
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 destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically 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.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor’s respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
00 52 43 - 4
Agreement
Page 4 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 8, 2023
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor’s signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms “boycott energy
company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor’s signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms “discriminate,” “firearm entity” and “firearm trade association”
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
00 52 43 - 5
Agreement
Page 5 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 8, 2023
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
00 52 43 - 6
Agreement
P�gc 6 of6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: William J. Schultz, Inc. dba
Circle C Construction Company
Signature
Teresa S. Skelly
(Printed Name)
President
Title
500 W. Trammell Ave.
Address
Fort Wo1th, TX 76140
City/State/Zip
CITY OF FORT WORTH
City of Fort Wortb
William M. Johnson
Assistant City Manager
Feb 25, 2025
Date
Attest: r;,,�
Jannette S. Goodall, City Secretary
(Seal)
M&C: L5-0\L
Date: February 11, 2025
Form 1295: 2024-1249364
Contract Compliance Manager:
By signing, l acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
,eqcl�� Liam Conlon
Project Manager, Water Depai1ment
Ap�to Form and Legality:
Douglas Black (Feb 25, 202513:07 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:ch-�tweer istopherHarer{Fet,25, 2025 11:22 CST)
Christopher Harder, P.E., Director,
Water Depatiment
STANDARD CONSTRUCTION SPECH'ICATION DOCUMENTS Revised D�-cembcr 8, 2023
PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
UU 61 13 � 1
PI3[�FflRh1:'�NC[i E30NI7
Pa�e 1 of2
].
?_
3
4
5
6
7
8
q
BOND NO. 101165227
SEC"I'ION 00 GI 7.3
P�;1�FORMAI�C� BOND
THf?, S'I'A"I'l{, Or TEXA.S §
§ liNC1W AI.,I, FiY THESF'. PRI�SENTS:
C(:3UN`I'Y OF TAF2I2AN'I' §
1'hat we, William J. Schultz, Inc,.dba Circle C.Constr i i r� Com}��v�._> �ourn as
"Principal" hereiu and Merchants Bonding Coinpany_(Mutt�.�l) ,.,.........
.� a cor-pora e
surety(sureties, if moze ti�an nnc} duly al;thorized to do business in the St:ate of Texas, known as
1p "Si�rety" herrin. (�vheiher one or znore}, are held and firnal}� bound unio ihe City af l�ort Worth, a
i 1 municipal cozpUration created pursua�it to the laws of Texas, lcnc�wi� as "Cit�f" herczn, in tile penal
1? sttz�a af, ,(�oux� Millic�n Nine Hundied T��,entv-'Ihr�e Iholisanci„L�r��, iIuncired �i�;ht� and 00/IC1�
13 Dollais ($4>923,1$0.00�, tawfitl money of.� the thiited States, to be paid in Fort �xTorth, Tarrant
�r� County, Texas for i�e pa.yment of wluch sum well and truly to be made, we t�ind c�urselves, our
15
��
heirs, ekecutors, administrators, suceessors and assigns, joinily and severally, iirmly b}� these
presents.
� � VI'H1�;.It.:Ha!1S, the Principal has entet�ed into a certaic� �,vrittezi coxztract with the City
r�
1 g awarded the �_ day c}f �.g,�'(�1.y;�t l,\ ,,,,.. _. ...._� 20�, wlai.c.h Contract is hereby refea�reil to and
1
19 made a��art herec7f for �ill p�zrpc�ses as it� fully set fortl� t�erein, to fur�iish all �Tiaterials, eyuipx��ent
?p l��bor and other accessories de�ned t�y law, in the prosecution c�f the Work, including any
�X C'hange Ordzrs, as pr�vided for in said Co�ztract designaled as P1INTIIER ISLAND
22 S�NI7:'A.RY., S11WLR GOLLEC't'OR, CITY YROJECT Nn. 105247.
23
24
NOW, THEREI+nRE, the condition of this obligation is such tl�at if th� said
Pri�cipal shall faithfuily perform it obligations under t:he C.,ontract and shall iu all respects duly
�y and f'aithfully per£orrn ihe '��Vorlc, including Change t)rders, undet tlie Contract, according
�b to the plans, specifications, and cantract dacuments therein re£erred to, and as well ciuring
27 at�y period of extcnsian of tl�e t:;c.�rltract that may be grant-:,d on tl�e part of ttie t:'ity, then this
28 obligatian shall be anci beeome null and void, otherwise to remain in fu11 force and effect.
29
3�
!'ItOVCT)ED TCIRTHER, that if'an}� leb�l action be Gleil osi tliis Bond, venue sllali lie in
'I'arrant County, "Cexas or the LJnited States ])istrict Courl for the Northern District of Texas, Fort
3 � t��orth 1)ivision.
CI'I'Y (3P� FORT WOR7'Ei PA�ITHER ISLA�ID SANITA2l' SF:VJI312 CQ1..LP.CTOR.
SI'ANDARLi CONSTRliCiION SP13C]P[C'A'fION DOCIJR9ENTS CTTY PR0IECI' Na. 1057.47
Rc<<ised Dcccmber 8, ^023
....,. .».�.,�. ,��..�d._.�..�...�,�,��.�„�,��..�„w=,r,�.�,.�,�,�.� _ � � � � _ � _ __� � ,�. �
+�M -.�."xYYtdtei@�'...^'�f.,"5.`�.. 'i .::..' C_,�... .:.�'.�.:..�...,.�:sf
ooFi i:+-z
PFRfiORM AI� CE BO�I i3
1'ag^. 2 of Z
7
8
9
lU
11
l2
13
I4
1;
16
17
xs
7 <�
20
ll
2L
23
24
25
�{�
27
28
29
30
31
37,
33
34
35
36
37
38
39
4p
41
42
43
44
1 'l't�is bond is znade anct executed in com�liance with the provisit�ns oi'Chapter 2253 of the
2 '1'exas Govemment Code, as amended, and al1 liabilities on t.his bond shall be determined in
3 accordat�.ce wifh the pr�visions af'said statue.
4 I\ �'1':l'.CY.�;SS W.C�E+�REOI', tYie I'rinci��al and the Surety have SIC;NED and SEA [.,I3I) this
r� �
5 instrument by duly nrtthorir.ed agents actd officers on this the ,�,day of �'i�G1►'1,�
6 __, 20�.
f1'I"I'EST:
_�fY�,�c���.c�..�-�r �__
{Principall Secretary Michele 5.�, nkford
�
VtiTitness as to Principal
FRNGIPAL:
_William J, Scliultz, Iilc, dba _
Circle C� xuct�or� Company
BY: � J c.S��(!
-
Sigvature
Teresa S,_Skelly, President .. ...
Namc and Titic,
Address: 500 W. Tiamn1e11...Ave,
F,,,o,,,rt Worth, _TX... 76140
SLtRI:i'I'�':
IVlerchan; ouding Com x_. u. 1)
I3Y:
_ _ � .... .....
� ignature
Sheryl A,_Klutts, Attorney-in-�c�_
Name and Title
Adciress:
_. ._
6700 Westown_Parkway—
� 6i. West_D�sN�o.�n�es,.IA__54266-7754
�
__ __ _ .___._ _.__.._
Wrtness as to Surety John A. M e2' Teleph��neNumbci: �gOO 6%8-HI%1
_
F�,�a�1 Address sheryl a�7 ohnamilleiassocinc.com
YNote: tt'si�ned by an oP�cer of�tlle Su�ety Company, tilez�e �nust be on file a cexti�ed exiract
feom the by-laws s.ho�virig t�lat tilis pe.rso�a has authority to si�n si�ch ol�ligation. If
Surety's playsical address is difterez�i from its mailinf; address, l�oth ix�ust be prc�vided_
The date of the bond sh�ll not be prior to tlle date t}ie. C'ontract is awardeti.
U1TY QF FOR"T' WOR'Ifl PAN1'iiLI:ISI,AiJD SANI"I:AKY SB�V1sR COLLL.C'CC)R
S7'ANI)A1t.D CONS'['RUCTION SP73CIFICATION DOCi)YtIiN'i'S i:]'I'Y PRvJECT l�o, 1U57.�7
Itcaised Dr.cexnUer 8, .'_0?.3
�,..,�.,�,.m___�_....._.�._M....�.�....,.,_.,,.,,...�_.�.�_..�.,.....w� .. . ... . _ .. .. _�. ..��,.--- - .. ,-,�s,.a�am�a
. �>:��a,-���:*:�
ME RC ��.�NT� S�'�
BONDING COMPANYt�
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individuaily,
John A Miller; Sheryl A Klutts
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized o�cer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this zgth day of July � 2024 •
'���������''• , •"' �' • MERCHANTS BONDING COMPANY (MUTUAL)
��•'��P�1�•Nq<•�:� �•aQ���.�Dij,A.� MERCHANTS NATIONAL BONDING, INC.
�hfi�:.4pRP�R,q�.: 2� �'��y�RPOqq�9y�: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
:Z:2 -o- v':a' :ti:� _o_ �^; •
, j� 2003 ,:��; :6�'� 1933 ����; By ��
- .�. .` ; :y;. .�:, Q��
d'�•.
STATE OF IOWA
�'.��(i �'' � "�� �J?•� '..��Y � �i� � �1a' President
COUNTY OF DALLAS ss. •���"""'��� � � �' � � �
On this 2gth day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors. ---�--�
�P��A� S� Penni Miller �F� . �` -,` '
� e o � Commission Number 787952 t,
• 1�P • My Commission Expires `.�� f�y� r��J
January 20, 2027 a•��-
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still
in full force and effect and has not been amended or revoked.
t�
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this ��.. day of �R,1p�'UG,v� , j�%,5 .
�......... .••-••. �
�.�Pt10 Nq� ••., . • ��NG , Cp,h•.
:� • ,��: : �� 'O�•
;�;•oRpoRq .o. .�o.oRPOq'•.9y. t+(�
�z:Z �c�':2' :� ��'' �.+ ..c:
p;G: •►—:�� -o- �� :
'.Q:� -o- �, �� � 0,�.
�v'•• 2003 '�; � y' ���� .' C; Secretary
. : � . .�`Y.
. Jd. .� .
'•.�v��••.. ..•:;���.`� '•�dEV• • {,• •''Le.:
POA0018 (6/24) ,'•••••�"••�•' '••••,••
00 (il l4 l
YAYML-'t�'T LiONI�
Pag: 1 of2
l
2
3
a
5
6
7
8
9
10
I]
12
l.3
1�
15
l6
TIIE S'1'.A..'TF: (�F TEX.AS
COUNTY OF TARFt�.N'7:'
BOND NO. 10ll65227
5.1�'.C't'IDI�T QO ts1 t4
YAYMENT BON:U
�
� ILNOW Ei.]L.1� 13'Y TH�SL k'IZ�:SI:NTS:
§
�I•��t �,t, William J. Schultz, Inc. dba C�rcle C Constniction Company ., laio«�n as
"Priz�cipal" lierein, anci Mercl�auts Bonding Compan M i �1,�. __ — >��
cor�lorate suze;iy (sureties), duly author.ired ko do business in the State c�i Texas, luio�vn as "Surety"
herein (wfiether une o�- more), are l�eld and �rm1y botitid unto the City o£Fort �Vorth, a munici�al
corp�ra.tion created �ursuant to the laws of ihe State of 'I`cxas, .known as "City" herein, in the
��e��ia1 stun uf Four_Million Nine Ilundred '['went��-Thre,e_'I'house�nd One Hundi•ed Ei�,hi,- and
00J100 Dc�llars ($4_p9:�3,_18Q.�(l1, la�vful money of thc Ltniked Statec� to be paid in f�o�-t t�v'orth,
7'anan.t County, '1'e:cas, for the payme:nt of wlaich 5um ��vell arid truly be made, ti�e bind ourselves,
our he;irs, executors, administrators, successers and assigns, jointly tind severall_y, iirnlly by these
presek�ts:
1� VVHTREAS, Pririci.pal ha� entered ir�to a certain written Cantract with City�, awarded the
Xg .�N-- ,.
��iy ��' .�Q, U���,\ , 20 --, which Contraet is hez�eby referred to and
�_
t q niade a part hereof for aJ.l. purposes as if fuUy se[ 1:orth hereiza, to fizrnish all materials, e�uipment,
2�� iabor and other lccessorics as ciefined by law, in the prosecutian of tbe Woz�k as provided for
Zl in said C;oritract and designatec3 ati PANTHER ISLAND SAI�'��'ARY SEWEIt COLI.,[!:CTOR,
?2 CI't'Y PROJLCk' N�. :105247.
-�3 NC)'�'V, 'I'i:T_1�.Ri�I+ORE, THF, CONDITION OF THIS Ot3I.,ICrATIf_)N i.s such that ii'
?4 Yrii7cipal sha11 pay all �rnonres owing to any (and alll plyrt�ent Uanci beneftciary (as de�neci
25 in Ctzapte7- 2253 of the 'I'exas Gove�•nmetit Cc>de, as anzended) in the prosecution of the Work
2h under t11e C�ntract, then this obligation shall be and hecome i1u11 and vc�id; otherwise to remain
27 i�z full farce and eifect.
2g Ti�is bond is rnade. atid executed i.n compliance witl� the proviszons t�f Chapter 2253 of the
2g ".Ccxas Go��ernine.nt C�de, as ��mended, and all liabilities ou this l�ond st�ali be deterrriined iu
3{} accordancc. with the provisior�s of said statute.
Cl"T'Y QP F(:)i2T' \�'OR'1'I{ PAN'['FIFTt [SLAND SAT1I'I�ARY SF,�T�'FR COLL�Ci'OR
S'I'ANDARD CONSTRTJC'I ION SPECIC'1Cn7'ION DQCLJMF.,N'I S CII'Y PROJ:EC:T No. 10i247
Re•: iscd 1:7ecemUer 8. 202 ±
_
U0G114-2
PAl'ME1�1' 130NU
Pake 2 of 2
I IN WI`I'NESS WI-IER[,OF, thc Principai and Surety have each SIGNED and SEE11_,N:;D
�
2 this instnzmeni Iry duly authorized �gents and ��fGccrs on tl�is tl�e __.� ��lay c>f
; �;f.�YU��.,,,�.,,�, 20'�.
4
A'i"I'F_.ST:
\ � 1�C.�tV.�-9..� ..J�_.` �J�.�.
(Principal) Secreiary Michele S. nkford
_500 W. Tranunell Ave.
..... _.
Fo�t Wo�tk�, �'� 7� 140 ..
i�9
11
12
Witness as to Principal
.A TT�;5"I':
1�.cidress:
_ --
/� b700 Westown Parkway
�t . West Des Moines, IA 5026C.-7754
� _..
��'imess as to Surety John A. M er
Sheryl A. Klt�tts, Attorney-in-F�ct
._ .... _ ...... ._ ...... .........
(Suz�ety) �e,ca � �• N�me and Iit:lc
J'R.INCIPAi :
William 1.. Schtiltz,..Inc. dba .
Circle C Const�uctia��...�.o�pany
�3Y: �G �S� ........
Signature
Teresa S Skelly,_President
.......__
Name and Title
Address:
"I'elephone Nucnber; (800)_ C78-8171
_..... . _
T;mail Address: sheryl�iz),johriamil,..l..,eirassocine.com
Note: lf signed by an. officer of the Surety, thei•e nlust be ou file a certified extract from the bylaws
shawuig that this persc�n has �uthqrity to si;>n such obliDation. If Surcty's physical address is
difierent fronl its mailing adc3ress, both �t�ust I�e provicied.
1'he date t�f t}�e boi�ci shall not l�e prior to the date the Contract is awarded.
END OB SI+�CTION
CIT'Y OF FOR'T 1\'i3K'I'H FftNTI-IER iSI,ANll SANI'I'A.RY SF�VER COLLEC'i'OR
STANDAItll CONSTRLJt;TIC)N SPC;CIF[CA 1'tON DOCIJMIiNTS C:I'I'Y P1tOJEC i' No. i05247
Revised llecember 8, �023
._..�.......�_.�.�,_.�...,�._,....�.�.,,,..... �.,�,.�» .�,x,,,,, �-,�-...,-,..-�.,�-�..�.:�,�
MERC�L�INT'_S�'�=�
BONDING COMPANY��
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
John A Miller; Sheryl A Klutts
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2gth day of July , 2024 •
��,........, .•_--o
.•'�P���,Nq� �'.. .•� �C1G CQ'•. MERCHANTS BONDING COMPANY (MUTUAL)
��' �' P� �•�% ' OaO PO ��A9�• dEb/a ER HANTIS NATIONA�L INDEMNITY COMPANY
�Z:?°� R'���i: � �'��°� 9q,��y<:
-o- v:a: :r�y.;�' r*`; .
;v� 2003 ;?,�; :a' 1933 ����; By ��
. y�. � ti. �f�
� ;d,�;'• .^:�� : •. d,;• •:,�o.
��. //.��•.....•'��'J ��� �• )-` � .•
�Y ""� �1 • President
STATE OF IOWA '•����„��������` • � � � � � � � �
COUNTY OF DALLAS ss.
On this Zgth day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors. ----�.
„p�R�A�,p� Penni Miller � : --____� '� ,
� � � Commission Number 787952 � -
ti Y
• • My Commission Expires � �s r� i ,
��`�'P January 20, 2027 �"��'"�---�� `�---"~`�y
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certiTy that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this I�,� day of ��'-brUtL�'t�l � Z�,7,5:
���.....�..,, �.•---•. )
.•'�P���•Nq< �''�. .• �O�NG • C�M,o.
~y. pKPoR,4 �O • •+�o p�pQ9 '�•• �+Y
.Q c2 -o- �o�C' :f-�'.;'� -o- �r"��•.
;v' 2003 �`� �� y'! 1933 �' c; Secretary
. :�„'n. : :�l •
�6;. .d .
od '`
.,���••.......,.;;���r' •,,�'y,.. { .. • ��.•
POA 0018 (6/24) �'''•'�"'''� • • •, •••
f10E119-1
�IAIPv"1'ENANCG }30Pdll
Page I nt 3
1
�
3
4
5
E
7
�
a
�17
BOND NO. 101165227
SP�CTICIN 04 61 i9
UiAIN"I']:NANCE BOND
TiII; S`.I'ATE OT TEXAS §
§ K1V�?W A1,C, R�' 't'HESE PRTSENTS:
COUNTY OF TARRAIV'[' §
'I.,ha.i. we William J. Schultz, Inc. dba C'ircle C Constructioii_Gon_?�z�ily.........> luio���ri as
"Principal" llerein and Mercbants Bondvlg Company (Mutual) _, a corporate surety
(s��reties, if' more than one} duJ.y authoi-izcd to d� business in khe St.ate of Texas, luiown as "S«rery"
here�in (whc:tl7er one or more), are held and fiz�nly bo�z�ci unto tl�e (;iiy of E'orC Wor[t�, a municipal
11 corporatiort created pursuant to the laws of the State of "I'eYas, knowti as "City" herein, in the su�n
�? of k�our 1yTzlll�n_Nine I-Iuntir�c� "I;wtnt�-1 hr�e_'T1lousanci Qne.I3uncired l it�Yit� anc3 �0/1QU Dollars
13 �$4.923,I80A0�, Ia���ful maney of tlle United States, to be paid in ��ort 't���zth, Tarran.t Cuunty,
1� '.l,exas, for payment of which sum well. and truly be made ��nto tlae City and its successars, we
15
16
bind ourselves, our heirs, exectttoz's, ad�ninistrators, successots ai�tl assi.gns, jointly and severally,
�rmly by these presents.
17
18 WIiI+��+:�S�the Princi�sal has„entered inta a certain written cantract wrth tlae City� �warded
�
7 9 ttie �_1 _ day of �,,�� G4� __, 20�, wliich Contract is bez�eby refened to and
2U a made part hereof for all purpc�ses as if fully set fortlY herein, to furiiish all materials, equiprnent
21 l.ai�or and ather. accessories as definE�d by law, ui the p.cosecution uf the Work; includii�g anY
22 Work resttltin� fi��m. a duly authorized Chatige Orcier (c;ollectively l�ereiu, fY�e " ti�,�ork"} as
?3 provided far in said coutract aud det ignated as Pt�`'I'.EIER ISLANA SANITA�2Y SE�V�;It
24 CULL:t:C'I'Q:[t_�1"I'�' YIZO.TECT NO. 105247; and
'25
7.,6
27
'? 8
'l9
30
31.
32
WIIERII�S, Priucipal binds itself to use such materials and io so construct the Work in
accordance with the plans, specitications and Cc�ntract I:)ocuments fhat tb.e W ork is and wi11
rernain free fron� defects iii materials ar worhmanship for and during the periud of twa (2) years
after the date o['I�izzal .Acceptance ofthe Va'ork. by the City ("Maintenance Period"); and
W EiEREAS, Principal binds its�lf to repair or reconstruct 1:he Wink in whole or in pai�t upon
receiviz�g c�orice ['rom the City c�f the neec:i thez•efor at any time 4vithin the Maintenance Peric�d.
CITY OF F{)R"I' Y4'OIZTi-I k ANTI-IF.,R ]SLAI��D SAN11'ARY SI?Vv`CR CO]_.i:F',Ci'OR
51;�N.T.)l�RD C.R�STKUCITcIN Sk'E'C.ITICAT30N C)OCLIMEN"I'S CCl'Y YP.OJ�C'1' ivo. lU5'7_4"/
Keviscd Decernber 8, 2i)23
0061 19-2
MA[N7 6NANCI I301VD
Page 2 ai 3
IO
rl
12
i3
1 NOW TIiEI2Ii:�+'ORE, khe. condition of this obligatian is such that if Priucipal shall remedy
2 a�ry defective Work., for which timely notice v��as provicle.c� by C;ity, to a cc�mplefion satisfactory t:o
3 the City, then. this obligation shall becatue nl�ll and void; oiherurise ta rernairl in ful] force and
4 ef£ect.
5
6 Pi20tiID�D, HOWI+;VER, ii'Prin.cipal shail itiil s� to repair or recozistriict any titnely
7 noticeci de£ective Work, it is agreed tliat tl�e City r��ay cause any and all such defiective Warlt to be
8 repaired ancUor• reconstructed tivith all associated costs tl�ereoi�heing bc�rne by ttie Principal and the
9 Slirety uuder this Maintenance bond; and
E'ItOVIDED FUI2'I'HFR, thak i#�an;v Iega1 actic�ri be filed �n this Bond, venue s]�all lie in
'I'arrant Cour.�ty, "1'exas or the United Sta.tes Disirict Court for the Northern I)i:strict of Texas, Foz�C
Worth Division; and
14
15 �'It4VIDFD I+'UR"I'NI,12, tihat this obligation Shall be contiuuous in nature and successi.ve
1Ci rec�veries may be h�d .herec>u for successive l�reaclles.
17
l�
CITY' OE FOlt7' t��OR"I R P�l'�I"I'HF'R ISL�'�ND SANI'I'ARY SF;WER CQLLLC'I'OR
S"1'ANDARD C(}NS'I'RUC'T10N SE'FC1PiCATtON DOCliMk.'sN7'S C1TY PRtJJBt;'C No. 105'117
Kevised Decernber 8, 2023
�.�...x,,,,,�,,�� �.� .. . . �,�.. _ . .. . . �
006] ]9-3
iv1AIN'IBNr1?vCP }3(1ND
F'age 3 of 3
4
5
6
7
S
4
io
i�
IZ
13
14
15
1 fi
17
l8
14
2U
21
22
?.,:3
1_4
25
26
27
2R
29
30
31
3?.
34
35
36
37
3�
3g
40
41
4?
1 1N Wl't'NES,S V4'HEREU�', t)xe �'rincipal and ihe Surety have each SICiN�+D and SF,ALED this
2 instrument by duly autl�orizecl agents 1nd officers on this the �� __ day of _,,,C.PibYUG��
�
� ,,. .........:......:........._._.�..._.�.�., _ .
�.i..l�rs�r:
'�uc.�'�9����,�-��_ ,C1�4��-
(1'rincipaIl Secretary Michele S. La �ford
__— _ __ ___
'4G'itness as to Pri�lc,i�a1
A'I'TES'T:
PRiNCIi'AI;,
Williaul J. Schultz, Inc. dba
__. _ _ — _
Circle C Constniction Company
i3 Y : .. �_.�t/X�'... �cS�
S1��2'1flYUiE �� �
Teresa S,..Skelly_,..Presid...en
Name a�nd TitEe
Adciress:
50O W. Tramiilell Ave.
Fort Worth, TX 76140
Address:
(Sur ) Se r_�tary C>700 Westown Par way
�� � West Des IVlomes_, IA 502C6-7754
��,'�tness a; to Surety John A. er 'I'elepliorie Number: (800) 678-8171
Email Address: sheryl("a?johnamillerassocinc.com
*Note: T:f signeci by a�� c�fficer of the Surety C;ompany, tliere must be on file a certi#ied extract
frc7m the by-�1ac�vs s�iowing that i:his person has authority to sign such obligation. If
Surety'� p�tysical address is dif'ferei�t ti•om its mailing addz�ess, both must be provided.
'I'he date of the bond shall not be prior to the daie the Co�ilract is awardeci.
CI'T'�" UP P012'.t' 1�0i<TI� PAN'I'HLR ISLAND SANI'I'Al2Y SCGVI3R COI,I.,CCTOP.
57 ANDAf�Q C�NS'I ItUC:T70N SPECII�ICA7�ION DOCtiD4EiYTS C;]'I Y PROJI:i{:I� No. f 4)5247
Reviscd Dcccmbcr 8, 2f)23
Sheryl A. Klutts, Attomey-in-Fact
_ __ ___.________
Name and'I'itle
MERCI-�[AIoTTa�
BONDII�G CfJMPANYr,�
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
John A Miller; Sheryl A Klutts
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State ofFlorida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this Zg�h day of July � 2024 •
�......,,�
••��(10 N �''•. . • � � G �' •. MERCHANTS BONDING COMPANY (MUTUAL)
.•``�P,..P•O q� �.�. +�•�Q��...�Dij�A.� MERCHANTS NATIONAL BONDING, INC.
�hfi�:.G�K R,9��p� ;• yo�opPOqq�yy�.: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
Ca�2 -o- o:�• .r-.:� -o- *": •
; v� 2003 ;?,tj; : y 1933 a���; By ��
. �
d� .: , �•., .a��.
: �: d :
.�� •�
STATE OF IOWA ••��'•k � ��?�' •�'�� �`-� `1 •� President
COUNTY OF DALLAS ss. ���"""'���' • � � �' � � �
On this Zgth day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors. —r-~--,.
,`P��A�Sm Penni Miller �' � � '
� � v Commission Number 787952 �` -
�,.�,�.1
• '�w�u�• MyCommissionExpires �4,���� r�� J
January 20, 2027 �'
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this I z.�day of �,��Yi/(��9 ,%��.
�...�.�...,� �..-..� �
���.P,� � � Nq .,�� . NG � .
� � , ... � � : .' ��` � O�A `.
;z 2oRFURq�. 2. .•�O�o�P09q�qy�� Ul
:a � -o- v':a� �r-�'.: -o- :
� v' 2003 �� � � y'! 1933 �' c; Secretary
.d�•. .:'� ,.•• : �)6;. .a�.�r.
';'..,k.,• � .,'��'' ,•��'..{,...•l:•'.
POA 0018 (6/24) '••'••�•••••� `•••••
MERCHA[�TT'�
BONDING COMPANY,M
MERCHANTS BONC)ING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, WC.
P.O. BOX 14498 � DES MOINES, IOWA 50306-3498 �(800) 678-8171 �(515) 243-3854 FAX
Please send all notices of claim on this bond to:
Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc.
P.O. Box 14498
Des Moines, Iowa 50306-3498
(515)243-8171
(800) 678-8171
Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266
SUP 0073 TX (2/15)
,
POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY
CGL 121 (02 21)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -
AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT -
ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS
(TEXAS LIMITED SOLE NEGLIGENCE)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
SCHEDULE (OPTIONAL)
Name of Additional Insured Persons or Organizations
(As required by written contract or agreement per Paragraph A. below.)
Locations of Covered Operations
(As per the written contract or agreement, provided the location is within the "coverage territory".)
(Information required to complete this Schedule, if not shown above, will be shown in the Declarations.)
A. Section II — Who Is An Insured is amended to include as an additional insured:
1. Any person or organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement in effect during the term of this policy that
such person or organization be added as an additional insured on your policy; and
2. Any other person or organization you are required to add as an additional insured under the contract or
agreement described in Paragraph 1. above; and
3. The particular person or organization, if any, scheduled above.
Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury",
"property damage" or "personal and advertising injury" occurring after the execution of the contract or
agreement described in Paragraph 1. above and caused, in whole or in part, by:
a. Your acts or omissions; or
b. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insured; or
c. "Your work" performed for the additional insured and included in the "products-completed operations
hazard" if such coverage is specifically required in the written contract or agreement.
With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured
or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of
the additional insured, but only if such coverage is specifically required in the written contract or agreement.
However, the insurance afforded to such additional insured(s) described above:
a. Only applies to the extent permitted by law;
b. Will not be broader than that which you are required by the contract or agreement to provide for such
additional insured;
CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 2
Copyright 2020 FCCI Insurance Group.
QUOTE
POLICY NUMBER: CPP100051064
COMMERCIAL GENERAL LIABILITY
CGL 121 (02 21)
c. Will not be broader than that which is afforded to you under this policy; and
d. Nothing herein shall extend the term of this policy.
B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or
"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional
architectural, engineering or surveying services, including:
1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; or
2. Supervisory, inspection, architectural or engineering activities.
C. This insurance is excess over any other valid and collectible insurance available to the additional insured
whether on a primary, excess, contingent or any other basis; unless the written contract or agreement
requires that this insurance be primary and non-contributory, in which case this insurance will be primary and
non-contributory relative to insurance on which the additional insured is a Named Insured.
D. With respect to the insurance afforded to these additional insureds, the following is added to Section III —
Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
1. Required by the contract or agreement described in Paragraph A.1.; or
2. Available under the applicable Limits of Insurance;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance.
E. Section IV — Commercial General Liability Conditions is amended as follows:
The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following
additional conditions applicable to the additional insured:
An additional insured under this endorsement must as soon as practicable:
1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suiY' under this
insurance, and of any claim or "suiY' that does result;
2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the
investigation or settlement of the claim or defense against the "suiY', and otherwise comply with all policy
conditions; and
3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would
cover the additional insured for a loss we cover under this endorsement and agree to make available all
such other insurance. However, this condition does not affect Paragraph C. above.
We have no duty to defend or indemnify an additional insured under this endorsement until we receive from
the additional insured written notice of a claim or "suiY'.
F. This endorsement does not apply to any additional insured or project that is specifically identified in any other
additional insured endorsement attached to the Commercial General Liability Coverage Form.
CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 2
Copyright 2020 FCCI Insurance Group.
QUOTE
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 00 61 25
2 CERTIFICATE OF INSURANCE
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminary Matters ......................................................................................................................... 7
2.01 Copies of Documents .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 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 ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Documents................................................................. 10
3.05 Reuse of Documents ................................................................................................................... 10
3.06 Electronic Data............................................................................................................................ 11
Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points........................................................................................................... 11
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 Contractor’s Insurance ................................................................................................................ 18
5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19
Article 6 – Contractor’s Responsibilities ........................................................................................................ 19
6.01 Supervision and Superintendence............................................................................................... 19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 21
6.05 Substitutes and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24
6.07 Wage Rates.................................................................................................................................. 25
6.08 Patent Fees and Royalties ........................................................................................................... 26
6.09 Permits and Utilities.................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ........................................................................................................................................... 28
6.12 Use of Site and Other Areas ....................................................................................................... 28
6.13 Record Documents...................................................................................................................... 29
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative.................................................................................................................. 30
6.16 Hazard Communication Programs ............................................................................................. 30
6.17 Emergencies and/or Rectification............................................................................................... 30
6.18 Submittals.................................................................................................................................... 31
6.19 Continuing the Work................................................................................................................... 32
6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32
6.21 Indemnification ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit.............................................................................................................................. 34
6.24 Nondiscrimination....................................................................................................................... 35
Article 7 – Other Work at the Site................................................................................................................... 35
7.01 Related Work at Site ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilities................................................................................................................... 36
8.01 Communications to Contractor................................................................................................... 36
8.02 Furnish Data ................................................................................................................................ 36
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports and Tests................................................................................... 36
8.05 Change Orders............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on City’s Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37
8.09 Compliance with Safety Program............................................................................................... 37
Article 9 – City’s Observation Status During Construction ........................................................................... 37
9.01 City’s Project Manager ……...................................................................................................... 37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determinations for Work Performed .......................................................................................... 38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Execution of Change Orders....................................................................................................... 39
10.04 Extra Work .................................................................................................................................. 39
10.05 Notification to Surety.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work .......................................................................................................................... 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; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13.03 Tests and Inspections .................................................................................................................. 48
13.04 Uncovering Work........................................................................................................................ 49
13.05 City May Stop the Work ............................................................................................................. 49
13.06 Correction or Removal of Defective Work ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 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 Work and Termination ........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause ................................................................................................... 58
15.03 City May Terminate For Convenience ....................................................................................... 60
Article 16 – Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings...................................................................................................................................... 63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever 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.
1. Addenda—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. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work 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. Award – 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. Bidder—The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business 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 observed by the City.
11. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City— 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 Work is to be
performed.
14. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manager – The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract 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.
18. Contract—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.
19. Contract Documents—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.
20. 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).
21. 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.
22. Contractor—The individual or entity with whom City has entered into the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
24. Damage 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.
25. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
26. Director 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.
27. Director of Parks and Community Services – The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Director 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.
29. Director of Transportation Public Works – The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
30. Director of Water Department – The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by Contractor.
Submittals are not Drawings as so defined.
32. 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.
33. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
34. Extra Work – Additional work 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 work shall be part of the Work.
35. Field Order — A written order issued by City which requires changes in the Work 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
work type at the time of award.
36. Final Acceptance – The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
38. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental 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.
40. Hazardous 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.
41. 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.
42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
43. Major Item – An Item of work 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.
44. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. 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.
46. 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 Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—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, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
49. Plans – See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
50. Project Schedule—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 Work within the Contract Time.
51. Project—The Work to be performed under the Contract Documents.
52. Project Manager—The authorized representative of the City who will be assigned to the
Site.
53. Public 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.
54. 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 from time to time.
55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
56. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activities.
58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor’s Applications for Payment.
59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work 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.
60. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship 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.
61. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by Contractor
to illustrate some portion of the Work.
63. Substantial Completion – The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent – 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. Supplementary 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. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, 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 Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. Weekend 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. Work—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work 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. Working 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 FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
1. 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,” “satisfactory,” or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work 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 “defective,” when modifying the word “Work,” refers to Work 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. Furnish, Install, Perform, 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 Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
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 Documents
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 Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed
to by both parties in writing.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work 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 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public
Meeting if 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
thereof) 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 FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading “Related
Sections include but are not necessarily limited to:” and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. 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, from 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, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, 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 Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
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:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take 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 govern 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 Supplementing Contract Documents
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 clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination 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 Supplementary 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 known as hard copies) and other
Specifications referenced and located on the City’s on-line electronic document management and
collaboration system site. Files in electronic media format of text, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from 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 govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting from
the use of software application packages, 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 of Lands
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 Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent 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 Supplementary 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 obstructions 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 Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 12 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 equipment.
4.02 Subsurface 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 known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: 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 Conditions
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 work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew 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 Underground 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 furnished 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 checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work 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 Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
Work 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 Points
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 marking 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 make no changes or
relocations. Contractor shall report to City whenever any reference point 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 Drawings: 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 Technical Data Authorized: 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 15 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 interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions or information.
C. Contractor 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 Work. 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 Work 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 writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work 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 Work; or (ii) specifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City’s own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against 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 arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is responsible.
Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity
from and against the consequences of that individual’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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 – BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from 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, Payment, and 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 (other evidence of insurance requested by City or
any other additional insured) in at least the minimum amount as specified in the Supplementary
Conditions which Contractor is required to purchase and maintain.
1.The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as “Additional Insured” on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 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 carrier names as listed in the current
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 workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk 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, nor 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 stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
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
first-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
make 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
Work by Change Order.
13. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make 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 shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
5.04 Contractor’s Insurance
A. Workers Compensation and Employers’ 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 employed by any of
them to perform any of the Work, or by anyone for whose acts any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness 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 current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
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 Work, or by anyone
for whose acts any of them may be liable.
D.Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E.Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; 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). Contractor 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 Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES
6.01 Supervision and Superintendence
A.Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work 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 CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, 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 Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labor; Working 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 Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working 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 Services, Materials, and Equipment
A. Unless 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 Work 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 CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work 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 Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
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 01 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 Substitutes and “Or-Equals”
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 like, 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” Items: 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 Work 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 6.05.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named if:
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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
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. Substitute 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 6.05.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 make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 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 Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work 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. Substitute Construction Methods or Procedures: 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 make written application to City for review in the same
manner as those provided in Paragraph 6.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.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 Guarantee: 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
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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 making 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: 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 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work 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 Work 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. Minority and Women Business Enterprise Compliance: It is City policy to ensure the full and
equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement
of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal,
Contractor is required to comply with the intent of the City’s MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 books, records,
or files in the possession of the Contractor that will substantiate the actual work performed by
MWBE. Material misrepresentation of any nature will 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 Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, 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 Work 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 performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work 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. Penalty 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 worker employed for each
calendar day or part of the day that the worker 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. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st 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 worker 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required 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 worker,
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 worker
does not resolve the issue by agreement before the 15th day after the date the City makes 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 11th 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 arbitrator 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. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on
completion of the project.
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 knowledge 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, Contractor shall indemnify and hold
harmless City, from and against 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 arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. 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 Work 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
Work.
B. City obtained permits 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. Outstanding permits 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 Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. 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 knowing or having reason to know 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work 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 comply with the provision of State
Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
https://comptroller.texas.gov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor 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 Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed 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 Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
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 Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep 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 Maintenance Cleaning: 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 correct the unsatisfactory procedure, the City may take 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. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from 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 Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
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, Specifications, 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 Work, 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 Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
take 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 Work 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, walks,
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 applicable 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 Work 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 comply 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 Work is completed and City has accepted the Work.
6.15 Safety Representative
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, Contractor 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work 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 taken 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 conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
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 services,
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
take 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work 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:
1. 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 submittals 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 completed 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 from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 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 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work 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 Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work 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 shall 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work 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 perform
the Work in accordance with the Contract Documents:
1. 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 Work 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 Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish
a good and sufficient maintenance bond, 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 officers, 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 officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY 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. 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 work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or
invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY 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 of Professional Design Services
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 Work or unless such services
are required to carry 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 Work 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 Audit
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 books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this 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 books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriate work 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 Nondiscrimination
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 Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; 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 work 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 work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor’s Work except for latent defects in the work provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work 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 contractors will be identified;
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 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish 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; Reports 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 Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City’s Responsibilities
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 Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
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 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City’s Project Manager during construction are set
forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City’s Project Manager will make 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 Work. Based on information
obtained during such visits and observations, City’s Project Manager will determine, in general, if
the Work is proceeding in accordance with the Contract Documents. City’s Project Manager will
not be required to make exhaustive or continuous inspections on the Site to check the quality or
quantity of the Work. City’s Project Manager’s efforts will be directed toward providing City a
greater degree of confidence that the completed Work will conform generally to the Contract
Documents.
B. City’s Project Manager’s visits and observations 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 CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City’s Project Manager may authorize minor variations in the Work 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 Work
City will have authority to reject Work which City’s Project Manager 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 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Manager 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 Authorized Changes in the Work
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 Work 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 work.
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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work 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 Execution of Change Orders
A.City and Contractor shall execute appropriate Change Orders covering:
1.changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City’s correction of
defective Work 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 Work actually performed.
10.04 Extra Work
A.Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work after
making written request for written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B.The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C.The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification 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 Work 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City’s Decision Required: 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:
1. 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, take 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 FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or
Contractor invoke 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 Contract 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 Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work 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
Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.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 performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers’ compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working 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 Work, 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 agreements 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 Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
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 determine, 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 Work plus a fee, the Subcontractor’s Cost of the Work and fee shall
be determined in the same manner as Contractor’s Cost of the Work 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 tools not
owned by the workers, which are consumed in the performance of the Work, and cost, less
market 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 Work, 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 Work, 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 Work for the purpose of
determining Contractor’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 Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: 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, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor’s principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the Contractor’s fee.
2. Expenses of Contractor’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 Work 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 Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor’s Fee: When all the Work 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 Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.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 breakdown 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 Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
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 Work 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 Work 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 identified item. Work 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 or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work 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 work that is above 125%.
6. When the quantity of work 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 Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work 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 work 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 error, 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity 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 Work covered by a Change Order will be determined as follows:
1. where the Work 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 mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.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 Work 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 12.01.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 profit (determined as provided in Paragraph 12.01.C).
C. Contractor’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 11.01.A.1, 11.01.A.2. and 11.01.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 incurred under Paragraph 11.01.A.4 and 11.01.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 Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.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
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and
11.01.B;
d. the amount 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 Change of Contract 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 Work or for claimed delay unless the
Extra Work 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 Work 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
Work 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 work 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 control 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 Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL 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 Work 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 Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall 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 thereof) 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 shall 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 CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. 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 Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any Work 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 Work be observed by City or inspected or
tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
1. If it is found that the uncovered Work 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 work of others); or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work 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 Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work 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 WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and 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) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such Work.
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 otherwise impair City’s special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
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 applicable special guarantee required by the Contract Documents),
any Work 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 Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, 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 risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work 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 work of others) will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work 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 written 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 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, 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 Work and for the diminished value of the Work 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 Work, and City
shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work 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, take possession of all or part of the Work and suspend Contractor’s
services related thereto, and incorporate in the Work all materials and equipment incorporated in
the Work, 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 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 Work; 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 Work 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 Values
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 Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
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 Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or 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 described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections 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 knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work 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 classifications for Work 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 check the quality or the quantity of the Work as it has been performed
have been exhaustive, extended to every aspect of the Work in progress, or involved
detailed inspections of the Work 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 Contractor
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 Work.
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 revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective or completed Work has been damaged by the Contractor or
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 Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. 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 work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement will be
assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, 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 knowledge 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 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which
has specifically been identified in the Contract Documents, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for its intended purpose
without significant interference with Contractor’s performance of the remainder of the Work. City
at any time may notify Contractor in writing to permit City to use or occupy any such part of the
Work which City determines to be ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work 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 therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Final Inspection
A. Upon written notice from Contractor that the entire Work is Substantially Complete in
accordance with the Contract Documents:
1. 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 Work is incomplete or defective (“Punch List Items”). Contractor shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification to the City
of Substantial Completion and the date of Final Inspection.
1. Should the City determine that the Work is not ready for Final Inspection, City will notify the
Contractor in writing of the reasons and Contract Time will resume.
2. Should the City concur that Substantial Completion has been achieved with the exception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Final Acceptance
Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make 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. affidavits of payments for employees, subcontractors, and suppliers; 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 Work .
B. Payment Becomes Due:
1. 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 and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor’s final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage 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 Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
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 Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents, for any reason, the City will make 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 Work 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 take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
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:
1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers 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 make good any defect in materials or workmanship, 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 bankrupt, or otherwise
financially unable to carry on the Work 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 Work. 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
Work. 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, 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 Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work 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 Work 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 Work, 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 Work 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 Contractor 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
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 Work under the contract is terminated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States 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 discretionary 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 materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of 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, Work 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 Work 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 contract 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 termination 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
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 termination
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 Work 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 Work;
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 Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable 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 Work, 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 Contractor 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 termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
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.C 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 SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke 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 confirmation of receipt by the receiving party.
17.02 Computation 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 Cumulative 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
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
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified 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 full 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 Contract Documents.
SC-3.03B.2, “Resolving Discrepancies”
Plans govern over Specifications.
SC-4.01A
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-4.01A.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
NOVEMBER 2024
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
1 TRWD January 2025
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.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
SC-4.01A.2, “Availability of Lands”
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, and/or relocated
as of OCTOBER 2024
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
None
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:
See attached report by CMJ Engineering, Project No 103-24-532 in the Appendix.
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 Work:
None
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmental conditions known to the City:
See attached report in Appendix by Braun Intertec, report B240502 for Limited Phase II Investigation.
SC-5.03A., “Certificates of Insurance”
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1)City
(2)Consultant: Kimley-Horn and Associates, Inc.
(3)Other: Tarrant Regional Water District (TRWD)
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance 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 GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
SC-5.04B., “Contractor’s Insurance”
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must 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 Insurance.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., 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 will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks.
None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a “Right of
Entry Agreement” with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor’s operations and work cross,
occupy, or touch railroad property:
A.Commercial General Liability Insurance:
(1) General Aggregate:$10,000,000
(2) Each Occurrence:$5,000,000
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
B.Business Automobile Coverage Insurance:
(1) Each Accident:$2,000,000
C.Workers’ Compensation and Employers’ Liability Insurance:
(1) Each Accident:$1,000,000
(2) Disease Policy Limit for each Employee:$1,000,000
D.Environmental Liability Insurance:
(1) Annual Aggregate:$4,000,000
(2) Per Loss:$2,000,000
E.Railroad Protective Liability Insurance:
(1) General Aggregate:$10,000,000
(2) Each Occurrence:$5,000,000
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
1.Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
2.Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3.If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4.If no grade separation is involved but other work is proposed on a railroad company’s right-of-way,
all such other work may be covered in a single policy for that railroad, even though the work may
be at two or more separate locations.
No work or activities on a railroad company’s property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor’s beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
SC-6.04., “Project Schedule”
Project schedule shall be tier 3 for the project.
SC-6.07 A.., “Duty to pay Prevailing Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates (Heavy and Highway Construction Projects)
2013 Prevailing Wage Rates (Commercial Construction Projects)
A copy of the table is also available by accessing the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 – General Conditions
SC-6.09., “Permits and Utilities”
SC-6.09A., “Contractor obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
1.None
SC-6.09B. “City obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the City:
2.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 October
2024:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
None
Vendor Scope of Work Coordination Authority
TRWD Access Coordination TRWD / Trinity Metro
Coyote Theater Access Coordination TRWD /Coyote Theater
SC-8.01, “Communications to Contractor”
None.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 8, 2024
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is Liam Conlon, or his/her successor pursuant to written
notification from the Director of the Water Department.
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
01 11 00 - 1
SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 SECTION 01 11 00
2 SUMMARY OF WORK
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Summary 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.
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
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 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. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1. Any and all Work specifically 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 item shall
27 be considered as a subsidiary item of Work, 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 specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials, and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
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 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 25 00
2 SUBSTITUTION PROCEDURES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for requesting the approval of substitution of a product that is not
7 equivalent to a product which is specified by descriptive or performance criteria or
8 defined by reference to 1 or more of the following:
9 a. Name of manufacturer
10 b. Name of vendor
11 c. Trade name
12 d. Catalog number
13 2. Substitutions are not "or-equals".
14 B. Deviations from this City of Fort Worth Standard Specification
15 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 Payment
21 1. Work associated with this Item is considered subsidiary 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 A. Request for Substitution - General
26 1. Within 30 days after award of Contract (unless noted otherwise), the City will
27 consider formal requests from Contractor for substitution of products in place of
28 those specified.
29 2. Certain types of equipment and kinds of material are described in Specifications by
30 means of references to names of manufacturers and vendors, trade names, or
31 catalog numbers.
32 a. When this method of specifying is used, it is not intended to exclude from
33 consideration other products bearing other manufacturer's or vendor's names,
34 trade names, or catalog numbers, provided said products are "or-equals," as
35 determined by City.
36 3. Other types of equipment and kinds of material may be acceptable substitutions
37 under the following conditions:
38 a. Or-equals are unavailable due to strike, discontinued production of products
39 meeting specified requirements, or other factors beyond control of Contractor;
40 or,
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 b. Contractor 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 2. Submit 3 copies of each written request for substitution, including:
9 a. Documentation
10 1) Complete data substantiating compliance of proposed substitution with
11 Contract Documents
12 2) Data relating to changes in construction schedule, when a reduction is
13 proposed
14 3) Data relating to changes in cost
15 b. For products
16 1) Product identification
17 a) Manufacturer's name
18 b) Telephone number and representative contact name
19 c) Specification Section or Drawing reference of originally specified
20 product, including discrete name or tag number assigned to original
21 product in the Contract Documents
22 2) Manufacturer's literature clearly marked to show compliance of proposed
23 product with Contract Documents
24 3) Itemized comparison of original and proposed product addressing product
25 characteristics including, but not necessarily limited to:
26 a) Size
27 b) Composition or materials of construction
28 c) Weight
29 d) Electrical or mechanical requirements
30 4) Product experience
31 a) Location of past projects utilizing product
32 b) Name and telephone number of persons associated with referenced
33 projects knowledgeable concerning proposed product
34 c) Available field data and reports associated with proposed product
35 5) Samples
36 a) Provide at request of City.
37 b) Samples become the property of the City.
38 c. For construction methods:
39 1) Detailed description of proposed method
40 2) Illustration drawings
41 C. Approval or Rejection
42 1. 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 pattern
44 of specified product if necessary 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.
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 4. No additional contract time will be given for substitution.
2 5. Substitution will be rejected if:
3 a. Submittal is not through the Contractor with his stamp of approval
4 b. Request is not made in accordance with this Specification Section
5 c. In the City’s opinion, acceptance will require substantial revision of the original
6 design
7 d. In the City’s opinion, substitution will not perform adequately the function
8 consistent with the design intent
9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
10 1.7 CLOSEOUT SUBMITTALS [NOT USED]
11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 1.9 QUALITY ASSURANCE
13 A. In making request for substitution or in using an approved product, the Contractor
14 represents that the Contractor:
15 1. Has investigated proposed product, and has determined that it is adequate or
16 superior in all respects to that specified, and that it will perform function for which
17 it is intended
18 2. Will provide same guarantee for substitute item as for product specified
19 3. Will coordinate installation of accepted substitution into Work, to include building
20 modifications if necessary, making such changes as may be required for Work to be
21 complete in all respects
22 4. Waives all claims for additional costs related to substitution which subsequently
23 arise
24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS [NOT USED]
26 1.12 WARRANTY [NOT USED]
27 PART 2 - PRODUCTS [NOT USED]
28 PART 3 - EXECUTION [NOT USED]
29 END OF SECTION
30
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 EXHIBIT A
2 REQUEST FOR SUBSTITUTION FORM:
3
4 TO:
5 PROJECT: DATE:
6 We hereby submit for your consideration the following product instead of the specified item for
7 the above project:
8 SECTION PARAGRAPH SPECIFIED
9 ITEM
10
11
12 Proposed Substitution:
13 Reason for Substitution:
14 Include complete information on changes to Drawings and/or Specifications which proposed
15 substitution will require for its proper installation.
16
17 Fill in Blanks Below:
18 A. Will the undersigned contractor pay for changes to the building design, including engineering
19 and detailing costs caused by the requested substitution?
20
21
22 B. What effect does substitution have on other trades?
23
24
25 C. Differences between proposed substitution and specified item?
26
27
28 D. Differences in product cost or product delivery time?
29
30
31 E. Manufacturer's guarantees of the proposed and specified items are:
32
33 Equal Better (explain on attachment)
34 The undersigned states that the function, appearance and quality are equivalent or superior to the
35 specified item.
36 Submitted By: For Use by City
37
38 Signature Recommended Recommended
39 as noted
40
41 Firm Not recommended Received late
42 Address By
43 Date
44 Date Remarks
45 Telephone
46
47 For Use by City:
48
49 Approved Rejected
50 City Date
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 17, 2012
1 SECTION 01 31 19
2 PRECONSTRUCTION MEETING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 – General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. 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. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded, tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may desire
38 to invite or the City may request
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 17, 2012
1 e. Other City representatives
2 f. Others as appropriate
3 4. Construction Schedule
4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
5 provide at Preconstruction Meeting.
6 b. City will notify Contractor of any schedule changes upon Notice of
7 Preconstruction Meeting.
8 5. Preliminary Agenda may include:
9 a. Introduction of Project Personnel
10 b. General Description of Project
11 c. Status of right-of-way, utility clearances, easements or other pertinent permits
12 d. Contractor’s work plan and schedule
13 e. Contract Time
14 f. Notice to Proceed
15 g. Construction Staking
16 h. Progress Payments
17 i. Extra Work and Change Order Procedures
18 j. Field Orders
19 k. Disposal Site Letter for Waste Material
20 l. Insurance Renewals
21 m. Payroll Certification
22 n. Material Certifications and Quality Control Testing
23 o. Public Safety and Convenience
24 p. Documentation of Pre-Construction Conditions
25 q. Weekend Work Notification
26 r. Legal Holidays
27 s. Trench Safety Plans
28 t. Confined Space Entry Standards
29 u. Coordination with the City’s representative for operations of existing water
30 systems
31 v. Storm Water Pollution Prevention Plan
32 w. Coordination with other Contractors
33 x. Early Warning System
34 y. Contractor Evaluation
35 z. Special Conditions applicable to the project
36 aa. Damages Claims
37 bb. Submittal Procedures
38 cc. Substitution Procedures
39 dd. Correspondence Routing
40 ee. Record Drawings
41 ff. Temporary construction facilities
42 gg. M/WBE or MBE/SBE procedures
43 hh. Final Acceptance
44 ii. Final Payment
45 jj. Questions or Comments
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 17, 2012
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 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 31 20
2 PROJECT MEETINGS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for project meetings throughout the construction period to enable orderly
7 review of the progress of the Work and to provide for systematic discussion of
8 potential problems
9 B. Deviations this City of Fort Worth Standard Specification
10 1. None.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
13 2. Division 1 – General Requirements
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered 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 administer as specified, periodic progress meetings, and
22 specially called meetings throughout progress of the Work.
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 specified in this Section, may be held when requested
29 by the City, Engineer or Contractor.
30 B. Pre-Construction 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 construction related questions
35 2. Meeting Location
36 a. Location of meeting to be determined by the City.
37 3. Attendees
38 a. Contractor
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 b. Project Representative
2 c. Other City representatives
3 4. Meeting Schedule
4 a. In general, the neighborhood meeting will occur within the 2 weeks following
5 the pre-construction conference.
6 b. In no case will construction be allowed to begin until this meeting is held.
7 C. Progress Meetings
8 1. Formal project coordination meetings will be held periodically. Meetings will be
9 scheduled and administered by Project Representative.
10 2. Additional progress meetings 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
15 d. Resolution of construction 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 completing the attendance form to be circulated at the beginning of each
20 meeting.
21 4. Attendance shall include:
22 a. Contractor's project manager
23 b. Contractor's superintendent
24 c. Any subcontractor or supplier representatives whom the Contractor may desire
25 to invite or the City may request
26 d. Engineer's representatives
27 e. City’s representatives
28 f. Others, as requested by the Project Representative
29 5. Preliminary Agenda may include:
30 a. Review of Work progress since previous meeting
31 b. Field observations, problems, conflicts
32 c. Items which impede construction schedule
33 d. Review of off-site fabrication, delivery schedules
34 e. Review of construction interfacing and sequencing requirements with other
35 construction contracts
36 f. Corrective measures and procedures to regain projected schedule
37 g. Revisions to construction schedule
38 h. Progress, schedule, during succeeding Work period
39 i. Coordination of schedules
40 j. Review submittal schedules
41 k. Maintenance of quality standards
42 l. Pending changes and substitutions
43 m. Review proposed changes for:
44 1) Effect on construction schedule and on completion date
45 2) Effect on other contracts of the Project
46 n. Review Record Documents
47 o. Review monthly pay request
48 p. Review status of Requests for Information
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
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) Engineer
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 END OF SECTION
22
Revision Log
DATE NAME SUMMARY OF CHANGE
23
01 32 16 - 1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 SECTION 01 32 16
2 CONSTRUCTION PROGRESS SCHEDULE
3 PART 1 - GENERAL
4 1.1 SUMMARY
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 from 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 Contract
14 2. Division 1 – General Requirements
15 D. Purpose
16 The City of Fort Worth (City) is committed to delivering quality, cost-effective
17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
18 properly structured schedule with accurate updates. This supports effective monitoring
19 of progress and is input to critical decision making by the project manager throughout
20 the lift of the project. Data from the updated project schedule is utilized in status
21 reporting to various levels of the City organization and the citizenry.
22
23 This Document complements the City’s Standard Agreement to guide the construction
24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25 City in project delivery. The expectation is the performance of the work follows the
26 accepted schedule and adhere to the contractual timeline.
27
28 The Contractor will designate a qualified representative (Project Scheduler) responsible
29 for developing and updating the schedule and preparing status reporting as required by
30 the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Work associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor’s invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. Project Schedules
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 Each project is represented by City’s master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractor to perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City’s standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City’s Project Control Specialist and approved
8 by the City’s Project Manager.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City’s Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City’s Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City’s
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor’s contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City’s Project Control Specialist
25 and the City’s Project Manager as a baseline schedule for Contractor’s scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 “tiered” approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor’s scope of
34 work. The following is a summary of the “tiers”.
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City’s Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as-needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies “start” and “finish” milestone dates on key elements of their
45 work as agreed with the City’s Project Manager at the kickoff of their work effort.
46 The Contractor issues to the City, updates to the “start” and “finish” dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
01 32 16 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 4. The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and
4 in alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on
7 the project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a “baseline” schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a “progress”
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the “Baseline” schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress
22 is significantly behind schedule, the City’s Project Manager may authorize an
23 update to the baseline schedule to facilitate a more practical evaluation of progress.
24 An example of a Baseline Schedule is provided in Specification 01 32 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the “Progress Schedule”. The City’s
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non-acceptance notification. An example of a Progress Schedule is
37 provided in Specification 01 32 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule Requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 1. Schedule Framework - The schedule will be based on the defined scope of work
2 and follow the (Critical Path Methodology) CPM method. The Contractor’s
3 schedule will align with the requirements of this specification and will be cost
4 loaded to reflect their plan for execution. Compliance with cost loading can be
5 provided with traditional cost loading of line items OR a projected cost per
6 month for the project when the initial schedule is submitted, updated on a
7 quarterly basis is significant change is anticipated. Overall schedule duration
8 will align with the contractual requirements for the respective scope of work and be
9 reflected in City’s Master Project Schedule. The Project Number and Name of the
10 Project is required on each schedule and must match the City’s project data.
11
12 E. Schedule File Name
13 All schedules submitted to the City for a project will have a file name that begins with
14 the City’s project number followed by the name of the project followed by baseline (if
15 a baseline schedule) or the year and month (if a progress schedule), as shown below.
16
17 • Baseline Schedule File Name
18 Format: City Project Number_Project Name_Baseline
19 Example: 101376_North Montgomery Street HMAC_Baseline
20
21 • Progress Schedule File Name
22 Format: City Project Number_Project Name_YYYY-MM
23 Example: 101376_North Montgomery Street HMAC_2018_01
24
25 • Project Schedule Progress Narrative File Name
26 Format: City Project Number_Project Name_PN_YYYY-MM
27 Example: 101376_North Montgomery Street HMAC_PN_2018_01
28
29 F. Schedule Templates
30 The Contractor will utilize the relevant sections from the City’s templates provided in
31 the City’s document management system as the basis for creating their respective
32 project schedule. Specifically, the Contractor’s schedule will align with the layout of
33 the Construction section. The templates are identified by type of project as noted
34 below.
35 • Arterials
36 • Aviation
37 • Neighborhood Streets
38 • Sidewalks (later)
39 • Quiet Zones (later)
40 • Street Lights (later)
41 • Intersection Improvements (later)
42 • Parks
43 • Storm water
44 • Street Maintenance
45 • Traffic
46 • Water
47
48 G. Schedule Calendar
01 32 16 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 The City’s standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City’s eight standard holidays (New Years, Martin
3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after
4 Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of
5 the schedule development process and provide to the Project Control Specialist as part
6 of the basis for their schedule. Variations between the City’s calendar and the
7 Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline
8 project schedule.
9
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
19 1. Contractor is required to utilize the City’s WBS structure and respective
20 project type template for “Construction” as shown in Section 1.4.H below.
21 Additional activities may be added to Levels 1 - 4 to accommodate the needs
22 of the organization executing the work. Specifically the Contractor will add
23 activities under WBS XXXXXX.80.83 “Construction Execution” that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City’s Standard Milestones as shown in
27 Section 1.4.I below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 “project start” and “project finish” milestones.
37
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the City’s Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
01 32 16 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 review and acceptance as described in Section 1.5 below. Updated baseline schedules
2 adhere to the following:
3
4 1. Time extensions associated with approved contract modifications are limited to the
5 actual amount of time the project activities are anticipated to be delayed, unless
6 otherwise approved by the Program Manager.
7
8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after
9 the date of receipt of the approved Change Order.
10
11 3. The changes in logic or durations approved by the City are used to analyze the
12 impact of the change and is included in the Change Order. The coding for a new
13 activity(s) added to the schedule for the Change Order includes the Change Order
14 number in the Activity ID. Use as many activities as needed to accurately show the
15 work of the Change Order. Revisions to the baseline schedule are not effective
16 until accepted by the City.
17 K. City’s Work Breakdown Structure
18
19 WBS Code WBS Name
20 XXXXXX Project Name
21 XXXXXX.30 Design
22 XXXXXX.30.10 Design Contractor Agreement
23 XXXXXX.30.20 Conceptual Design (30%)
24 XXXXXX.30.30 Preliminary Design (60%)
25 XXXXXX.30.40 Final Design
26 XXXXXX.30.50 Environmental
27 XXXXXX.30.60 Permits
28 XXXXXX.30.60.10 Permits - Identification
29 XXXXXX.30.60.20 Permits - Review/Approve
30 XXXXXX.40 ROW & Easements
31 XXXXXX.40.10 ROW Negotiations
32 XXXXXX.40.20 Condemnation
33 XXXXXX.70 Utility Relocation
34 XXXXXX.70.10 Utility Relocation Co-ordination
35 XXXXXX.80 Construction
36 XXXXXX.80.81 Bid and Award
37 XXXXXX.80.83 Construction Execution
38 XXXXXX.80.85 Inspection
39 XXXXXX.80.86 Landscaping
40 XXXXXX.90 Closeout
41 XXXXXX.90.10 Construction Contract Close-out
42 XXXXXX.90.40 Design Contract Closure
43 L. City’s Standard Milestones
44 The following milestone activities (i.e., important events on a project that mark critical
45 points in time) are of particular interest to the City and must be reflected in the project
46 schedule for all phases of work.
47
01 32 16 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 Activity ID Activity Name
2 Design
3 3020 Award Design Agreement
4 3040 Issue Notice to Proceed - Design Engineer
5 3100 Design Kick-off Meeting
6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
7 Water & Sewer
8 3150 Peer Review Meeting/Design Review meeting (technical)
9 3160 Conduct Design Public Meeting #1 (required)
10 3170 Conceptual Design Complete
11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
12 Parks, Storm Water, Water & Sewer
13 3250 Conduct Design Public Meeting #2 (required)
14 3260 Preliminary Design Complete
15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
16 Water & Sewer
17 3330 Conduct Design Public Meeting #3 (if required)
18 3360 Final Design Complete
19 ROW & Easements
20 4000 Right of Way Start
21 4230 Right of Way Complete
22 Utility Relocation
23 7000 Utilities Start
24 7120 Utilities Cleared/Complete
25 Construction
26 Bid and Award
27 8110 Start Advertisement
28 8150 Conduct Bid Opening
29 8240 Award Construction Contract
30 Construction Execution
31 8330 Conduct Construction Public Meeting #4 Pre-Construction
32 8350 Construction Start
33 8370 Substantial Completion
34 8540 Construction Completion
35 9130 Notice of Completion/Green Sheet
36 9150 Construction Contract Closed
37 9420 Design Contract Closed
38
39 1.4 SUBMITTALS
40 A. Schedule Submittal & Review
41 The City’s Project Manager is responsible for reviews and acceptance of the
42 Contractor’s schedule. The City’s Project Control Specialist is responsible for ensuring
43 alignment of the Contractor’s baseline and progress schedules with the Master Project
44 Schedule as support to the City’s Project Manager. The City reviews and accepts or
45 rejects the schedule within ten workdays of Contractor’s submittal.
46
01 32 16 - 8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 1. Schedule Format
2 The Contractor will submit each schedule in two electronic forms, one in native file
3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document
4 management system in the location dedicated for this purpose and identified by the
5 Project Manager. In the event the Contractor does not use Primavera P6 or MS
6 Project for scheduling purposes, the schedule information must be submitted in .xls
7 or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1
8 Construction Project Schedule Baseline Example), including activity predecessors,
9 successors and total float.
10
11 2. Initial & Baseline Schedule
12 The Contractor w ill develop their schedule for their scope of work and submit their
13 initial schedule in electronic form (in the file formats noted above), in the City’s
14 document management system in the location dedicated for this purpose at least 5
15 working days prior to Pre Construction Meeting.
16
17 The City’s Project Manager and Project Control Specialist review this initial
18 schedule to determine alignment with the City’s Master Project Schedule, including
19 format & WBS structure. Following the City’s review, feedback is provided to the
20 Contractor for their use in finalizing their initial schedule and issuing (within five
21 workdays) their Baseline Schedule for final review and acceptance by the City.
22
23 3. Progress Schedule
24 The Contractor w ill update and issue their project schedule (Progress Schedule) by
25 the last day of each month throughout the life of their work on the project. The
26 Progress Schedule is submitted in electronic form as noted above, in the City’s
27 document management system in the location dedicated for this purpose.
28
29 The City’s Project Control team reviews each Progress Schedule for data and
30 information that support the assessment of the update to the schedule. In the event
31 data or information is missing or incomplete, the Project Controls Specialist
32 communicates directly with the Contractor’s scheduler for providing same. The
33 Contractor re-submits the corrected Progress Schedule within 5 workdays,
34 following the submittal process noted above. The City’s Project Manager and
35 Project Control Specialist review the Contractor’s progress schedule for acceptance
36 and to monitor performance and progress.
37
38 The following list of items are required to ensure proper status information is
39 contained in the Progress Schedule.
40 • Baseline Start date
41 • Baseline Finish Date
42 • % Complete
43 • Float
44 • Activity Logic (dependencies)
45 • Critical Path
46 • Activities added or deleted
47 • Expected Baseline Finish date
48 • Variance to the Baseline Finish Date
49
01 32 16 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1 B. Monthly Construction Status Report
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule submittal, using the standard format provided in
5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The
6 content of the Construction Project Schedule Progress Narrative should be concise and
7 complete to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 • Schedules and Monthly Construction Status Reports are submitted in in the City’s
11 document management system in the location dedicated for this purpose.
12 • Once the project has been completed and Final Acceptance has been issued by the
13 City, no further progress schedules or construction status reports are required from
14 the Contractor.
15
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20 A. The person preparing and revising the construction Progress Schedule shall be
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec 01 32 16.1 Construction Project Schedule Baseline Example
31 Spec 01 32 16.2 Construction Project Schedule Progress Example
32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative
33
01 32 16 - 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised August 13, 2021
1
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4 END OF SECTION
5
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3.G. “Schedule Calendar”
6
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 32 33
2 PRECONSTRUCTION VIDEO
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 – General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. 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 preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction 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, STORAGE, AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2 - PRODUCTS [NOT USED]
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 PART 3 - EXECUTION [NOT USED]
2 END OF SECTION
3
Revision Log
DATE NAME SUMMARY OF CHANGE
4
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 SECTION 01 33 00
2 SUBMITTALS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following
7 Work-related submittals:
8 a. Shop Drawings
9 b. Product Data (including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 – General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. 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 REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of any deviations in the
25 submittals from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of
28 performing the related Work or other applicable activities, or within the time
29 specified in the individual Work Sections, of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by
31 processing times including, but not limited to:
32 a) Disapproval and resubmittal (if required)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 g) Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 d. Make submittals promptly in accordance with approved schedule, and in such
2 sequence as to cause no delay in the Work or in the work of any other
3 contractor.
4 B. Submittal Numbering
5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
6 reference identification numbering system in the following manner:
7 a. Use the first 6 digits of the applicable Specification Section Number.
8 b. For the next 2 digits number use numbers 01-99 to sequentially number each
9 initial separate item or drawing submitted under each specific Section number.
10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
12 submittal number would be as follows:
13
14 03 30 00-08-B
15
16 1) 03 30 00 is the Specification Section for Concrete
17 2) 08 is the eighth initial submittal under this Specification Section
18 3) B is the third submission (second resubmission) of that particular shop
19 drawing
20 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 numbers 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 field measurements, field construction criteria, materials, dimensions,
34 catalog numbers and similar data and I have checked and coordinated each
35 item with other applicable approved shop drawings."
36 D. Submittal Format
37 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
38 2. Bind shop drawings and product data sheets together.
39 3. Order
40 a. Cover Sheet
41 1) Description of Packet
42 2) Contractor Certification
43 b. List of items / Table of Contents
44 c. Product Data /Shop Drawings/Samples /Calculations
45 E. Submittal Content
46 1. The date of submission and the dates of any previous submissions
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 2. The Project title and number
2 3. Contractor identification
3 4. The names of:
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 Work or materials
11 8. Applicable standards, such as ASTM or Federal Specification numbers
12 9. Identification by highlighting of deviations from 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 F. Shop Drawings
16 1. As specified in individual Work Sections includes, but is not necessarily limited to:
17 a. Custom-prepared data such as fabrication and erection/installation (working)
18 drawings
19 b. Scheduled information
20 c. Setting diagrams
21 d. Actual shopwork manufacturing instructions
22 e. Custom templates
23 f. Special wiring diagrams
24 g. Coordination drawings
25 h. Individual system or equipment inspection and test reports including:
26 1) Performance curves and certifications
27 i. As applicable to the Work
28 2. Details
29 a. Relation of the various parts to the main members and lines of the structure
30 b. Where correct fabrication of the Work depends upon field measurements
31 1) Provide such measurements and note on the drawings prior to submitting
32 for approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City’s Standard Product
35 List, clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City’s Standard
37 Product List, submittal data may include, but is not necessarily limited to:
38 a. Standard prepared data for manufactured products (sometimes referred to as
39 catalog data)
40 1) Such as the manufacturer's product specification and installation
41 instructions
42 2) Availability of colors and patterns
43 3) Manufacturer's printed statements of compliances and applicability
44 4) Roughing-in diagrams and templates
45 5) Catalog cuts
46 6) Product photographs
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 7) Standard wiring diagrams
2 8) Printed performance curves and operational-range diagrams
3 9) Production or quality control inspection and test reports and certifications
4 10) Mill reports
5 11) Product operating and maintenance instructions and recommended
6 spare-parts listing and printed product warranties
7 12) As applicable to the Work
8 H. Samples
9 1. As specified in individual Sections, include, but are not necessarily limited to:
10 a. Physical examples of the Work such as:
11 1) Sections of manufactured or fabricated Work
12 2) Small cuts or containers of materials
13 3) Complete units of repetitively used products color/texture/pattern swatches
14 and range sets
15 4) Specimens for coordination of visual effect
16 5) Graphic symbols and units of Work to be used by the City for independent
17 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 conform to approved shop drawings and data is at the Contractor's
22 risk.
23 2. The City will not be liable for any expense or delay due to corrections or remedies
24 required to accomplish conformity.
25 3. Complete project Work, materials, fabrication, and installations in conformance
26 with approved shop drawings, applicable samples, and product data.
27 J. Submittal Distribution
28 1. Electronic Distribution
29 a. Confirm development of Project directory for electronic submittals to be
30 uploaded to City’s Buzzsaw site, or another external FTP site approved by the
31 City.
32 b. Shop Drawings
33 1) Upload submittal to designated project directory and notify appropriate
34 City representatives via email of submittal posting.
35 2) Hard Copies
36 a) 3 copies for all submittals
37 b) If Contractor requires more than 1 hard copy of Shop Drawings
38 returned, Contractor shall submit more than the number of copies listed
39 above.
40 c. Product Data
41 1) Upload submittal to designated project directory and notify appropriate
42 City representatives via email of submittal posting.
43 2) Hard Copies
44 a) 3 copies for all submittals
45 d. Samples
46 1) Distributed to the Project Representative
47 2. Hard Copy Distribution (if required in lieu of electronic distribution)
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 a. Shop Drawings
2 1) Distributed to the City
3 2) Copies
4 a) 8 copies for mechanical submittals
5 b) 7 copies for all other submittals
6 c) If Contractor requires more than 3 copies of Shop Drawings returned,
7 Contractor shall submit more than the number of copies listed above.
8 b. Product Data
9 1) Distributed to the City
10 2) Copies
11 a) 4 copies
12 c. Samples
13 1) Distributed to the Project Representative
14 2) Copies
15 a) Submit the number stated in the respective Specification Sections.
16 3. Distribute reproductions of approved shop drawings and copies of approved
17 product data and samples, where required, to the job site file and elsewhere as
18 directed by the City.
19 a. Provide number of copies as directed by the City but not exceeding the number
20 previously specified.
21 K. Submittal Review
22 1. The review of shop drawings, data and samples will be for general conformance
23 with the design concept and Contract Documents. This is not to be construed as:
24 a. Permitting any departure from the Contract requirements
25 b. Relieving the Contractor of responsibility for any errors, including details,
26 dimensions, and materials
27 c. Approving departures from details furnished by the City, except as otherwise
28 provided herein
29 2. The review and approval of shop drawings, samples or product data by the City
30 does not relieve the Contractor from his/her responsibility with regard to the
31 fulfillment of the terms of the Contract.
32 a. All risks of error and omission are assumed by the Contractor, and the City will
33 have no responsibility therefore.
34 3. The Contractor remains responsible for details and accuracy, for coordinating the
35 Work with all other associated work and trades, for selecting fabrication processes,
36 for techniques of assembly and for performing Work in a safe manner.
37 4. If the shop drawings, data or samples as submitted describe variations and show a
38 departure from the Contract requirements which City finds to be in the interest of
39 the City and to be so minor as not to involve a change in Contract Price or time for
40 performance, the City may return the reviewed drawings without noting an
41 exception.
42 5. Submittals will be returned to the Contractor under 1 of the following codes:
43 a. Code 1
44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
45 comments on the submittal.
46 a) When returned under this code the Contractor may release the
47 equipment and/or material for manufacture.
48 b. Code 2
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
2 the notations and comments IS NOT required by the Contractor.
3 a) The Contractor may release the equipment or material for manufacture;
4 however, all notations and comments must be incorporated into the
5 final product.
6 c. Code 3
7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
8 assigned when notations and comments are extensive enough to require a
9 resubmittal of the package.
10 a) The Contractor may release the equipment or material for manufacture;
11 however, all notations and comments must be incorporated into the
12 final product.
13 b) This resubmittal is to address all comments, omissions and
14 non-conforming items that were noted.
15 c) Resubmittal is to be received by the City within 15 Calendar Days of
16 the date of the City's transmittal requiring the resubmittal.
17 d. Code 4
18 1) "NOT APPROVED" is assigned when the submittal does not meet the
19 intent of the Contract Documents.
20 a) The Contractor must resubmit the entire package revised to bring the
21 submittal into conformance.
22 b) It may be necessary to resubmit using a different manufacturer/vendor
23 to meet the Contract Documents.
24 6. Resubmittals
25 a. Handled in the same manner as first submittals
26 1) Corrections other than requested by the City
27 2) Marked with revision triangle or other similar method
28 a) At Contractor’s risk if not marked
29 b. Submittals for each item will be reviewed no more than twice at the City’s
30 expense.
31 1) All subsequent reviews will be performed at times convenient to the City
32 and at the Contractor's expense, based on the City's or City
33 Representative’s then prevailing rates.
34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for
35 all such fees invoiced by the City.
36 c. The need for more than 1 resubmission or any other delay in obtaining City's
37 review of submittals, will not entitle the Contractor to an extension of Contract
38 Time.
39 7. Partial Submittals
40 a. City reserves the right to not review submittals deemed partial, at the City’s
41 discretion.
42 b. Submittals deemed by the City to be not complete will be returned to the
43 Contractor, and will be considered "Not Approved" until resubmitted.
44 c. The City may at its option provide a list or mark the submittal directing the
45 Contractor to the areas that are incomplete.
46 8. If the Contractor considers any correction indicated on the shop drawings to
47 constitute a change to the Contract Documents, then written notice must be
48 provided thereof to the City at least 7 Calendar Days prior to release for
49 manufacture.
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
5 following 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 completion of the Work or when directed.
10 M. Qualifications
11 1. If specifically required in other Sections of these Specifications, submit a P.E.
12 Certification for each item required.
13 N. Request for Information (RFI)
14 1. Contractor Request for additional information
15 a. Clarification or interpretation 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 “01” and
23 increasing sequentially with each additional transmittal.
24 4. Sufficient 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 that 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 USED]
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]
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
4
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
5
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Use of Explosives, Drop Weight, Etc. 10
e. Water Department Notification 11
f. Public Notification Prior to Beginning Construction 12
g. Coordination with United States Army Corps of Engineers 13
h. Coordination within Railroad permits areas 14
i. Dust Control 15
j. Employee Parking 16
B. Deviations from this City of Fort Worth Standard Specification 17
1. None. 18
C. Related Specification Sections include, but are not necessarily limited to: 19
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20
2. Division 1 – General Requirements 21
3. Section 33 12 25 – Connection to Existing Water Mains 22
1.2 PRICE AND PAYMENT PROCEDURES 23
A. Measurement and Payment 24
1. Coordination within Railroad permit areas 25
a. Measurement 26
1) Measurement for this Item will be by lump sum. 27
b. Payment 28
1) The work performed and materials furnished in accordance with this Item 29
will be paid for at the lump sum price bid for Railroad Coordination. 30
c. The price bid shall include: 31
1) Mobilization 32
2) Inspection 33
3) Safety training 34
4) Additional Insurance 35
5) Insurance Certificates 36
6) Other requirements associated with general coordination with Railroad, 37
including additional employees required to protect the right-of-way and 38
property of the Railroad from damage arising out of and/or from the 39
construction of the Project. 40
2. Railroad Flagmen 41
a. Measurement 42
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
1) Measurement for this Item will be per working day. 1
b. Payment 2
1) The work performed and materials furnished in accordance with this Item 3
will be paid for each working day that Railroad Flagmen are present at the 4
Site. 5
c. The price bid shall include: 6
1) Coordination for scheduling flagmen 7
2) Flagmen 8
3) Other requirements associated with Railroad 9
3. All other items 10
a. Work associated with these Items is considered subsidiary to the various Items 11
bid. No separate payment will be allowed for this Item. 12
1.3 REFERENCES 13
A. Reference Standards 14
1. Reference standards cited in this Specification refer to the current reference 15
standard published at the time of the latest revision date logged at the end of this 16
Specification, unless a date is specifically cited. 17
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18
High Voltage Overhead Lines. 19
1.4 ADMINISTRATIVE REQUIREMENTS 20
A. Coordination with the Texas Department of Transportation 21
1. When work in the right-of-way which is under the jurisdiction of the Texas 22
Department of Transportation (TxDOT): 23
a. Notify the Texas Department of Transportation prior to commencing any work 24
therein in accordance with the provisions of the permit 25
b. All work performed in the TxDOT right-of-way shall be performed in 26
compliance with and subject to approval from the Texas Department of 27
Transportation 28
B. Work near High Voltage Lines 29
1. Regulatory Requirements 30
a. All Work near High Voltage Lines (more than 600 volts measured between 31
conductors or between a conductor and the ground) shall be in accordance with 32
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 33
2. Warning sign 34
a. Provide sign of sufficient size meeting all OSHA requirements. 35
3. Equipment operating within 10 feet of high voltage lines will require the following 36
safety features 37
a. Insulating cage-type of guard about the boom or arm 38
b. Insulator links on the lift hook connections for back hoes or dippers 39
c. Equipment must meet the safety requirements as set forth by OSHA and the 40
safety requirements of the owner of the high voltage lines 41
4. Work within 6 feet of high voltage electric lines 42
a. Notification shall be given to: 43
1) The power company (example: ONCOR) 44
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
a) Maintain an accurate log of all such calls to power company and record 1
action taken in each case. 2
b. Coordination with power company 3
1) After notification coordinate with the power company to: 4
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5
lower the lines 6
c. No personnel may work within 6 feet of a high voltage line before the above 7
requirements have been met. 8
C. Confined Space Entry Program 9
1. Provide and follow approved Confined Space Entry Program in accordance with 10
OSHA requirements. 11
2. Confined Spaces include: 12
a. Manholes 13
b. All other confined spaces in accordance with OSHA’s Permit Required for 14
Confined Spaces 15
D. Use of Explosives, Drop Weight, Etc. 16
1. When Contract Documents permit on the project the following will apply: 17
a. Public Notification 18
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 19
prior to commencing. 20
2) Minimum 24 hour public notification in accordance with Section 01 31 13 21
E. Water Department Coordination 22
1. During the construction of this project, it will be necessary to deactivate, for a 23
period of time, existing lines. The Contractor shall be required to coordinate with 24
the Water Department to determine the best times for deactivating and activating 25
those lines. 26
2. Coordinate any event that will require connecting to or the operation of an existing 27
City water line system with the City’s representative. 28
a. Coordination shall be in accordance with Section 33 12 25. 29
b. If needed, obtain a hydrant water meter from the Water Department for use 30
during the life of named project. 31
c. In the event that a water valve on an existing live system be turned off and on 32
to accommodate the construction of the project is required, coordinate this 33
activity through the appropriate City representative. 34
1) Do not operate water line valves of existing water system. 35
a) Failure to comply will render the Contractor in violation of Texas Penal 36
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 37
will be prosecuted to the full extent of the law. 38
b) In addition, the Contractor will assume all liabilities and 39
responsibilities as a result of these actions. 40
F. Public Notification Prior to Beginning Construction 41
1. Prior to beginning construction on any block in the project, on a block by block 42
basis, prepare and deliver a notice or flyer of the pending construction to the front 43
door of each residence or business that will be impacted by construction. The notice 44
shall be prepared as follows: 45
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 46
beginning any construction activity on each block in the project area. 47
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
1) Prepare flyer on the Contractor’s letterhead and include the following 1
information: 2
a) Name of Project 3
b) City Project No (CPN) 4
c) Scope of Project (i.e. type of construction activity) 5
d) Actual construction duration within the block 6
e) Name of the contractor’s foreman and phone number 7
f) Name of the City’s inspector and phone number 8
g) City’s after-hours phone number 9
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 10
A. 11
3) City of Fort Worth Door Hangers will be provided to the Contractor for 12
distribution with their notice. 13
4) Submit schedule showing the construction start and finish time for each 14
block of the project to the inspector. 15
5) Deliver flyer to the City Inspector for review prior to distribution. 16
b. No construction will be allowed to begin on any block until the flyer and door 17
hangers are delivered to all residents of the block. 18
G. Public Notification of Temporary Water Service Interruption during Construction 19
1. In the event it becomes necessary to temporarily shut down water service to 20
residents or businesses during construction, prepare and deliver a notice or flyer of 21
the pending interruption to the front door of each affected resident. 22
2. Prepared notice as follows: 23
a. The notification or flyer shall be posted 24 hours prior to the temporary 24
interruption. 25
b. Prepare flyer on the contractor’s letterhead and include the following 26
information: 27
1) Name of the project 28
2) City Project Number 29
3) Date of the interruption of service 30
4) Period the interruption will take place 31
5) Name of the contractor’s foreman and phone number 32
6) Name of the City’s inspector and phone number 33
c. A sample of the temporary water service interruption notification is attached as 34
Exhibit B. 35
d. Deliver a copy of the temporary interruption notification to the City inspector 36
for review prior to being distributed. 37
e. No interruption of water service can occur until the flyer has been delivered to 38
all affected residents and businesses. 39
f. Electronic versions of the sample flyers can be obtained from the Project 40
Construction Inspector. 41
H. Coordination with United States Army Corps of Engineers (USACE) 42
1. At locations in the Project where construction activities occur in areas where 43
USACE permits are required, meet all requirements set forth in each designated 44
permit. 45
I. Coordination within Railroad Permit Areas 46
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
1. At locations in the project where construction activities occur in areas where 1
railroad permits are required, meet all requirements set forth in each designated 2
railroad permit. This includes, but is not limited to, provisions for: 3
a. Flagmen 4
b. Inspectors 5
c. Safety training 6
d. Additional insurance 7
e. Insurance certificates 8
f. Other employees required to protect the right-of-way and property of the 9
Railroad Company from damage arising out of and/or from the construction of 10
the project. Proper utility clearance procedures shall be used in accordance 11
with the permit guidelines. 12
2. Obtain any supplemental information needed to comply with the railroad’s 13
requirements. 14
3. Railroad Flagmen 15
a. Submit receipts to City for verification of working days that railroad flagmen 16
were present on Site. 17
J. Dust Control 18
1. Use acceptable measures to control dust at the Site. 19
a. If water is used to control dust, capture and properly dispose of waste water. 20
b. If wet saw cutting is performed, capture and properly dispose of slurry. 21
K. Employee Parking 22
1. Provide parking for employees at locations approved by the City. 23
1.5 SUBMITTALS [NOT USED] 24
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25
1.7 CLOSEOUT SUBMITTALS [NOT USED] 26
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27
1.9 QUALITY ASSURANCE [NOT USED] 28
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29
1.11 FIELD [SITE] CONDITIONS [NOT USED] 30
1.12 WARRANTY [NOT USED] 31
PART 2 - PRODUCTS [NOT USED] 32
PART 3 - EXECUTION [NOT USED] 33
END OF SECTION 34
35
Revision Log
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.4.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit
3/11/2022 M Owen
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
1
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14
15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 11, 2022
EXHIBIT B 1
2
3
4
01 45 23 - 1
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 9, 2020
1 SECTION 01 45 23
2 TESTING AND INSPECTION SERVICES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
7 B. Deviations from 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
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 subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 a. Contractor is responsible for performing, coordinating, and payment of all
17 Quality Control testing.
18 b. City is responsible for performing and payment for first set of Quality
19 Assurance testing.
20 1) If the first Quality Assurance test performed by the City fails, the
21 Contractor is responsible for payment of subsequent Quality Assurance
22 testing until a passing test occurs.
23 a) Final acceptance will not be issued by City until all required payments
24 for testing by Contractor have been paid in full.
25 1.3 REFERENCES [NOT USED]
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Testing
28 1. Complete testing in accordance with the Contract Documents.
29 2. Coordination
30 a. When testing is required to be performed by the City, notify City, sufficiently
31 in advance, when testing is needed.
32 b. When testing is required to be completed by the Contractor, notify City,
33 sufficiently in advance, that testing will be performed.
34 3. Distribution of Testing Reports
35 a. Electronic Distribution
36 1) Confirm development of Project directory for electronic submittals to be
37 uploaded to the City’s document management system, or another external
38 FTP site approved by the City.
01 45 23 - 2
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 9, 2020
1 2) Upload test reports to designated project directory and notify appropriate
2 City representatives via email of submittal posting.
3 3) Hard Copies
4 a) 1 copy for all submittals submitted to the Project Representative
5 b. Hard Copy Distribution (if required in lieu of electronic distribution)
6 1) Tests performed by City
7 a) Distribute 1 hard copy to the Contractor
8 2) Tests performed by the Contractor
9 a) Distribute 3 hard copies to City’s Project Representative
10 4. Provide City’s Project Representative with trip tickets for each delivered load of
11 Concrete or Lime material including the following information:
12 a. Name of pit
13 b. Date of delivery
14 c. Material delivered
15 B. Inspection
16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to
17 perform work in accordance with the Contract Documents.
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 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS [NOT USED]
27 PART 3 - EXECUTION [NOT USED]
28 END OF SECTION
29
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
30
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 50 00
2 TEMPORARY FACILITIES AND CONTROLS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1 – General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid. No
21 separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies or authorities having
28 jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final Acceptance.
30 1) Included are fuel, power, light, heat and other utility services necessary for
31 execution, completion, testing and initial operation of Work.
32 2. Water
33 a. Contractor to provide water required for and in connection with Work to be
34 performed and for specified tests of piping, equipment, devices or other use as
35 required for the completion of the Work.
36 b. Provide and maintain adequate supply of potable water for domestic consumption by
37 Contractor personnel and City’s Project Representatives.
38 c. Coordination
39 1) Contact City 1 week before water for construction is desired
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247
Revised July 1, 2011
1 d. Contractor Payment for Construction Water
2 1) Obtain construction water meter from City for payment as billed by City’s
3 established rates.
4 3. Electricity and Lighting
5 a. Provide and pay for electric powered service as required for Work, including testing
6 of Work.
7 1) Provide power for lighting, operation of equipment, or other use.
8 b. Electric power service includes temporary power service or generator to maintain
9 operations during scheduled shutdown.
10 4. Telephone
11 a. Provide emergency telephone service at Site for use by Contractor personnel and
12 others performing work or furnishing services at Site.
13 5. Temporary Heat and Ventilation
14 a. Provide temporary heat as necessary for protection or completion of Work.
15 b. Provide temporary heat and ventilation to assure safe working conditions.
16 B. Sanitary Facilities
17 1. Provide and maintain sanitary facilities for persons on Site.
18 a. Comply with regulations of State and local departments of health.
19 2. Enforce use of sanitary facilities by construction personnel at job site.
20 a. Enclose and anchor sanitary facilities.
21 b. No discharge will be allowed from these facilities.
22 c. Collect and store sewage and waste so as not to cause nuisance or health problem.
23 d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose
24 in accordance with applicable regulation.
25 3. Locate facilities near Work Site and keep clean and maintained throughout Project.
26 4. Remove facilities at completion of Project
27 C. Storage Sheds and Buildings
28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
29 above ground level for materials and equipment susceptible to weather damage.
30 2. Storage of materials not susceptible to weather damage may be on blocks off ground.
31 3. Store materials in a neat and orderly manner.
32 a. Place materials and equipment to permit easy access for identification, inspection
33 and inventory.
34 4. Equip building with lockable doors and lighting, and provide electrical service for
35 equipment space heaters and heating or ventilation as necessary to provide storage
36 environments acceptable to specified manufacturers.
37 5. Fill and grade site for temporary structures to provide drainage away from temporary and
38 existing buildings.
39 6. Remove building from site prior to Final Acceptance.
40 D. Temporary Fencing
41 1. Provide and maintain for the duration or construction when required in contract
42 documents
43 E. Dust Control
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247
Revised July 1, 2011
1 1. Contractor is responsible for maintaining dust control through the duration of the project.
2 a. Contractor remains on-call at all times
3 b. Must respond in a timely manner
4 F. Temporary Protection of Construction
5 1. Contractor or subcontractors are responsible for protecting Work from damage due to
6 weather.
7 1.5 SUBMITTALS [NOT USED]
8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
9 1.7 CLOSEOUT SUBMITTALS [NOT USED]
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE [NOT USED]
12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
13 1.11 FIELD [SITE] CONDITIONS [NOT USED]
14 1.12 WARRANTY [NOT USED]
15 PART 2 - PRODUCTS [NOT USED]
16 PART 3 - EXECUTION [NOT USED]
17 3.1 INSTALLERS [NOT USED]
18 3.2 EXAMINATION [NOT USED]
19 3.3 PREPARATION [NOT USED]
20 3.4 INSTALLATION
21 A. Temporary Facilities
22 1. Maintain all temporary facilities for duration of construction activities as needed.
23 3.5 [REPAIR] / [RESTORATION]
24 3.6 RE-INSTALLATION
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
30 A. Temporary Facilities
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT No. 105247
Revised July 1, 2011
1 1. Remove all temporary facilities and restore area after completion of the Work, to a
2 condition equal to or better than prior to start of Work.
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
8
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 22, 2021
1 SECTION 01 55 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from 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 Contract
14 2. Division 1 – General Requirements
15 3. Section 34 71 13 – Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. 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 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic control plans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic control plans are not included in the Drawings, prepare traffic
34 control plans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 22, 2021
1 2) A traffic control “Typical” published by City of Fort Worth, the Texas
2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing a
4 project/site specific traffic control plan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
10 1) Allow a minimum of 5 working days for permit review.
11 2) Contractor’s responsibility to coordinate review of Traffic Control plans for
12 Street Use Permit, such that construction is not delayed.
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control:
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Control plans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor’s responsibility to coordinate review of Traffic Control
20 plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3. When construction is complete, to the extent that the permanent sign can be
31 reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City’s website.
35 1.5 SUBMITTALS
36 A. Submit all required documentation to City’s Project Representative.
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 22, 2021
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY [NOT USED]
8 PART 2 - PRODUCTS [NOT USED]
9 PART 3 - EXECUTION [NOT USED]
10 END OF SECTION
11
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/21021 M. Owen
1.4.A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4.A.1.c Added language to allow for use of published traffic control “Typicals” if
applicable to specific project/site.
1.4.F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
12
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 57 13
2 STORM WATER POLLUTION PREVENTION
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from 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
11 Contract
12 2. Division 1 – General Requirements
13 3. Section 31 25 00 – Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 31 25 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice of Termination: NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOC
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integrated Storm Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 B. Construction Activities resulting in:
2 1. Less than 1 acre of disturbance
3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and
4 Drawings.
5 2. 1 to less than 5 acres of disturbance
6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
7 Permit is required
8 b. Complete SWPPP in accordance with TCEQ requirements
9 1) TCEQ Small Construction Site Notice Required under general permit
10 TXR150000
11 a) Sign and post at job site
12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of
13 Transportation and Public Works, Environmental Division, (817) 392-
14 6088.
15 2) Provide erosion and sediment control in accordance with:
16 a) Section 31 25 00
17 b) The Drawings
18 c) TXR150000 General Permit
19 d) SWPPP
20 e) TCEQ requirements
21 3. 5 acres or more of Disturbance
22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
23 Permit is required
24 b. Complete SWPPP in accordance with TCEQ requirements
25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
26 a) Sign and post at job site
27 b) Send copy to City Department of Transportation and Public Works,
28 Environmental Division, (817) 392-6088.
29 2) TCEQ Notice of Change required if making changes or updates to NOI
30 3) Provide erosion and sediment control in accordance with:
31 a) Section 31 25 00
32 b) The Drawings
33 c) TXR150000 General Permit
34 d) SWPPP
35 e) TCEQ requirements
36 4) Once the project has been completed and all the closeout requirements of
37 TCEQ have been met a TCEQ Notice of Termination can be submitted.
38 a) Send copy to City Department of Transportation and Public Works,
39 Environmental Division, (817) 392-6088.
40 1.5 SUBMITTALS
41 A. SWPPP
42 1. Submit in accordance with Section 01 33 00, except as stated herein.
43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
44 as follows:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward to the City Department of
47 Transportation and Public Works, Environmental Division for review
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 B. Modified SWPPP
2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
3 in accordance with Section 01 33 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2 - PRODUCTS [NOT USED]
12 PART 3 - EXECUTION [NOT USED]
13 END OF SECTION
14
Revision Log
DATE NAME SUMMARY OF CHANGE
15
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 58 13
2 TEMPORARY PROJECT SIGNAGE
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Temporary Project Signage Requirements
7 B. Deviations from 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
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 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 [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 1.11 FIELD [SITE] CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS
27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
29 A. Design Criteria
30 1. Provide free standing Project Designation Sign in accordance with City’s Standard
31 Details for project signs.
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 B. Materials
2 1. Sign
3 a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
6 PART 3 - EXECUTION
7 3.1 INSTALLERS [NOT USED]
8 3.2 EXAMINATION [NOT USED]
9 3.3 PREPARATION [NOT USED]
10 3.4 INSTALLATION
11 A. General
12 1. Provide vertical installation at extents of project.
13 2. Relocate sign as needed, upon request of the City.
14 B. Mounting options
15 a. Skids
16 b. Posts
17 c. Barricade
18 3.5 REPAIR / RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE
27 A. General
28 1. Maintenance will include painting and repairs as needed or directed by the City.
29 3.14 ATTACHMENTS [NOT USED]
30 END OF SECTION
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
01 60 00 - 1
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 9, 2020
1 SECTION 01 60 00
2 PRODUCT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. References for Product Requirements and City Standard Products List
7 B. Deviations from 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
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 A. A list of City approved products for use is available through the City’s website at:
16 https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path:
17 1. 02-Construction Documents/Standard Products List
18 B. Only products specifically included on City’s Standard Product List in these Contract
19 Documents shall be allowed for use on the Project.
20 1. Any subsequently approved products will only be allowed for use upon specific
21 approval by the City.
22 C. Any specific product requirements in the Contract Documents supersede similar
23 products included on the City’s Standard Product List.
24 1. The City reserves the right to not allow products to be used for certain projects even
25 though the product is listed on the City’s Standard Product List.
26 D. Although a specific product is included on City’s Standard Product List, not all
27 products from that manufacturer are approved for use, including but not limited to, that
28 manufacturer’s standard product.
29 E. See Section 01 33 00 for submittal requirements of Product Data included on City’s
30 Standard Product List.
31 1.5 SUBMITTALS [NOT USED]
32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
33 1.7 CLOSEOUT SUBMITTALS [NOT USED]
34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
35 1.9 QUALITY ASSURANCE [NOT USED]
01 60 00 - 2
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 9, 2020
1 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 [NOT USED]
5 PART 3 - EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City website.
8
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 66 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3. Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division 1 – General Requirements
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. 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 [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 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28 A. Delivery Requirements
29 1. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery.
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other
2 containers designed and constructed to protect the contents from physical or
3 environmental damage.
4 5. Clearly and fully mark and identify as to manufacturer, item and installation
5 location.
6 6. Provide manufacturer's instructions for storage and handling.
7 B. Handling Requirements
8 1. Handle products or equipment in accordance with these Contract Documents and
9 manufacturer’s recommendations and instructions.
10 C. Storage Requirements
11 1. Store materials in accordance with manufacturer’s recommendations and
12 requirements of these Specifications.
13 2. Make necessary provisions for safe storage of materials and equipment.
14 a. Place loose soil materials and materials to be incorporated into Work to prevent
15 damage to any part of Work or existing facilities and to maintain free access at
16 all times to all parts of Work and to utility service company installations in
17 vicinity of Work.
18 3. Keep materials and equipment neatly and compactly stored in locations that will
19 cause minimum 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 construction site for storage of material and
23 equipment as shown on Drawings, or approved by City’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 6. Do not use lawns, grass plots or other private property for storage purposes without
28 written permission of owner or other person in possession or control of premises.
29 7. Store in manufacturers’ unopened containers.
30 8. Neatly, safely and compactly stack materials delivered and stored along line of
31 Work to avoid inconvenience and damage to property owners and general public
32 and maintain at least 3 feet from fire hydrant.
33 9. Keep public and private driveways and street crossings open.
34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
35 satisfaction of City’s Project Representative.
36 a. Total length which materials may be distributed along route of construction at
37 one time is 1,000 linear feet, unless otherwise approved in writing by City’s
38 Project Representative.
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 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 ERECTION [NOT USED]
9 3.5 REPAIR / RESTORATION [NOT USED]
10 3.6 RE-INSTALLATION [NOT USED]
11 3.7 FIELD [OR] SITE QUALITY CONTROL
12 A. Tests and Inspections
13 1. Inspect all products or equipment delivered to the site prior to unloading.
14 B. Non-Conforming Work
15 1. Reject all products or equipment that are damaged, used or in any other way
16 unsatisfactory for use on the project.
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21 3.12 PROTECTION
22 A. Protect all products or equipment in accordance with manufacturer's written directions.
23 B. Store products or equipment in location to avoid physical damage to items while in
24 storage.
25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by
26 the manufacturer.
27 3.13 MAINTENANCE [NOT USED]
28 3.14 ATTACHMENTS [NOT USED]
29 END OF SECTION
30
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
1
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised November 22, 2016
1 SECTION 01 70 00
2 MOBILIZATION AND REMOBILIZATION
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Mobilization and Demobilization
7 a. Mobilization
8 1) Transportation of Contractor’s personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessary general facilities for the Contractor’s operation
11 at the Site
12 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor’s personnel, equipment, and operating supplies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities for the Contractor’s operation
16 from 1 location to another location on the Site.
17 b. Demobilization
18 1) Transportation of Contractor’s personnel, equipment, and operating supplies
19 away from the Site including disassembly
20 2) Site Clean-up
21 3) Removal of all buildings and/or other facilities assembled at the Site for this
22 Contract
23 c. Mobilization and Demobilization do not include activities for specific items of
24 work that are for which payment is provided elsewhere in the contract.
25 2. Remobilization
26 a. Remobilization for Suspension of Work specifically required in the Contract
27 Documents or as required by City includes:
28 1) Demobilization
29 a) Transportation of Contractor’s personnel, equipment, and operating
30 supplies from the Site including disassembly or temporarily securing
31 equipment, supplies, and other facilities as designated by the Contract
32 Documents necessary to suspend the Work.
33 b) Site Clean-up as designated in the Contract Documents
34 2) Remobilization
35 a) Transportation of Contractor’s personnel, equipment, and operating
36 supplies to the Site necessary to resume the Work.
37 b) Establishment of necessary general facilities for the Contractor’s
38 operation at the Site necessary to resume the Work.
39 3) No Payments will be made for:
40 a) Mobilization and Demobilization from one location to another on the
41 Site in the normal progress of performing the Work.
42 b) Stand-by or idle time
43 c) Lost profits
44 3. Mobilizations and Demobilization for Miscellaneous Projects
45 a. Mobilization and Demobilization
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised November 22, 2016
1 1) Mobilization shall consist of the activities and cost on a Work Order basis
2 necessary for:
3 a) Transportation of Contractor’s personnel, equipment, and operating
4 supplies to the Site for the issued Work Order.
5 b) Establishment of necessary general facilities for the Contractor’s
6 operation at the Site for the issued Work Order
7 2) Demobilization shall consist of the activities and cost necessary for:
8 a) Transportation of Contractor’s personnel, equipment, and operating
9 supplies from the Site including disassembly for each issued Work
10 Order
11 b) Site Clean-up for each issued Work Order
12 c) Removal of all buildings or other facilities assembled at the Site for
13 each Work Oder
14 b. Mobilization and Demobilization do not include activities for specific items of
15 work for which payment is provided elsewhere in the contract.
16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
17 a. A Mobilization for Miscellaneous Projects when directed by the City and the
18 mobilization occurs within 24 hours of the issuance of the Work Order.
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1 – General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1.Mobilization and Demobilization
27 a. Measure
28 1) This Item is considered subsidiary to the various Items bid.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 are subsidiary to the various Items bid and no other compensation will be
32 allowed.
33 2. Remobilization for suspension of Work as specifically required in the Contract
34 Documents
35 a. Measurement
36 1) Measurement for this Item shall be per each remobilization performed.
37 b. Payment
38 1) The work performed and materials furnished in accordance with this Item
39 and measured as provided under “Measurement” will be paid for at the unit
40 price per each “Specified Remobilization” in accordance with Contract
41 Documents.
42 c. The price shall include:
43 1) Demobilization as described in Section 1.1.A.2.a.1)
44 2) Remobilization as described in Section 1.1.A.2.a.2)
45 d. No payments will be made for standby, idle time, or lost profits associated this
46 Item.
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised November 22, 2016
1 3. Remobilization for suspension of Work as required by City
2 a. Measurement and Payment
3 1) This shall be submitted as a Contract Claim in accordance with Article 10
4 of Section 00 72 00.
5 2) No payments will be made for standby, idle time, or lost profits associated
6 with this Item.
7 4. Mobilizations and Demobilizations for Miscellaneous Projects
8 a. Measurement
9 1) Measurement for this Item shall be for each Mobilization and
10 Demobilization required by the Contract Documents
11 b. Payment
12 1) The Work performed and materials furnished in accordance with this Item
13 and measured as provided under “Measurement” will be paid for at the unit
14 price per each “Work Order Mobilization” in accordance with Contract
15 Documents. Demobilization shall be considered subsidiary to mobilization
16 and shall not be paid for separately.
17 c. The price shall include:
18 1) Mobilization as described in Section 1.1.A.3.a.1)
19 2) Demobilization as described in Section 1.1.A.3.a.2)
20 d. No payments will be made for standby, idle time, or lost profits associated this
21 Item.
22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
23 a. Measurement
24 1) Measurement for this Item shall be for each Mobilization and
25 Demobilization required by the Contract Documents
26 b. Payment
27 1) The Work performed and materials furnished in accordance with this Item
28 and measured as provided under “Measurement” will be paid for at the unit
29 price per each “Work Order Emergency Mobilization” in accordance with
30 Contract Documents. Demobilization shall be considered subsidiary to
31 mobilization and shall not be paid for separately.
32 c. The price shall include
33 1) Mobilization as described in Section 1.1.A.4.a)
34 2) Demobilization as described in Section 1.1.A.3.a.2)
35 d. No payments will be made for standby, idle time, or lost profits associated this
36 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]
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised November 22, 2016
1 1.11 FIELD [SITE] 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
6
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
7
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 SECTION 01 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from 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
11 2. Division 1 – General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Construction Staking
15 a. Measurement
16 1) Measurement for this Item shall be by lump sum.
17 b. Payment
18 1) The work performed and the materials furnished in accordance with this
19 Item shall be paid for at the lump sum price bid for “Construction Staking”.
20 2) Payment for “Construction Staking” shall be made in partial payments
21 prorated by work completed compared to total work included in the lump
22 sum item.
23 c. The price bid shall include, but not be limited to the following:
24 1) Verification of control data provided by City.
25 2) Placement, maintenance and replacement of required stakes and markings
26 in the field.
27 3) Preparation and submittal of construction staking documentation in the
28 form of “cut sheets” using the City’s standard template.
29 2. Construction Survey
30 a. Measurement
31 1) This Item is considered subsidiary to the various Items bid.
32 b. Payment
33 1) The work performed and the materials furnished in accordance with this
34 Item are subsidiary to the various Items bid and no other compensation will be
35 allowed.
36 3. As-Built Survey
37 a. Measurement
38 1) Measurement for this Item shall be by lump sum.
39 b. Payment
40 1) The work performed and the materials furnished in accordance with this
41 Item shall be paid for at the lump sum price bid for “As-Built Survey”.
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 2) Payment for “Construction Staking” shall be made in partial payments
2 prorated by work completed compared to total work included in the lump sum
3 item.
4 c. The price bid shall include, but not be limited to the following::
5 1) Field measurements and survey shots to identify location of completed
6 facilities.
7 2) Documentation and submittal of as-built survey data onto contractor redline
8 plans and digital survey files.
9
10 1.3 REFERENCES
11 A. Definitions
12 1. Construction Survey - The survey measurements made prior to or while
13 construction is in progress to control elevation, horizontal position, dimensions and
14 configuration of structures/improvements included in the Project Drawings.
15 2. As-built Survey –The measurements made after the construction of the
16 improvement features are complete to provide position coordinates for the features
17 of a project.
18 3. Construction Staking – The placement of stakes and markings to provide offsets
19 and elevations to cut and fill in order to locate on the ground the designed
20 structures/improvements included in the Project Drawings. Construction staking
21 shall include staking easements and/or right of way if indicated on the plans.
22 4. Survey “Field Checks” – Measurements made after construction staking is
23 completed and before construction work begins to ensure that structures marked on
24 the ground are accurately located per Project Drawings.
25 B. Technical References
26 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
27 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
29 on City’s Buzzsaw website).
30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
32 Surveying in the State of Texas, Category 5
33
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. The Contractor’s selection of a surveyor must comply with Texas Government
36 Code 2254 (qualifications based selection) for this project.
37 1.5 SUBMITTALS
38 A. Submittals, if required, shall be in accordance with Section 01 33 00.
39 B. All submittals shall be received and reviewed by the City prior to delivery of work.
40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
41 A. Field Quality Control Submittals
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 1. Documentation verifying accuracy of field engineering work, including coordinate
2 conversions if plans do not indicate grid or ground coordinates.
3 2. Submit “Cut-Sheets” conforming to the standard template provided by the City
4 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
5 1.7 CLOSEOUT SUBMITTALS
6 B. As-built Redline Drawing Submittal
7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
8 constructed improvements signed and sealed by Registered Professional Land
9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
10 – Survey Staking Standards) .
11 2. Contractor shall submit the proposed as-built and completed redline drawing
12 submittal one (1) week prior to scheduling the project final inspection for City
13 review and comment. Revisions, if necessary, shall be made to the as-built redline
14 drawings and resubmitted to the City prior to scheduling the construction final
15 inspection.
16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17 1.9 QUALITY ASSURANCE
18 A. Construction Staking
19 1. Construction staking will be performed by the Contractor.
20 2. Coordination
21 a. Contact City’s Project Representative at least one week in advance notifying
22 the City of when Construction Staking is scheduled.
23 b. It is the Contractor’s responsibility to coordinate staking such that
24 construction activities are not delayed or negatively impacted.
25 3. General
26 a. Contractor is responsible for preserving and maintaining stakes. If City
27 surveyors are required to re-stake for any reason, the Contractor will be
28 responsible for costs to perform staking. If in the opinion of the City, a
29 sufficient number of stakes or markings have been lost, destroyed disturbed or
30 omitted that the contracted Work cannot take place then the Contractor will be
31 required to stake or re-stake the deficient areas.
32 B. Construction Survey
33 1. Construction Survey will be performed by the Contractor.
34 2. Coordination
35 a. Contractor to verify that horizontal and vertical control data established in the
36 design survey and required for construction survey is available and in place.
37 3. General
38 a. Construction survey will be performed in order to construct the work shown
39 on the Construction Drawings and specified in the Contract Documents.
40 b. For construction methods other than open cut, the Contractor shall perform
41 construction survey and verify control data including, but not limited to, the
42 following:
43 1) Verification that established benchmarks and control are accurate.
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 2) Use of Benchmarks to furnish and maintain all reference lines and grades
2 for tunneling.
3 3) Use of line and grades to establish the location of the pipe.
4 4) Submit to the City copies of field notesused to establish all lines and
5 grades, if requested, and allow the City to check guidance system setup prior
6 to beginning each tunneling drive.
7 5) Provide access for the City, if requested, to verify the guidance system and
8 the line and grade of the carrier pipe.
9 6) The Contractor remains fully responsible for the accuracy of the work and
10 correction of it, as required.
11 7) Monitor line and grade continuously during construction.
12 8) Record deviation with respect to design line and grade once at each pipe
13 joint and submit daily records to the City.
14 9) If the installation does not meet the specified tolerances (as outlined in
15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
16 the installation in accordance with the Contract Documents.
17 C. As-Built Survey
18 1. Required As-Built Survey will be performed by the Contractor.
19 2. Coordination
20 a. Contractor is to coordinate with City to confirm which features require as-
21 built surveying.
22 b. It is the Contractor’s responsibility to coordinate the as-built survey and
23 required measurements for items that are to be buried such that construction
24 activities are not delayed or negatively impacted.
25 c. For sewer mains and water mains 12” and under in diameter, it is acceptable
26 to physically measure depth and mark the location during the progress of
27 construction and take as-built survey after the facility has been buried. The
28 Contractor is responsible for the quality control needed to ensure accuracy.
29 3. General
30 a. The Contractor shall provide as-built survey including the elevation and
31 location (and provide written documentation to the City) of construction
32 features during the progress of the construction including the following:
33 1) Water Lines
34 a) Top of pipe elevations and coordinates for waterlines at the following
35 locations:
36 (1) Minimum every 250 linear feet, including
37 (2) Horizontal and vertical points of inflection, curvature,
38 etc.
39 (3) Fire line tee
40 (4) Plugs, stub-outs, dead-end lines
41 (5) Casing pipe (each end) and all buried fittings
42 2) Sanitary Sewer
43 a) Top of pipe elevations and coordinates for force mains and siphon
44 sanitary sewer lines (non-gravity facilities) at the following locations:
45 (1) Minimum every 250 linear feet and any buried fittings
46 (2) Horizontal and vertical points of inflection, curvature,
47 etc.
48 3) Stormwater – Not Applicable
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 b. The Contractor shall provide as-built survey including the elevation and
2 location (and provide written documentation to the City) of construction
3 features after the construction is completed including the following:
4 1) Manholes
5 a) Rim and flowline elevations and coordinates for each manhole
6 2) Water Lines
7 a) Cathodic protection test stations
8 b) Sampling stations
9 c) Meter boxes/vaults (All sizes)
10 d) Fire hydrants
11 e) Valves (gate, butterfly, etc.)
12 f) Air Release valves (Manhole rim and vent pipe)
13 g) Blow off valves (Manhole rim and valve lid)
14 h) Pressure plane valves
15 i) Underground Vaults
16 (1) Rim and flowline elevations and coordinates for each
17 Underground Vault.
18 3) Sanitary Sewer
19 a) Cleanouts
20 (1) Rim and flowline elevations and coordinates for each
21 b) Manholes and Junction Structures
22 (1) Rim and flowline elevations and coordinates for each
23 manhole and junction structure.
24 4) Stormwater – Not Applicable
25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
26 1.11 FIELD [SITE] CONDITIONS [NOT USED]
27 1.12 WARRANTY
28 PART 2 - PRODUCTS
29 A. A construction survey will produce, but will not be limited to:
30 1. Recovery of relevant control points, points of curvature and points of intersection.
31 2. Establish temporary horizontal and vertical control elevations (benchmarks)
32 sufficiently permanent and located in a manner to be used throughout construction.
33 3. The location of planned facilities, easements and improvements.
34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking
35 areas, utilities, streets, highways, tunnels, and other construction.
36 b. A record of revisions or corrections noted in an orderly manner for reference.
37 c. A drawing, when required by the client, indicating the horizontal and vertical
38 location of facilities, easements and improvements, as built.
39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
40 construction staking projects. These cut sheets shall be on the standard city template
41 which can be obtained from the Survey Superintendent (817-392-7925).
42 5. Digital survey files in the following formats shall be acceptable:
43 a. AutoCAD (.dwg)
44 b. ESRI Shapefile (.shp)
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
2 standard templates, if available)
3 6. Survey files shall include vertical and horizontal data tied to original project
4 control and benchmarks, and shall include feature descriptions
5 PART 3 - EXECUTION
6 3.1 INSTALLERS
7 A. Tolerances:
8 1. The staked location of any improvement or facility should be as accurate as
9 practical and necessary. The degree of precision required is dependent on many
10 factors all of which must remain judgmental. The tolerances listed hereafter are
11 based on generalities and, under certain circumstances, shall yield to specific
12 requirements. The surveyor shall assess any situation by review of the overall plans
13 and through consultation with responsible parties as to the need for specific
14 tolerances.
15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed
17 1.0 ft. tolerance.
18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
20 walkways shall be located within the confines of the site boundaries and,
21 occasionally, along a boundary or any other restrictive line. Away from any
22 restrictive line, these facilities should be staked with an accuracy producing no
23 more than 0.05ft. tolerance from their specified locations.
24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and
25 electric lines, shall be located horizontally within their prescribed areas or
26 easements. Within assigned areas, these utilities should be staked with an
27 accuracy producing no more than 0.1 ft tolerance from a specified location.
28 e. The accuracy required for the vertical location of utilities varies widely. Many
29 underground utilities require only a minimum cover and a tolerance of 0.1 ft.
30 should be maintained. Underground and overhead utilities on planned profile,
31 but not depending on gravity flow for performance, should not exceed 0.1 ft.
32 tolerance.
33 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s
34 specifications or in compliance to standards. The City reserves the right to request a
35 calibration report at any time and recommends regular maintenance schedule be
36 performed by a certified technician every 6 months.
37 1. Field measurements of angles and distances shall be done in such fashion as to
38 satisfy the closures and tolerances expressed in Part 3.1.A.
39 2. Vertical locations shall be established from a pre-established benchmark and
40 checked by closing to a different bench mark on the same datum.
41 3. Construction survey field work shall correspond to the client’s plans. Irregularities
42 or conflicts found shall be reported promptly to the City.
43 4. Revisions, corrections and other pertinent data shall be logged for future reference.
44
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1 3.2 EXAMINATION [NOT USED]
2 3.3 PREPARATION [NOT USED]
3 3.4 APPLICATION
4 3.5 REPAIR / RESTORATION
5 A. If the Contractor’s work damages or destroys one or more of the control
6 monuments/points set by the City, the monuments shall be adequately referenced for
7 expedient restoration.
8 1. Notify City if any control data needs to be restored or replaced due to damage
9 caused during construction operations.
10 a. Contractor shall perform replacements and/or restorations.
11 b. The City may require at any time a survey “Field Check” of any monument
12 or benchmarks that are set be verified by the City surveyors before further
13 associated work can move forward.
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD [OR] SITE QUALITY CONTROL
16 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the
17 City in accordance with this Specification. This includes easements and right of way, if
18 noted on the plans.
19 B. Do not change or relocate stakes or control data without approval from the City.
20 3.8 SYSTEM STARTUP
21 A. Survey Checks
22 1. The City reserves the right to perform a Survey Check at any time deemed
23 necessary.
24 2. Checks by City personnel or 3
rd party contracted surveyor are not intended to
25 relieve the contractor of his/her responsibility for accuracy.
26
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 END OF SECTION
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised February 14, 2018
1
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
2
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 1 of 26
Section 01 71 23.01 - Attachment A
Survey Staking Standards
February 2017
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 2 of 26
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. Storm Staking
VIII.Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 3 of 26
I. Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility Color
PROPOSED EXCAVATION WHITE
ALL ELECTRIC AND CONDUITS RED
POTABLE WATER BLUE
GAS OR OIL YELLOW
TELEPHONE/FIBER OPTIC ORANGE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
PINK
SANITARY SEWER GREEN
IRRIGATION AND RECLAIMED WATER PURPLE
III. Standard Staking Supplies
Item Minimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred)6" tall
Pin Flags (2.5" x 3.5" preferred)21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2” or greater diameter)18” long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathers)6" long
Tacks (for marking hubs)3/4" long
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 4 of 26
IV.Survey Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/
Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on
‘Benchmarks’.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
II. Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or
anything that needs vertical grading with a tolerance of 0.25’ or less is
allowed.
D. Control Points Set
I. All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked ‘control point’ or similar wording.
II. Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. – If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0
C. Geoid model used, Example: GEOID12A
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 5 of 26
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City’s preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Projected Coordinate System:
NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_Conformal_Conic
False_Easting: 1968500.00000000
False_Northing: 6561666.66666667
Central_Meridian: -98.50000000
Standard_Parallel_1: 32.13333333
Standard_Parallel_2: 33.96666667
Latitude_Of_Origin: 31.66666667
Linear Unit: Foot_US
Geographic Coordinate System: GCS_North_American_1983
Datum: D_North_American_1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Naming Convention below
F. Preferred Deliverable Format
.txt .csv .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a project that has surface coordinates which must be translated:
File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 6 of 26
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
Example Control Stakes
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 7 of 26
V. Water Staking Standards
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 8 of 26
A. Centerline Staking – Straight Line Tangents
I. Offset lath/stakes every 200’ on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller
IV. Grade to flow line (F/L) for 16” and larger diameter pipes
V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller
diameter pipes
VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100’ may be omitted
C. Water Meter Boxes
I. 7.0’ perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0’ behind the proposed face of curb
III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway
IV. Grade is to top of box and should be +0.06’ higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0’ behind proposed face of curb
II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 9 of 26
VI.Sanitary Sewer Staking
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 10 of 26
A. Centerline Staking – Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400’ or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 11 of 26
Example Sanitary Sewer Stakes
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 12 of 26
VII. Storm Sewer & Inlet Staking
A. Centerline Staking – Straight Line Tangents
I. 1 offset stake every 200’ on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10’ Inlet = 16.00’ total length
III. Recessed 10’ Inlet = 20.00’ total length
IV. Standard double 10’ inlet = 26.67’ total length
V. Recessed double 10’ inlet = 30.67’ total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 13 of 26
Example Storm Inlet Stakes
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 14 of 26
VIII. Curb and Gutter Staking
A. Centerline Staking – Straight Line Tangents
V. 1 offset stake every 50’ on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
IV. Staking of radius points of greater than 100’ may be omitted
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 15 of 26
Example Curb & Gutter Stakes
Example Curb & Gutter Stakes at Intersection
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 16 of 26
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 17 of 26
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard City Cut Sheet
Date:
City Project
Number:
Project Name:
Staking Method: GPS
TOTAL
STATION OTHER
LOCATION:
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
OFFSET PROP.STAKED
PT #STATION
-LT/+RT
DESCRIPTION GRADE ELEV.- CUT + FILL
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 18 of 26
X. As-built Survey
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City’s GIS
data and must be in the proper format when submitted. See section IV.
As-built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each end)
Inverts of pipes
Turbo Meters
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 19 of 26
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write “NOT FOUND” to notify the City.
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 20 of 26
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 21 of 26
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 22 of 26
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 23 of 26
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 24 of 26
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 25 of 26
C. Other preferred as-built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
K:\FTW_Utilities\061018464-CFW-Panther-Island-Sewer\SPEC\Division-01 General Requirements\01 71
23.16.01_Attachment A_Survey Staking Standards.doc
Page 26 of 26
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 74 23
2 CLEANING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 – General Requirements
13 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered 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. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
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 STORAGE, AND HANDLING
31 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 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 RE-INSTALLATION [NOT USED]
20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING
24 A. General
25 1. Prevent accumulation of wastes that create hazardous conditions.
26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27 governing authorities.
28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29 storm or sanitary drains or sewers.
30 4. Dispose of degradable debris at an approved solid waste disposal site.
31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32 alternate manner approved by City and regulatory agencies.
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 6. Handle materials in a controlled manner 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 construction
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 B. Intermediate Cleaning during Construction
10 1. Keep Work areas clean so as not to hinder health, safety or convenience of
11 personnel in existing facility operations.
12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13 3. Confine construction debris daily in strategically located container(s):
14 a. Cover to prevent blowing by wind
15 b. Store debris away from construction or operational activities
16 c. Haul from site at a minimum of once per week
17 4. Vacuum clean interior areas when ready to receive finish painting.
18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
20 may become airborne or transported by flowing water during the storm.
21 C. Interior Final Cleaning
22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
23 foreign materials from sight-exposed surfaces.
24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
25 3. Wash and shine glazing and mirrors.
26 4. Polish glossy surfaces to a clear shine.
27 5. Ventilating systems
28 a. Clean permanent filters and replace disposable filters if units were operated
29 during construction.
30 b. Clean ducts, blowers and coils if units were operated without filters during
31 construction.
32 6. Replace all burned out lamps.
33 7. Broom clean process area floors.
34 8. Mop office and control room floors.
35 D. Exterior (Site or Right of Way) Final Cleaning
36 1. Remove trash and debris containers from site.
37 a. Re-seed areas disturbed by location of trash and debris containers in accordance
38 with Section 32 92 13.
39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
40 that may hinder or disrupt the flow of traffic along the roadway.
41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
42 junction boxes and inlets.
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 4. If no longer required for maintenance of erosion facilities, and upon approval by
2 City, remove erosion control from site.
3 5. Clean signs, lights, signals, etc.
4 3.11 CLOSEOUT ACTIVITIES [NOT USED]
5 3.12 PROTECTION [NOT USED]
6 3.13 MAINTENANCE [NOT USED]
7 3.14 ATTACHMENTS [NOT USED]
8 END OF SECTION
9
Revision Log
DATE NAME SUMMARY OF CHANGE
10
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 22, 2021
1 SECTION 01 77 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from 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
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 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. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City’s Project Representative.
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 22, 2021
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, submit:
10 1. Project Record Documents in accordance with Section 01 78 39
11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
13 01 74 23.
14 C. Final Inspection
15 1. After final cleaning, provide notice to the City Project Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection, the City will notify the Contractor, in
19 writing within 10 business days, of any particulars in which this inspection
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written notice from the City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. The Right-of-way shall be cleared of all construction materials, barricades, and
25 temporary signage.
26 4. Upon completion of Work associated with the items listed in the City's written
27 notice, inform the City, that the required Work has been completed. Upon receipt
28 of this notice, the City, in the presence of the Contractor, will make a subsequent
29 Final Inspection of the project.
30 5. Provide all special accessories required to place each item of equipment in full
31 operation. These special accessory items include, but are not limited to:
32 a. Specified spare parts
33 b. Adequate oil and grease as required for the first lubrication of the equipment
34 c. Initial fill up of all chemical tanks and fuel tanks
35 d. Light bulbs
36 e. Fuses
37 f. Vault keys
38 g. Handwheels
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised March 22, 2021
1 h. Other expendable items as required for initial start-up and operation of all
2 equipment
3 D. Notice of Project Completion
4 1. Once the City Project Representative finds the Work subsequent to Final Inspection
5 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
6 E. Supporting Documentation
7 1. Coordinate with the City Project Representative to complete the following
8 additional forms:
9 a. Final Payment Request
10 b. Statement of Contract Time
11 c. Affidavit of Payment and Release of Liens
12 d. Consent of Surety to Final Payment
13 e. Pipe Report (if required)
14 f. Contractor’s Evaluation of City
15 g. Performance Evaluation of Contractor
16 F. Letter of Final Acceptance
17 1. Upon review and acceptance of Notice of Project Completion and Supporting
18 Documentation, in accordance with General Conditions, City will issue Letter of
19 Final Acceptance and release the Final Payment Request for payment.
20 3.5 REPAIR / RESTORATION [NOT USED]
21 3.6 RE-INSTALLATION [NOT USED]
22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
23 3.8 SYSTEM STARTUP [NOT USED]
24 3.9 ADJUSTING [NOT USED]
25 3.10 CLEANING [NOT USED]
26 3.11 CLOSEOUT ACTIVITIES [NOT USED]
27 3.12 PROTECTION [NOT USED]
28 3.13 MAINTENANCE [NOT USED]
29 3.14 ATTACHMENTS [NOT USED]
30 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M. Owen 3.4.C Added language to clarify and emphasize requirement to “Clearing ROW”
31
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 SECTION 01 78 23
2 OPERATION AND MAINTENANCE DATA
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include, but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 – General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. 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 REQUIREMENTS
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 01 33 00 . All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size: 8 ½ inches x 11 inches
34 b. Paper
35 1) 40 pound minimum, white, for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 c. Text: Manufacturer’s printed data, or neatly typewritten
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 d. Drawings
2 1) Provide reinforced punched binder tab, bind in with text
3 2) Reduce larger drawings and fold to size of text pages.
4 e. Provide fly-leaf for each separate product, or each piece of operating
5 equipment.
6 1) Provide typed description of product, and major component parts of
7 equipment.
8 2) Provide indexed tabs.
9 f. Cover
10 1) Identify each volume with typed or printed title "OPERATING AND
11 MAINTENANCE INSTRUCTIONS".
12 2) List:
13 a) Title of Project
14 b) Identity of separate structure as applicable
15 c) Identity of general subject matter covered in the manual
16 3. Binders
17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers
18 b. When multiple binders are used, correlate the data into related consistent
19 groupings.
20 4. If available, provide an electronic form of the O&M Manual.
21 B. Manual Content
22 1. Neatly typewritten table of contents for each volume, arranged in systematic order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product required to be included, indexed to content of the volume
25 c. List, with each product:
26 1) The name, address and telephone number of the subcontractor or installer
27 2) A list of each product required to be included, indexed to content of the
28 volume
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identify each product by product name and other identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specific product or part installed
37 2) Clearly identify data applicable to installation
38 3) Delete references to inapplicable information
39 3. Drawings
40 a. Supplement product data with drawings as necessary to clearly illustrate:
41 1) Relations of component parts of equipment and systems
42 2) Control and flow diagrams
43 b. Coordinate drawings with information in Project Record Documents to assure
44 correct illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text, as required to supplement product data for the particular installation:
47 a. Organize in consistent format under separate headings for different procedures.
48 b. Provide logical sequence of instructions of each procedure.
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 5. Copy of each warranty, bond and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control, stopping, shut-down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 i. Charts of valve tag numbers, with location and function of each valve
2 j. List of original manufacturer's spare parts, manufacturer's current prices, and
3 recommended quantities to be maintained in storage
4 k. Other data as required under pertinent Sections of Specifications
5 3. Content, for each electric and electronic system, as appropriate:
6 a. Description of system and component parts
7 1) Function, normal operating characteristics, and limiting conditions
8 2) Performance curves, engineering data and tests
9 3) Complete nomenclature and commercial number of replaceable parts
10 b. Circuit directories of panelboards
11 1) Electrical service
12 2) Controls
13 3) Communications
14 c. As installed color coded wiring diagrams
15 d. Operating procedures
16 1) Routine and normal operating instructions
17 2) Sequences required
18 3) Special operating instructions
19 e. Maintenance procedures
20 1) Routine operations
21 2) Guide to "trouble shooting"
22 3) Disassembly, repair and reassembly
23 4) Adjustment and checking
24 f. Manufacturer's printed operating and maintenance instructions
25 g. List of original manufacturer's spare parts, manufacturer's current prices, and
26 recommended quantities to be maintained in storage
27 h. Other data as required under pertinent Sections of Specifications
28 4. Prepare and include additional data when the need for such data becomes apparent
29 during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 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 [NOT USED]
5 PART 3 - EXECUTION [NOT USED]
6 END OF SECTION
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
8
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 SECTION 01 78 39
2 PROJECT RECORD DOCUMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Work associated with the documenting the project and recording changes to project
7 documents, including:
8 a. Record Drawings
9 b. Water Meter Service Reports
10 c. Sanitary Sewer Service Reports
11 d. Large Water Meter Reports
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 – General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. 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 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 USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 MAINTENANCE DOCUMENTS
33 A. Maintenance of Job Set
34 1. Immediately upon receipt of the job set, identify each of the Documents with the
35 title, "RECORD DOCUMENTS - JOB SET".
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 2. Preservation
2 a. Considering the Contract completion time, the probable number of occasions
3 upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be performed, devise a
5 suitable method for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data to final Project Record Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
11 clearly mark any deviations from Contract Documents associated with
12 installation of the infrastructure.
13 4. Making entries on Drawings
14 a. Record any deviations from Contract Documents.
15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
16 change by graphic line and note as required.
17 c. Date all entries.
18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
19 e. In the event of overlapping changes, use different colors for the overlapping
20 changes.
21 5. Conversion of schematic layouts
22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
23 ducts, and similar items, are shown schematically and are not intended to
24 portray precise physical layout.
25 1) Final physical arrangement is determined by the Contractor, subject to the
26 City's approval.
27 2) However, design of future modifications of the facility may require
28 accurate information as to the final physical layout of items which are
29 shown only schematically on the Drawings.
30 b. Show on the job set of Record Drawings, by dimension accurate to within 1
31 inch, the centerline of each run of items.
32 1) Final physical arrangement is determined by the Contractor, subject to the
33 City's approval.
34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
35 ceiling plenum", "exposed", and the like).
36 3) Make all identification sufficiently descriptive that it may be related
37 reliably to the Specifications.
38 c. The City may waive the requirements for conversion of schematic layouts
39 where, in the City's judgment, conversion serves no useful purpose. However,
40 do not rely upon waivers being issued except as specifically issued in writing
41 by the City.
42 B. Final Project Record Documents
43 1. Transfer of data to Drawings
44 a. Carefully transfer change data shown on the job set of Record Drawings to the
45 corresponding final documents, coordinating the changes as required.
46 b. Clearly indicate at each affected detail and other Drawing a full description of
47 changes made during construction, and the actual location of items.
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
1 c. Call attention to each entry by drawing a "cloud" around the area or areas
2 affected.
3 d. Make changes neatly, consistently and with the proper media to assure
4 longevity and clear reproduction.
5 2. Transfer of data to other Documents
6 a. If the Documents, other than Drawings, have been kept clean during progress of
7 the Work, and if entries thereon have been orderly to the approval of the City,
8 the job set of those Documents, other than Drawings, will be accepted as final
9 Record Documents.
10 b. If any such Document is not so approved by the City, secure a new copy of that
11 Document from the City at the City's usual charge for reproduction and
12 handling, and carefully transfer the change data to the new copy to the approval
13 of the City.
14 3.5 REPAIR / RESTORATION [NOT USED]
15 3.6 RE-INSTALLATION [NOT USED]
16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21 3.12 PROTECTION [NOT USED]
22 3.13 MAINTENANCE [NOT USED]
23 3.14 ATTACHMENTS [NOT USED]
24 END OF SECTION
25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
32 11 23 - 1
FLEXIBLE BASE COURSES
Page 1 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
SECTION 32 11 23 1
FLEXIBLE BASE COURSES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Foundation course for surface course or for other base course composed of flexible 6
base constructed in one or more courses in conformity with the typical section. 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. 2.2.5.b.4. Added provisions for seal coat. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 11
Contract 12
2. Division 1 – General Requirements 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Measurement 16
a. Measurement for this Item will be by the square yard of Flexible Base Course 17
for various: 18
1) Depths 19
2) Types 20
3) Gradations 21
2. Payment 22
a. The work performed and materials furnished in accordance with this Item and 23
measured as provided under “Measurement” will be paid for at the unit price 24
bid per square yard of Flexible Base Course. 25
3. The price bid shall include: 26
a. Preparation and correction of subgrade 27
b. Furnishing of material 28
c. Hauling 29
d. Blading 30
e. Sprinkling 31
f. Compacting 32
1.3 REFERENCES 33
A. Definitions 34
1. RAP – Recycled Asphalt Pavement. 35
B. Reference Standards 36
1. Reference standards cited in this specification refer to the current reference standard 37
published at the time of the latest revision date logged at the end of this 38
specification, unless a date is specifically cited. 39
2. ASTM International (ASTM): 40
32 11 23 - 2
FLEXIBLE BASE COURSES
Page 2 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 1
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 2
3. Texas Department of Transportation (TXDOT): 3
a. Tex-104-E, Determining Liquid Limits of Soils 4
b. Tex-106-E, Calculating the Plasticity Index of Soils 5
c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 6
d. Tex-110-E, Particle Size Analysis of Soils 7
e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 8
Base Material 9
f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials 10
g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 11
Sulfate 12
h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 13
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14
1.5 ACTION SUBMITTALS [NOT USED] 15
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16
1.7 CLOSEOUT SUBMITTALS [NOT USED] 17
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18
1.9 QUALITY ASSURANCE [NOT USED] 19
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20
1.11 FIELD [SITE] CONDITIONS [NOT USED] 21
1.12 WARRANTY [NOT USED] 22
PART 2 - PRODUCTS [NOT USED] 23
2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24
2.2 MATERIALS 25
A. General 26
1. Furnish uncontaminated materials of uniform quality that meet the requirements of 27
the Drawings and specifications. 28
2. Obtain materials from approved sources. 29
3. Notify City of changes to material sources. 30
4. The City may sample and test project materials at any time before compaction 31
throughout the duration of the project to assure specification compliance. 32
B. Aggregate 33
1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 34
the requirements of Table 1. 35
2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 36
wet ball mill for the grade specified. 37
3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 38
aggregates to meet the requirements of Table 1, unless shown on the Drawings. 39
32 11 23 - 3
FLEXIBLE BASE COURSES
Page 3 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1
Table 1 2
Material Requirements 3
Property Test Method Grade 1 Grade 2
Master gradation sieve
size (% retained)
Tex-110-E
2-1/2 in. – 0
1-3/4 in. 0 0–10
7/8 in. 10–35 –
3/8 in. 30–50 –
No. 4 45–65 45–75
No. 40 70–85 60–85
Liquid limit, % max.1 Tex-104-E 35 40
PlastiCity index, max.1 Tex-106-E 10 12
Wet ball mill, % max.2
Tex-116-E
40 45
Wet ball mill, % max.
increase passing the
No. 40 sieve
20 20
Classification3
Tex-117-E
1.0 1.1–2.3
Min. compressive
strength3, psi
lateral pressure 0 psi 45 35
lateral pressure 15 psi 175 175
1. Determine plastic index in accordance with Tex-107-E (linear
shrinkage) when liquid limit is unattainable as defined in
Tex-104-E.
2. When a soundness value is required by the Drawings, test
material in accordance with Tex-411-A.
3. Meet both the classification and the minimum compressive
strength, unless otherwise shown on the Drawings.
4
4. Material Tolerances 5
a. The City may accept material if no more than 1 of the 5 most recent gradation 6
tests has an individual sieve outside the specified limits of the gradation. 7
b. When target grading is required by the Drawings, no single failing test may 8
exceed the master grading by more than 5 percentage points on sieves No. 4 9
and larger or 3 percentage points on sieves smaller than No. 4. 10
c. The City may accept material if no more than 1 of the 5 most recent plasticity 11
index tests is outside the specified limit. No single failing test may exceed the 12
allowable limit by more than 2 points. 13
5. Material Types 14
a. Do not use fillers or binders unless approved. 15
b. Furnish the type specified on the Drawings in accordance with the following: 16
1) Type A 17
a) Crushed stone produced and graded from oversize quarried aggregate 18
that originates from a single, naturally occurring source. 19
b) Do not use gravel or multiple sources. 20
2) Type B 21
a) Only for use as base material for temporary pavement repairs. 22
b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 23
3) Type D 24
a) Type A material or crushed concrete. 25
b) Crushed concrete containing gravel will be considered Type D 26
material. 27
32 11 23 - 4
FLEXIBLE BASE COURSES
Page 4 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
c) The City may require separate dedicated stockpiles in order to verify 1
compliance. 2
d) Crushed concrete must meet the following requirements: 3
(1) Table 1 for the grade specified. 4
(2) Recycled materials must be free from reinforcing steel and other 5
objectionable material and have at most 1.5 percent deleterious 6
material when tested in accordance with TEX-413-A. 7
8
4) Include the seal coat as described in the Drawings for the compacted 9
flexbase pavement repair. 10
C. Water 11
1. Furnish water free of industrial wastes and other objectionable matter. 12
2.3 ACCESSORIES [NOT USED] 13
2.4 SOURCE QUALITY CONTROL [NOT USED] 14
PART 3 - EXECUTION 15
3.1 INSTALLERS [NOT USED] 16
3.2 EXAMINATION [NOT USED] 17
3.3 PREPARATION 18
A. General 19
1. Shape the subgrade or existing base to conform to the typical sections shown on the 20
Drawings or as directed. 21
2. When new base is required to be mixed with existing base: 22
a. Deliver, place, and spread the new flexible base in the required amount. 23
b. Manipulate and thoroughly mix the new base with existing material to provide 24
a uniform mixture to the specified depth before shaping. 25
B. Subgrade Compaction 26
1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 27
following: 28
a. Proof Rolling 29
1) City Project Representative must be on-site during proof rolling operations. 30
2) Use equipment that will apply sufficient load to identify soft spots that rut 31
or pump. 32
a) Acceptable equipment includes fully loaded single-axle water truck 33
with a 1500 gallon capacity. 34
3) Make at least 2 passes with the proof roller (down and back = 1 pass). 35
4) Offset each trip by at most 1 tire width. 36
5) If an unstable or non-uniform area is found, correct the area. 37
b. Correct 38
1) Soft spots that rut or pump greater than 3/4 inch 39
2) Areas that are unstable or non-uniform 40
2. Installation of base material cannot proceed until compacted subgrade approved by 41
the City. 42
32 11 23 - 5
FLEXIBLE BASE COURSES
Page 5 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
3.4 INSTALLATION 1
A. General 2
1. Construct each layer uniformly, free of loose or segregated areas, and with the 3
required density and moisture content. 4
2. Provide a smooth surface that conforms to the typical sections, lines, and grades 5
shown on the Drawings or as directed. 6
3. Haul approved flexible base in clean, covered trucks. 7
B. Equipment 8
1. General 9
a. Provide machinery, tools, and equipment necessary for proper execution of the 10
work. 11
2. Rollers 12
a. The Contractor may use any type of roller to meet the production rates and 13
quality requirements of the Contract unless otherwise shown on the Drawings 14
or directed. 15
b. When specific types of equipment are required, use equipment that meets the 16
specified requirements. 17
c. Alternate Equipment. 18
1) Instead of the specified equipment, the Contractor may, as approved, 19
operate other compaction equipment that produces equivalent results. 20
2) Discontinue the use of the alternate equipment and furnish the specified 21
equipment if the desired results are not achieved. 22
d. City may require Contractor to substitute equipment if production rate and 23
quality requirements of the Contract are not met. 24
C. Placing 25
1. Spread and shape flexible base into a uniform layer by approved means the same 26
day as delivered unless otherwise approved. 27
2. Place material such that it is mixed to minimize segregation. 28
3. Construct layers to the thickness shown on the Drawings, while maintaining the 29
shape of the course. 30
4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 31
courses of equal thickness. 32
5. Minimum lift depth: 3 inches 33
6. Control dust by sprinkling. 34
7. Correct or replace segregated areas as directed. 35
8. Place successive base courses and finish courses using the same construction 36
methods required for the first course. 37
D. Compaction 38
1. General 39
a. Compact using density control unless otherwise shown on the Drawings. 40
b. Multiple lifts are permitted when shown on the Drawings or approved. 41
c. Bring each layer to the moisture content directed. When necessary, sprinkle the 42
material to the extent necessary to provide not less than the required density. 43
d. Compact the full depth of the subbase or base to the extent necessary to remain 44
firm and stable under construction equipment. 45
32 11 23 - 6
FLEXIBLE BASE COURSES
Page 6 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
2. Rolling 1
a. Begin rolling longitudinally at the sides and proceed towards the center, 2
overlapping on successive trips by at least 1/2 the width of the roller unit. 3
b. On superelevated curves, begin rolling at the low side and progress toward the 4
high side. 5
c. Offset alternate trips of the roller. 6
d. Operate rollers at a speed between 2 and 6 mph as directed. 7
e. Rework, recompact, and refinish material that fails to meet or that loses 8
required moisture, density, stability, or finish before the next course is placed or 9
the project is accepted. 10
f. Continue work until specification requirements are met. 11
g. Proof roll the compacted flexible base in accordance with the following: 12
1) Proof Rolling 13
a) City Project Representative must be on-site during proof rolling 14
operations. 15
b) Use equipment that will apply sufficient load to identify soft spots that 16
rut or pump. 17
(1) Acceptable equipment includes fully loaded single-axle water truck 18
with a 1500 gallon capacity. 19
c) Make at least 2 passes with the proof roller (down and back = 1 pass). 20
d) Offset each trip by at most 1 tire width. 21
e) If an unstable or non-uniform area is found, correct the area. 22
2) Correct 23
a) Soft spots that rut or pump greater than 3/4 inch. 24
b) Areas that are unstable or non-uniform. 25
3. Tolerances 26
a. Maintain the shape of the course by blading. 27
b. Completed surface shall be smooth and in conformity with the typical sections 28
shown on the Drawings to the established lines and grades. 29
c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30
inch in cross section in length greater than 16 feet measured longitudinally by 31
loosening, adding or removing material. Reshape and recompact by sprinkling 32
and rolling. 33
d. Correct all fractures, settlement or segregation immediately by scarifying the 34
areas affected, adding suitable material as required. Reshape and recompact by 35
sprinkling and rolling. 36
e. Should the subbase or base course, due to any reason, lose the required 37
stability, density and finish before the surfacing is complete, it shall be 38
recompacted at the sole expense of the Contractor. 39
4. Density Control 40
a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41
b. Moisture content: minus 2 to plus 4 of optimum. 42
E. Finishing 43
1. After completing compaction, clip, skin, or tight-blade the surface with a 44
maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45
2. Remove loosened material and dispose of it at an approved location. 46
3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47
tire roller until a smooth surface is attained. 48
32 11 23 - 7
FLEXIBLE BASE COURSES
Page 7 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
4. Add small increments of water as needed during rolling. 1
5. Shape and maintain the course and surface in conformity with the typical sections, 2
lines, and grades as shown on the Drawings or as directed. 3
6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4
inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5
width of the cross-section. 6
7. Correct by loosening, adding, or removing material. 7
8. Reshape and recompact in accordance with 3.4.C. 8
3.5 REPAIR/RESTORATION [NOT USED] 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 QUALITY CONTROL 11
A. Density Test 12
1. City to measure density of flexible base course. 13
a. Notify City Project Representative when flexible base ready for density testing. 14
b. Spacing directed by City (1 per block minimum). 15
c. City Project Representative determines location of density testing. 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING [NOT USED] 19
3.11 CLOSEOUT ACTIVITIES [NOT USED] 20
3.12 PROTECTION [NOT USED] 21
3.13 MAINTENANCE [NOT USED] 22
3.14 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
25
Revision Log
DATE NAME SUMMARY OF CHANGE
26
33 05 22 - 1
STEEL CASING PIPE
Page 1 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 SECTION 33 05 22
2 STEEL CASING PIPE
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Minimum requirements for manufacturing, furnishing 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 B. Deviations from this City of Fort Worth Standard Specification
10 1. 2.2.B.4. Allowance for spiral welded steel casing pipe.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the
13 Contract
14 2. Division 1 – General Requirements
15 3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill
16 4. Section 33 05 20 – Auger Boring
17 5. Section 33 05 23 – Hand Tunneling
18 6. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Open Cut
22 a. Measurement
23 1) Measured horizontally along the surface for length of Steel Casing Pipe
24 installed
25 b. Payment
26 1) The work performed and materials furnished in accordance with this Item
27 and measured as provided under “Measurement” will be paid for at the unit
28 price bid per linear foot of “Casing, By Open Cut” installed for:
29 a) Various Sizes
30 c. The price bid shall include:
31 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings
32 2) Mobilization
33 3) Pavement removal
34 4) Excavation
35 5) Hauling
36 6) Disposal of excess material
37 7) Furnishing, placement, and compaction of embedment
38 8) Furnishing, placement, and compaction of backfill
39 9) Clean-up
40 2. By Other than Open Cut
41 a. Measurement
33 05 22 - 2
STEEL CASING PIPE
Page 2 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 1) Measured horizontally along the surface for length of Steel Casing Pipe
2 installed
3 b. Payment
4 1) The work performed and materials furnished in accordance with this Item
5 and measured as provided under “Measurement” will be paid for at the unit
6 price bid per linear foot of “Casing/Tunnel Liner Plate, By Other than Open
7 Cut” installed for:
8 a) Various Sizes
9 2) The work performed and materials furnished in accordance with this Item
10 and measured as provided under “Measurement” will be paid for at the unit
11 price bid per linear foot of “Casing, By Other than Open Cut” installed for:
12 a) Various Sizes
13 c. The price bid shall include:
14 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings
15 2) Mobilization
16 3) Launching shaft
17 4) Receiving shaft
18 5) Pavement removal
19 6) Excavation
20 7) Hauling
21 8) Disposal of excess material
22 9) Furnishing, placement, and compaction of backfill
23 10) Clean-up
24 1.3 REFERENCES
25 A. Reference Standards
26 1. Reference standards cited in this Specification refer to the current reference
27 standard published at the time of the latest revision date logged at the end of this
28 Specification, unless a date is specifically cited.
29 2. ASTM International (ASTM):
30 a. A139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe
31 (NPS Sizes 4 and Over).
32 3. American Water Works Association (AWWA):
33 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -
34 Enamel and Tape - Hot Applied.
35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
36 1.5 SUBMITTALS
37 A. Submittals shall be in accordance with Section 01 33 00.
38 B. All submittals shall be approved by the City prior to delivery.
39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
40 A. Product Data
41 1. Exterior Coating
42 a. Material data
43 b. Field touch-up procedures
44 2. Interior Coating
33 05 22 - 3
STEEL CASING PIPE
Page 3 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 a. Material data
2 b. Field touch-up procedures
3 B. Shop Drawings
4 1. No shop drawings required for Auger Boring
5 2. For Tunneling, provide the following:
6 a. Furnish details for Steel Casing Pipe outlining the following:
7 1) Grout/lubrication ports
8 2) Joint details
9 3) Other miscellaneous items for furnishing and fabricating pipe
10 b. Submit calculations in a neat, legible format that is sealed by a Licensed
11 Professional Engineer in Texas, consistent with the information provided in the
12 geotechnical report, and includes:
13 1) Calculations confirming that pipe jacking capacity is adequate to resist the
14 anticipated jacking loads for each crossing with a minimum factor of safety
15 of 2
16 2) Calculations confirming that pipe capacity is adequate to safely support all
17 other anticipated loads, including earth and groundwater pressures,
18 surcharge loads, and handling loads
19 3) Calculations confirming that jointing method will support all loading
20 conditions
21 1.7 CLOSEOUT SUBMITTALS [NOT USED]
22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
23 1.9 QUALITY ASSURANCE [NOT USED]
24 1.10 DELIVERY, STORAGE, AND HANDLING
25 A. Delivery, Handling, and Storage
26 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed,
27 as recommended by the manufacturer, for protection during shipping and storage.
28 2. Deliver, handle and store pipe in accordance with the Manufacturer's
29 recommendations to protect coating systems.
30 1.11 FIELD [SITE] CONDITIONS [NOT USED]
31 1.12 WARRANTY [NOT USED]
32 PART 2 - PRODUCTS
33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
34 2.2 MATERIALS
35 A. Design Criteria
36 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or
37 exceeds the design requirements of this Specification and that is specifically
38 designed for installation by the intended trenchless method.
39 2. For Steel Casing Pipe utilized for tunneling projects, consider the following:
33 05 22 - 4
STEEL CASING PIPE
Page 4 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 a. Design of the casing pipe shall account for all installation and service loads
2 including:
3 1) Jacking loads
4 2) External groundwater and earth loads
5 3) Traffic loads
6 4) Practical consideration for handling, shipping and other construction
7 operations
8 5) Any other live or dead loads reasonably anticipated
9 b. Design shall be sealed and signed by a registered Professional Engineer
10 licensed in the State of Texas.
11 c. The allowable jacking capacity shall not exceed 50 percent of the minimum
12 steel yield stress.
13 3. Steel Casing Pipe shall have a minimum wall thickness as follows:
14
Casing Pipe Diameter
(inches)
Minimum Wall Thickness
(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
15
16 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently
17 install the required carrier pipe with casing spacers as required in Section 33 05 24.
18 a. Allowable casing diameters are shown on the Drawings for each crossing.
19 5. Furnish in lengths that are compatible with Contractor’s shaft sizes and allowable
20 work areas.
21 6. Random segments of pipe will not be permitted for straight runs of casing.
22 a. Closing piece segments, however, shall be acceptable.
23 7. When required by installation method, provide grout/lubricant ports along the pipe
24 at intervals of 10 feet or less.
25 a. Ports and fittings shall be attached to the pipe in a manner that will not
26 materially affect the strength of the pipe nor interfere with installation of carrier
27 pipe.
28 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be
29 capable of withstanding all external and internal pressures and loads without
30 leaking.
31 B. Materials
32 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B.
33 2. Dimensional Tolerances
34 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are
35 compatible with performance requirements and proposed installation methods
36 that meet or exceed the specific requirements below:
37 1) Minimum wall thickness at any point shall be at least 87.5 percent of the
38 nominal wall thickness.
33 05 22 - 5
STEEL CASING PIPE
Page 5 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal
2 circumference, whichever is less.
3 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside
4 diameter.
5 4) Roundness such that the difference between the major and minor outside
6 diameters shall not exceed 0.5 percent of the specified nominal outside
7 diameter or 1/4 inch, whichever is less.
8 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot
9 length.
10 3. All steel pipe shall have square ends.
11 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from
12 a true plane perpendicular to the axis of the pipe and passing through the center
13 of the pipe at the end.
14 b. When pipe ends have to be beveled for welding, the ends shall be beveled on
15 the outside to an angle of 35 degrees with a tolerance of ± 2½ degrees and with
16 a width of root face 1/16 inch ± 1/32 inch.
17 4. Steel Casing Pipe shall be fabricated with longitudinal or spiral weld seams.
18 a. All girth weld seams shall be ground flush.
19 C. Finishes
20 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in
21 accordance with the requirements of AWWA C203.
22 a. Touch up after field welds shall provide coating equal to those specified above.
23 2.3 ACCESSORIES [NOT USED]
24 2.4 SOURCE QUALITY CONTROL [NOT USED]
25 PART 3 - EXECUTION
26 3.1 INSTALLERS [NOT USED]
27 3.2 EXAMINATION [NOT USED]
28 3.3 PREPARATION [NOT USED]
29 3.4 INSTALLATION
30 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05
31 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with
32 Section 33 05 10.
33 1. Steel Casing Pipe connections shall be achieved by full penetration field butt
34 welding or an integral machine press-fit connection (Permalok or equal) prior to
35 installation of the pipe, depending on the type of carrier pipe.
36 2. Allowable joint types for each crossing are shown on the Drawings.
37 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of
38 steel pipe is acceptable.
39 4. Integral machined press-fit connections shall be installed in accordance with the
40 manufacturer’s installation procedures and recommendations.
33 05 22 - 6
STEEL CASING PIPE
Page 6 of 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with
2 Section 33 05 24.
3 C. Contact grouting of the annulus outside the casing pipe shall be performed in
4 accordance with Section 33 05 23 or Section 33 05 20.
5 3.5 REPAIR / RESTORATION [NOT USED]
6 3.6 RE-INSTALLATION [NOT USED]
7 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
8 3.8 SYSTEM STARTUP [NOT USED]
9 3.9 ADJUSTING [NOT USED]
10 3.10 CLEANING [NOT USED]
11 3.11 CLOSEOUT ACTIVITIES [NOT USED]
12 3.12 PROTECTION [NOT USED]
13 3.13 MAINTENANCE [NOT USED]
14 3.14 ATTACHMENTS [NOT USED]
15 END OF SECTION
16
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 2.2.A – Formatting modified to apply thickness requirements for all casing
installation methods
17
33 31 22 - 1
SANITARY SEWER SLIPLINING
Page 1 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 SECTION 33 31 22
2 SANITARY SEWER SLIP LINING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements to rehabilitate existing sanitary sewers by Slip Lining with
7 polyethylene pipe
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. 1.6.E.3/4. Additional provisions for grouting information.
10 2. 3.7.A. Information regarding sanitary sewer overflows.
11 C. Related Specification Sections include, but are not necessarily limited to:
12 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the
13 Contract
14 2. Division 1 – General Requirements
15 3. Section 03 80 00 – Modifications to Existing Concrete Structures
16 4. Section 33 01 30 – Sewer and Manhole Testing
17 5. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection
18 6. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems
19 7. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill
20 8. Section 33 31 15 – High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
21 9.Section 33 31 41 – Slip Line Grouting
22 10. Section 33 31 50 – Sanitary Sewer Service Connections and Service Line
23 11. Section 33 39 10 – Cast-in-Place Concrete Manholes
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Pipe Installation by Slip Lining
27 a. Measurement
28 1) Measured horizontally along the surface from center line to center line of
29 the manhole, or appurtenance
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 for “Sewer Pipe, Slip Lining” installed for:
34 a) Various sizes
35 c. The price bid shall include:
36 1) Furnishing and installing pipe as specified by the Drawings
37 2) Pre-CCTV Inspection
38 3) Pavement removal
39 4) Excavation
40 5) Hauling
33 31 22 - 2
SANITARY SEWER SLIPLINING
Page 2 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 6) Launching pit
2 7) Receiving pit
3 8) Bypass Pumping for pipes smaller than 18-inches
4 9) Disposal of excess material
5 10) Furnishing, placement and compaction of backfill
6 11) Clean-up
7 12) Cleaning
8 13) Testing
9 2. Point Repair
10 a. Measurement
11 1) Measurement for this Item shall be by the linear foot measured horizontally
12 along the surface following the pipe centerline for the length identified
13 during the Pre-CCTV inspection and directed by the City.
14 b. Payment
15 1) The work performed and materials furnished in accordance with this Item
16 and measured as provided under “Measurement” will be paid for at the unit
17 price bid per linear foot for “Sewer Pipe, Point Repair” installed for:
18 a) Various sizes
19 c. The price bid shall include:
20 1) Furnishing and installing pipe as specified by the Drawings
21 2) Coupling
22 3) Pavement removal
23 4) Excavation
24 5) Hauling
25 6) Bypass Pumping for pipes smaller than 18-inches
26 7) Disposal of excess material
27 8) Furnishing, placement and compaction of backfill
28 9) Clean-up
29 10) Cleaning
30 11) Testing
31 1.3 REFERENCES
32 A. Abbreviations and Acronyms
33 1. HDPE – High Density Polyethylene
34 2. CCTV – Closed Circuit Television
35 B. Definitions
36 1. Slip Lining
37 a. Rehabilitation of existing sanitary sewer pipe by pulling or pushing liner pipe
38 into the existing sewer pipe by use of mechanical and/or hydraulic equipment
39 b. Once in place, the liner pipe is allowed time to relax (return to original shape
40 after elongation due to pulling forces) and is then cut to fit between manholes.
41 c. Annular spaces between the liners and existing sewer pipes are sealed at each
42 manhole.
43 d. Manhole inverts and benches are reworked and reshaped.
44 e. Existing sewers not immediately affected by the slip lining process remain in
45 operation during the slip lining process, with sewage diverted around the
46 operations in progress.
47 C. Reference Standards
33 31 22 - 3
SANITARY SEWER SLIPLINING
Page 3 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 1. Reference standards cited in this Specification refer to the current reference
2 standard published at the time of the latest revision date logged at the end of this
3 Specification, unless a date is specifically cited.
4 2. American Society for Testing and Materials (ASTM):
5 a. D1248 Specifications for Polyethylene Plastic Molding and Extension
6 Materials
7 b. D1693 Test for Environmental Stress-Cracking of Ethylene Plastics
8 c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings
9 d. D2412 Determination of External Loading Characteristics of Plastic Pipe by
10 Parallel-Plate Loading
11 e. D2657 Standard Practice for Heat-Joining Polyolefin Pipe and Fittings
12 f. D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for
13 Thermoplastic Pipe Materials
14 g. D3262 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced
15 Thermosetting-Resin) Sewer Pipe
16 h. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials
17 i. F477 Elastomeric Gaskets (Seals) for Joining Plastic Pipe
18 j. F585 Standard Practice for Insertion of Flexible Polyethylene Pipe Into
19 Existing Sewers
20 k. F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on
21 Outside Diameter (3" IPS and Larger)
22 3. City of Fort Worth Code of Ordinances
23 a. Part II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Coordination
26 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the
27 Drawings.
28 2. Provide advanced notice prior to commencing actual pipe slip lining activities as
29 described in the Drawings in order to allow the City to provide appropriate
30 advanced notice to affected residents.
31 3. Review the location and number of insertion or access pits with the City Inspector
32 prior to excavation.
33 B. Sequencing
34 1. Provide a bypass pumping plan detailing collection and discharge locations and
35 method of bypass pumping prior to the start of construction.
36 2. Provide a phasing plan with the sequence of construction prior to the start of
37 construction.
38 1.5 SUBMITTALS
39 A. Submittals shall be in accordance with Section 01 33 00.
40 B. All submittals shall be approved by the City prior to delivery.
41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
42 A. Product Data
33 31 22 - 4
SANITARY SEWER SLIPLINING
Page 4 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 1. Include manufacturer's technical data showing complete information on material
2 composition and physical properties including grout port locations, joint details,
3 fitting details, tolerances, and infiltration control.
4 B. Shop Drawings
5 1. Include dimensions of new pipe and fittings.
6 2.Submit joint testing procedure and equipment to be used.
7 C. Certificates
8 1. Provide a certificate of compliance with this Specification, upon request, by the
9 manufacturer for all material furnished under this Specification.
10 a. The Contractor will be responsible for all damage caused by and the
11 replacement of failed, unspecified or unapproved materials.
12 D. Manufacturers' Instructions
13 1. Include manufacturer's recommendation for handling, storage and repair of pipe and
14 fittings if damaged.
15 E. Special Procedure Submittals
16 1. Provide a bypass pumping plan in accordance with Section 33 03 10.
17 2. Provide a phasing plan with the sequence of construction prior to the start of
18 construction.
19 3.Provide grouting work plan including but not limited to the following items:
20 a.Grout injection location and procedures
21 b.Grout mix design (in accordance with Section 33 31 41).
22 c.Slipline pipe anchoring methods.
23 d.Proposed pumping equipment and anticipated grouting pressures.
24 4. Daily logs of grouting operations including pressure, grout volume pumped and
25 such other data.
26
27 1.7 CLOSEOUT SUBMITTLS
28 A. Record Documentation
29 1. Provide Post-Construction Closed Circuit Television inspection reports in
30 accordance with Section 33 01 31.
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Qualifications
34 1. The Contractor shall be certified by the particular Slip Lining system manufacturer
35 that such firm is a licensed installer of their system. No other Slip Lining system
36 other than those listed in these Specifications is acceptable.
37 2. Personnel directly involved with installing the new liner pipe shall receive training
38 in the proper methods for joint fusing, handling, and installing the polyethylene
39 pipe. Training shall be performed by a qualified representative as determined by
40 the pipe manufacturer.
41 B. Certifications
33 31 22 - 5
SANITARY SEWER SLIPLINING
Page 5 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 1. Provide certification from the pipe manufacturer that samples of the production
2 product meet these Specifications. The certification shall state that the production
3 product has been tested in accordance with ASTM D2837 and validated in
4 accordance with the latest revision of PPI TR-3.
5 2. Provide certification from the manufacturer that stress regression testing has been
6 performed on the specific product. Certification shall include a stress life curve per
7 ASTM D2837 and testing shall have been performed in accordance with ASTM
8 D2837.
9 C. Pre-construction and Post-construction Testing
10 1. Provide Pre-construction and Post-construction Closed Circuit Television (CCTV)
11 Inspection of the pipeline to be replaced and/or enlarged in accordance with Section
12 33 01 31.
13 1.10 DELIVERY, STORAGE, AND HANDLING
14 A. Storage and Handling Requirements
15 1. Transport, handle and store pipe and fittings as recommended by manufacturer.
16 2. If new pipe and fittings become damaged before or during installation, repair as
17 recommended by the manufacturer or replace as required by the City at the
18 Contractor's expense, before proceeding further.
19 3. Deliver, store and handle other materials as recommended by the manufacturer to
20 prevent damage.
21 1.11 FIELD [SITE] CONDITIONS [NOT USED]
22 1.12 WARRANTY
23 A. Manufacturer Warranty
24 1.Manufacturer’s Warranty shall be in accordance with Division 1.
25 PART 2 - PRODUCTS
26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
28 A. Manufacturers
29 1. Only the manufacturers as listed on the City’s Standard Products List will be
30 considered as shown in Section 01 60 00.
31 a. The manufacturer must comply with this Specification and related Sections.
32 2. Any product that is not listed on the Standard Products List is considered a
33 substitution and shall be submitted in accordance with Section 01 25 00.
34 B. Materials
35 1. HDPE Pipe
36 a. The pipe and fitting material shall conform to Section 33 31 15.
37 2. Service Saddles
38 a. Conform to Section 33 31 50.
39 3. Repair Clamp
33 31 22 - 6
SANITARY SEWER SLIPLINING
Page 6 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 a. Conform to Section 33 31 15.
2 4. Manhole Inverts and Benches
3 a. Inverts and benches requiring replacement shall conform to Section 33 39 10.
4 5. Repair Mortar (Grout)
5 a. Conform to Section 03 80 00.
6 C. Dimensions and Tolerances
7 1. Supply liner pipe in nominal lengths of 40 feet.
8 a. Obtain Engineer’s approval before using shorter lengths.
9 2. The liner pipe shall have the maximum outside diameter indicated on the Drawings.
10 a. Nominal size and actual outside diameter shall comply with Table 3 of ASTM
11 D3262.
12 3. The minimum wall thickness shall the indicated thickness or the thickness
13 recommended by the manufacturer to withstand pushing forces with a safety factor
14 of 2.5, whichever is greater.
15 a. The actual thickness measured at any single point on the pipe shall not be less
16 than 90 percent of the minimum thickness.
17 4. Stiffness of the liner pipe shall satisfy design requirements for dead, live and
18 hydrostatic loads and maximum grout pressure (with a safety factor no less than 2).
19 2.3 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
24 A. Verification of Conditions
25 1. Provide Pre-construction Closed Circuit Television (CCTV) Inspection of the
26 pipeline to be replaced/enlarged in conformance with Section 33 01 31.
27 a. Inspection of the pipelines shall be performed by experienced personnel trained
28 in locating breaks, obstacles and service connections by Closed Circuit Color
29 Television.
30 B. Evaluation and Assessment
31 1. Identify, by location, the presence of line obstructions in the existing sewer (heavy
32 solids, dropped joints, protruding service taps or collapsed pipe) which will prevent
33 completion of the pipe bursting/crushing process, and which cannot be removed by
34 conventional sewer cleaning equipment.
35 2. Identify, by location, the presence of sags in the sewer line(s) by the following
36 procedure:
37 a. Perform CCTV inspection.
38 b. Provide CCTV inspection results to the City.
39 c. The City Inspector will review the Pre-CCTV tapes to determine if any
40 excessive sags exist and will inform the Contractor which segments of pipe are
41 to be replaced by point repair.
33 31 22 - 7
SANITARY SEWER SLIPLINING
Page 7 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 3.3 PREPARATION
2 A. Bypassing Sewage
3 1. Bypass pump sewage in accordance with Section 33 03 10. Bypass pumping is not
4 assumed to be needed for this installation, due to recent projects that have diverted
5 flow off the existing 36” sewer siphon.
6 B. Line Obstructions
7 1. If identified in the CCTV inspection, remove line obstruction.
8 a. Removal of obstruction is considered subsidiary to CCTV inspection.
9 C. Point Repairs
10 1. Perform point repair as identified on the Drawings or at the discretion of the City.
11 This may include:
12 1) Pipe replacement
13 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to
14 a uniform grade in line with the existing pipe invert
15 D. New pipe installation preparation
16 1. Furnish a rigid, solid wall cylindrical mandrel with maximum length of 2 times the
17 host sewer inside diameter and with outer diameter equal to the outside diameter of
18 the proposed liner pipe.
19 2. Pull the mandrel through the entire length of sewer to be sliplined.
20 3. If the mandrel will not pass the entire length, note the location and pull the mandrel
21 from the other end to define the entire length of the undersize pipe or obstruction.
22 4. Excavate the undersize pipe, remove the crown down to the springline on both
23 sides, and enlarge the host pipe sufficiently that the liner pipe will reside in the
24 lower half (invert to springline) after insertion.
25 5. Remove or repair obstructions such as roots, large joint offsets, rocks or other
26 debris, etc., that would prevent passage of, or damage to, the liner prior to installing
27 the liner.
28 6. After completing the insertion pit excavation, remove the top of the existing
29 sanitary sewer line, where required, down to the spring line.
30 3.4 INSTALLATION
31 A. Site Organization
32 1. Locate insertion or access pits such that their total number will be minimized and
33 the length of replacement pipe installed in a single pull shall be maximized.
34 2. Manhole inverts and bottoms may be removed to permit access for installation
35 equipment.
36 3. Locate equipment used to perform the work away from buildings so as not to create
37 a noise impact. Conform to City of Fort Worth Code of Ordinances, Part II,
38 Section 23-8.
39 a. Provide silencers or other devises to reduce machine noise as needed to meet
40 requirements.
41 B. Schedule
42 1. Upon commencement of the actual slip lining, do not begin a segment of work that
43 cannot be completed before the end of the work day.
33 31 22 - 8
SANITARY SEWER SLIPLINING
Page 8 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 C. Finished Pipe
2 1. The installed replacement pipe shall be continuous over the entire length of each
3 pipe segment from manhole to manhole and shall be free from visual defects such
4 as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall
5 thickness, pipe separation and other deformities.
6 2. Carefully cut out the replacement pipe passing through or terminating in a manhole
7 in a shape and manner approved by the Engineer.
8 3. Streamline and improve the manhole invert and benches to ensure smooth flow.
9 4. The installed pipe shall meet the leakage requirements of the pressure test specified
10 herein.
11 D. Pipe Jointing
12 1. Assemble and join sections of HDPE liner pipe on the job site above ground.
13 2. Use the heating and butt-fusion system for jointing in strict conformance with the
14 manufacturer's printed instructions and in accordance to Section 33 31 15.
15 3. Ensure that the butt-fusion joints have a smooth, uniform, double rolled back bead
16 made while applying the proper melt, pressure and alignment.
17 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt-
18 fusion joint.
19 5. Make all joints available for inspection by the Engineer before insertion.
20 6. After the butt joints have been inspected, remove the exterior joint bead in
21 accordance with manufacturer’s recommendations and without damaging or
22 weakening the pipe or pipe joint.
23 7. Join the replacement pipe on site in appropriate working lengths near the insertion
24 pit.
25 a. The maximum length of continuous replacement pipe which shall be assembled
26 above ground and pulled on the job site at any 1 time shall be 600 linear feet.
27 8. For situations where the liner pipe is not pulled all the way to the manhole or if it is
28 impossible to pull the liner pipe all the way through, the following shall apply:
29 a. At the direction of the Engineer, a full circle steel clamp shall be utilized to
30 connect segments of the HDPE pipe.
31 E. New Pipe Installation
32 1. Connect a power winch cable to the end of the liner by use of a suitable pulling
33 head, equal to the outside diameter of the liner.
34 2. Secure the pulling head to the liner and then attach the head to the power winch
35 cable so that the liner can be satisfactorily fed and pulled through the sanitary sewer
36 main.
37 3. Provide proper bumpers in the insertion pit in order to prevent the ragged edges of
38 the existing pipe from scarring the outside of the liner as it is pulled into the
39 existing sewer.
40 4. Take appropriate precautions to not damage the liner or break or separate any of the
41 butt-fused joints.
42 a. Limit the length of the liner pulled in any 1 segment as necessary to prevent
43 any backup of service lines which may result due to restricted flow through the
44 annular space.
33 31 22 - 9
SANITARY SEWER SLIPLINING
Page 9 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 5. In order to ensure the integrity of the polyethylene liner, limit the pulling force
2 exerted on the liner to that recommended by the liner manufacturer.
3 6. Use a suitable pulling head such that the pulling head and liner will separate from
4 each other when the pulling force exerted on the liner reaches the maximum force
5 recommended by the manufacturer.
6 a. The pulling head design (including calculations) shall be approved by the
7 Engineer prior to its use.
8 7. As an alternative, use a measuring device (spring, gauge, etc.) connected to the
9 pulling cable which shall register the pulling force being exerted on the liner.
10 a. The pulling force shall not exceed the maximum force recommended by the
11 manufacturer.
12 1) The measuring device shall be approved by the Engineer prior to its use.
13 8. The Contractor may be allowed to push the liner subject to the Engineer's approval.
14 a. Use care to avoid any buckling of the liner by limiting the stroke of the
15 backhoe.
16 b. Any portion of the liner damaged during this insertion process shall be cut out
17 and the liner rejected.
18 9. In certain cases, the Contractor may be permitted to use a combination of pulling
19 and pushing to enhance the insertion of the liner.
20 a. A liner that is permitted to be pushed shall not have an open end which can
21 allow sand or other debris to be pushed into the liner.
22 10. In all excavations where the liner is not within the existing sanitary sewer line
23 (carrier pipe), install cement-stabilized sand bedding per Section 33 05 10.
24 F. Anchoring New Liner and Sealing Manholes
25 1. The new liner shall protrude in the manholes for enough distance to allow sealing
26 and trimming (but not less than 4 inches).
27 2. Wait a minimum of 10 hours after installation for the liner to reach equilibrium
28 before sealing the new liner at manholes.
29 3. Seal the annular space between the liner and the existing sanitary sewer main at
30 each manhole with a chemical seal and nonshrink repair mortar (grout).
31 a. Place Oakum soaked in Scotchseal 5600 or equal in a band to form an effective
32 water-tight gasket in the annular space between the liner and the existing pipes
33 in the manholes.
34 b. The width of the band shall be a minimum of 12 inches or ½ the diameter of the
35 pipe, whichever is greater.
36 c. Finish off with non-shrink repair mortar (grout) placed around the annular
37 space from inside the manhole to a width of not less than 6 inches.
38 d. The chosen method, including chemicals and materials, must be approved by
39 the Engineer.
40 4. Cut the liner so that it extends a minimum of 4 inches into the manhole.
41 a. Make a smooth, vertical cut and slope the area over the top of the exposed liner
42 using non-shrink repair mortar (grout).
43 b. Use repair mortar to form a smooth transition with a reshaped invert and a
44 raised manhole bench such that the shape edges of the liner pipe, the concrete
45 bench or the channeled invert shall not catch debris or create a stoppage.
46 c. Rework the invert of the manhole to match the flow line of the new liner.
47 G. Sewer Service Connections
33 31 22 - 10
SANITARY SEWER SLIPLINING
Page 10 of 10
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised December 20, 2012
1 1. Install service connections in accordance with Section 33 31 50.
2 H. Grouting of Annular Space
3 1. Grout annular space between host pipe and slipliner pipe in accordance with
4 Section 33 31 41.
5
6 3.5 REPAIR / RESTORATION [NOT USED]
7 3.6 RE-INSTALLATION [NOT USED]
8 3.7 FIELD [OR] SITE QUALITY CONTROL
9 A. Field Tests and Inspections
10 1. Post-Construction Closed Circuit Television (CCTV) Inspection
11 a. Conduct a Post-Construction CCTV Inspection in accordance with Section 33
12 01 31.
13 A. Responsibility for Overflows and Spills
14 1. It shall be the responsibility of the Contractor to schedule and perform the
15 Work in a manner that does not cause or contribute to incidence of overflows
16 or spills of sewage from the sewer system.
17 2. In the event that the Contractors work activities contribute to overflows or
18 spills, the Contractor shall immediately take appropriate action to contain and
19 stop the overflow, cleanup the spillage, disinfect the area affected by the spill,
20 and notify the City in a timely manner.
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE [NOT USED]
27 3.14 ATTACHMENTS [NOT USED]
28 END OF SECTION
29
Revision Log
DATE NAME SUMMARY OF CHANGE
30
33 31 41 - 1
SLIP LINING GROUT
Page 1 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 SECTION 33 31 41
2 SLIP LINING GROUT
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Furnishing and placing of grout in the annular space between slipliner pipes and host
7 sewers.
8 B. Deviations from this City of Fort Worth Standard Specification.
9 1. This is a non-standard specification.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract
12 2. Division 1 – General Requirements
13 3. Section 33 31 22 – Sanitary Sewer Slip Lining
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Slip Lining Grout
17 a. Measurement
18 1) This item is considered subsidiary to Sanitary Sewer Slip Lining installed.
19 b. Payment
20 1) Unit Prices: No separate payment will be made for work performed under
21 this Section. Include the cost of such work in contract unit prices for
22 sliplining wastewater mains.
23 1.3 REFERENCES
24 A. Definitions
25 1. Slip Lining
26 a. Rehabilitation of existing sanitary sewer pipe by pulling or pushing liner pipe
27 into the existing sewer pipe by use of mechanical and/or hydraulic equipment
28 b. Once in place, the liner pipe is allowed time to relax (return to original shape
29 after elongation due to pulling forces) and is then cut to fit between manholes.
30 c. Annular spaces between the liners and existing sewer pipes are sealed at each
31 manhole.
32 d. Manhole inverts and benches are reworked and reshaped.
33 e. Existing sewers not immediately affected by the slip lining process remain in
34 operation during the slip lining process, with sewage diverted around the
35 operations in progress.
36 B. Reference Standards
37 1. Reference standards cited in this Specification refer to the current reference standard
38 published at the time of the latest revision date logged at the end of this
39 Specification, unless a date is specifically cited.
33 31 41 - 2
SLIP LINING GROUT
Page 2 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 2. American Society for Testing and Materials (ASTM):
2 a. C109 - Standard Test Method for Compressive Strength of Hydraulic Cement
3 Mortars (Using 2-inch or 50-mm Cube Specimens)
4 b. C138 - Test Method for Unit Weight, Yield, and Air Content (Gravimetric) of
5 Concrete
6 c. C144 - Standard Specification for Masonry Mortar
7 d. C150 - Standard Specification for Portland Cement
8 e. C403 - Test Method for Time of Setting of Concrete Mixtures by Penetration
9 Resistance
10 f. C495 - Test Method for Compressive Strength of Lightweight Insulating
11 Concrete
12 g. C618 - Standard Specification for Fly Ash and Raw or Calcined Natural
13 Pozzolan for use as a Mineral Admixture in Portland Cement Concrete
14 1.4 ADMINISTRATIVE REQUIREMENTS
15 A. Coordination
16 1. Coordinate with City, Engineer, franchise utilities, etc. as described in the Drawings.
17 2. Provide advanced notice prior to commencing actual pipe slip lining activities as
18 described in the Drawings in order to allow the City to provide appropriate advanced
19 notice to affected residents.
20 3. Review the location and number of insertion or access pits with the City Inspector
21 prior to excavation.
22 1.5 SUBMITTALS
23 A. Submittals shall be in accordance with Section 01 33 00.
24 B. All submittals shall be approved by the City prior to delivery.
25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
26 A. Product Data
27 1. Include manufacturer's technical data showing complete information on material
28 composition and physical properties.
29 B. Shop Drawings
30 1. At least 30 days prior to grouting, submit information on equipment, grout mixes
31 and procedures
32 2. Equipment and operational procedures including mixing and pumping schedule,
33 grouting pressures, rates of pumping, and methods for monitoring the effectiveness
34 of the grouting
35 3. Detailed descriptions, and drawings indicating proposed locations, of surface mixing
36 equipment, subsurface injection points, flowlines, waste grout recovery, grout
37 pressure limiting equipment, bulkheads, and venting system.
38 4. Bulkhead design
39 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting
40 Work Plan and Methods including:
41 a. Grouting methods
42 b. Details of equipment
43 c. Grouting procedures and sequences including:
33 31 41 - 3
SLIP LINING GROUT
Page 3 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 1) Injection methods
2 2) Injection pressures
3 3) Monitoring and recording equipment
4 4) Pressure gauge calibration data
5 5) Materials
6 d. Grout mix details including:
7 1) Proportions
8 2) Admixtures including:
9 a) Manufacturer’s literature
10 b) Laboratory test data verifying the strength of the proposed grout
11 mix
12 c) Proposed grout densities
13 d) Viscosity
14 e) Initial set time of grout
15 (1) Data for these requirements shall be derived from trial batches
16 from an approved testing laboratory.
17 e. Submit a minimum of 3 other similar projects where the proposed grout
18 mix design was used.
19 f. Submit anticipated volumes of grout to be pumped for each application and
20 reach grouted.
21 g. Description of methods and devices to prevent buckling and floatation of
22 carrier pipe during grouting of annular space, if required.
23 1.7 CLOSEOUT SUBMITTALS [NOT USED]
24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
25 1.9 QUALITY ASSURANCE
26 A. Qualifications
27 1. The applicator of the grout mix shall be certified by the grout mix manufacturer.
28 The certified applicator shall be regularly engaged in the placement of grout,
29 including completion of pipeline grouting installations having at least 1000 cubic
30 yards in the past 3 years.
31 B. Certifications
32 1. Provide Qualifications and experience of grout mix applicator.
33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
34 1.11 FIELD [SITE] CONDITIONS [NOT USED]
35 1.12 WARRANTY
36 A. Manufacturer Warranty
37 1. Manufacturer’s Warranty shall be in accordance with Division 1.
38 PART 2 - PRODUCTS
39 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
40 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
33 31 41 - 4
SLIP LINING GROUT
Page 4 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 A. Materials
2 1. Fiberglass Reinforced Liner Pipe
3 a. The pipe and fitting material shall conform to Section 33 31 13.
4 2. Cement
5 a. In accordance with ASTM C 150.
6 1) Pozzolans and other cementitious materials are permitted.
7 3. Fly Ash
8 a. In accordance with ASTM C618; either Type C or Type F shall be used.
9 4. Sand
10 a. If provided, shall be in accordance with ASTM C144, except as modified below:
11 U.S. Standard Percent Passing
12 Sieve Size by Weight
13
14 No. 16 100
15 No. 30 60 - 85
16 No. 50 10 - 35
17 No. 100 5 - 25
18 No. 200 0 - 10
19
20 5. Water
21 a. Potable water free from deleterious amount of alkali, acid, and organic materials
22 which would adversely affect the setting time or strength of the sliplining grout.
23
24 6. Admixtures
25 a. Selected by slip lining grout manufacturer to conform to performance
26 requirements, improve pumpability, control set time, and reduce segregation.
27 7. Grout of annular space
28 a. For gravity sewer carrier pipe installation:
29 1) Fill all voids between the carrier pipe and the casing or liner with grout.
30 2) All exterior carrier pipe surfaces and all interior casing or liner
31 surfaces shall be in contact with the grout.
32 b. For water line installation:
33 1) No annular space fill will be used.
34 8. Grout Mixes
35 a. Low Density Cellular Grout (LDCC)
36 1) Annular space (between sewer carrier pipe and casing/liner) grout shall
37 be LDCC.
38 2) The LDCC shall be portland cement-based grout mix with the addition
39 of a foaming agent designed for this application.
40 3) Develop 1 or more grout mixes designed to completely fill the annular
41 space based on the following requirements:
42 a) Provide adequate retardation to completely fill the annular space in
43 1 monolithic pour.
44 b) Provide less than 1 percent shrinkage by volume.
45 c) Compressive Strength
46 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days
33 31 41 - 5
SLIP LINING GROUT
Page 5 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 d) Design grout mix with the proper density and use proper methods
2 to prevent floating of the carrier pipe.
3 e) Proportion grout to flow and to completely fill all voids between the
4 carrier pipe and the casing or liner.
5
6 2.3 ACCESSORIES [NOT USED]
7 2.4 SOURCE QUALITY CONTROL [NOT USED]
8 PART 3 - EXECUTION
9 3.1 INSTALLERS [NOT USED]
10 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION
12 A. Notify the City at least 24 hours in advance of grouting operations.
13 B. Select and operate grouting equipment and carry out procedures with sufficient safety
14 and care to avoid damage to existing underground utilities and structures.
15 3.4 INSTALLATION
16 A. Equipment
17 1. Mixers and Pumps: System shall mix the grout to a homogeneous consistency.
18 Deliver grout to the injection point at a steady pressure with a nonpulsating
19 centrifugal or triplex pump at the mix tank. Provide ways to increase or decrease the
20 water-cement ratio and accurately measure grout component quantities, pumping
21 pressures, and volumes pumped.
22 2. Pressure Gauges:
23 a. Pressure gauges shall be equipped with diaphragm seals, have a working range
24 between 1.5 to 2.0 times the design grout pressure, and have an accuracy within
25 0.5 percent of full range.
26 b. Provide one pressure gauge at the point of injection and one pressure gauge at
27 the grout pump.
28 c. Grouting shall not proceed without appropriate gauges in place and in working
29 order.
30 B. Grouting
31 1. Place grout in the annular space between the sliplining pipe and the host sewer.
32 Completely fill the annular space without deflecting the pipe. Test grout equipment
33 and procedures in accordance with approved submittals. Perform testing on the first
34 pipeline segment to be grouted; testing must be performed under observation by the
35 City. If the grout does not totally fill the annular space, adjust the procedure or the
36 mix, and rerun the test on the first pipeline segment.
37 2. Procedure:
38 a. Place grout for a given pipeline segment between bulkheads. Place bulkheads at
39 the ends of each pipeline segment to seal the annular space from sewer flow. Do
40 not remove bulkheads until after grout has set.
33 31 41 - 6
SLIP LINING GROUT
Page 6 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 b. Equip slipliner pipes with weirs to fill the pipes with water to prevent flotation
2 during grouting operations.
3 c. Remove or control standing or running water in annular spaces to maintain the
4 correct water ratio of the grout mixture. Grout the annular space by injecting
5 grout from one end of the pipeline segment, allowing it to flow toward the other
6 end. Vent the annular space to assure uniform filling of the void space.
7 d. Limit pressure on the annular space to prevent damage to the liner; do not
8 exceed 5 psi. Regardless of the pressure, Contractor shall be solely responsible
9 for any damage or distortion to slipliner pipe due to grouting. At the bulkhead
10 opposite to the point of grouting, provide and monitor an open-ended high point
11 tap or equivalent vent.
12 e. Pump grout until grout within 0.3 pounds per gallon of specified grout injection
13 density discharges from the end opposite the injection point. This procedure is
14 intended to ensure that the grout is not diluted by extraneous water in the
15 annulus.
16 f. No hardened grout is permitted in the slipliner pipe invert after completion of
17 grouting operations.
18 g. Operate dewatering systems until the grouting of slipliner pipe is complete.
19 h. Ensure the HDPE pipe is undamaged due to temperature of grout as it is
20 curing/thermosetting.
21 C. Sewer Service Connections
22 1. Install service connections in accordance with Section 33 31 50.
23 3.5 REPAIR / RESTORATION [NOT USED]
24 3.6 RE-INSTALLATION [NOT USED]
25 3.7 FIELD [OR] SITE QUALITY CONTROL
26 A. Density
27 1. During placement of grout, measure density in accordance with ASTM C 138 at
28 least twice per hour. Adjust the mix as required to obtain the specified cast density.
29 B. Sampling:
30 1. Take 4 test specimens for each 100 cubic yards of grout, or for each 4 hours of
31 placing.
32 2. Test in accordance with ASTM C 495 except:
33 a. Specimens shall be 3-inch by 6-inch cylinders covered after casting to prevent
34 damage and loss of moisture. Moist-cure specimens for at least the first 7 days;
35 perform at least one compressive strength test of each set of samples at 28 days.
36 b. Do not oven-dry specimens to be tested. Specimens may be tested at any age to
37 monitor compressive strength. The material may require special handling and
38 testing techniques.
39
40 3.8 SYSTEM STARTUP [NOT USED]
41 3.9 ADJUSTING [NOT USED]
42 3.10 CLEANING [NOT USED]
43 3.11 CLOSEOUT ACTIVITIES [NOT USED]
33 31 41 - 7
SLIP LINING GROUT
Page 7 of 7
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
CITY PROJECT No. 105247
1 3.12 PROTECTION [NOT USED]
2 3.13 MAINTENANCE [NOT USED]
3 3.14 ATTACHMENTS [NOT USED]
4 END OF SECTION
5
Revision Log
DATE NAME SUMMARY OF CHANGE
09/11/2024 Nathan Harmon
6
33 39 10 - 1
CAST-IN-PLACE CONCRETE MANHOLE
Page 1 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 SECTION 33 39 10
2 CAST-IN-PLACE CONCRETE MANHOLE
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Sanitary Sewer Cast-in-Place Concrete Manholes
7 B. Deviations from this City of Fort Worth Standard Specification
8 1.1.2.A.4/5. Additional bid item descriptions
9 2.3.4.B.2 Pipe connection/detail reference.
10 C. Related Specification Sections include but are not necessarily limited to:
11 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the
12 Contract
13 2. Division 1 – General Requirements
14 3. Section 03 30 00 – Cast-In-Place Concrete
15 4. Section 03 80 00 – Modifications to Existing Concrete Structures
16 5. Section 33 01 30 – Sewer and Manhole Testing
17 6. Section 33 05 13 – Frame, Cover, and Grade Rings
18 7. Section 33 39 60 – Epoxy Liners for Sanitary Sewer Structures
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Manhole
22 a. Measurement
23 1) Measurement for this Item shall be per each.
24 b. Payment
25 1) The work performed and the materials furnished in accordance with this
26 Item shall be paid for at the unit price bid per each “Manhole” installed for:
27 a) Various sizes
28 b) Various types
29 c. The price bid will include:
30 1) Manhole structure complete in place
31 2) Excavation
32 3) Forms
33 4) Concrete
34 5) Backfill
35 6) Foundation
36 7) Drop pipe
37 8) Stubs
38 9) Frame
39 10) Cover
40 11) Grade rings
41 12) Pipe connections
33 39 10 - 2
CAST-IN-PLACE CONCRETE MANHOLE
Page 2 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 13) Pavement removal
2 14) Hauling
3 15) Disposal of excess material
4 16) Placement and compaction of backfill
5 17) Clean-up
6 2. Extra Depth Manhole
7 a. Measurement
8 1) Measurement for added depth beyond 6 feet will be per vertical foot,
9 measured to the nearest 1/10 foot.
10 b. Payment
11 1) The work performed and the materials furnished in accordance with this
12 Item and measured as provided under “Measurement” will be paid for at
13 the unit price bid per vertical foot for “Extra Depth Manhole” specified for:
14 a) Various sizes
15 c. The price bid will include:
16 1) Manhole structure complete in place
17 2) Excavation
18 3) Forms
19 4) Reinforcing steel (if required)
20 5) Concrete
21 6) Backfill
22 7) Foundation
23 8) Drop pipe
24 9) Stubs
25 10) Frame
26 11) Cover
27 12) Grade rings
28 13) Pipe connections
29 14) Pavement removal
30 15) Hauling
31 16) Disposal of excess material
32 17) Placement and compaction of backfill
33 18) Clean-up
34 3. Sanitary Sewer Junction Structure
35 a. Measurement
36 1) Measurement for this Item will be per each Sewer Junction Structure being
37 installed.
38 b. Payment
39 1) The work performed and materials furnished in accordance with this Item
40 and measured as provided under “Measurement” shall be paid for at the
41 lump sum bid per each “Sewer Junction Structure” location.
42 c. Price bid will include:
43 1) Junction Structure complete in place
44 2) Excavation
45 3) Forms
46 4) Reinforcing steel (if required)
47 5) Concrete
48 6) Backfill
49 7) Foundation
33 39 10 - 3
CAST-IN-PLACE CONCRETE MANHOLE
Page 3 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 8) Drop pipe
2 9) Stubs
3 10) Frame
4 11) Cover
5 12) Grade rings
6 13) Pipe connections
7 14) Pavement removal
8 15) Hauling
9 16) Disposal of excess material
10 17) Placement and compaction of backfill
11 18) Clean-up
12 4.Epoxy Line and Remove and Replace Manhole Frame and Cover
13 a. Measurement
14 1) Measurement for this Item will be per each Epoxy Line and Remove
15 and Replace Manhole Frame and Cover being installed (primarily
16 Sewer Line A Sta 0+00 and Sta 2+44).
17 b. Payment
18 1) The work performed and materials furnished in accordance with this
19 Item and measured as provided under “Measurement” shall be paid
20 for per each “Rehab Manhole” location.
21 c. Price bid will include:
22 1) Frame and cover Removal and Replacement complete in place
23 2) Excavation
24 3) Forms
25 4) Reinforcing steel
26 5) Concrete
27 6) Backfill
28 7) Foundation
29 8) Drop pipe (if required)
30 9) Stubs
31 10) Frame
32 11) Cover
33 12) Grade rings
34 13) Pipe connections
35 14) Pavement removal
36 15) Epoxy Lining of Existing Manhole and interior of RCP pipe in
37 accordance with Section 33 39 60
38 16) Hauling
39 17) Disposal of excess material
40 18) Placement and compaction of backfill
41 19) Clean-up
42
43 5.Epoxy Line and Remove and Replace Structure Frame and Cover and Repair
44 Structure
45 a. Measurement
46 1) Measurement for this Item will be per each Epoxy Line and Remove
47 and Replace Structure Frame and Cover being installed (primarily
48 Sewer Slipline Sta 0+00 and Sta 3+85).
49 b. Payment
33 39 10 - 4
CAST-IN-PLACE CONCRETE MANHOLE
Page 4 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 1) The work performed and materials furnished in accordance with this
2 Item and measured as provided under “Measurement” shall be paid
3 for per each “Rehab Structure” location.
4 c. Price bid will include:
5 1) Frame and cover Removal and Replacement complete in place (may
6 only be needed at Sta 0+00. Sta 3+85 concrete beam roof should be
7 easily removable)
8 2) Excavation
9 3) Forms
10 4) Reinforcing steel
11 5) Concrete Repair
12 6) Backfill
13 7) Foundation
14 8) Frame
15 9) Cover
16 10) Pipe connections
17 11) Grass/concrete sidewalk removal
18 12) Epoxy Lining of Existing Structure accordance with Section 33 39 60
19 13) Hauling
20 14) Disposal of excess material
21 15) Placement and compaction of backfill
22 16) Clean-up
23
24 1.3 REFERENCES
25 A. Definitions
26 1. Manhole Type
27 a. Standard Manhole (See City Standard Details)
28 1) Greater than 4 feet deep up to 6 feet deep
29 b. Standard Drop Manhole (See City Standard Details)
30 1) Same as Standard Manhole with external drop connection (s)
31 c. Type “A” Manhole (See City Standard Details)
32 1) Manhole set on a reinforced concrete block placed around 39-inch and
33 larger sewer pipe
34 d. Shallow Manhole (See City Standard Details)
35 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller
36 than 39-inch
37 2. Manhole Size
38 a. 4 foot diameter
39 1) Used with pipe ranging from 8-inch to 15-inch
40 b. 5 foot diameter
41 1) Used with pipe ranging from 18-inch to 36-inch
42 c. See specific manhole design on Drawings for pipes larger than 36-inch.
43 B. Reference Standards
44 1. Reference standards cited in this Specification refer to the current reference
45 standard published at the time of the latest revision date logged at the end of this
46 Specification, unless a date is specifically cited.
47 2. ASTM International (ASTM):
33 39 10 - 5
CAST-IN-PLACE CONCRETE MANHOLE
Page 5 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating.
2 b. D4259, Standard Practice for Abrading Concrete.
3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
4 1.5 SUBMITTALS
5 A. Submittals shall be in accordance with Section 01 33 00.
6 B. All submittals shall be approved by the City prior to delivery.
7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
8 A. Product Data
9 1. Drop connection materials
10 2. Pipe connections at manhole walls
11 3. Stubs and stub plugs
12 4. Admixtures
13 5. Concrete Mix Design
14 1.7 CLOSEOUT SUBMITTALS [NOT USED]
15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUALITY ASSURANCE [NOT USED]
17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
18 1.11 FIELD [SITE] CONDITIONS [NOT USED]
19 1.12 WARRANTY [NOT USED]
20 PART 2 - PRODUCTS
21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
22 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
23 A. Manufacturers
24 1. Only the manufacturers as listed on the City’s Standard Products List will be
25 considered as shown in Section 01 60 00.
26 a. The manufacturer must comply with this Specification and related Sections.
27 2. Any product that is not listed on the Standard Products List is considered a
28 substitution and shall be submitted in accordance with Section 01 25 00.
29 B. Materials
30 1. Concrete – Conform to Section 03 30 00.
31 2. Reinforcing Steel – Conform to Section 03 21 00.
32 3. Frame and Cover – Conform to Section 33 05 13.
33 4. Grade Ring – Conform to Section 33 05 13.
34 5. Pipe Connections
33 39 10 - 6
CAST-IN-PLACE CONCRETE MANHOLE
Page 6 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot
2 adapter, or integrally cast gasket channel and gasket.
3 6. Interior Coating or Liner – Conform to Section 33 39 60, if required.
4 7. Exterior Coating
5 a. Use Coal Tar Bitumastic for below grade damp proofing.
6 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils.
7 c. Solids content is 68 percent by volume ± 2 percent.
8 2.3 ACCESSORIES [NOT USED]
9 2.4 SOURCE QUALITY CONTROL [NOT USED]
10 PART 3 - EXECUTION
11 3.1 INSTALLERS [NOT USED]
12 3.2 EXAMINATION
13 A. Evaluation and Assessment
14 1. Verify lines and grades are in accordance to the Drawings.
15 3.3 PREPARATION
16 A. Foundation Preparation
17 1. Excavate 8 inches below manhole foundation.
18 2. Replace excavated soil with course aggregate, creating a stable base for the
19 manhole construction.
20 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch
21 mud slab may be substituted.
22 3.4 INSTALLATION
23 A. Manhole
24 1. Construct manhole to dimensions shown on Drawings.
25 2. Cast manhole foundation and wall monolithically.
26 a. A cold joint with water stop is allowed when the manhole depth exceeds 12
27 feet.
28 b. No other joints are allowed unless shown on Drawings.
29 3. Place, finish and cure concrete according to Section 03 30 00.
30 a. Manholes must cure 3 days before backfilling around structure.
31 B. Pipe connection at Manhole
32 1. Do not construct joints of sewer pipe within wall sections of manhole.
33 2.See Drawings for additional details as well as specification 33 31 22 Sanitary
34 Sewer Slip Lining. Ensure all connections are watertight, and prevent any
35 inflow/infiltration.
36 C. Invert
37 1. Construct invert channels to provide a smooth waterway with no disruption of flow
38 at pipe-manhole connections.
33 39 10 - 7
CAST-IN-PLACE CONCRETE MANHOLE
Page 7 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 2. For direction changes of mains, construct channels tangent to mains with maximum
2 possible radius of curvature.
3 a. Provide curves for side inlets.
4 3. Sewer pipe may be laid through the manhole and the top ½ of the pipe removed to
5 facilitate manhole construction.
6 4. For all standard manholes provide full depth invert.
7 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8
8 inches in depth.
9 D. Drop Manhole Connection
10 1. Install drop connection when sewer line enters manhole higher than 24 inches
11 above the invert.
12 E. Final Rim Elevation
13 1. Install concrete grade rings for height adjustment.
14 a. Construct grade ring on load bearing shoulder of manhole.
15 b. Use sealant between rings as shown on Drawings.
16 2. Set frame on top of manhole or grade rings using continuous water sealant.
17 3. Remove debris, stones and dirt to ensure a watertight seal.
18 4. Do not use steel shims, wood, stones or other unspecified material to obtain the
19 final surface elevation of the manhole frame.
20 F. Internal coating
21 1. Internal coating application will conform to Section 33 39 60, if required by
22 Drawings.
23 G. External coating
24 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of
25 the coating.
26 2. Cure for 3 days before backfilling around structure.
27 3. Coat the same date the forms are removed.
28 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259.
29 5. Application will follow manufacturer’s recommendation.
30 H. Modifications and Pipe Penetrations
31 1. Conform to Section 03 80 00.
32 I. Junction Structures
33 1. All structures shall be installed as specified in Drawings.
34 3.5 REPAIR / RESTORATION [NOT USED]
35 3.6 RE-INSTALLATION [NOT USED]
36 3.7 FIELD QUALITY CONTROL
37 A. Field Tests and Inspections
38 1. Perform vacuum test in accordance with Section 33 01 30.
39 3.8 SYSTEM STARTUP [NOT USED]
33 39 10 - 8
CAST-IN-PLACE CONCRETE MANHOLE
Page 8 of 8
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105247
Revised December 20, 2012
1 3.9 ADJUSTING [NOT USED]
2 3.10 CLEANING [NOT USED]
3 3.11 CLOSEOUT ACTIVITIES [NOT USED]
4 3.12 PROTECTION [NOT USED]
5 3.13 MAINTENANCE [NOT USED]
6 3.14 ATTACHMENTS [NOT USED]
7 END OF SECTION
8
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.1.c. – reinforcing steel removed from items to be included in price bid
9
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.06 Hazardous Environmental Condition at Size
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-4.01 Availability of Lands
PANTHER ISLAN❑ SANITARY SEW�R C4LLECTDR
CITY PR�JECT N�. '1 �5Z47
PARGEL N�. 1 PE
36� N MAIN STREET
F.G. MULLEKEN SIJRVEY, ABSTRACT Na. 1i345
A. G�LJHENANT SLfRVEY, ABSTRACT N�. 582
M. BAIJGH SURVEY, A6STRACT N�. 'Ifl6
EKHIBIT "A"
Being a permanent utility az�d aceess easement situated in the F.G. Mulliken Sur�ey, Abstract No.
1�45, the A. G�uhenant Swvey, Ahstract Na. 582 and the M. Baugh Survey, Abstract No. 1�6,
City of Fort Worth, Tarrant County, Texas, said permanent utility and access easement being a
portian of a remainder nf a called 29.�29 acre trac# af land described as CYTEC TRA�T in deed
to Tarrant Regianal Water District as recarded in Instrument No. D21�157�74 ❑f the Df�cial
Public Re�ords of Tarrant County, Texas, also being a portion �f Black Lot I R, Block FR afUnion
Land Companys Industrial Addition, an additifln to the City ❑f Fart Worth, Tarrant C�unty, Texas,
as recorded in Instrument No. D213125�6� of said Dfficial Puhlic ReGards af Tarrant Caunty,
Texas, and being a partian of Lflt i, Bivck 2 af Union Land Campanys Industrial Additian, an
addition ta the City of Fort Wartka, Tarrant Ca�nty, Texas, as recarded in Voiume 2�4, Pa�e 101
of the Plat Re�ords of Tarxant County, Texas, said permanent utility and access easement being
mare particularly described by metes and bauxtds as follows:
CUMMENCING at a P.K. Nail found for an exterior ell comer in the narthwest line af said called
29.529 acre tract of land, said P.K. Nail l�eing in the southwest line of a called �.91 S acre tract of
[and described as TECHNICQAT TRACT in deed ta Tarrant Regianal Water District as recorded
in Instrument Na. D210157674 of said �fficiai Publi� Records o#'Tarrant County, Texas, said P.K.
Nail being the west corner of Lat 1�, Block 232 0#' Nvrth Fort Worth Townsite Ca�npanys
Subdi�ision, an additi�n tfl the City af Fort Worth, Tarrant County, T�xas as recorded in Volume
244-A, Page l I7 of said Pla# I�ecords of Tarrant Caunty, Texas, said P.K. Nail being the south
carner of Lot 11 af said Block 232, said P.K. Nail being in the northeast right-af-way line af N
Calhoun Street (70' right-af-way width), said P.K. Nail aisa being a north �arner af City Qrdinance
No. 2335, vacating a portion ❑f said N Calhoun Street as recorded in Valume �fl53, Page 112 of
said I]eed Recards af Tarrant County, Texas, frQm which a P.K. Nail �ound fvr the intersection of
the nartheast right-af-way line af said N Calhvun Street and the sautheast right-of-way line of NE
6TH Street �G4' right-af-way width} bears Norih 30 degrees 43 minutes 11 secands West, a distance
of 1 Qd.�O feet, said P.K. Nail being the west carner af said called 4.91$ acre tract of land, said
P.K. Naif also being the west cvrner of Lot 12 of said Black 232; THENCE South 59 degrees 56
minutes 49 secands West, with the northwest line af said called 29.529 a�re tracc af land and with
a narthwest line af said City �rdinance No. 233�, a distance af 5.00 feet to the PDINT ❑F
SEGINi�i�NG vf the herein described permanent utility and access easement;
Exhihit A Page 1 vf 4
THENCE Sauth 3� degrees 03 minutes 09 secancis East, passing at a distance af 657.71 feet, a
point in the north line af said Lot lA, passing at a distan�e of I,S37.Z8 feet, a point in
the sauth line af said Lot 1R, in all, a distance of 1,734.40 feet t� a point for �orc3er in
the sat�theast Iine �f said �alled 29.529 acre tract of land, said point being in the most
northerly northwest line of a called 11.122 acre tract of land des�ribed as T'RACT
THREE in deed to Tarrant Caunty CaIlege District as recorded in Instrument No.
�2Q4331101 of said �ff cial P►�blic Recards af Tarrant County, Texas;
THENCE Sauth 59 degrees 4S minutes 58 seconds West, with the southeast lin� af said �alled
29.529 acre tract of land and with the most nort�eriy noz�hwest tine of said called
11.122 acre txact af land, a distance af ��.ad feet to a paint for �arner, from which a
112 iron rad with cap stamped "BRITTAIN & CRAWF�RI7" tflund for the most
sautheriy cnrner of said called 29.529 acre tract �F land bears Sauth 59 degrees 45
minutes 58 seconds West, a distar�ce af 4.�2 feet, said 112 inch iran rod with cap
stamped "SRITTAIN & CRAV�FQRI3" being an exteriflr e�I caz-ner in the n�rthwest
line of said called l 1.1 �2 acre tract of tand;
THENCE North 3� de�rees 03 minutes OS seconds West, passing at a distance of 289.b4 feet, a
paint in the sauth line ❑f said Lot 1 R, in all, a distance flf 567.97 feet to a point far
corner;
THENCE South 59 degrees 55 minutes 31 secands West, a distance af 5.Q2 feet tc� a point for the
north corner of Lot 2S, B1Qck 7 of The Uzuan Land Companys Industrial AdditiQn, an
addition to the City af Fart Warth, Tarz�ant County, Texas, as recorded in Volume 3�9,
Page 75 af said Flat Recards af Tarrant County, Texas, said point being the north carner
af a called 4.855 acre tract vf land described in deed to Tarrant Regional Water District
as recorded in Instrument No. DZ 17268452 of said �fficial Public Records of Tarrant
Caunty, Texas, said point being the intersection af the southeast right-af way line af
4TFi Street {6�' right-of-way width) with the southwest line �f said called �9.529 acre
tract af land and the southwest line of said Lot 1 R;
THEIVCE North 30 degrees �3 minutes 44 se�ands West, with the southwest line of said �alled
29.529 acre tract af land and with the so�thwest line af said Lat 1R, a distanc� of 60.��
feet ta a paint far the east cflrnez- o� Lflt 2, Slock A-R of Union Land Co's Additi�n, an
additian to the City af Fort Warth, Tarrant County, Texas, as recorded in Volume 388-
142, Page 18 of said Plat Records of Tarrant Caunty, Texas, said point being the
intersection af the northwest right-of-way lir�e of said 4TH Street witY� the southwes�
lin� of said called 29.529 acre tract of land and the sauthwest line af said Lot 1 R, fram
which a 112 inch iran rod with cap stamped "SRITTAIN & CRAWF�RD" found far
the sauth corner of said Lat 2 bears South 59 degrees 55 minutes 33 seconds West, a
distan�e of 80. ] 4 feet, said 112 iron rod with cap stamped "BRITTAIN 8c
CRAW�'Di�D" being the rnost southerly southeast �amer of Lot 1 of said Black A-R,
said 112 inch iron rod with �ap stamped "BRITTAI�i & CRAWFDRL7" also �eing in
t�e n�rthwest right-of-way line af said 4TH Street;
THENCE North 59 degrees 55 minutes 33 secands Eas#, a distance af 5.�3 feet ta a point for
corner;
Exhi�it A Page 2❑f 4
THENCE North 34 degre�s �3 rr�inutes �9 secands West, passing at a distance 542.75 feet, a point
in the nflr�h line af said Lot 1 R, in all, a c�istance ❑f S��.S2 feet to a point for corner;
THENCE South 59 degr�es 55 minutes 33 se�an�s West, a distance af5.13 feet ta a point far the
narth corner af a called 0.57� acre tract af Iand described as TRAGT 2 in deec� to �ean
Ventures, LLC as recarded in Instnzment No. D22 i 170297 af said �f�ciai Public
R�cnrds of Tarrant County, Texas, said paint heinb the narth corner of Black 11 �f
Narth Fart Worth, an additian to the City af Fart Worth, Tarrant County, Texas as
recorded in Volume 53, Page 149 of said Plat Re�ards of Tarrar�t County, Texas, said
paint alsa being the intersectian af the southwest fine ❑f said called 29.529 acre tract
❑f land and a sauthwest line oi said City Drdinance Na. 2336, clasing a partian of said
Calhaun Street and NE 5'�H Street (a called 54' right-of-way width} with th.e southeast
right-of-way line of said S��H StreeE;
THENCE North 34 degrees �3 minutes 44 seconds West, with the southwest line of said �alled
29.529 acre tract of laz�d and with a southwest line of said City Ordinance No. 2336, a
distance of 6�.48 f�et t� a 112 inch iron rod with cap s�amped "BRITTAIN &
CRAWFDRD" faund for an interiar ell �arner in the sauthwest line af said caLled
29.5�9 acre tract of land, said 112 znch iran rod with �ap stamped "BRITTAIN &
CRAWF�RI]" being the east carner ofLat 36, Block 2Q ofNorth Fart Worth Townsite
Companys Subdi�ision, an additian to the Ciry of Fort Warth, Tarrant County, Texas
as recorded in Volume 2Q4-A, Page 117 of said Plat Records of Tarrant County, Texas,
said ll2 inch iron rod with cap stamped "BRITTAIN & CRAWF�RD" being the east
corner nf a called 2.755 acre tract of land described as TRACTS IV & V in deed ta
Panther Island 1'artners, L.P. as recorded in Instrument No. D223175978 af said
Qfficial Public Recards of Tarran# County, Texas, said 112 inch iron rad with cap
stamped "BRITTAIN & CRAW�'�RD" alsa being the intersection a svuthwest line of
said City Ordinance No. 2336 with the narthwest right-of-way line af said 5TH 5treet;
THENCE North 59 degrees Sb minutes 14 seconds East, a dista�ce of 5.1� feet to a paint for
carner;
THENCE Narth 3� degrees 03 minutes 09 secands West, a distance af 499.b2 feet to a point f�r
corne�- in the northwest Iine of said called Z9.529 acre tract of land, said point being in
a northwest Iine of said City Qrdinance No. 2336, closing a partion of said N Calhoun
Street;
THENCE Narth S9 degrees 56 minutes 49 seconds East, with the narthwest line of said called
23.SZ9 acre tract of land and witk� a narthwest line of said City Ordinance No. 233b, a
distance af 6�.�4 feet to the PDINT �F BEGINNING and cvntaining 2.486 acres or
i 08,281 square feet of [and, mare or less.
Exhibit A Page 3 of 4
Na#es:
� 1} A plat af e�en survey date herewith accampanies this legal descriptian.
(2} All bearings and �aordinates are referenced ta che Texas CoQrdinate System,
NAD-83, The Narth Central Zane 4202, all distances and areas shown are
surface.
I3ate: September � 7, �424
���
�_�-�s -��_
Curtis Srnith
Registered Professional Land Surveyar
N�. 5A�94
Texas Firm No. 1� 10690�
Exhibit A Page 4 of 4
�'X�IIBI T "B "
PA,RCEL No. 1 PE
r—�------�--__._�._. T------1 �_..._.__
� I � I
�aT i z I �oT i � � �Qr � ff � �or s �ar a � �oT �
� � I I
� f2EHIAlAlDER 0�
� � CAL�E6 ❑.918 ACRES CALLED 29.529 ACRES
f 7ECHNIC�AT TRAC� C'{rEC TRACT
� I TARRAN7 REGIpNAL WATER 6ESTRlCT I ,
eLocx 2sz INS7RUMfNT hio. p210157674 TARRAN7 REGIQNAL �
� NaRTlf FORT �i'0!{TN TQIYNSITE � O,P.R.T.C.T. I I WATER DISTRIC3 ;
canrPg,vrs SU6DlYISIQN � INSTRUMENT Na. D21 � 157674;
VDLiIAlB 204—A, PACfs 117 �7 �r ;
P.R.T.C.7', r . �. i.�. a.�.R.T.c.r.
I � P.K. NA3L I I
FOUNQ
N 3a'03'l l_'W I1Q0.0a� ! _ — — — —
P.K. NAIL 5 S9'56'49'lAf�� f
�auNo s.00' S 3a'U3'�9"E 1,794.40' :: :::: .' : :::..:::
P. �.�. :' ;: .
Cf ...::..:': -:::.::..:'. :..:' ... .. .... .. N CALHDIJN STREET
N CALHaUN STREET �� T�� — —W�'--- VACATED �--- -- -
� � 4 �T
rp .. .—.—:..:._.�....__ .::'..:.:.....:. CiTY OR�INANCE #2336 ._.T '
d '[] "....::.:..:'. ' . .. ... . .....:... .VOLUME 2�63. PAGE 112 =.:..:':.•..'' .::...
`° °' . ❑.R.r.c,r.
(70' RIGFiT—�F--WAY WlDTH] ,n .:: :.': :::.' : '': :::::::'.::: : . :''.:: ... ...
� :..:: : .:: :. :: : .: :.: . .:::::: :.' .::: .:: .::.. .. . ..
N 3�'03'p9"W 499.62' . : � . : . : . : . .: ; .
�
W
�
VJ
�
�
�
� I IJNIT� GAS PIPE LfNE r�������
I CDMPANY EASE�AENi
(WfOTH NOT SPECI�IEO) I AND AC�iESS
} � I VaLUME 2686, PAGE 335
a�acx 2a EASEI�ENT AREA
� I I N�HTH FORT IYaRTH TOIYN5fTB ��•�•T.C.T. I 2�� A�+��r QR
�
C4AfPANYS SUBUfYfSlON I I 1�$�2$1 r�. �.
p I I VOLUAfE 204—A, PAGTs 1f7
� 1 P.R.T.C.T. IC,qLLE6 2.755 ACRESI
� � I I TRACTS iV & V I I
� F.G. MULLIKEN $E.IRVEY pqNTHER ISLAN❑ PARTNERS, L.P. J
� A85TRACT �D' � 04�J I kNSTRUMENT Na. 0223175978 '
I I O.P.R.T.C.T. I I
� LOF 25 i LOT 25 I LOF 27 I LOT 28 I �OT 29 ' �OT 30
i
� --! ----J-----�---- � -- ---J-----
N6TE5:
1. A LEGAL �ESCRlP'fI�N q� EVEN QATE ACCaMPANIES 7HI5 PWT.
2. ALL BEARINGS AND CpORpIHATES ARE REFERENCEQ TD THE T�]CAS CO�RDIhiATE
SYSTEM. NAf7-83, THE NOR7H CENTRAL 2aNE 42�2, ALL aISTANCES AhEQ AREAS
SHOWN ARE SURFACE.
5� �5 D 5q
SCALE IIV FEEf
�� ��� �i t y� f F� rt �I'a rth
200 TE?[AS SFREE'{ • F�RT WORTH, TE7(AS 76102
PA�V THE� �S'LAND �� oF T
5'ANITAR�' SEWE� Cn�LECTa.R ,�?,:�;�jSreR �+
PARGEL N0. 1 PE CITY PRDJ. N0. 105247 �:' 4 � �`��
PERt�ANEl�f7 UTILITY AN❑ ACCE55 EASEMENT ��
CLlRTIS SMI%
OWI�ER: TARRAN7 R�GICYNAL WATER ❑ISTRICT
SURVEY: ABSTRACT Alv. i 045, AB57F2AC7 No. 5$2, ABSTRACT Ako.
LOCATf01�: Cl7Y �F FORT WORTH, TARRANT CQlJNTY, TElfAS
AC4U151TIOM ARE4: 2.486 AGRES QR 108,281 5Q�1ARE FEET
WH4LE PROPERTY ACREAGE: 27.25 ACRES CALCULA7E�
�oe No. Kru�sao3.ao � pwnwr� gr: �cs -- r.�a F
17, 2D24 J f7[Hf8
10, � ASS�CIATES, IMC. •
�
, i�(. 76137 •
5494
su
PR4FESSIOhlAL WN6 S
�
w
Z
J
2
�
�
Q
�
�X�I���' "B �'
PA14C�'L Nv. 1 P�'
Q
w
Z
J
2
�
�
Q
�
T _.. T � � _ �— � � �. �
I �-----� I --�-----� �
I LOT 6 j LflT 5 I �OT 4 I LOT 3 I LOT 2 I LffT 1 �
� � F.G. A�ULLIKE�I SURVEY � I � j r ;�
I � ABSTRACT� IVo. 1045 I REMAINQER �F` � � a m'�a .
I 1 GALLEf3 29.529 ACRES � !� ���
oz �
BLOC�Y 232 � CYTE� TRACT i r¢� Q�
I lVOR7'If F'�RT iYdRTH TnA�'NSfT& I TARRANT REGfONAL I I'n ¢�`�` o
C4MPANY5 5U801Yf5fON WATER Q€5TR1CT z' o�
I VQLtJME 204—A, PACE 117 � � I
i P.R.T.C.T. � INSTRilMENT No. D210i57674 ��
I � O.P.R.T.C.T. � I � Q
� � � ! I � �
.�� L�---�-- � ----�----i��--�
� �:: . : : : : . : :: :�: : : : : : ::�. : :::.
5 3�'43 �9'E 1,794.44 ..::.:: ,... ....
N A H N STREET
CLO�
--- VA AT ❑ BY.__���:-:'.-: ' —
C E — -- — —
^ CITY OR�INANCE 233b
$
P 11
VOLIJME 2063 AGE 2... ..' ... . ... .: ::. .' : :
❑.R.T.C.T,
:. ..�:..: � .. ..'. ...' :...:......... .:':'.......:.. . ...
N 3� �3 09"1N 499.82 : . : : . :: . : ' . . . : . . : : . . : . . : : . . : . : . . : .. . . . .. . .: : : . . . . : . : ..:... .
i � I — — � — — T — — � — L_7 ��
I IJNITEp GAS PIPE LINE I �p ��2"fR� �
COMPANY EASEMENt PERAiIA�ENT L�TI�ITY
I (WIQTH N�T SPECIFIE�} UME TABLE WITH CAP w
VOLUAAE 2588, PAGE 335 ��E B�IMG OISfANCE Al�ID A�CESS I STAHIPE❑
I ❑.R,T,C.T. L—B h! 3Q'03 44 86.48' �ASEIYi�N� A1��1 I "BRITTAIN & I w
I I L-7 N 59'56 14 E 5.14' 2.486 ACRES nR GRAWFORO" 1�
108.281 SQ. FT. � � F—
I I N�RTH �'aRT 1PORTH TOWNSfTB I CALLEO 2.755 ACRES � V J
I I COMPANY5 S!J$QlVfSlON � 7RACT5 N dt V j T
YQLUME 2a4—A, PACE 117 PANTHER ISLANQ PARTNERS, LP. LQT 36 y
I � P.R. T.C. T. INSTRUMENT No. QZ23175978 I �
I � � � Q.P.R.T.GT. I I �
LOT 31 I L�7 32 I LOT 33 i �.ar �a I LOT 35
I � APPROX. SVRVEY LINE ' I'
— — — � � �LiJ
L-- —1— ---�-----L-------L------ --- Z
NOiES:
1. A LEGAL 6ESCRlPfiON qF EVEN DATE ACCOI�PANIES THES FLAT.
2. ALL BEARINGS AND C�ORDINAT£S ARE REF'ERENCEO TO THE TE%AS COaR�INATE
SYSTEM, NAO-83, 'fHE NORTH CENifiAL 20NE 42D2. ALL QISTANCES ANf] AREAS
SHOYYN ARE Si1RFACE
�
O
�
�
�
❑
�,
�
cfl
�
w
J
J
Q
U
�
m
w
Z
J
�
�
�
Q
�
50 25 a 50
SCALE !N FEET
�1�T �4RT
�A1V T1
SANITARY
PARCEL N0. 1 PE
PERMRNEN7 UTILIIY
�i � y a f F� rt INo rtf �
206 TEXA$ STREET • FORT WORTN, TEXAS 7fi102
�L�1� �SLAND �� o�- T
SE iPE1� COLLECT �� �P:: � c,� S rFip'' ��-�f-�
.ti �
CITY PROJ. N0. 105247 �;: 4 � 4.: �
QWNER: TAF2RA�ET i��GIQNAL WATER RISTRICT
SURVEY: A6S7RACT lVa. 1 a45, ABSTRACT IVo. 582, A6STRAC'
LaCAT10N: CITY �F F�RT W�RTH, TARRANT COtJNTY, 7E]{A5
ACQLIlSITION AREA: 2.486 ACRES 4R 10$,281 SQLIARE FEEf
WHOLE PRORERTY ACREAGE: 27.Z5 ACRES {CALCULATE�}
aa�:
CAp FlLE: ❑1 PE.OWG
sc�: i' - so'
680 FORT WORTM, T�C.
cu ris 5MlTH
� � _ ,a 5494 eY�%
5
CtiRTlS SMITH
REGI57ERE0 PROFESSIaNAL LAND
��
�
W
�
J
2
U
�
Q
C
�'XHIBI �' ��lJ �i
PARCE� No. f PE
I F.G. �4LILLIKEN SLIRVEY ,� �' Lor �R, 8�ocx �K A. GOL1HEiVANT SURVEY
� ABSTRACT No. 1045 G'-' , fINIDN LkN� COAlP.4�YYS ABSTRACT No. 582
fNI1 USTRIAL ADIIlTfON
I =ri ' � rq ry I INSTRUAI6NT Na. ➢213T2526P
M�� O.P.It.T.G.T.
„��,� � � I��`"�m� �c; R�I�AINDER �F CALL�� 29.5�9 ACRES
~} aNcc�j I J� � ��q 4 Q'•- CYTEC TRACT
� m w a� I �, � v�¢�o tia '�' � FAF2RANT REGIONAL WATEF2 RISTRICT
`n�z �? `�a��4�' 2
INSTRUHI�NT No. a21 Q157fi74
� �� o� � �°'�' I ,�` ��`" ° I3V �. P. R.T.C.T.
W�a � � �¢ / �o c
° � u+�� rns�
� � � � , � , UNE 6EARING 015fANCE
�� I � , L-5 5 58'S5'33"W 5.13'
/PASSING AT� L-8 N 30'03 44 8Q.48'
I , 557.71 �
�.'.::: :-.:':.':.'' ' :.: . ::. S 3ff83'09�E 1.754.40�: .::::..:'::::.. .
� ::: ::::. :: ::::.: . :: : :.::::.. ::::: :
� -: � •
�: : : •' :: : . :: . :: : : : : : . . : : . . : . . : . : : . . : : . . . : : : . : : : : :'• �: : ' -: : : ': : : : :' . ::. : :: : : :�. : . . . . : : ••.
�:. :.: .�: ::.: ..:::•':-::•'. :.:-•:'':.::• ::::: :. : ::..:::•'•:-'.:::•':': �.:..: ::..., :::; ...::..::::::':.:•'::::--:..:: :..
��u
�• /.
� ��
� - -- - - - - - - -
�
�
—�--� — — -:N 3D'03'09"W BOB.52' — —
L-6 L-5 — — — �— — -- — —
W ��
❑
w �
•►J1
2
�
�.{ }
W
Z
PASSING A7�
saz.�s'
11NITEp GAS PiPE LINE-
CpMPANY EASEMEhFF
_ , (WIOTH N�T SPECIFiEO} ,
� VaWME 2688, PAGE 335
a i a.�.r.c.T. I
� BLOClC 11
NORTlf FORT 1►QRTIf
� YQLUA(E 63, PAGB 149
� P. R. T. C. T.
a CALLEO ❑.574 ACR£S
J TRACT 2
a�fAN VENTURE5, LLC
� INSTRlJH1�NT No. �22177p297
v �—.�— � — �.— O.P.R.T.C_7.— —�
Q
�
W
Z
J
_
U
�
Q
C
Foa� woar� PawER &
LIGHT COAM1PANY EASETAENT
AND RIGH7-pF-WAY
(No WI�TH SPEC3F�E0}
VQLllME 430, PAGE l65
p.R.T.C.T.
P�RA�AIVEIVT UT�LITY
AN❑ ACCESS
�14.r7E�114�� 1��1
2.486 ACF2E5 QR
108,28i 5Q. FT.
LDT 1
7ARRANT REGIpNAL WATER �IST
C.C.F, No. fl21p157674
❑ R LC_F_
BLOCIf A-R
i]lVION L.iND C��5 ADOITfUN
VpLUAfB 388-14P, PACE 18
P.R. T.C. T.
�a�:
1. A LEGAL DESCREPTION QF EVEN QATE ACC61AP+4NIE5 TMiS PL4T.
2. ALL BEARINGS AND CQORDINATES ARE REFERENCfO TO THE TDG45 COdRplNA7�
SYSTEI�, MAD-83, TWE NORTH CEh1TRAL ZONE 4242, ALL DISTANCES AN[1 AREAS
SHOWN ARE SllRFACE.
5� �� � 50
SCALE IN FEET
o� �4�' �i � y a f F� r� W� r�f -�
2pp 7E7(AS STREET • FORT WQRTH, TE7[IS 7E1D2
PA�VT�IL'� �SLAND ,�� o� �.
SANITA��'' SEWEI� G�L�ECTnR �?��;���eRFa-f-y�
�_ i RF CiTY PROJ. ND. 105247 .
PERMAiVEPE"f UTiLfTY AN� ACCESS EASE�AENT
4WNER: ?ARRANT REGIONAL WAT�R DI5TF21CT
SE�RVEY: A65TRACT No. 1�45, ABSTRACT No. 582, A$STRAC�
L4CATlQN: C1TY OF FORT WaRTN, 7ARRANT COUNTY, TExAS
AC4UI51TION AREA: 2.486 ACRES OR 1 D8,�81 SQUARE FE£T
WHflLE PROPERTY ACREAGE: 27.25 ACR�S CALGULATE�)
JOB No. KHA_2403.D0 QRAWN BY: RES
N.E.
No. 106
CAD FlLE: ❑1 PE.
SCAI_E� 1 " - 50'
CU 7IS SNlITH
r � ,.,ppF5494 ��.`+'D
. ... `4"
�.
5U
URT]S SMITH
=GISTEREO PROFESSIaMAL lANQ SURVEYDR
). 5494 TEJG6S FlRM No. 7 01069D6
-496-1424 FWC 847-495-1768
E�HIB�T "B "
PARCEL Na. f P.�
V
W
Z
J
2
�
�
Q
C
A. GOIJHENAN7 5l1RVEY
A65TRACT No. 582
r----__--__---�
I I
� ARfA QLITSIDE �
� FL�O�PLAIN �ASEMENT F
� C.C.F. No. R213F 252fi2 �
� O.P.R.T.C.T. �
i
i
i
�-----�- ---J
REMAlNDEi� �F CALLED 29.529 ACRES
CYTEC TF2ACT
TARRANT REGIQNAL WATER f?ISTRICT
I�STRLJMENT i�o. D210157674
t Q.P.R.T.C.T.
LDT fR, aLocx �R
❑NfQN LANI! COMPANYS
IlVA[lSTRIAL AI7lTlTfON
INSTRilAlENT No. O� 1.3125,262
p. P. R. T. C.7'.
I
ARFA OUTSl�E
FLOODPLAIN EASEFAEN7
C.C,F. Na. �213 i 25262
fl.P.R.T.C.T.
PERA�ANEi�� 11"TILJ'fl'
ANQ ACCESS
EASEMENT AREA
2.4ss Ac�Es a�
� Qa�2� � S�. �.
{ : ::::�:. :, �. ,— ;: : 1 s �o'a3'ns'� � �94.40' : ; :[[ . :; :: . : : �-., �-�:
i ,. i �... T........
}..:.::..:::.•:.::}: i':;•:: , I.::..::::':: � : ::::... 4:.. .: .. '.:;::.:. :. { k.....::.� -:. ....
: -�'�:I:.•: �. �.':: --::: -�.•:-:'.�:�.•:-::•:-:'.�.::.. }.•.�:::.•.�::::.':: •�::.�.�: --.{._ �. -: -�:' ..:........:...: � .�.� �,--....-:�.•: �:': -��•�--�.�:: •�.�.': '.�:-: �::.���--.�.�.����: �.:._ � . ...�.�.`-.:.�. -.•._ � .�.�':: �.�.�:��:.�:�. � �. ..�:.�-{_::�.�: �_.
�'::::':::::':::'::::::.:•::r - - - -'
:::.: �•- ..�.�-'���: - - - -
t ::.::.::::: �.. :: . �.::: :: •::�:' : ::: :::::: :... :..: :
j.:.: � ::.....:.:..: I:': ''::::.:.':::: ' W.Y WATER EASfAAENT:.
I::':::::'.' :.::.::.:::: :::"::}.. .;:: ::'•:--:-'::.':: " -:'.:.::..: IN5iRVh�E�vF MD. D213i252fi2...:: : :.. :
i.;:� ..'::: ''� :: :.::. D.P.R_T�C�T.
=E - -- - ---- - - - - - - --
��
��r
�:.:'r; .::::::: i:.::: `.:;:::: :; :::::::::: : ::::.: .:.: :: ::
t: :::..::.: � . ..: ::: . . .... :.. .� ...
--�:f-:T-�s-�'�_�__�'._:�: =N 300309"W 8�6.52':.�-- =:T'. - -
�— —' — — — — — —
L-4 FL-3
FORT WpRTH POWER &
�lGHT CkHIPANY FASEMENT EJNE TA6LE � 1"
AN6 RIGH7-OF-WAY LINE BEARING DISTANCf o LL
(NO WI�TH SPECIFIE�) L-3 IV 36'03�44"YV fia.0�� �
VOLUME 430, PAG� � O5 L-4 N 59'55'33"E 5.03' � I rY �
� ❑.R.T.C.T. � I..}� �
I UNfTEO GAS P1PE LINE !`' ��
C�MPANY EASEMEN7 ��T 2 �I
(WIDTH NOT SPECIFIE6� KEITH A KIpWELL � ��
VOLUME 15217, PAGE 123 v� �
VO�UME 2688, PAGE 335 ❑,R.T.C.T. N � �
❑.R.T.C.T.
FFip 1/2"IR 1
�La�� �_R W3TH CAP $TAMPEE} r
f1NI4N LAND CD'S AO➢ITION "6RITfAIN & �RAWFOR�" '�" �
L�� 1 � V4LfJAI� 388-i4,2. PACL' 18 ^— �`�
7ARRANT REGIQNqL WATER ❑IST P,R.T.C.T.
C.C.F, No. D210t57674 --y
p.R,T.C.T. G
�f�5:
1. A LEGAL OESCRIPTION QF fYEN �ATE ACC�A�PANIES TNIS PLAT.
2. ALI. BEARINGS AiJD C40RDINATES ARE REFERENCE� TO TFlE TDfAS CODR�INATE
SYS7EA�, NAa-83, THE NORTH CENTRAL Z�NE 4202. ALL 61SFANCES AND AREAS
5NpWN ARE 5!lRFACE.
5a 25 � �o
SCALE IN FEEf
❑
W
Z
J
2
�
�
Q
C
o�r wo�r �i t y o f Fo r� 1/1/ o rtf�
20Q XE7CA5 STREE'f • FORT WORTH, TE7CA5 76102
�'AN �'l��"1� �S�AND ,�� o� T
SANITARY SEWER CDLLE'C�nl� ,�P:��isrE� �-f�
t i PE CITY PRdJ. iVO. 145247 ��' � � ��'•; �'
...�.,_
' UTILIIY ANQ ACCE55 EASEMENT CIJ,Fl1'IS 5NlIT�-I�
TARRANT
SURVEY: A65TRACT Na. 1Q45, ABSTRACT No. 582, ABSTRAC
LQCATIQN: CITY OF FORT WOR7H, �'ARRANT CQLJNTf, T�?(AS
ACQUISITI�N AREA: 2.486 ACRES QR 108,281 SQUARE FE�T
WH�LE PROPERTY ACRFAGE: 27.25 ACRES CALCULATE�
JOB tJo. FCHFL24Q3.00 DRAWN BY: RCS
• 2840 N.E. LOQP
tos
CAft FlLE: C11
SCAI_E� 1 " �
� ;°,p 5494 ;:�
�`� D� S F.
L. �:
CURTIS SMITH
REGISTERED PROFE551�NAL LAN6 Sl1RVEY0R
N6. 5494 TE7(P�5 F1RFA No. 1010&900
7-496-1424 FF�S 817-49&-1788
�'X�IBI T "B "
PARCEL No. f PE
❑
w
Z
J
2
U
�--
Q
�
A. GOUHE�IANT SURVEY
ABSTRACT IVa. 582
uN� rne�
IJNE BEARING OISTANCE
L-2 S 59'55'371M 5.�2'
�.—a N 36'a3�aa-w sa.00'
RElNAINpER OF CALLEQ 29.529 ACRES
CYTEC TFiACT
TARRANT REGIDNAL WATER OISTRICY
IN57RLJMENT i�o. Q21Di57674
p.P.R.�.C.T.
LDT iR, BLOCfC FR
rrNioh r.�Nv coa�Palvrs
p�T M
��tieq�s �q��
I'qp�O.Q�'Ty `S�I
Ro No R�
� � . E}-
SL���,�5
��NF
�ERMANENT Ui1L47Y
ONCOR ELECTRfC ❑ELIVERY C�hlAPANY LLC INDt15TRlAL AAAITION �0 ��E�
FASEMENT AN❑ RfGHT-OF-WAY AGREEMENT lNSTRCIJ(ENT Nn. A.2T31,25282 �ASEMENT AREA
INSTRL1hAEN� Na. ❑221 t 41710 O.P.R.7'.C. T. 2,4g6 ACRES 4R
O.P.R.T.C.T. 1�S�Z$� ,r�Q. �.
PERMANENT ACCE55 EA5EAAEM1FF Ta
TARRANT COIJNTY C�LLEGE OISTRICT PASSiNG AT
C.C.F. No. �21727p135
❑.P.R.T.C.i. 1.537.2$'
- — -- — — — — —�S 3�'03'D9"E 1,794.44'=— — — — -- --
— — — — — -- — — — — -- — — --- — --- `�;�
�.
WAT R M � :...
E EASE E
�� : .
INSTRU�nENT N�. Q213} 252fi2:' : ' :: :.: :: ....:' ... • . • ""'..:': ..:
I : ::
❑.P.R.T.C.T. - - _ Q3 ::: .'..
-- - -- - -- - - ;. f:._•....`
- - ,-�_�T�_:�:_ - - --
- - _ _ - - - _ $�► ���:�� - -- - - _- - -
- ri 3�o�ro -
,- - --
�
W�r
1..L
VJ
�
�
W
Z
—�—T—� �—�-�—�
L_2 � I � PASSING AT
I I � I I I I f}NITEp GAS PEPE LINE I � 2$9 6�•
1 COIAPAMY EASEF��NT j
I I I I I I�WkpTFi NOT SPECIFIEflJ I i I
I � j � I I I IVOLUTAE �26�88�.TAGE I335 U�HRTCQH�IPANYPE45EM Nr
1 � I I � I I ! � {ta6�W piTHTSPECiFIEO}
I I , BLQCf[ 7 I I � � � I VaLUµE 430, PAGE �O5
1 j THE UNlON GANO � I I � � O.R.T.C.T. I
COAfPA1YYS INIJiISTRlAL I CALLE� 4.855 ACRES � � I I �
I VOLfJME'�.709,f PACE 75 7IR� RIJMENT� NAo. �2172 8i452E Ir � I I r,^,'
I I P.R.T.C.T. I O.P.R.T.C.T.I � ` � �
LOT 25 I LOT 2b I LOT 27 � LOT 28 I LOT 29 I�07 3� � LQT 31 I LO7 32 � LaT 33 ` LOT 3k � LOT 35 I LOT 36 � d
� �_�__�__L_._�_..._1__�__�__1__L __I�._J_._L
�
d
�
�
h
O
�
Q
ca
�
NdTES:
1. A lEGAL aESCRIPTION ❑F EVEN OATE ACC�A4PANIES THIS PLAT.
2. ALL BEARINGS AND COORDiNA7E5 ARE REFEREN£E� TO THE TE7CA5 COORI71hlATE
SYS"FEM. NAD-83, 7HE NOR'fH CENTfiAL 20NE 42d2, ALL OISTANGES ANq AREAS
SHOWN ARE SURFAC£.
5D 25 � 50
SCALE IN FEET
W
w
Z
J
1
C.]
H
Q
�
��' �Q� �i t y a f F� rt �1 V a rth
2Q� TE%�IS STREEf • FQRT WpRTH, TE]fH5 76T�2
PAlIT THE�2 ISLAND �� o� r
SANITARY SEWE�4 C��LEC��Ii ,�P.��;���TeR F�.�
PARCEL ND. 1 PE CITY PROJ. Nd. 145247 �'7;� 4� d': Jti
pE�2�AANENT LJTILITY AND ACCE55 EASEMENT ClJ IS SMITN
aWNER: TAftRANT REGI�NAL WAT�R piSTRICT "" •
� 5494 �' �
5UF2VEY: AQSTRACT No. 1045, A857RACT No. 582, ABSTRACT Aio. l05 '•:?�p�. ��"sd
LaCATI0IV: CITY �F F�RT WORTH, TARRAIVT CQUNTY, TEXAS
ACQU15fTI0N AREA: 2.48fi ACR�S ❑R 1 Q8,281 SQUARE FEET
WNOLE PROPERTY ACREAGE: 27.25 ACRES {GALCULATE�}
CAa FlLE: ❑1 PE.OWG
SCALE: 1 � _ �6�
82�, SUITE Bfi0 FORT WORTM, T7C.
CURTIS SMITH
REGISTERED PR6FESSIONAL UdJD SIJRVEYOR
8T7-496-1788
�'��I�BI T „B "
PA�CE� 1Vn. 1 PE
W
w
Z
J
2
U
�
�
�
�� aLocx � j� �A. BALIGF� SLJRVEY I�
�, �q�� � UNIDN LAN� CaAfPANYS ABSTRACT IVD. lOE � LOT 3
�O � '�C S � lNA7JSTRIAL ADDITION � I �
[• S
���y ��r'p� qTE'OT�'E^E.T � YaGilhfE ,2G4. PAGE 101 NE 3RQ STREET � �BLOCK 2
F N I VACATEF} 6Y
�� �4,t, ay. � P.R.T.C.T. , uN74N LaND COAfPANYS
O�',j �'f' � CITY QR�INAMCE �`2336 fN0U5'TRIAL AD�ITIDN
�r�: �Oq� 2�7 � LOT 32 , VOLU�AE 2flfi3, PAGE 112 � VpLUME 2Q4. PACE' 1pT
T e �,2 �_ I O.R.T.0 T ' � P.R.T.C.T. �
REMAI�1pER OF CA�LED 29.529 ACRES I �- .
.�pp CYTEC TRACT �
�9.q��� SG TARN�S7RUlNENT�NNa� 02 i a� 57�s �lc� RERtiwrr�r�r �mur�r �� LOF 2
,� e0 R!� � RE�nain,oER oF
� Ra �� O.P.R.T.C.T. A!V❑ ACCE55 CALLED 1 i.122 ACRE
N
7RAC7 iHREE
� C�NF �6M���� R TARRAN7 COUiVi1' C�LLEGE
Qs , PERMAN�NT ACCESS EAS£MENT TQ dI5TRIC7
/ TARRar�r cauwrr COLLEGE oisrRicr 108,281 5Q. FT. C.C.F. No. ❑26433� 1�1
C.C.f. No. �21727fl135 ❑•�•�•�•�-r- �
� O.P.R.T.C.T. �pT 1 �
- - - - �S 30'�3�09"E 1,794.40'� -- - --��-��-'
� /
�
- - �
— -- I
— — — — �
.
u-� -
c
.
I
��
�
� .
I
. o .
rn oe
- - --- - - -- V
_ ,;,
N
. �.'., �. .. . �;�: �. E
- -�N 3D'03 D8"W 5fi7.97 ��:.'�.-�.- - _ - _ - _ _ -- - - J
- - = �'"_ "�� �J
� T �.. ' .- � ... � FND 1/2"IR
I �� I I I WIFH CAP $FAARPEO
I I I ONC6R ELEC7RIC pELIVERY C�IAAPANY LLC UNITED GAS PiPE LINE � "gRITTAIN & CRAWFDR���
EASEMEN7 AN€} RIGHT-OF-WAY AGR�EMENT COMPANY EASEMENT
I I I IN57RUMENi No. 0221 1 41 71 0 I VOLUME 26885 PAG�� E3�35 �
�pRT WpRTH POWER & I C1.P.R.T.G.T.
LIGHT CaA�4PANY EASEMENT I BLOCIC 7 I a.R.T.C.T.
ANp RIGHT-OF-WAY THE ilNIDN LANA
[NO WIDTH SPECIFIEf}] �pMpANY5 lNlYfISTRfAL LJNE TABLE
VOLIJA�E 436, PAGE t45 AODITI4N I IJNE BEARING DISTANCE �_
I D.R.T.C.T. � VOLflME 309, PAGE 75 I L-1 5 59'45�58�H 4.92�
I I P. R. T. C, 7'.
� CALLED 4.855 ACRES � IpNCOR E�EGFRiC DELEVERY CO LLC
TARRANT REG1Dh1AL WATER DISTRiCT INSTRUH4ENT No. D201314030
^� � IN57RUMENT No. p2t7268452 I � I I O.P.R.T.C.T. I II
4� LOT 38 I LOT�39R � C T 4❑ I LDT 41 I LOT 42 LOT 43 I LOT 44 I LD7 45 � LOT 46 I LOT 47 I LOT 48 �
—�--J--�_—I__�_� � �_I__�__1--�-- I_.�J
� ,
NO'fES:
1. A LEGAL QESCR1PTlaN OF EVEM QATE ACCOFAPANIES iH15 PLAT.
2. ALL BEARIMGS ANp COORQINATES ARE REFERENCED TO THE TDGLS CO�R�IhlA7E
SYSTEiA, lVAD--83, 7HE NORTH CEhEFRAL ZONE 42a2, ALL OISTANCES AND ARFAS
SHOWN ARE SLIRFACE.
'�JQ 2r3 � �Jd
SCALE IN �EET
��' ���' �'i t y a f F� rt 1Nv r�h
20❑ TExAS STREET • FORT WOR7H, TEXAS 761�2
PA �V �'HER I SL�4 ND �� �� T
SANITAR�' SEWER GDLL�C�nR �Q:.�;���eR�:o�-.��
PARCEL N�. 1 PE ClTY PRQJ. �1D. 1 Q5247
. .
.._.. _ - - ��...........�......
PERA�ANENT UT{L1TY AN❑ ACCESS EASE�AENT C�RTlS SMITHr
�WNER: TARRANT REGIQ�VAL WATER DI57RfCT
SURYEY: A85TRACT Alo. 1�45, ABSTRACT AEa. 582, AB57RAC'
LOCATiON: CITY �F �ORT WORTH, �A�2F2ANT CQEJNTY, TEXAS
AGQUl51TION AF2EA: 2.486 ACRES OR 1 Q8,�81 SQi1ARE FEET
WHaLE PR�PERTY ACREAGE: �7.25 ACRES [CALCULATEa}
�. Kw�xao3.ao ow,wN er: R�s c.an �tE: oi P�.awc
SEPTEM9ER 17, 2Q24 pCHfBff 9 PAGE fi DF 6 SCALE: 1' = 5�'
GORRQNpONA dc ASSOCW7E5, INC. • 28R0 N.E. LODA 82fl, SUfTE fi6a FORT WOt7�H, 17f.
� ., ,p 5494 .' �
f y . O,r. . � �� �
� .�r, �.
CURTIS SHIITH
REGl5iERE0 PROF�SSiDNAL IANP 5URVfYaR
N0. 5494 7E7rA5 F1i2M No. 161Q890Q
7-498-1424 FAI[ 817-496-1768
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
Geotechnical Report
GEOTECHNICAL ENGINEERING STUDY
PANTHER ISLAND SEWER COLLECTOR L2
CALHOUN STREET AND NE 7TH STREET
FORT WORTH, TEXAS
Presented To:
Kimley-Horn and Associates, Inc.
June 2024
PROJECT NO. 103-24-532
�
� A �,� i1. �����;�-"�"�������
June 4, 2�24
Report No. � D3-24-53�
Kimley-Horn and Associates, Inc.
8� 4 Cherry 5treet
5uife 13a�, Unit 11
Fort Worth, Texas 7610z
Attn: Mr. Chris Iga, P.E.
GEDTECHNICAL ENGINEERING STU�Y
PANTHER ISl.ANO SEWER C�LLECT�R L2
CALHOUN STR�ET AND NE 7�" STR�ET
F�RT WQRTH, T�XAS
❑ear Mr. Igo:
Submitted here are the results of a geote�hni�al engineering sfudy �vr the referenced p�-oj�ct. This
s#udy was performed in general acc�rdance wit� CMJ Pra�osai Nv. 23-932d dated �ctober 9,
2�23. The geotechni�al servic�s were authorized via �ndividual Proj�ct �rder Nurriber Dfi1a18�45�#
authorized by Mr. Chris Ig❑ af Kimley-Harn and Associates, Inc. ❑n March 21, �024.
Engineering analyses and recamrnendations are �antained in the text section af tP�e re�vr#.
Resul#s of aur field and labaratary servi�es are included in the appendix af the repart. We would
appre�iafe the opportunity ta be cansic€ered far providi�g the materials engine�ring and
geatechnical o�servatian services during the canstructian phase af this project.
We appreciate the apportunity to be af service to Kirr�ley-Horn and Assvciates, Inc. Pleas� cantact
us if you ha�e any questians ar if we may be of further servi�e at this tirrre.
Respectfully submitted,
CMJ E�v�iNE�RiN�, IN�.
TExAS FIRM REGl57RATlOfV I�Eo. F-97.77
����
�aniel R. �reen, Ph.D., E.I.T.
Graduate Engineer
Texas No. 54428
->.z,•�.�.,
�F��;!'� �T�x��►�+
.�- � ,.
� � '• *;�
v*;
� .. . ..
�*: "� ;h��
r JRM�S R SAPI'INGTi7fV, IV �
p41 p. ......974Q2 '.... •.4'i
� � � '` ��!C� N 5E� ���'e.�
����c����V�11��.� �
� 0. 0. ��a.� ��K
b•`�'
. -
{ l ��
Jame P. 5appingtan IV, P.E.
Presi ent
Texas No. 9T4�2
�opies submitfed: (2} Nir. Chris Igo, P.E.; Kiml�y-H�rn and Associates, Inc. �email & mail}
CMJ �ngineering 7636 Pebble ari�e
p: 817.284.94�a Fort Warth, 7X 76i18
f: 817.589.9993 www.cmjengr.com
TABLE OF CONTENTS
Page
1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------- 1
2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2
3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 4
4.0 FOUNDATION RECOMMENDATIONS --------------------------------------------------------------------------- 6
5.0 BELOW GRADE AREAS --------------------------------------------------------------------------------------------- 9
6.0 UTILITY EXCAVATIONS -------------------------------------------------------------------------------------------- 12
7.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 17
8.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 19
9.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 20
APPENDIX A
Plate
Plan of Borings --------------------------------------------------------------------------------------------------------------- A.1
Unified Soil Classification System --------------------------------------------------------------------------------------- A.2
Key to Classification and Symbols -------------------------------------------------------------------------------------- A.3
Logs of Borings ------------------------------------------------------------------------------------------------------ A.4 – A.6
Particle Size Distribution Reports -------------------------------------------------------------------------------- A.7 – A.8
Free Swell Test Results ---------------------------------------------------------------------------------------------------- A.9
Report No. 103-24-532 CMJ ENGINEERING, INC.
1
1.0 INTRODUCTION
1.1 General
The project, as currently planned, consists of three new junction boxes and a new 18-inch to 30-
inch sewer line with a length of approximately 2,000 linear feet. The proposed sewer line
alignment extends north along Calhoun Street, approximately 200 feet north of NE 4th Street to NE
7th Street, then continues to the east at NE 7th Street. The project vicinity and approximate
locations of exploration borings are illustrated on Plate A.1, Plan of Borings.
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered,
develop comments on general excavation, develop recommendations for the type or types of
foundations suitable for the project, and provide earthwork recommendations.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field
and laboratory data to develop geotechnical recommendations for the proposed construction.
The design is currently in progress and the locations and/or elevations of the structures and
pipeline could change. Once the final design is near completion (80-percent to 90-percent stage),
it is recommended that CMJ Engineering, Inc. be retained to review those portions of the
construction documents pertaining to the geotechnical recommendations, as a means to determine
that our recommendations have been interpreted as intended.
1.3 Report Format
The text of the report is contained in Sections 1 through 9. All plates and large tables are
contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in
which they appear. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the section in which they occur.
Report No. 103-24-532 CMJ ENGINEERING, INC.
2
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by three (3) vertical soil borings drilled to a
depth of 30 feet. The borings were drilled using continuous flight augers at the approximate
locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4
through A.6 and keys to classifications and symbols used on the logs are provided on Plates A.2
and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Disturbed samples of the more granular or noncohesive materials were obtained utilizing a nominal
2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test
(ASTM D1586). This test employs a 140-pound hammer that drops a free fall vertical distance of
30 inches, driving the split-spoon sampler into the material. The number of blows required for 18
inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained
from 50 blows, is reported as the Standard Penetration (SPT) value at the appropriate depth on the
logs of borings.
Report No. 103-24-532 CMJ ENGINEERING, INC.
3
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a
170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each
blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This
results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the
penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is
tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or
rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for
the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is
recorded at the respective testing depths on the boring logs.
Groundwater observations during and after completion of the borings are shown on the upper right
of the boring logs. Upon completion of the borings, the bore holes were backfilled with soil cuttings
and plugged at the surface by hand tamping or patched with asphalt/quick set concrete as
applicable.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits, and particle size
analyses), moisture content, unconfined compressive strength, and unit weight tests were
performed. Results of the laboratory classification tests, moisture content, unconfined compressive
strength, and unit weight tests conducted for this project are included on the boring logs. The
particle size analysis results are presented on Plates A.7 and A.8, Particle Size Distribution
Reports.
Swell tests were performed on specimens from selected samples of the clays. These tests were
performed to help in evaluating the swell potential of soils in the area of the proposed junction box
structures. The results of the swell tests are presented on Plate A.9.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures, or generally accepted practice.
Report No. 103-24-532 CMJ ENGINEERING, INC.
4
3.0 SUBSURFACE CONDITIONS
3.1 Soil Conditions
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. Note that depths on the borings refer to the depth from the existing grade or
ground surface present at the time of the investigation, and the boundaries between the various
soil types are approximate.
Concrete paving was present at the surface in Boring B-1 with a thickness of 6½ inches. No base
material or evidence of subgrade stabilization was encountered below the concrete paving.
Asphalt paving was present at the surface in Boring B-2 with a thickness of 5 inches. The asphalt
paving was underlain by 7 inches of sand and gravel base material. Limestone gravel is present at
the surface in Boring B-3, with a thickness of 1 foot.
Fill is noted beneath the sand and gravel base material in Boring B-2, extending to a depth of 2
feet. The fill consists of dark brown, brown, and light brown silty clays containing calcareous
nodules and ironstone nodules. The silty clay fill in Boring B-2 is considered soft to firm (soil basis)
in consistency with a pocket penetrometer reading of 1.0 tsf.
Natural soils encountered consist of dark brown, brown, and light brown clays, silty clays, sandy
silty clays, and silty sandy clays containing calcareous nodules and ironstone nodules. Clayey
sand layers are noted within the sandy silty clays in Boring B-1 below a depth of 7 feet and
limestone fragments are noted within the silty sandy clays in Boring B-2 above a depth of 19 feet.
The various clayey soils encountered had tested Liquid Limits (LL) of 33 to 63 with Plasticity
Indices (PI) of 19 to 47 and are classified as CL and CH according to the USCS. The natural
clayey soils encountered are generally firm to hard (soil basis) in consistency with pocket
penetrometer readings of 1.5 to over 4.5 tsf and Standard Penetration (SPT) values of 7 to 8
hammer blows for 1 foot of penetration. Soft to firm soils were present in Boring B-1 from 4 to 8½
feet and in Boring B-3 from 21 to 25 feet with pocket penetrometer readings of 0.75 to 1.0 tsf.
Tested unit weight values varied from 99 to 117 pcf and tested unconfined compressive strength
values were 2,390 to 6,010 psf.
Report No. 103-24-532 CMJ ENGINEERING, INC.
5
Brown and light brown clayey sands were encountered in Borings B-2 and B-3 at a depth of 25
feet. The clayey sands contain ironstone nodules and calcareous nodules and are considered
loose with a Standard Penetration (SPT) value of 9 hammer blows for 1 foot of penetration.
Borings B-2 and B-3 were terminated within the clayey sands at a depth of 30 feet.
Tan sandstone was next encountered in Boring B-1 at a depth of 23 feet, extending through boring
termination at a depth of 30 feet below existing grade. The sandstone contains clay seams and
layers and is considered hard (rock basis), with Texas Cone Penetrometer (THD) test values of 1⅛
to 1½ inches of penetration for 100 hammer blows.
The Atterberg Limits tests indicate the various soils encountered at this site vary from moderately
active to highly active with respect to moisture induced volume changes. Active clays can
experience volume changes (expansion or contraction) with fluctuations in their moisture content.
3.2 Groundwater Observations
The borings were drilled using continuous flight augers in order to observe groundwater seepage
during drilling. Groundwater seepage was encountered during drilling in the borings at depths of 8
to 21 feet with water levels of 5 to 10 feet measured at drilling completion. Table 3.2-1
summarizes the water level data as encountered in the borings.
TABLE 3.2-1
Groundwater Observations
Boring
No.
Seepage During
Drilling (ft.)
Water at
Completion (ft.)
B-1 8 5
B-2 20 10
B-3 21 8
While it is not possible to accurately predict the magnitude of subsurface water fluctuation that
might occur based upon these short-term observations, it should be recognized that groundwater
conditions will vary with fluctuations in rainfall. Seepage levels near the observed levels should be
anticipated throughout the year.
Report No. 103-24-532 CMJ ENGINEERING, INC.
6
Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall;
site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the
time the borings were performed. Groundwater can occur in joints in the clays or via the more
permeable strata. The possibility of groundwater level fluctuations should be considered when
developing the design and construction plans for the project.
4.0 FOUNDATION RECOMMENDATIONS
4.1 General Foundation Considerations
Two independent design criteria must be satisfied in the selection of the type of foundation to
support the proposed junction box structures. First, the ultimate bearing capacity, reduced by a
sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the
foundation soils. Second, due to consolidation or expansion of the underlying soils during the
operating life of the structure, total and differential vertical movements must be within tolerable
limits.
4.2 Expansive Soil Movements
Structures placed near or at grade will be subject to movement as a result of moisture induced
volume changes in the moderately to highly active clays. The clays expand (heave) with increases
in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as
post construction heave. The potential magnitude of the moisture induced movements is rather
indeterminate. It is influenced by the soil properties, overburden pressures, and to a great extent
by soil moisture levels at the time of construction. The greatest potential for post-construction
movement occurs when the soils are in a dry condition at the time of construction. Therefore, the
amount of soil movement is difficult to determine due to the many unpredictable variables involved.
Estimates of soil movements for this site have been performed using data from the Texas
Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise
(PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging
from approximately 2 to 3 inches have been estimated for the clay soils in a dry condition. The
movement potential is estimated to be 1 inch or less for structures placed at or below 5- to 6-foot
depths.
Report No. 103-24-532 CMJ ENGINEERING, INC.
7
The estimated soil movements are based on the subsurface conditions revealed by the borings
and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could
occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines.
4.3 Below-Grade Mat Foundations
4.3.1 Foundation Design Criteria
The foundations should be designed by a structural engineer familiar with stiffened slabs subject to
differential movement. A reinforced concrete mat/slab foundation may be used to support
structural loads for the proposed junction boxes. Mat type foundations should be a minimum of 2
feet in least dimension but must be widened as required, based on allowable bearing capacities
given below:
Location Approximate
Depth (ft.) Bearing Material
Allowable
Bearing
Pressure (ksf)
B-1 17 to 20 Firm to Stiff Sandy Silty Clay 1.8
B-2 17 to 20 Stiff Silty Sandy Clay 2.0
B-3 17 to 20 Stiff Silty Clay 2.0
The allowable foundation pressures given above are for the maximum pressure induced by the
foundation loads, and not the average pressure under the foundation base. During construction,
close observation of soils and rock strength should be conducted by a geotechnical engineer to
allow designation and removal of materials not meeting the bearing capacity stated above. The
mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table.
For purposes of hydrostatic uplift design, we recommend a groundwater level at the surface.
Excavation for the structure bases will need to incorporate dewatering to keep the excavation free
of excess water. In addition, the water table should be lowered to a depth of 2 feet below the
excavation bottom to prevent the more sandy soils from becoming a “quick” condition.
Depending on the time of year and the general weather conditions, the excavation and placement
of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet
condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of
Report No. 103-24-532 CMJ ENGINEERING, INC.
8
bearing materials become important. Due to the great variability of moisture condition, the
presence of excess moisture in soils cannot be predicted.
The above values contain a safety factor of three (3). Mat foundations proportioned for this value
should experience a total settlement of 1 inch or less, and a differential settlement of ½ inch or
less, after construction. It should be noted that some movement should be anticipated within the
foundation system, if placed on soil.
4.3.2 Spread/Mat Foundation Construction
Spread foundation construction should be monitored by a representative of the geotechnical
engineer to observe, among other things, the following items:
• Identification of bearing material
• Adequate penetration of the foundation excavation into the bearing layer
• The base and sides of the excavation are clean of loose cuttings
• If seepage is encountered, whether it is of sufficient amount to require the use of
excavation dewatering methods
Excavations should be maintained in the dry. Protection of the open excavation should be
provided during periods of moderate to heavy rainfall, as surface water will most likely channel and
collect in the excavations.
Precautions should be taken during the placement of reinforcing steel and concrete to prevent
loose, excavated soil from falling into the excavation. Concrete should be placed as soon as
practical after completion of the excavating, cleaning, reinforcing steel placement and observation.
Excavation for a spread foundation should be filled with concrete before the end of the workday, or
sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or
inundation of the bearing surface with water will result in changes in strength and compressibility
characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in
order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface
is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a
mud slab is used, the foundation excavations should initially be over-excavated by approximately 4
inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in
the bottom of the excavations immediately following exposure of the bearing surface by
Report No. 103-24-532 CMJ ENGINEERING, INC.
9
excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the
subgrade, facilitate dewatering of excavations if required, and provide a working surface for
placement of formwork and reinforcing steel.
The concrete should be placed in a manner that will prevent the concrete from striking the
reinforcing steel or the sides of the excavation in a manner that would cause segregation of the
concrete.
5.0 BELOW GRADE AREAS
5.1 Lateral Earth Pressure
5.1.1 General
The below-grade walls must be designed for lateral pressures including, but not necessarily limited
to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be
influenced by whether the backfill is drained or undrained, and above or below the groundwater
table.
5.1.2 Equivalent Fluid Pressures
Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the
type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall.
Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall
height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The
equivalent fluid pressure for an undrained condition should be used if a drainage system is not
present to remove water trapped in the backfill and behind the wall. A groundwater level at the
finished grade elevation should be used for design of the below-grade structure. Pressures are
provided for at-rest earth pressure conditions.
Report No. 103-24-532 CMJ ENGINEERING, INC.
10
TABLE 5.1.2-1 - Lateral Earth Pressures
Backfill Material
At-Rest Equivalent Fluid Pressure
(pcf)
Drained Undrained
Excavated on-site clay or clay fill
material 100 110
Select fill, flowable fill, or on-site
soils meeting material
specifications
65 90
Free draining granular backfill
material 50 90
For the select fill or free draining granular backfill, these values assume that a “full” wedge of the
material is present behind the wall. The wedge is defined where the wall backfill limits extend
outward at least 2 feet from the base of the wall and then upward on a 1H:2V slope. For narrower
backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils
should be used.
5.1.3 Additional Lateral Pressures
The location and magnitude of permanent surcharge loads (if present) should be determined, and
the additional pressure generated by these loads such as the weight of construction equipment
and vehicular loads that are used at the time the structures are being built must also be considered
in the design. The effect of this or any other surcharge loading may be accounted for by adding an
additional uniform load to the full depth of the side walls equivalent to one-half of the expected
vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge
intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor.
Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not
included in the scope of this study. These services can be provided as additional services upon
request.
5.2 Wall Backfill Material Requirements
On-Site Soil Backfill: For wall backfill areas with site-excavated materials or similar imported
materials, all oversized fragments larger than four inches in maximum dimension should be
removed from the backfill materials prior to placement. The backfill should be free of all organic
and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum
Report No. 103-24-532 CMJ ENGINEERING, INC.
11
of 95 percent of Standard Proctor density (ASTM D698) within a moisture range of plus to minus 3
percentage points of optimum moisture. Compaction within five feet of the walls should be
accomplished using hand compaction equipment and should be between 90 and 95 percent of the
Standard Proctor density.
Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay material
with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be
placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor
density (ASTM D698) within a moisture range of plus to minus 3 percentage points of the optimum
moisture. Compaction within five feet of the walls should be accomplished using hand compaction
equipment and should be compacted between 90 and 95 percent of the Standard Proctor density.
Flowable Backfill: Item 401, Excavatable Mix, Texas Department of Transportation Standard
Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition.
Free Draining Granular Wall Backfill: All free draining granular wall backfill material should be a
crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less
than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The
minus No. 40 sieve material should be non-plastic. Granular wall backfill should not be water
jetted during installation.
5.3 Below-Grade Drainage Requirements
In order to achieve the “drained” condition for lateral earth pressure for low-permeability walls
(concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be
installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet
drain at the base of the wall, or to the sump/pump system. Drains should be properly filtered to
minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design
or specific recommendations for drainage members is beyond the scope for this study. These
services can be provided as an additional service upon request.
5.4 Buoyancy Effects
Buoyant effects must be considered. Unless a permanent drainage system is provided, the below-
grade structures should be designed to withstand full hydrostatic pressure below the groundwater
Report No. 103-24-532 CMJ ENGINEERING, INC.
12
table. We recommend a water table at the surface be assumed for these calculations. For
buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf.
6.0 UTILITY EXCAVATIONS
6.1 Expected Subsurface Conditions
Conventional earth moving equipment is expected to be suitable for excavating the various clayey,
sandy, and gravelly soils and fills encountered in the borings. Where more granular clayey sands
and gravels, and soft soils and/or existing fills are present, caving may occur due to the low-
plasticity and/or low-strength nature of these materials, and with the presence of groundwater as
encountered in the borings. Soft to firm silty clay fill is present beneath the base material in Boring
B-2 extending to a depth of 2 feet below existing grade. In addition, soft to firm sandy silty clays
and silty sandy clays are present from 4 to 8½ feet in Boring B-1 and from 21 to 25 feet in Boring
B-3. More granular clayey sand was encountered in Borings B-2 and B-3 at a depth of 25 feet.
Groundwater should be anticipated with depth along the entirety of the pipeline alignment as
discussed below.
Heavy duty excavation equipment may be necessary within the tan sandstone below a depth of 23
feet in Boring B-1, depending on rock hardness. The tan sandstone is generally hard (rock basis)
and will present difficulty with rippability using normal excavation equipment. Special techniques
for ripping/rock removal can be expected through the tan sandstone. In addition, overexcavation
should be anticipated within the sandstone. Overexcavation may result from large blocks or
chunks breaking along sandy clay seams or layers beyond the planned excavation.
6.2 Open Excavation Considerations
The trench excavations should be performed in accordance with OSHA Safety and Health
Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the
various clayey soils, it is expected that near vertical excavation walls will be possible. However,
excavations which occur through soft clays, granular soils, loose fills, or submerged soils, it will be
necessary to either slope the excavation sidewalls or provide temporary bracing to control
excavation wall instability. Such conditions are anticipated based on the exploration borings. In
addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary
bracing must be provided, regardless of the soil conditions encountered. The design of any trench
or excavation safety plans required is the contractor's responsibility.
Report No. 103-24-532 CMJ ENGINEERING, INC.
13
If open trench cuts are performed within 1.25 times the trench depth of any surface structure,
trench shoring (not trench boxes) should be used within open trench cuts performed within this
distance. Hydraulic shoring struts should be used and installed during excavation as needed to
provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground
movements near existing structures. A pre-construction condition survey should be performed
prior to beginning excavation near any structure that could be affected by the trench excavation to
verify existing conditions (existing distress) prior to construction. Construction monitoring should
be performed to verify that existing structures are not impacted or damaged by construction
operations.
6.3 Trench / Bore Pit Dewatering
Groundwater seepage was encountered in all borings below depths of 5 to 10 feet. As discussed
in Section 3.2, Groundwater Observations, groundwater conditions can vary with seasonal
fluctuations in rainfall. Controlling the groundwater is essential to construction of the proposed
pipeline and associated structures. Furthermore, the more granular, sandy soils can act like a
“quick” condition, in which soil strength reduces to a very small magnitude when vibratory
construction equipment traverses this soil, particularly if not properly dewatered. In addition to
proper dewatering, care must be taken to cause as minimal disturbance as possible on sandy soils
in the excavation. Failure to control any encountered groundwater could result in excavation
collapse, excavation bottom heave, an unstable bottom and detrimental pipeline or structure
settlement and deflections after backfilling. Groundwater levels should be maintained at least two
feet below the base of the excavation for the full term of construction. Protection of the open
excavations should be provided during periods of moderate to heavy rainfall, as surface water will
most likely channel and collect in the excavations. The water level should be lowered prior to
excavating and should be maintained at this lowered level until the pipe trench/excavation is
backfilled. In select areas, it is possible seepage may be controlled by means of collection ditches,
sumps, and pumping. However, in the event that water infiltration rates are high, it may become
necessary to install a more elaborate dewatering system. The alluvial deposits present along the
project alignment are known to carry significant quantities of groundwater, particularly in the vicinity
of the adjacent West Fork Trinity River and nearby bodies of water. The design of any dewatering
system required is the contractor’s responsibility.
Report No. 103-24-532 CMJ ENGINEERING, INC.
14
6.4 Soft/Loose Trench Bottom Conditions
Soft or loose trench bottom conditions are unlikely where the trench bottom is situated in firm to
hard (soil basis) natural clay soils above the groundwater table or hard (rock basis) sandstone;
however, such conditions exist in select reaches of existing fills, more granular materials, or soft
clays as encountered in the borings. Control of groundwater as discussed above is the key to
avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils.
Unstable trench bottoms are considered to be unsuitable for support of the proposed pipeline. Soft
clays or loose sands could also occur where groundwater is present. In any areas where
unsuitable clay or loose sand bearing materials are encountered at the planned invert elevation,
the trench bottom can be prepared using the following method:
• Under-cut to a suitable bearing subgrade and replace with a structural compacted fill. The
over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the
pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe.
The over-excavation backfill should be completely surrounded with a geotextile consisting
of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free
draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved
by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts
and uniformly compacted to a minimum relative density of 65 percent as determined by test
methods ASTM D4253 and D4254.
6.5 Pipe Installation Bedding
To assure adequate base support for the pipe, it is recommended that bedding/embedment
material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If
concern exists of native backfill above the embedment migrating into the more coarse embedment
(and causing backfill settlement), a filter cloth is recommended at the embedment/native soil
interface. The filter cloth should cover the entire interface and up through the sidewall a minimum
of 1 foot. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent.
Bedding material may consist of gravel/stone from 1” to No. 10 sieve size. Gravel should be
consolidated upon placement by rodding or pneumatic vibration methods. Such methods should
not cause harm or distress to the pipe. Controlled low-strength material (CLSM) may also be
utilized as pipeline embedment as desired. The CLSM should meet the requirements of Item 401,
Texas Department of Transportation Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges, 2014 Edition, and consist of an “Excavatable” mix per Table 2 of
Report No. 103-24-532 CMJ ENGINEERING, INC.
15
the same specification, with a maximum 28-day compressive strength ranging between 80 and 200
psi.
6.6 Trench Backfill
Site excavated materials are generally considered suitable for use as backfill above the pipe
bedding materials. All trench backfill should be free of deleterious materials. Use of rock
fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform
moisture and density without voids would be difficult. Backfill should be compacted in maximum 8-
inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring
hand-operated power compactors or small self-propelled compactors.
Care should be taken not to use loose 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 class bedding material or backfill material is desired, a lean concrete or
flowable fill (CLSM) will limit water intrusion into the trench and will not require compaction after
placement.
Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content
ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils
having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3
percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not
be allowed. In areas where settlement of the backfill must be closely controlled, the trench
excavation should be backfilled with either cement stabilized sand or flowable fill (CLSM) having a
28-day compressive strength ranging between 80 and 200 psi.
6.7 Trench Backfill Settlement
Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on-
site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10
feet of fill would be expected to settle on the order of 1.2 to 2.4 inches.
The trench backfill could be over-built in order to reduce the potential for a surface depression
along the trench centerline. We recommend the backfill be crowned. The centerline of the
Report No. 103-24-532 CMJ ENGINEERING, INC.
16
excavation should be over-built by one foot and sloped down to match grade at the edge of the
excavation, as possible where site conditions allow.
6.8 Provisions to Reduce Backfill Settlement
Field testing will be a critical element in controlling the compaction of the backfill to limit settlement.
All trench backfilling in these critical areas shall include full-time observation of soil compaction by
an experienced geotechnician under the supervision of the geotechnical engineer. The contractor
should provide protection for the testing/inspection personnel while working in the trenches, and
shall move the protective shield/shoring such that areas to be tested are readily accessible. The
compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear
feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill
to access and test underlying lifts should not be allowed.
In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials,
they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed
stone material, as previously discussed.
6.9 Bore/Tunnel Considerations
The results of the exploration borings indicate the presence of existing fills, granular materials, soft
clays, and groundwater. Any zones of sands or gravel or soft clay soils may experience cave-in
due to the non-plastic or low-strength nature of these materials. These conditions will complicate
directional borings operations. The more granular strata can serve as conduits to direct water
towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel
excavation and result in ground subsidence. Proper de-watering, as discussed above, is imperative
for excavation stability.
Otherwise, the firm to hard clayey materials and underlying tan sandstone are generally fair to
good materials for boring and tunneling. While not anticipated, pipe installment via jacking would
be very difficult in the tan sandstone below 23 feet as encountered in Boring B-1.
It is recommended that the bore/tunnel contractor be made aware of these conditions. A contractor
experienced in tunneling in the DFW area should understand the ramifications of the above
discussion.
Report No. 103-24-532 CMJ ENGINEERING, INC.
17
7.0 EARTHWORK
7.1 Site Preparation & Material Requirements
The area should be stripped of vegetation, roots, old construction debris, and other organic
material. It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual
stripping depth should be based on field observations with particular attention given to old drainage
areas, uneven topography, and excessively wet soils. The stripped areas should be observed to
determine if additional excavation is required to remove weak or otherwise objectionable materials
that would adversely affect the fill placement or other construction activities.
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, 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 engineer or his/her representative.
Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its
moisture content adjusted, and recompacted to the moisture and density recommended for fill.
The on-site soils are suitable for use in site grading. Imported fill material should be clean soil with
a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. All fill
materials should be free of vegetation and debris.
7.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill 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 material to the proper moisture content should be applied evenly through each layer.
General fill material should be compacted to a density ranging from 95 to 100 percent of maximum
dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted
Report No. 103-24-532 CMJ ENGINEERING, INC.
18
via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting
operation, the fill material should be brought to the proper moisture content. The moisture content
for general earth fill should range from 2 percentage 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 narrower 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 small
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 tested 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 contractor
and satisfactory results from the tests should not be considered as a guarantee of the quality of the
contractor's filling operations.
7.3 Excavation
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
excavation, should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
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 slopes.
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
Report No. 103-24-532 CMJ ENGINEERING, INC.
19
7.4 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the application and approved by the project geotechnical engineer prior to the materials being
used. The owner should also require the contractor to 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.
7.5 Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity, the soils at this site may be corrosive.
Standard construction practices for protecting metal pipe and similar facilities in contact with these
soils should be used.
7.6 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.
8.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings.
However, quite often during construction anomalies in the subsurface conditions are revealed.
Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and
foundation installation and perform materials evaluation during the construction phase of the
project. This enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct additional tests if required and, when
necessary, to recommend alternative solutions to unanticipated conditions. Until these
Report No. 103-24-532 CMJ ENGINEERING, INC.
20
construction phase services are performed by the project geotechnical engineer, the
recommendations contained in this report on such items as final foundation bearing elevations,
proper soil moisture condition, and other such subsurface related recommendations should be
considered as preliminary.
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
9.0 REPORT CLOSURE
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 also performed on
samples from selected depths in the borings. The results of these tests, along with 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 classifications for those
portions of each stratum on which the full 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 groundwater conditions, this report presents data on groundwater levels as they
were observed during the course of the field work. In particular, water level readings have been
made in the borings and temporary observation wells 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 level of the
groundwater table can occur with passage of time due to variations in rainfall, temperature and
other factors. Also, this report does not include long-term quantitative information on rates of flow
of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or
on methods of dewatering excavations. Flow-rate estimates provided in this report should be
considered preliminary. Unanticipated soil conditions at a construction site are commonly
Report No. 103-24-532 CMJ ENGINEERING, INC.
21
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.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface conditions throughout the site; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed. If, during construction, different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations, we
must be advised promptly so that we can review these conditions and reconsider our
recommendations where necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed, we urge that we be promptly informed and retained to review
our report to determine the applicability of the conclusions and recommendations, considering the
changed conditions and/or time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations
contained in this report. In addition, we are available to observe construction, particularly the
compaction of structural fill, or backfill and the construction of foundations as recommended in the
report, and such other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water,
groundwater or air, on or below or around the site.
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 report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
Report No. 103-24-532 CMJ ENGINEERING, INC.
22
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.
This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for
specific application to 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.
* * * *
SOURCE: KIMLEY-HORN
PLAN OF BORINGS
A.1
Plate
CMJ Project No. 103-24-532
Panther Island Sewer Collector L2
Fort Worth, Texas
0 350 700 FEET
APPROXIMATE SCALE
B-1
B-2
B-3
LEGEND:
Boring Location
Fine-grained soils (More than half of material is smaller than No. 200 sieve)Sands (More than half of coarse fraction is smaller than No. 4 sieve size)Gravels (More than half of coarse fraction is larger than No. 4 sieve size)Sands with fines (Appreciable amount of fines)Clean sands (Little or no fines)Gravels with fines (Appreciable amount of fines)Clean gravels (Little or no fines)Pt
OH
CH
MH
OL
CL
ML
SC
SM
SP
SW
GC
GM
GP
GW
Grp.
Sym.
Peat and other highly organic
soils
Organic clays of medium to
high plasticity, organic silts
Inorganic clays of high
plasticity, fat clays
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
Organic silts and organic silty
clays of low plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Clayey sands, sand-clay
mixtures
Silty sands, sand-silt
mixtures
Poorly graded sands;
gravelly sands, little or no
fines
Well-graded sands, gravelly
sands, little or no fines
Clayey gravels, gravel-sand-
clay mixtures
Silty gravels, gravel-sand-silt
mixtures
Poorly graded gravels, gravel-
sand mixtures, little or no
fines
Well-graded gravels, gravel-
sand mixtures, little or no
fines
Typical Names
Determine percentages of sand and gravel from grain size curve. Less than 5 percent.....................................................GW, GP, SW, SP More than 12 percent....................................................GM, GC, SM, SC 5 to 12 percent...........................Borderline cases requiring dual symbolsLiquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I. less
than 4
Not meeting all gradation
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Not meeting all gradation
PLATE A.2
requirements for SW
requirements for GW
UNIFIED SOIL CLASSIFICATION SYSTEMCoarse-grained soils (more than half of the material is larger than No. 200 sieve size)Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:Laboratory Classification Criteria
Highly Organic soilsSilts and clays (Liquid limit greater than 50)Silts and clays (Liquid limit less than 50)Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Major Divisions
0 10 20 30 40 50 60 70 80 90 1000
10
20
30
40
50
60
CL-ML4
7
CL
CH
OH and MH
ML and OL
Liquid Limit
Plasticity ChartPlasticity IndexCu= -----
D60
D10
greater than 6:CC= --------------
(D30)2
D10 x D60
between 1 and 3
Cu= -----
D60
D10
greater than 4:CC= --------------
(D30)2
D10 x D60
between 1 and 3
SOIL OR ROCK TYPES
GRAVEL LEAN CLAY LIMESTONE
SAND SANDY SHALE
SILT SILTY SANDSTONE
HIGHLY
PLASTIC CLAY CLAYEY CONGLOMERATE
Shelby
Tube Auger Split
Spoon
Rock
Core
Cone
Pen
No
Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
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+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item 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 planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
39
33
26
21
19
19
19
19
20
18
107
109 2390
1.75
1.75
2.0
1.0
0.75
8
7
1.5
100/1.5"
100/1.125"
74
72
13
12
CONCRETE, 6.5" thick
SANDY SILTY CLAY, brown, w/ ironstone nodules
and calcareous nodules, stiff
- grades light brown below 3'
- soft to firm below 4'
- w/ clayey sand layers below 7'
- firm to stiff below 8.5'
SANDSTONE, tan, w/ sandy clay seams and
layers, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-24-532
Water Observations
Type
SamplesLOG OF BORING NO.
B-1
CME-55, w/ CFA
5-14-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.4
Panther Island Sewer Collector L2
Calhoun Streen and NE 7th Street - Fort Worth, Texas
Seepage at 8' during drilling; water at 5' at completionSee Plate A.1
30.0'
B-1
5
10
15
20
25
30
ENGINEERING INC.LOG OF BORING 103-24-532.GPJ CMJ.GDT 6/4/24
63
33
47
19
23
24
25
20
20
16
20
18
101
117
109
4310
4520
1.0
3.0
2.25
3.0
3.0
3.25
2.5
2.5
3.25
9
97
67
16
14
ASPHALT, 5" thick
SAND AND GRAVEL BASE, 7" thick
SILTY CLAY, dark brown and light brown, w/
ironstone nodules and calcareous nodules, soft to
firm (FILL)
CLAY, dark brown, w/ ironstone nodules and
calcareous nodules, stiff to very stiff
SILTY SANDY CLAY, light brown, w/ ironstone
nodules and calcareous nodules, stiff to very stiff
- w/ limestone fragments above 19'
CLAYEY SAND, light brown, loose REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-24-532
Water Observations
Type
SamplesLOG OF BORING NO.
B-2
CME-55, w/ CFA
5-14-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.5
Panther Island Sewer Collector L2
Calhoun Streen and NE 7th Street - Fort Worth, Texas
Seepage at 20' during drilling; water at 10' at completionSee Plate A.1
30.0'
B-2
5
10
15
20
25
30
ENGINEERING INC.LOG OF BORING 103-24-532.GPJ CMJ.GDT 6/4/24
47
37
31
24
4
14
24
22
24
19
17
18
18
18
15
99
105
110
112
5260
6010
3600
4.5+
3.25
3.5
3.25
4.5+
3.0
3.0
2.25
0.75
1.0
97
87
16
13
LIMESTONE GRAVEL, brown, w/ sand (FILL)
SILTY CLAY, dark brown, w/ ironstone nodules and
calcareous nodules, very stiff to hard
- stiff to very stiff below 9'
- grades brown below 11'
SILTY SANDY CLAY, light brown, w/ ironstone
nodules and calcareous nodules, soft
CLAYEY SAND, brown, w/ ironstone nodules and
calcareous nodules REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-24-532
Water Observations
Type
SamplesLOG OF BORING NO.
B-3
CME-55, w/ CFA
5-14-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.6
Panther Island Sewer Collector L2
Calhoun Streen and NE 7th Street - Fort Worth, Texas
Seepage at 21' during drilling; water at 8' at completionSee Plate A.1
30.0'
B-3
5
10
15
20
25
30
ENGINEERING INC.LOG OF BORING 103-24-532.GPJ CMJ.GDT 6/4/24
' .; ' '� • • ' � ' • •
100
90
80
70
W 60
Z
�
z 50
W
U
�
W 40
�
30
20
10
0 0 0
C G G� ,C •C C� � N M � (�O � a' N
�o M N.- � n \` xt x� at � at xt x� x�
� � � � � � � � � � � � �
� � � � � � � � � � ( � � �
� � � � � � � � � � � � �
� � � � � � � � � � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � � � �
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
I I I I I I I I I I I I I I
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
% +3" % Gravel % Sand
Coarse Fine Coars Medium Fine
0.0 0.0 0.0 0.7 1.4 25.7
LL PL D85 D60 �50
33 12 0.1113 0.0602 0.0513
MATERIAL DESCRIPTION
Project No. 103-24-532 Client: Kimley-Horn & Associates
Project: Panther Island Sewer Collector L2-Fort Worth, TX
� Depth: 19-20 Sample Number: B-1
CMJ ENGINEERING, INC.
Forf Worth. Texas
0.0350
% Fines
Silt Clay
51.7 20.5
�15 �10 �c �u
TEST DATE USCS NM
CL
Remarks:
PLATE A.7
' . - � • , • i � ' • • `
���
90
so
�o
� 60
W
Z
LL
z 50
w
U
�
W 40
d
30
20
�o
c � o 0 0
c c c� c � .S � o 0 0 0 0 0 � o
co r� c� \ � � \ � � � � � � � �
� � � � � � � � � � � � �
� � � � � � � � � � � � �
I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
� � � � � � � � � � � � � �
� � � � � � � � � � � � � �
I I I I I I I I I I I I I I
I I I I I I I I I I( I I I
� � � � � � � � � � � � � �
� � ( � � ( � � � � � � � �
I I I I I I I I I I I I I I�
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I I I I I I I I I I I I
I I I i I I I I I I I I I I
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
% +3" % Gravel % Sand
Coarse Fine oars Medium Fine
0.0 0.0 0.0 0.0 1.1 11.8
LL PL D85 D60 �50 �30
37 13 0.0691 0.0319 0.0157 0.0018
MATERIAL DESCRIPTION
��
Project No. 103-24-532 Client: Kimley-Horn & Associates
Project: Panther Island Sewer Collector L2-Fort Worth, TX
o Depth: 14-15 Sample Number: B-3
CMJ ENGINEERING, INC.
For� Worth, Texas
% Fines
Silt Clay
49.5 37.6
�10 �c �u
TEST DATE USCS NM
CL
� Remarks:
PLATE A.8
CMJ ENGINEERING, INC. PLATE A.9
FREE SWELL TEST RESULTS
Project: Panther Island Sewer Collector L2
Calhoun Street and NE 7th Street – Fort Worth, Texas
Project No.: 103-24-532
Boring
No.
Depth
Interval
(ft.)
Sample
Description
Liquid
Limit
Plastic
Limit
Plasticity
Index
Moisture
Content % Percent
Swell
(%) LL PL PI Initial Final
B-1 ½ – 2 Sandy Silty
Clay 39 13 26 19.3 20.9 0.9
B-2 14 – 15 Silty Sandy
Clay 33 14 19 16.0 - 0.0
B-3 7 – 8 Silty Clay 47 16 31 18.9 19.7 0.4
Free swell tests performed at approximate overburden pressure
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-4.06 Hazardous Environmental Condition at Site
AA/EOE
Limited Phase II Investigation
North Calhoun Street & NE 7th Street
Fort Worth, Texas
Prepared For
Kimley-Horn and Associates, Inc.
Professional Certification:
I hereby certify that this report was prepared by me or under my
direct supervision and that I am a duly Licensed Professional
Geoscientist under the laws of the State of Texas.
Josh Hopper, PG
Project Scientist
Project No. B2402502
June 4, 2024
Braun Intertec Corporation
Texas Geoscience Firm No. 50151
Braun Intertec Corporation
714 South Greenville Avenue, Suite 160
Allen, TX 75002
Phone: 972.516.0300
Web: braunintertec.com
June 4, 2024
Chris Igo, PE
Kimley-Horn and Associates, Inc.
801 Cherry Street, Unit 1300
Fort Worth, Texas 76102
RE: Limited Phase II Investigation
Panther Island Sewer Collector
Calhoun Street and NE 7th Street
Fort Worth, Texas
Braun Intertec Project No. B2402502
Dear Mr. Igo:
Braun Intertec Corporation, on behalf of Kimley-Horn and Associates, Inc., conducted a Limited Phase II
investigation consisting of soil and groundwater sampling for the Panther Island Sewer Collector project
located along Calhoun Street and NE 7th Street in Fort Worth, Tarrant County, Texas (Site). The location
of the Site is presented on Figure 1, and the property layout and sample locations are depicted on
Figure 2. Photographs of the investigation are presented in Attachment A.
SITE BACKGROUND
As part of the redevelopment efforts to revitalize the Panther Island peninsula, the rehabilitation of the
existing sanitary sewer along Calhoun Street and NE 7th Street is planned. Historical activities in the
Panther Island area have included commercial and industrial businesses that have resulted in
contamination of soil and groundwater. The Phase II consisted of soil and groundwater sampling to
evaluate for the presence of chemicals of concern (COCs) that may be encountered along the alignment
of the proposed sewer and could impact construction or disposal of soil or groundwater that may be
required during installation.
The Site is also located within the boundary of the 1,924-acre Trinity Uptown Municipal Setting
Designation (MSD) which was approved by the City of Fort Worth under City Ordinance 3480-04-2007
on April 24, 2007 and certified as MSD No. 46 by the Texas Commission on Environmental Quality
(TCEQ) on December 7, 2009. With the certification of an MSD, groundwater use for potable purposes
underlying the designated area is restricted, which renders the groundwater ingestion exposure
pathways incomplete.
Kimley-Horn and Associates, Inc.
June 4, 2024
Page 2
Braun Intertec Project No. B2402502
SUBSURFACE INVESTIGATIONS
On May 14 and May 15, 2024, Braun Intertec contracted with a Texas-licensed water well driller to
advance 10 soil borings (SB-1 through SB-10) and four additional borings for the installation of
temporary monitoring wells (TMW-1 through TMW-4) to 20 feet below ground surface (bgs) using a
truck-mounted direct push drilling rig. Each boring was advanced to the approximate depth of the
proposed sanitary sewer based on information provided by the Client. Prior to the onset of drilling
activities, a project Health & Safety Plan (HASP) was developed, Texas811 was contacted to clear
utilities, and a Traffic Control Plan was developed and submitted to the City of Forth Worth since borings
were located within a public right-of-way.
The temporary monitoring wells were constructed with 15 feet of 1-inch diameter PVC well screen with
riser to the ground surface. Temporary monitoring wells TMW-2 through TMW-4 were completed at 20
feet bgs; well TMW-1 was set at 16 feet bgs since the borehole partially collapsed during the installation
of the well screen.
Braun Intertec collected groundwater samples from each well following their installations on May 15
and May 17, 2024. Following sample collection, the PVC well casing from each well was removed and
each borehole was backfilled with bentonite and patched with concrete.
Review of the Geologic Atlas of Texas, Dallas Sheet, indicates the primary geologic formation underlying
the Site are Quaternary alluvium deposits that overly the Fort Worth Limestone and Duck Creek
Formation (undivided). The alluvium deposits consist of floodplain deposits of gravel, sand, silt, clay, and
organic matter. The Fort Worth Limestone consists of light to medium gray limestone and medium gray
to yellowish brown calcareous clay and has an estimated thickness of 25 to 35 feet. The Duck Creek
Formation consists of gray to yellowish gray limestone and has an estimated thickness of 30 to 100 feet.
Subsurface conditions encountered during the investigation generally consisted of dark brown plastic
clay or sandy clay to approximately 18-20 feet. In four borings, a layer of clayey sand or limestone
bedrock was encountered at a depth of 18 to 19 feet. Soil boring logs are provided in Attachment B.
Soil Sampling and Analysis
Soil samples were collected using Geoprobe® sampler tubes with dedicated clear PVC liners. Soil
samples were collected at 2-foot intervals prior to reaching the approximate water table depth at 10
feet (based on prior hydrogeologic knowledge of Panther Island), then every 5 feet from 10 to 20 feet.
The samples were field screened via headspace readings with a photoionization detector (PID) that was
calibrated to a 100 part per million (ppm) isobutylene standard. The PID readings of the soil samples
were low ranging from 0.0 to 4.2 ppm. No visual or olfactory indicators of contaminations such as odors
or staining were noted in the soil borings.
Kimley-Horn and Associates, Inc.
June 4, 2024
Page 3
Braun Intertec Project No. B2402502
Surface soil samples (0-10 feet) were collected from the interval that exhibited the highest PID readings
above the static water table (~10 feet) and subsurface samples were collected near the bottom of each
boring at the proposed depth of the sanitary sewer. Select samples from each boring were analyzed for
volatile organic compounds (VOCs) using U.S. Environmental Protection Agency (EPA) Method 8260,
total petroleum hydrocarbons (TPH) using TCEQ Method 1005, and Resource Conservation Recovery Act
(RCRA) 8 metals using EPA Methods 6020/7471. Soil samples were placed in laboratory supplied glass
containers, stored on ice, and delivered via courier under chain of custody to ALS Environmental (ALS) in
Houston, Texas. Soil samples collected for the analysis of VOCs and TPH were collected using EPA
sampling Method 5035 with sampling kits provided directly by ALS.
Groundwater Sampling and Analysis
Following the installation of the temporary monitoring wells, the depth to groundwater ranged from
7.04 feet bgs in TMW-3 to 13.10 feet bgs in TMW-1. An accurate determination of groundwater flow
direction requires the installation of a minimum of three permanent monitoring wells which were not
installed as part of this investigation; however, previous investigations in the area indicated the
groundwater flow direction is to the east towards the West Fork Trinity River. Groundwater samples
were collected using a peristaltic pump and dedicated tubing for laboratory analysis of VOCs and TPH.
SOIL ANALYTICAL RESULTS
For the purposes of this assessment, the soil analytical results were compared to the Texas Risk
Reduction Program (TRRP) residential soil-to-groundwater ingestion (GWSoilIng) and total-soil-combined
(TotSoilComb) protective concentration levels (PCLs) for surface soil samples collected above 15 feet in
order to evaluate construction worker exposure and waste disposal requirements, if necessary.
Additionally, subsurface soils collected below 15 feet were compared to the soil-to-outdoor air
inhalation (AirSoilInh-v) PCLs for soil samples. Both PCLs represent the applicable MSD-adjusted residential
assessment levels (RALs). The soil analytical results are summarized in Table 1 and Table 2 and the
associated laboratory analytical reports are provided in Attachment C.
VOCs and TPH
Detectable concentrations of 12 VOCs including fuel related compounds (xylenes, ethylbenzene) and the
chlorinated VOCs trichloroethylene (TCE), cis-1,2-dichloroethylene (cis-1,2-DCE) and trans-1,2-DCE were
identified in the soil samples analyzed; however, none of the reported concentrations exceed the
applicable default ingestion PCLs. TPH in the >C28 boiling point range (55 milligrams per kilogram
(mg/kg)) was detected in the TWM-1 (6-7’) sample but the concentration did not exceed the default
ingestion PCL (200 mg/kg).
Kimley-Horn and Associates, Inc.
June 4, 2024
Page 4
Braun Intertec Project No. B2402502
Metals
The metals data indicates that all 8 RCRA metals were identified in the soil samples analyzed but only
arsenic and lead in the SB-7 (1-2’) soil sample and lead (35.1 mg/L) in the SB-10 (1-2’) soil sample
exceeded the Texas Specific Background Concentration (TSBCs). Neither metal was detected above the
TotSoilComb human health PCLs of 24 and 500 mg/kg, respectively, which represent the appropriate PCLs
with an MSD.
Groundwater Analytical Results
The groundwater analytical results were compared to the TRRP residential ingestion (GWGWIng) and
groundwater-to-outdoor air inhalation (GWAirinh-v), which represent the applicable MSD-adjusted RALs.
The groundwater analytical results are summarized in Table 3 and the associated laboratory analytical
reports are provided in Attachment C.
The laboratory identified concentrations of fuel-related VOCs (benzene, toluene, ethylbenzene, xylenes)
and several chlorinated VOCs (TCE, several DCE isomers, and vinyl chloride); however, only the TCE
concentration in TMW-2 (0.0076 mg/L) slightly exceeded the default groundwater ingestion PCL of 0.005
milligrams per liter (mg/L). The concentration did not exceed the MSD-adjusted RAL of 24 mg/L.
Quality Control/Quality Assurance
Braun Intertec reviewed the analytical data and associated laboratory review checklist and quality
control/quality assurance data provided with the laboratory reports by ALS. The laboratory analytical
data was determined to be acceptable for use in evaluating COC concentrations at the Site.
FINDINGS
Braun Intertec conducted a Limited Phase II Investigation consisting of soil and groundwater sampling to
evaluate for the presence of COCs that could impact the construction of utilities and disposal of soil or
groundwater that may be required as part of their installation. A summary of the findings and
conclusions are presented below:
▪ Subsurface conditions encountered during the investigation generally consisted of clay or sandy clay
down to approximately 18-19 feet and underlain by clayey sand or limestone bedrock down to the
base of each boring at 20 feet. No elevated PID readings were recorded, and no visual or olfactory
evidence of contamination was noted during the advancement of the borings.
▪ Depth to groundwater ranged from 7 feet bgs in TMW-3 to 13.10 feet bgs in MW-3. The
groundwater flow direction could not be determined but is anticipated to be to the northeast
towards the West Fork Trinity River, which is located adjacent to the work area.
Kimley-Horn and Associates, Inc.
June 4, 2024
Page 5
Braun Intertec Project No. B2402502
▪ No VOCs or TPH were identified in any of the soil samples analyzed above the TRRP default
residential PCLs.
▪ Slightly elevated concentrations of arsenic and lead above the TSBCs were identified in two soil
samples; however, the concentrations did not exceed the human health PCLs which are applicable
with the approval of an MSD.
▪ TCE was detected above the default groundwater ingestion PCL in the groundwater sample
collected from TMW-2, but the concentration did not exceed the applicable MSD-adjusted RAL. All
other VOCs detected in the groundwater samples were below the default groundwater ingestion
PCLs. No TPH was detected in groundwater above the laboratory SDLs.
CONCLUSIONS
Based on the results of this investigation, arsenic and lead were detected in shallow soil above the TSBCs
and TCE was identified in groundwater above the default groundwater ingestion PCLs. Although the
reported soil concentrations exceed the TSBCs, the concentrations do not exceed the human health
PCLs, and TCE in groundwater only slightly exceeds the default ingestion PCL but not the MSD-adjusted
RAL. A such, the presence of metals in shallow surface soils and TCE in groundwater are not a human
health concern to construction workers based on the short exposure duration for the proposed project.
Braun Intertec recommends a soil and groundwater management plan (SGMP) be developed to manage
potentially affected media that may be encountered during the construction activities and to assist in
managing soil and groundwater that might require off-Site disposal.
QUALIFICATIONS
This report was prepared for the sole use of Kimley-Horn and Associates, Inc. and shall not be relied
upon by any other party without the express prior written consent of Kimley-Horn and Associates, Inc.
and Braun Intertec. This document was developed by employing generally accepted methods and
customary practices of the environmental profession.
Braun Intertec 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 Josh Hopper, PG at 972-509-9613
or jhopper@braunintertec.com.
Sincerely,
BRAUN INTERTEC CORPORATION
Josh Hopper, PG, CAPM Clayton Snider, PG
Project Scientist Group Manager, Senior Scientist
FIGURES
S�
�,R�'
4
ct�i��r� sr
rriiaR sr
i�
,�
- - �
I
- - �
� F'�.`
V,�
r^
OM N �
, ,
��
�.. 1
� — 1
d J'��a�Re Creek �
.7
Fart Worth '.J � �jfl
I �
E NOR�HSIDE pR
z
O
�
�
a
! v
�
% , x
� �
'�
_�� � �
� �, �
�.�. -
�. � ,
��4
F ='�
`� � ,
�
ti
v��
_ �p,r
F r
�'r Ta rrant Ca
iarrant CauRty �r Court�
Colf - Trinrty : A �C� �
{� Campus E �` Co�
� � I
� iium [urry
Criminaf
�� ..
: �s t �c esC enter
t
33 15 5 S'L
+v srrr sr ��
�"
�
, ` e''
�s
- .
c . �
i " •' t��
1I ;
;,. �
�
� '
� \
x
` �
K
�
I w �rNsr � ,y G" � N
' � � Ft 1'1�t�1y� v, d �,r 7
� � � II�' �b }+all � y ^� � �
Qq � O '�'� � ' -
�y _ ��m � m � 1,U0[] 2,00[}'
a"' � � �r�,
_ ' ss^' ' �4 � C1 _ ¢ �'-�
. . � � .. --: ;: r.,. : � -
• SCALE: 1" = 2,OOa'
' m 5ource: USGS lJ5 Topa Ma�
B R AU N nra�ect No
��4�izi0� Calhaun St. & 7th 5treet Phase II
INTERTEC �raw�ngN� Site Lo�atian Map
F� [� 1 _Si [eLocatio n
�s�:ea�eY ua�,>>aon. Calhoun St. & 7th 5treet
Orawn By: Iniiials
714 Sou[M1 Greenville Ave. Su�l= : GG
niien rx �5aoz pate prawn; 5i23l2024
972.5iG.9300 [;hecked 8y: Inilials Far[ Worth, Texas ■
tiraunin[er[e� cnm
Last Modifed: 5`23i2�2•1
TMW-1
SB-1
SB-2
SB-3
TMW-2
SB-4
SB-5
SB-6
SB-7
TMW-3
SB-8
SB-9
SB-10
TMW-4
PROPOSED SEWER
LINE LOCATIONCALHOUN STREETN COMMERCE
STREETN MA
IN
STREETN HOUSTON
STREET
NE 4
T
H
S
T
R
E
E
T
NE 5
T
H
S
T
R
E
E
T
NE 6
T
H
S
T
R
E
E
T
NE 7
T
H
S
T
R
E
E
T
Project No:
B2402502
Drawn By:
Date Drawn:
Checked By:
Last Modified:5/23/24
Drawing No:
F:\2024\B2402502\CAD\B2402502.dwg,Site,5/23/2024 9:52:54 AM
B2402502
BJB
5/23/24
SC
Calhoun St. & 7th Street Phase II
Calhoun St. & 7th Street
Fort Worth, Texas
Site Layout
Figure 2
braunintertec.com
972.516.0300
Allen, TX 75002
714 Greenville Avenue S, Suite 160
N
SOIL BORING LOCATION
TEMPORARY MONITORING WELL LOCATION 0
SCALE:1" = 400'
400'200'
Braun Intertec Project No. B2402502
TABLES
TABLE 1
SOIL ANALYTICAL DATA SUMMARY - VOCs & TPH
Panther Island Sewer Collector
North Calhoun Street and NE 7th Street
Fort Worth, Texas
TMW-1
(6-7')
TMW-2
(2-3')
TMW-3
(6-7')
TMW-4
(5-6')
SB-1
(7-8')
SB-2
(7-8')
SB-3
(2-3')
TMW-1
(19-20')
TMW-2
(19-20')
TMW-3
(19-20')
TMW-4
(19-20')
SB-1
(19-20')
SB- 2
(19-20')
SB-3
(19-20')
5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/14/2024 5/14/2024 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/14/2024 5/14/2024 5/14/2024
Ethylbenzene <0.00067 <0.00074 <0.00081 <0.00082 <0.00063 <0.00070 0.0015 J 7.6 6,400 <0.00079 <0.00068 <0.00063 <0.00062 <0.00063 <0.00069 <0.00079 29,000
Acetone <0.0019 0.061 0.068 <0.0023 <0.0018 <0.0020 0.087 43 66,000 <0.0022 <0.0019 <0.0018 <0.0018 <0.0018 <0.0020 <0.0023 600,000
2-Butanone <0.0012 0.017 0.011 J <0.0015 <0.0012 <0.0013 0.020 29 40,000 <0.0015 <0.0013 <0.0012 <0.0012 <0.0012 <0.0013 <0.0015 200,000
Carbon Disulfide <0.00057 0.0045 J 0.0018 J <0.00070 <0.00054 0.0021 J <0.00050 14 4,600 <0.00067 <0.00058 <0.00054 <0.00053 <0.00054 <0.00059 <0.00068 11,000
cis-1,2-Dichloroethene <0.00076 <0.00085 <0.00092 <0.00094 <0.00072 <0.00080 <0.00067 140 0.25 0.0046 J 0.0089 <0.00072 <0.00071 0.0025 J 0.0052 0.0040 J 920
Trichloroethene <0.00057 <0.00064 <0.00069 <0.00070 <0.00054 <0.00060 <0.00050 18 0.03 <0.00067 0.0018 J <0.00054 <0.00053 <0.00054 0.00063 J <0.00068 31
Methylene Chloride <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 <0.00084 0.01 1,600 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 13,000
Methylcyclohexane <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 0.0011 J 41,000 16,000 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 46,000
m,p-Xylene <0.0015 <0.0017 <0.0018 <0.0019 <0.0014 <0.0016 0.0017 J 110 8,900 <0.0018 <0.0016 <0.0014 <0.0014 <0.0014 <0.0016 <0.0018 9,400
o-Xylene <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 0.00096 J 71 48,000 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 68,000
Xylenes <0.00095 <0.0011 <0.0012 <0.0012 <0.00090 <0.00099 0.0026 J 120 6,000 <0.0011 <0.00097 <0.00090 <0.00088 <0.00089 <0.00098 <0.0011 9,400
trans-1,2-Dichloroethene <0.00048 <0.00053 <0.00058 <0.00059 <0.00045 <0.00050 <0.00042 590 0.49 <0.00056 <0.00048 <0.00045 <0.00044 <0.00045 <0.00049 <0.00056 920
All Other VOCs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies Varies <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies
C6-C12 <7.5 <6.8 <7.1 <7.3 <7.9 <6.3 <7.4 65 1,600 <6.6 <7.2 <6.3 <6.8 <7.2 <11 <7.1 3,100
C12-C28 <9.9 <9.0 <9.3 <9.6 <10 <8.3 <9.7 200 2,300 <8.7 <9.5 <8.2 <9.0 <9.4 <14 <9.4 15,000
C28-C35 55 <9.0 <9.3 <9.6 <10 <8.3 <9.7 200 2,300 <8.7 <9.5 <8.2 <9.0 <9.4 <14 <9.4 15,000
Notes:
1 Default Texas Risk Reduction Program (TRRP) Tier 1 soil-to-groundwater ingestion (GWSoilIng) protective concentration levels (PCLs) established for residential land use and 0.5-acre source area.
2 Municipal Setting Designation (MSD) adjusted TRRP Tier 1 total-soil-combined (TotSoilComb) residential assessment levels (RALs) for a 0.5-acre source area.
3 TRRP Tier 1 soil-to-air inhalation (AirSoilInh-V) RALs for a 0.5-acre source area.
4 Volatile Organic Compounds (VOCs) analyzed by U.S. Environmental Protection Agency (EPA) Method 8260.
5 Total Petroleum Hydrocarbons (TPH) analyzed using Texas Commission on Environmental Quality (TCEQ) Method 1005.
Concentrations reported in milligrams per kilogram (mg/kg).
(<) Indicates the value was not detected above the laboratory sample detection limits (SDLs).
(J) The identification of the analyte is acceptable; the reported value is an estimate.
Bold and orange highlighted cells indicate the applicable TRRP RAL and results that exceed those values (none exceed).
TPH by TCEQ Method 1005 (mg/kg) 5
TRRP Res. Tier 1
AirSoilInh-V RAL 3
(Subsurface Soils >15')
Compound / Parameter
Default TRRP Res.
Tier 1 GWSoilIng PCL 1
(Surface Soils <10')
MSD-Adjusted
TRRP Res. Tier 1
TotSoilComb RAL 2
(Surface Soils <10')
Surface Soil Samples (0-15 feet)Subsurface Soil Samples (>15 feet)
VOCs by EPA Method 8260 (mg/kg) 4
Braun Intertec Project No. B2402502 Page 1 of 2
TABLE 1
SOIL ANALYTICAL DATA SUMMARY - VOCs & TPH
Panther Island Sewer Collector
North Calhoun Street and NE 7th Street
Fort Worth, Texas
SB-4
(9-10')
SB-5
(5-6')
SB-6
(6-7')
SB-7
(5-6')
SB-8
(7-8')
SB-9
(8-9')
SB-10
(3-4')
SB-4
(19-20')
SB-5
(19-20')
SB-6
(19-20')
SB-7
(19-20')
SB-8
(19-20')
SB-9
(19-20')
SB-10
(19-20')
5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/15/2024 5/15/2024 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/15/2024 5/15/2024
Ethylbenzene <0.00065 <0.00070 <0.00075 <0.00064 <0.00072 <0.00073 <0.00071 7.6 6,400 <0.00070 <0.00069 <0.00071 <0.00061 <0.00074 <0.00060 <0.00059 29,000
Acetone <0.0019 0.031 <0.0022 0.028 <0.0021 <0.0021 <0.0020 43 66,000 <0.0020 <0.0020 <0.0020 <0.0018 <0.0021 <0.0017 <0.0017 600,000
2-Butanone <0.0012 0.010 <0.0014 <0.0012 <0.0013 <0.0014 <0.0013 29 40,000 <0.0013 <0.0013 <0.0013 <0.0011 <0.0014 <0.0011 <0.0011 200,000
Carbon Disulfide <0.00056 0.0015 J <0.00065 <0.00055 <0.00062 <0.00063 <0.00061 14 4,600 <0.00060 <0.00059 <0.00061 <0.00053 <0.00063 <0.00052 <0.00050 11,000
cis-1,2-Dichloroethene 0.0039 J <0.00080 <0.00086 <0.00074 <0.00082 <0.00083 <0.00081 140 0.25 0.0075 0.0083 0.0088 0.011 <0.00084 0.022 0.049 920
Trichloroethene <0.00056 <0.00060 <0.00065 <0.00055 <0.00062 <0.00063 <0.00061 18 0.03 <0.00060 <0.00059 <0.00061 0.00065 J <0.00063 0.00084 J 0.014 31
Methylene Chloride <0.00093 <0.0010 <0.0011 0.0047 J <0.0010 <0.0010 <0.0010 0.01 1,600 <0.0010 <0.00099 <0.0010 <0.00088 <0.0011 <0.00086 <0.00084 13,000
Methylcyclohexane <0.00093 <0.0010 <0.0011 0.0020 J <0.0010 <0.0010 <0.0010 41,000 16,000 <0.0010 <0.00099 <0.0010 <0.00088 0.018 <0.00086 <0.00084 46,000
m,p-Xylene <0.0015 <0.0016 <0.0017 <0.0015 <0.0016 <0.0017 <0.0016 110 8,900 <0.0016 <0.0016 <0.0016 <0.0014 <0.0017 <0.0014 <0.0013 9,400
o-Xylene <0.00093 <0.0010 <0.0011 <0.00092 <0.0010 <0.0010 <0.0010 71 48,000 <0.0010 <0.00099 <0.0010 <0.00088 <0.0011 <0.00086 <0.00084 68,000
Xylenes <0.00093 <0.0010 <0.0011 <0.00092 <0.0010 <0.0010 <0.0010 120 6,000 <0.0010 <0.00099 <0.0010 <0.00088 <0.0011 <0.00086 <0.00084 9,400
trans-1,2-Dichloroethene <0.00046 <0.00050 <0.00054 <0.00046 <0.00051 <0.00052 <0.00050 590 0.49 <0.00050 <0.00049 <0.00051 <0.00044 <0.00053 <0.00043 0.00080 J 920
All Other VOCs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies Varies <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs <SDLs Varies
C6-C12 <7.2 <8.9 <7.5 <8.3 <7.1 <7.4 <10 65 1,600 <7.0 <7.5 <7.0 <7.0 <6.8 <6.4 <6.3 3,100
C12-C28 <9.5 <12 <9.8 <11 <9.3 <9.7 <13 200 2,300 <9.2 <9.9 <9.2 <9.2 <8.9 <8.5 <8.3 15,000
C28-C35 <9.5 <12 <9.8 <11 <9.3 <9.7 <13 200 2,300 <9.2 <9.9 <9.2 <9.2 <8.9 <8.5 <8.3 15,000
Notes:
1 Default Texas Risk Reduction Program (TRRP) Tier 1 soil-to-groundwater ingestion (GWSoilIng) protective concentration levels (PCLs) established for residential land use and 0.5-acre source area.
2 Municipal Setting Designation (MSD) adjusted Texas Risk Reduction Program (TRRP) Tier 1 total-soil-combined (TotSoilComb) PCLs established for residential land use and 0.5-acre source area.
3 TRRP Tier 1 soil-to-air inhalation (AirSoilInh-V) RALs for a 0.5-acre source area.
4 Volatile Organic Compounds (VOCs) analyzed by U.S. Environmental Protection Agency (EPA) Method 8260.
5 Total Petroleum Hydrocarbons (TPH) analyzed using Texas Commission on Environmental Quality (TCEQ) Method 1005.
Concentrations reported in milligrams per kilogram (mg/kg).
(<) Indicates the value was not detected above the laboratory sample detection limits (SDLs).
(J) The identification of the analyte is acceptable; the reported value is an estimate.
Bold and green highlighted cells indicate the applicable TRRP RAL and results that exceed those values (none exceed).
VOCs by EPA Method 8260 (mg/kg) 4
TPH by TCEQ Method 1005 (mg/kg) 5
Compound / Parameter
TRRP Res. Tier 1
AirSoilInh-V RAL 2
(Subsurface Soils >15')
MSD-Adjusted
TRRP Res. Tier 1
TotSoilComb RAL 1
(Surface Soils <10')
Default TRRP Res.
Tier 1 GWSoilIng PCL 1
(Surface Soils <10')
Surface Soil Samples (0-15 feet)Subsurface Soil Samples (>15 feet)
Braun Intertec Project No. B2402502 Page 2 of 2
TABLE 2
SOIL ANALYTICAL DATA SUMMARY - RCRA 8 METALS
Panther Island Sewer Collector
North Calhoun Street and NE 7th Street
Fort Worth, Texas
TMW-1
(1-2')
TMW-2
(1-2')
SB-2
(2-3')
SB-5
(2-3')
SB-7
(1-2')
SB-8
(2-3')
SB-10
(1-2')
5/14/2024 5/14/2024 5/14/2024 5/14/2024 5/15/2024 5/15/2024 5/15/2024
Arsenic 4.82 3.57 3.42 4.90 12.2 4.64 4.20 5 5.9 24
Barium 91.5 93.7 90.1 122 117 96.8 65.3 440 300 8,100
Cadmium 0.0931 J 0.0730 J 0.0764 J 0.136 J 0.166 J 0.0754 J 0.344 J 1.5 1 52
Chromium 16.0 13.9 13.8 18.3 20.1 15.9 17.8 2,400 30 33,000
Lead 10.7 10.8 13.0 12.4 18.3 9.30 35.1 3 15 500
Mercury 0.0309 0.00334 J 0.00330 J 0.00480 0.0522 0.00649 0.0285 2.1 0.04 8.3
Selenium 1.16 0.974 1.07 1.22 1.76 1.11 1.27 2.3 0.3 310
Silver 0.0483 J 0.0394 J 0.0372 J 0.0459 J 0.0631 J 0.0442 J 0.219 J 0.48 1 97
Notes:
1 Default Texas Risk Reduction Program (TRRP) Tier 1 soil-to-groundwater ingestion (GWSoilIng) protective concentration levels (PCLs) established for residential land use and 0.5-acre source area.
2 Texas Specific Background Concentrations (TSBCs). Median background concentrations for cadmium and silver obtained from the TCEQ Ecological Benchmark Table for Soil (August 2023).
2 Municipal Setting Designation (MSD) adjusted TRRP Tier 1 total-soil-combined (TotSoilComb) residential assessment levels (RALs) for a 0.5-acre source area.
4 Resource Conservation and Recovery Act (RCRA) 8 metals analyzed by U.S. EPA Methods 6020 and 7471.
Concentrations reported in milligrams per kilogram (mg/kg).
(<) Indicates the value was not detected above the laboratory sample detection limits (SDLs).
(J) The identification of the analyte is acceptable; the reported value is an estimate.
Bold and orange highlighted cells indicate the TRRP RAL and results that exceed those values (none exceed).
RCRA 8 Metals by EPA Method 6020/7471 (mg/kg) 4
Compound / Parameter
Default TRRP
Res. Tier 1
GWSoilIng PCL 1
MSD-Adjusted
TRRP Res. Tier 1
TotSoilComb RAL 3
TSBC 2
Braun Intertec Project No. B2402502 Page 1 of 1
TABLE 3
GROUNDWATER ANALYTICAL DATA SUMMARY
Panther Island Sewer Collector
North Calhoun Street and NE 7th Street
Fort Worth, Texas
TMW-1 TMW-2 TMW-3 TMW-4
5/17/2024 5/15/2024 5/15/2024 5/17/2024
Benzene <0.00020 0.00041 J 0.00028 J <0.00020 0.005 180
2-Butanone 0.0068 <0.00050 <0.00050 <0.00050 15 1,000,000
Acetone 0.030 <0.0014 <0.0014 <0.0014 22 1,000,000
cis-1,2-Dichloroethene 0.0040 0.036 0.0061 <0.00020 0.07 1,200
MTBE <0.00020 <0.00020 0.00093 J <0.00020 0.24 4,000
m,p-Xylene 0.00076 J <0.00050 <0.00050 <0.00050 10 9,400
Toluene <0.00020 0.00039 J <0.00020 <0.00020 1 64,000
trans-1,2-Dichloroethene <0.00020 0.00039 J <0.00020 <0.00020 0.1 770
Trichloroethene <0.00030 0.0076 <0.00030 <0.00030 0.005 24
Vinyl Chloride <0.00020 0.0013 <0.00020 <0.00020 0.002 3.80
Xylenes 0.00076 J <0.00030 <0.00030 <0.00030 10 10,000
All Other VOCs <SDLs <SDLs <SDLs <SDLs Varies Varies
C6-C12 <0.19 <0.20 <0.20 <0.20 0.98 1,800
C12-C28 <0.19 <0.20 <0.20 <0.20 0.98 7,500
C28-C35 <0.19 <0.20 <0.20 <0.20 0.98 7,500
1 Default Texas Risk Reduction Program (TRRP) Tier 1 groundwater ingestion (GWGWIng) protective concentration levels (PCLs) established for residential land use.
2 Municipal Setting Designation (MSD) adjusted TRRP Tier 1 groundwater-to-air inhalation (AirGWInh-v) residential assessment levels (RALs).
3 Volatile Organic Compounds (VOCs) analyzed using EPA Method 8260.
4 Total Petroleum Hydrocarbons (TPH) analyzed using Texas Commission on Environmental Quality (TCEQ) Method 1005.
(J) The identification of the analyte is acceptable; the reported value is an estimate.
Bold and orange highlighted cells indicate the TRRP RAL and results that exceed those values (none exceed).
Compound /
Parameter
Default TRRP Res.
Tier 1 GWGWIng PCL 1
MSD-adjusted
TRRP Res. Tier 1
AirGWInh-v RAL 2
VOCs by EPA Method 8260 (mg/L) 3
Notes:
Concentrations reported in milligrams per liter (mg/L).
(<) indicates the value was not detected above the laboratory sample detection limits (SDLs).
TPH by TCEQ Method 1005 (mg/L) 4
Braun Intertec Project No. B2402502 Page 1 of 1
Braun Intertec Project No. B2402502
Attachment A
Photographic Log
Photograph #1 Limited Phase II Investigation B2402502
Date: 5/14/2024 - 5/15/2024
Subject: Advancing TMW-1, facing north.
Photograph #2 Limited Phase II Investigation B2402502
Date: 5/14/2024 - 5/15/2024
Subject: Advancing TMW-2, facing southeast.
Photograph #3 Limited Phase II Investigation B2402502
Date: 5/14/2024 - 5/15/2024
Subject: Advancing SB-5, facing northeast.
Photograph #4 Limited Phase II Investigation B2402502
Date: 5/14/2024 - 5/15/2024
Subject: Advancing TMW-3, facing southwest.
Braun Intertec Project No. B2402502
Attachment B
Boring logs
Elev./
Depth
ft
1.0
9.0
10.0
16.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), some Silt, dark brown with mottled
tan, moist, soft, high plasticity
WELL-GRADED GRAVEL with SAND (GW),
medium-grained
FAT CLAY (CH), dark brown, moist, firm, high
plasticity
SANDY FAT CLAY (CH), fine-grained, tannish
brown, wet, soft, high plasticity
-Borehole collapsed to 16 feet while setting the
well.
END OF BORING
Completed as well. Refer to diagram.
5
10
15
20
PID
ppm
0.2
0.2
0.3
0.1
0.2
0.2
0.3
Well Construction Details
PVC Riser (0-1')
Bentonite (0-1')
Slotted PVC Screen (1-16')
Silica Sand Filter Pack (1-16')
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:TMW-1
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76950 LONGITUDE:-97.33841
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:67°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling 13.1 ft
B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-1 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
12.0
19.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
CONCRETE
FAT CLAY (CH), dark brown, moist, firm, high
plasticity
SANDY FAT CLAY (CH), fine-grained, orangish
brown, moist, soft, high plasticity
CLAYEY SAND (SC), fine-grained, orangish brown,
wet, medium dense
END OF BORING
Completed as well. Refer to diagram.
5
10
15
20
PID
ppm
1.1
1.0
0.9
0.7
0.6
0.8
0.5
Well Construction Details
Bentonite (0-3')
PVC Riser (0-5')
Silica Sand Filter Pack (3-20')
Slotted PVC Screen (5-20')
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:TMW-2
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76780 LONGITUDE:-97.33788
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:85°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling 7.3 ft
B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-2 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown to light brown, moist,
soft, high plasticity
SANDY FAT CLAY (CH), fine-grained, tannish
brown, moist, soft, high plasticity
END OF BORING
Completed as well. Refer to diagram.
5
10
15
20
PID
ppm
0.1
0.1
0.3
0.2
0.4
0.3
0.0
Well Construction Details
Bentonite (0-3')
PVC Riser (0-5')
Silica Sand Filter Pack (3-20')
Slotted PVC Screen (5-20')
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:TMW-3
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76515 LONGITUDE:-97.33625
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:73°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling 7.0 ft
B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-3 page 1 of 1
6/4/2024
Elev./
Depth
ft
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
FAT CLAY (CH), dark brown to tannish brown,
moist, soft, high plasticity
SANDY FAT CLAY (CH), fine-grained, tannish
brown, moist, soft, high plasticity
END OF BORING
Completed as well. Refer to diagram.
5
10
15
20
PID
ppm
0.0
0.0
0.1
0.0
0.0
0.0
0.0
Well Construction Details
Bentonite (0-3')
PVC Riser (0-5')
Silica Sand Filter Pack (3-20')
Slotted PVC Screen (5-20')
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:TMW-4
LOCATION: See attached Figure 2
DATUM:WGS 84
LATITUDE:32.76302 LONGITUDE:-97.33489
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:80°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/15/24 END DATE:05/15/24 SURFACING:Grass After Drilling 13.2 ft
B2402502 Braun Intertec Corporation Print Date:05/30/2024 TMW-4 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
12.0
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
CONCRETE
FAT CLAY (CH), dark brown, moist, firm, high
plasticity
SANDY FAT CLAY (CH), fine-grained, orangish
brown, moist, soft, high plasticity
CLAYEY SAND (SC), fine-grained, orangish brown,
wet, soft
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.2
0.2
0.1
0.3
0.1
0.4
0.5
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-1
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76917 LONGITUDE:-97.33888
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:75°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-1 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
15.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
CONCRETE
FAT CLAY (CH), dark brown, moist, soft, high
plasticity
SANDY FAT CLAY (CH), fine-grained, orangish
brown, wet, soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.4
0.4
0.5
0.7
0.6
0.5
0.5
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-2
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76872 LONGITUDE:-97.33860
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:75°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-2 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
12.0
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
CONCRETE
FAT CLAY (CH), dark brown, moist, firm, high
plasticity
SANDY FAT CLAY (CH), fine-grained, light brown,
wet, soft, high plasticity
CLAYEY SAND (SC), fine-grained, orangish brown,
wet, medium dense
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
4.2
1.1
1.2
1.0
0.7
0.4
0.2
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-3
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76830 LONGITUDE:-97.33832
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:80°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Concrete After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-3 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown, dry to moist, firm to
soft, high plasticity
SANDY FAT CLAY (CH), fine-grained, orangish
brown, moist, soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.4
0.6
0.9
0.9
1.0
0.9
0.6
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-4
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76716 LONGITUDE:-97.33765
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:90°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-4 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown, dry to moist, firm to
soft, high plasticity
SANDY FAT CLAY (CH), fine-grained, orangish
brown, moist, soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.9
0.7
1.7
0.6
0.5
0.0
0.2
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-5
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76659 LONGITUDE:-97.33718
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:90°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-5 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
19.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown, moist, soft, high
plasticity
SANDY FAT CLAY (CH), fine-grained, orangish
brown, moist, soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.4
0.4
0.6
0.4
0.2
0.1
0.1
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-6
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76602 LONGITUDE:-97.33690
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:90°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/14/24 END DATE:05/14/24 SURFACING:Asphalt After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-6 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
18.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown to tannish brown,
moist, soft, high plasticity
SANDY FAT CLAY (CH), fine-grained, tannish
brown, moist, soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.7
0.8
0.9
0.8
0.7
0.7
0.8
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-7
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76563 LONGITUDE:-97.33658
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:90°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-7 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.5
19.5
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown to tannish brown,
moist, soft, high plasticity
-Wet from 15 to 19.5 feet.
LIMESTONE, light gray, wet, highly weathered,
moderately hard
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.3
0.5
0.5
0.6
0.5
0.8
0.6
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-8
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76467 LONGITUDE:-97.33993
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:80°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-8 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.3
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
ASPHALT
FAT CLAY (CH), dark brown to tannish brown, dry
to moist, firm to soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.2
0.3
0.1
0.3
0.3
0.2
0.1
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-9
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76403 LONGITUDE:-97.33550
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:85°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/15/24 END DATE:05/15/24 SURFACING:Asphalt After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-9 page 1 of 1
6/4/2024
Elev./
Depth
ft
0.3
14.0
20.0 WaterLevelDescription of Materials
(Soil-ASTM D2488 or 2487; Rock-USACE EM 1110-1-2908)
Gravel road base
FAT CLAY (CH), dark brown to tannish brown, dry
to moist, firm to soft, high plasticity
SANDY FAT CLAY (CH), fine-grained, tannish
brown, moist, soft, high plasticity
END OF BORING
Boring immediately backfilled
5
10
15
20
PID
ppm
0.1
0.3
0.1
0.2
0.1
0.5
0.1
Well Construction Details
LOG OF BORING
Project Number B2402502
Environmental Investigation
Limited Phase II
North Calhoun Street and NE 7th Street
Fort Worth, Texas
BORING:SB-10
LOCATION: See attached Figure 2.
DATUM:WGS 84
LATITUDE:32.76357 LONGITUDE:-97.33519
DRILLER:Environmental Logistics
Co.LOGGED BY:S. Cross WEATHER:85°, Sunny
SURFACE
ELEVATION:RIG:Subcontractor METHOD:Direct Push During Drilling Not Encountered
START
DATE:05/15/24 END DATE:05/15/24 SURFACING:Gravel After Drilling
B2402502 Braun Intertec Corporation Print Date:05/30/2024 SB-10 page 1 of 1
6/4/2024
Braun Intertec Project No. B2402502
Attachment C
Laboratory Analytical Data Reports
May 21, 2024
Josh Hopper
Braun Intertec
714 S. Greenville Avenue
Ste 160
Allen, TX 75002
The analytical data provided relates directly to the samples received by ALS Environmental
and for only the analyses requested. Results are expressed as "as received" unless
otherwise noted.
QC sample results for this data met EPA or laboratory specifications except as noted in the
Case Narrative or as noted with qualifiers in the QC batch information. Should this
laboratory report need to be reproduced, it should be reproduced in full unless written
approval has been obtained by ALS Environmental. Samples will be disposed in 30 days
unless storage arrangements are made.
If you have any questions regarding this report, please feel free to call me.
Sincerely,
ALS Environmental received 20 sample(s) on May 15, 2024 for the analysis presented in
the following report.
Laboratory Results for:Calhoun and 7th St. Phase II
Dear Josh Hopper,
Work Order:HS24050907
Project Manager
Generated By: JUMOKE.LAWAL
Bernadette A. Fini
10450 Stancliff Rd. Suite 210
Houston, TX 77099
T: +1 281 530 5656
F: +1 281 530 5887
alsglobal.com
1 of 87
Client:TRRP Laboratory Data
Package Cover PageProject:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24050907
This data package consists of all or some of the following as applicable:
This signature page, the laboratory review checklist, and the following reportable data:
R1 Field chain-of-custody documentation;
R2 Sample identification cross-reference;
R3 Test reports (analytical data sheets) for each environmental sample that includes:
a) Items consistent with NELAC Chapter 5,
b) dilution factors,
c) preparation methods,
d) cleanup methods, and
e) if required for the project, tentatively identified compounds (TICs).
R4 Surrogate recovery data including:
a) Calculated recovery (%R), and
b) The laboratory’s surrogate QC limits.
R5 Test reports/summary forms for blank samples;
R6 Test reports/summary forms for laboratory control samples (LCSs) including:
a) LCS spiking amounts,
b) Calculated %R for each analyte, and
c)The laboratory’s LCS QC limits.
R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including:
a) Samples associated with the MS/MSD clearly identified,
b) MS/MSD spiking amounts,
c) Concentration of each MS/MSD analyte measured in the parent and spiked samples,
d) Calculated %Rs and relative percent differences (RPDs), and
e) The laboratory’s MS/MSD QC limits.
R8 Laboratory analytical duplicate (if applicable) recovery and precision:
a) the amount of analyte measured in the duplicate,
b) the calculated RPD, and
c) the laboratory’s QC limits for analytical duplicates.
R9 List of method quantitation limits (MQLs) and detectability check sample results for each
analyte for each method and matrix.
R10 Other problems or anomalies.
The Exception Report for each “No” or “Not Reviewed (NR)” item in Laboratory Review Checklist and
for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under
the Texas Laboratory Accreditation Program.
ALS Houston, US Date: 21-May-24
2 of 87
Client:TRRP Laboratory Data
Package Cover PageProject:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24050907
Bernadette A. Fini
Project Manager
Release Statement: I am responsible for the release of this laboratory data package. This laboratory is
NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes and
matrices reported in this data package except as noted in the Exception Reports. The data have been
reviewed and are technically compliant with the requirements of the methods used, except where noted by
the laboratory in the attached exception reports. By my signature below, I affirm to the best of my
knowledge, all problems/anomalies, observed by the laboratory have been identified by the laboratory in
the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly
withheld.
Check, if applicable: [NA] This laboratory meets an exception under 30 TAC §25.6 and was last inspected
by [ ] TCEQ or [ ] ______________ on (enter date of last inspection). Any findings affecting the data in
this laboratory data package are noted in the Exception Reports herein. The official signing the cover page
of the report in which these data are used is responsible for releasing this data package and is by signature
affirming the above release statement is true.
ALS Houston, US Date: 21-May-24
3 of 87
Laboratory Review Checklist: Reportable Data
Laboratory Name: ALS Laboratory Group LRC Date: 05/21/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050907
Reviewer Name: Bernadette Fini Prep Batch Number(s):
212015,212099,212204,R467006,R467049,R467067,R467138
#1 A2 Description Yes No NA3 NR4 ER#5
R1 OI Chain-of -custody (C-O-C)
Did samples meet the laboratory’s standard conditions of sample acceptability
upon receipt? X
Were all departures from s tandard conditions described in an exception report? X
R2 OI Sample and quality control (QC) identification
Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X
Are all laboratory ID numbers cross-referenced to the corresponding Q C data? X
R3 OI Test reports
Were all samples prepared and analyzed within holding times? X
Other than those results < MQL, were all other raw values bracketed by
calibration standards? X
Were calculations checked by a peer or supervisor? X
Were all analyte identifications checked by a peer or supervisor? X
Were sample detection limits reported for all analytes not detected? X
Were all results for soil and sediment samples reported on a dry weigh t basis? X
Were % moisture (or solids) reported for all soil and sediment samples? X
Were bulk soils/solids samples for volatile analysis extracted with methanol per
SW-846 Method 5035? X
If required for the project, TICs reported? X
R4 O Surrogate recovery data
Were surrogates added prior to extraction? X
Were surrogate percent recoveries in all samples within the laboratory QC
limits? X
R5 OI Test reports/summary forms for blank samples
Were appropriate type(s) of blanks analyzed? X
Were blanks analyzed at the appropriate frequency? X
Were method blanks taken through the entire analytical process, including
preparation and, if applicable, cleanup procedures? X
Were blank concentrations < MQL? X
R6 OI Laboratory control samples (LCS):
Were all COCs included in the LCS? X
Was each LCS taken through the entire analytical procedure, including prep and
cleanup steps? X
Were LCSs analyzed at the required frequency? X
Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X
Does the detectability data document the laboratory’s capability to detect the
COCs at the MDL used to calculate the SDLs? X
Was the LCSD RPD within QC limits? X
R7 OI Matrix spike (MS) and matrix spike duplicate (MSD) data
Were the pro ject/method specified analytes included in the MS and MSD? X
Were MS/MSD analyzed at the appropriate frequency? X 1
Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 2
Were MS/MSD RPDs within laboratory QC limits? X 3
R8 OI Analytical duplicate data
Were appropriate analytical duplicates analyzed for each matrix? X
Were analytical duplicates analyzed at the appropriate frequency? X
Were RPDs or relative standard dev iations within the laboratory QC limits? X
R9 OI Method q uantitation limits (MQLs):
Are the MQLs for each method analyte included in the laboratory data package? X
Do the MQLs correspond to the concentration of the lowest non-zero calibration standard? X
Are unadjusted MQLs and DC Ss included in the laboratory data package? X
R10 OI Other problems/anomalies
Are all known problems/anomalies/special conditions noted in this LRC and
ER? X
Were all necessary corrective actions performed for the reported data? X
Was applicable and available technology used to lower the SDL and minimize
the matrix interference affects on the sample results? X
Is the laboratory NELAC-accredited under the Texas Laboratory Program for
the analytes, matrices and methods associated with this laboratory data package? X 4
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by
the letter “S” should be retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);NA = Not Applicab le; NR = Not Reviewe d;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
4 of 87
Laboratory Review Checklist: Supporting Data
Laboratory Name: ALS Laboratory Group LRC Date: 05/21/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050907
Reviewer Name: Bernadette Fini Prep Batch Numb er(s):
212015,212099,212204,R467006,R467049,R467067,R467138
#1 A2 Description Yes No NA3 NR 4 ER#5
S1 OI Initial calibration (ICAL)
Were response factors and/or relative response factors for each analyte within QC
limits? X
Were percent RSDs or correlation coefficient criteria met? X
Was the number of standards recommended in the method used for all analytes? X
Were all points generated between the lowest and highest standard used to
calculate the curve? X
Are I CAL d ata available for all instruments used? X
Has the initial calibration curve been verified using an appropriate secon d source
standard? X
S2 OI Initial and continuing calibration verification (ICCV and CCV) and continuing calibration blank (CCB)
Was the CCV analyzed at the method-required frequency? X
Were percent differences for each analyte within the method-required QC limits? X 5
Was the ICAL curve verified for each analyte? X
Was the absolute value of the analyte concentration in the inorganic CCB < MDL? X 6
S3 O Mass spectral tuning:
Was the appropriate compound for the method used for tuning? X
Were ion abundance data within the method-required QC limits? X
S4 O Internal standards (IS):
Were IS area counts and retention times within the method -requ ired QC limits? X
S5 OI
Raw data (NELAC section 1 appendix A glossary, and section 5.12 or ISO/IEC
17025 section
Were the r aw data (for example, chromatograms, spectral data) reviewed by an
analyst? X
Were data associated with manual integrations flagged on the raw data? X
S6 O Dual column confirmation
Did dual column confirmation resu lts meet the method -required QC? X
S7 O Tentatively identified compounds (TICs):
If TICs were request ed, were the mass spectra and TIC data subject to appropriate
checks? X
S8 I Interference Check Sample (ICS) results:
Were percent recoveries within method QC limits? X
S9 I Serial dilutions, post digestion spikes, and method of standard additions
Were percent differences, recoveries, and the linearity within the QC limits
specified in the m ethod? X 7
S10 OI Method detection limit (MDL) studies
Was a MDL study performed for each reported analyte? X
Is the MDL either adjusted or supported by the analysis of DCSs? X
S11 OI Proficiency t est reports:
Was the laboratory's performance acceptable on the applicable proficiency tests or
evaluation s tudies? X
S12 OI Standards documentation
Are all standards used in the analyses NIST-traceable or obtained from other
appropriate sources? X
S13 OI Compound/analyte identification procedures
Are the pro cedur es for compound/analyte identification documented? X
S14 OI Demonstration of analyst competency (DOC)
Was DOC conducted con sistent with NELAC Chapter 5C or ISO/IEC 4? X
Is documentation of the analyst’s competency up -to -date and on file? X
S15 OI
Verification/validation documentation for methods (NELAC Chap 5 or
ISO/IEC 17025 Section 5)
Are a ll the methods used to generate the data documented, verified, and validated,
where applicable? X
S1 6 OI Laboratory standard operating procedures (SOPs):
Are laboratory SOPs current and on file for each method performed ? X
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-requ ired report(s). Items identified by the letter “S” should be
retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);
NA = Not Applicable; NR = No t Reviewed;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
5 of 87
Laboratory Review Checklist: Exception Reports
Laboratory Name: ALS Laboratory Group LRC Date: 05/21/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050907
Reviewer Name: Bernadette Fini
Prep Batch Number(s):
212015,212099,212204,R467006,R467049,R467067,R467138
ER#5 Description
1
Batch 212099, Texas TPH by TX1005, Insufficient sample received to perform MS/MSD. An LCS/LCSD was performed as batch quality
control.
Batch R467138, Volatiles Method SW8260, Insufficient sample received to perform MS/MSD. An LCS/LCSD was performed as batch
quality control.
2
Batch 212015, Metals Method SW6020, sample HS24050666 -01, MS and MSD were performed on unrelated sample
Batch R467067, Volatiles Method SW8260, sample HS24050578-06, MS and MSD were performed on unrelated sample
3
Batch R467067, Volatiles Method SW8260, sample HS24050578-06, MS/MSD RPD was performed on unrelated sample
4
Volatile Organics Method SW8260, TCEQ does not offer accreditation for Cyclohexane the results are flagged with n.
5
Batch R467067, Volatiles Method SW8260, In the 8260 analysis, the %D for Bromomethane and Dibromochloromethane was below 20%
in the daily ccv, however this meets the method criteria for 8260C with less than 10% of the compound failing so no corrective action was
taken. LCS is within limits.
Batch R467138, Volatiles Method SW8260, the %D for 1,2,4-Trichlorobenzene was below 20% in the daily ccv, however this meets the
method criteria for 8260C with less than 10% of the compound f ailing
6
See Run Log and CCB Exceptions Report.
7
Batch 212015, Metals Method SW6020, sample HS24050666 -01 , PDS was performed on unrelated sample
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be
retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);
NA = Not Applicable;
NR = Not Reviewed;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
6 of 87
HG04_467253Run ID:
FORM 13 - ANALYSIS RUN LOG
SW7470AMethod:
Instrument:
Sample No.D/F Time Analytes
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
HG04
Start Date:End Date:21-May-2024 21-May-2024
FileID
ICV 1 21-May-2024 12:53 HG
ICB 1 21-May-2024 12:55 HG
CRA 1 21-May-2024 12:56 HG
CCV 1 1 21-May-2024 13:02 HG
CCB 1 1 21-May-2024 13:03 HG
MBLK-212204 1 21-May-2024 13:09 HG
LCS-212204 1 21-May-2024 13:10 HG
CCV 2 1 21-May-2024 13:29 HG
CCB 2 1 21-May-2024 13:31 HG
TMW-1 (1-2') 1 21-May-2024 13:33 HG
TMW-1 (1-2')MS 1 21-May-2024 13:34 HG
TMW-1 (1-2')MSD 1 21-May-2024 13:36 HG
SB-2 (2-3') 1 21-May-2024 13:38 HG
TMW-2 (1-2') 1 21-May-2024 13:39 HG
SB-5 (2-3') 1 21-May-2024 13:41 HG
CCV 3 1 21-May-2024 13:50 HG
CCB 3 1 21-May-2024 13:51 HG
CCV 4 1 21-May-2024 14:16 HG
CCB 4 1 21-May-2024 14:18 HG
CCV 5 1 21-May-2024 14:40 HG
CCB 5 1 21-May-2024 14:42 HG
CCV 6 1 21-May-2024 15:05 HG
CCB 6 1 21-May-2024 15:06 HG
21-May-24Date: ALS Houston, US
7 of 87
ICPMS05_467003Run ID:
FORM 13 - ANALYSIS RUN LOG
SW6020AMethod:
Instrument:
Sample No.D/F Time Analytes
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
ICPMS05
Start Date:End Date:17-May-2024 18-May-2024
FileID
ICV 1 17-May-2024 10:47 019_ICV.d AG AS BA CD CR PB SE
LLICV2 1 17-May-2024 10:51 021LCV2.d AG AS BA CD CR PB SE
LLICV5 1 17-May-2024 10:53 022LCV5.d AG AS BA CD CR PB SE
ICB 1 17-May-2024 10:57 024_ICB.d AG AS BA CD CR PB SE
ICSA 1 17-May-2024 11:00 025ICSA.d AG AS BA CD CR PB SE
CCB 1 1 17-May-2024 11:02 026_ICB.d AG AS BA CD CR PB SE
ICSAB 1 17-May-2024 11:04 027ICSB.d AG AS BA CD CR PB SE
ICB 1 17-May-2024 11:11 030_ICB.d AG AS BA CD CR PB SE
CCV 1 1 17-May-2024 11:28 034_CCV.d AG AS BA CD CR PB SE
CCB 2 1 17-May-2024 11:30 035_CCB.d AG AS BA CD CR PB SE
CCV 2 1 17-May-2024 11:53 046_CCV.d AG AS BA CD CR PB SE
CCB 3 1 17-May-2024 11:55 047_CCB.d AG AS BA CD CR PB SE
CCV 3 1 17-May-2024 12:24 058_CCV.d AG AS BA CD CR PB SE
CCB 4 1 17-May-2024 12:26 059_CCB.d AG AS BA CD CR PB SE
CCV 4 1 17-May-2024 12:49 070_CCV.d AG AS BA CD CR PB SE
CCB 5 1 17-May-2024 12:51 071_CCB.d AG AS BA CD CR PB SE
CCV 5 1 17-May-2024 13:14 082_CCV.d AG AS BA CD CR PB SE
CCB 6 1 17-May-2024 13:16 083_CCB.d AG AS BA CD CR PB SE
CCV 6 1 17-May-2024 13:39 094_CCV.d AG AS BA CD CR PB SE
CCB 7 1 17-May-2024 13:41 095_CCB.d AG AS BA CD CR PB SE
CCV 7 1 17-May-2024 14:04 106_CCV.d AG AS BA CD CR PB SE
CCB 8 1 17-May-2024 14:06 107_CCB.d AG AS BA CD CR PB SE
CCB 9 1 17-May-2024 14:19 108_CCB.d AG AS BA CD CR PB SE
CCV 8 1 17-May-2024 14:42 119_CCV.d AG AS BA CD CR PB SE
CCB 10 1 17-May-2024 14:44 120_CCB.d AG AS BA CD CR PB SE
CCV 9 1 17-May-2024 15:18 131_CCV.d AG AS BA CD CR PB SE
CCB 11 1 17-May-2024 15:20 132_CCB.d AG AS BA CD CR PB SE
CCV 10 1 17-May-2024 15:43 143_CCV.d AG AS BA CD CR PB SE
CCB 12 1 17-May-2024 15:45 144_CCB.d AG AS BA CD CR PB SE
CCV 11 1 17-May-2024 19:25 149_CCV.d AG AS BA CD CR PB SE
CCB 13 1 17-May-2024 19:27 150_CCB.d AG AS BA CD CR PB SE
MBLK-212015 1 17-May-2024 19:29 151SMPL.d AG AS BA CD CR PB SE
LCS-212015 1 17-May-2024 19:32 152SMPL.d AG AS BA CD CR PB SE
ZZZZZZSD 5 17-May-2024 19:36 154SMPL.d AG AS BA CD CR PB SE
ZZZZZZMS 1 17-May-2024 19:38 155SMPL.d AG AS BA CD CR PB SE
ZZZZZZMSD 1 17-May-2024 19:40 156SMPL.d AG AS BA CD CR PB SE
ZZZZZZPDS 1 17-May-2024 19:42 157SMPL.d AG AS BA CD CR PB SE
CCV 12 1 17-May-2024 19:46 159_CCV.d AG AS BA CD CR PB SE
CCB 14 1 17-May-2024 19:48 160_CCB.d AG AS BA CD CR PB SE
TMW-1 (1-2') 1 17-May-2024 19:59 165SMPL.d AG AS BA CD CR PB SE
SB-2 (2-3') 1 17-May-2024 20:01 166SMPL.d AG AS BA CD CR PB SE
TMW-2 (1-2') 1 17-May-2024 20:03 167SMPL.d AG AS BA CD CR PB SE
SB-5 (2-3') 1 17-May-2024 20:05 168SMPL.d AG AS BA CD CR PB SE
CCV 13 1 17-May-2024 20:11 171_CCV.d AG AS BA CD CR PB SE
CCB 15 1 17-May-2024 20:13 172_CCB.d AG AS BA CD CR PB SE
CCV 14 1 17-May-2024 20:36 183_CCV.d AG AS BA CD CR PB SE
CCB 16 1 17-May-2024 20:38 184_CCB.d AG AS BA CD CR PB SE
CCV 15 1 17-May-2024 20:51 190_CCV.d AG AS BA CD CR PB SE
CCB 17 1 17-May-2024 20:53 191_CCB.d AG AS BA CD CR PB SE
ICCV 16 1 17-May-2024 22:36 224_ICV.d AG AS BA CD CR PB SE
21-May-24Date: ALS Houston, US
8 of 87
ICPMS05_467003Run ID:
FORM 13 - ANALYSIS RUN LOG
SW6020AMethod:
Instrument:
Sample No.D/F Time Analytes
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
ICPMS05
Start Date:End Date:17-May-2024 18-May-2024
FileID
LLCCV5 1 17-May-2024 22:38 225LCV5.d AG AS BA CD CR PB SE
LLCCV2 1 17-May-2024 22:41 226LCV2.d AG AS BA CD CR PB SE
ICCB 18 1 17-May-2024 22:43 227_ICB.d AG AS BA CD CR PB SE
CCV 17 1 17-May-2024 22:47 229_CCV.d AG AS BA CD CR PB SE
CCB 19 1 17-May-2024 22:49 230_CCB.d AG AS BA CD CR PB SE
CCV 18 1 17-May-2024 23:00 235_CCV.d AG AS BA CD CR PB SE
CCB 20 1 17-May-2024 23:02 236_CCB.d AG AS BA CD CR PB SE
CCV 19 1 17-May-2024 23:17 243_CCV.d AG AS BA CD CR PB SE
CCB 21 1 17-May-2024 23:19 244_CCB.d AG AS BA CD CR PB SE
CCV 20 1 17-May-2024 23:43 255_CCV.d AG AS BA CD CR PB SE
CCB 22 1 17-May-2024 23:45 256_CCB.d AG AS BA CD CR PB SE
CCV 21 1 18-May-2024 00:07 266_CCV.d AG AS BA CD CR PB SE
CCB 23 1 18-May-2024 00:09 267_CCB.d AG AS BA CD CR PB SE
ICSA 1 18-May-2024 00:11 268ICSA.d AG AS BA CD CR PB SE
ICSAB 1 18-May-2024 00:14 269ICSB.d AG AS BA CD CR PB SE
CCV 22 1 18-May-2024 00:22 273_CCV.d AG AS BA CD CR PB SE
CCB 24 1 18-May-2024 00:25 274_CCB.d AG AS BA CD CR PB SE
CCV 23 1 18-May-2024 00:40 281_CCV.d AG AS BA CD CR PB SE
CCB 25 1 18-May-2024 00:43 282_CCB.d AG AS BA CD CR PB SE
CCV 24 1 18-May-2024 01:08 293_CCV.d AG AS BA CD CR PB SE
CCB 26 1 18-May-2024 01:10 294_CCB.d AG AS BA CD CR PB SE
CCV 25 1 18-May-2024 01:35 305_CCV.d AG AS BA CD CR PB SE
CCB 27 1 18-May-2024 01:38 306_CCB.d AG AS BA CD CR PB SE
CCV 26 1 18-May-2024 01:43 308_CCV.d AG AS BA CD CR PB SE
CCB 28 1 18-May-2024 01:45 309_CCB.d AG AS BA CD CR PB SE
LLICV2 1 18-May-2024 01:50 311LCV2.d AG AS BA CD CR PB SE
LLICV5 1 18-May-2024 01:52 312LCV5.d AG AS BA CD CR PB SE
ICSA 1 18-May-2024 01:54 313ICSA.d AG AS BA CD CR PB SE
ICSAB 1 18-May-2024 01:57 314ICSB.d AG AS BA CD CR PB SE
21-May-24Date: ALS Houston, US
9 of 87
HG04_467253Run ID:
CCB EXCEPTIONS REPORT
SW7470AMethod:
Instrument:
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
HG04
Seq: 8020696ICB 121-May-2024 12:55 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.035 0.03 0.2Mercury
Seq: 8020702CCB 1 121-May-2024 13:03 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.036 0.03 0.2Mercury
Seq: 8021077CCB 2 121-May-2024 13:31 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.033 0.03 0.2Mercury
Seq: 8021089CCB 3 121-May-2024 13:51 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.032 0.03 0.2Mercury
Seq: 8021101CCB 4 121-May-2024 14:18 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.036 0.03 0.2Mercury
Seq: 8021112CCB 5 121-May-2024 14:42 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.147 0.03 0.2Mercury
Seq: 8021122CCB 6 121-May-2024 15:06 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.156 0.03 0.2Mercury
21-May-24Date: ALS Houston, US
10 of 87
ICPMS05_467003Run ID:
CCB EXCEPTIONS REPORT
SW6020AMethod:
Instrument:
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
ICPMS05
Seq: 8015402ICB 117-May-2024 10:57 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.618 0.4 4Chromium
Seq: 8015408ICB 117-May-2024 11:11 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.694 0.4 4Chromium
Seq: 8015636CCB 2 117-May-2024 11:30 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.772 0.4 4Chromium
Seq: 8015647CCB 3 117-May-2024 11:55 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.789 0.4 4Chromium
Seq: 8015678CCB 4 117-May-2024 12:26 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.667 0.4 4Chromium
Seq: 8015886CCB 5 117-May-2024 12:51 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.63 0.4 4Chromium
Seq: 8015909CCB 6 117-May-2024 13:16 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.716 0.4 4Chromium
Seq: 8015921CCB 7 117-May-2024 13:41 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.752 0.4 4Chromium
Seq: 8016046CCB 8 117-May-2024 14:06 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.777 0.4 4Chromium
Seq: 8016047CCB 9 117-May-2024 14:19 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.81 0.4 4Chromium
Seq: 8016316CCB 10 117-May-2024 14:44 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.805 0.4 4Chromium
Seq: 8016268CCB 11 117-May-2024 15:20 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.826 0.4 4Chromium
Seq: 8016280CCB 12 117-May-2024 15:45 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.884 0.4 4Chromium
Seq: 8017562CCB 13 117-May-2024 19:27 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
21-May-24Date: ALS Houston, US
11 of 87
ICPMS05_467003Run ID:
CCB EXCEPTIONS REPORT
SW6020AMethod:
Instrument:
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
ICPMS05
-0.847 0.4 4Chromium
Seq: 8017572CCB 14 117-May-2024 19:48 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.816 0.4 4Chromium
Seq: 8017584CCB 15 117-May-2024 20:13 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.668 0.4 4Chromium
Seq: 8017596CCB 16 117-May-2024 20:38 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.701 0.4 4Chromium
Seq: 8017603CCB 17 117-May-2024 20:53 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.72 0.4 4Chromium
21-May-24Date: ALS Houston, US
12 of 87
Client:Braun Intertec
Work Order:HS24050907
Project:Calhoun and 7th St. Phase II SAMPLE SUMMARY
Lab Samp ID Client Sample ID Collection DateMatrix TagNo Date Received Hold
HS24050907-01 14-May-2024 09:27 15-May-2024 17:26TMW-1 (1-2')Soil
HS24050907-02 14-May-2024 09:50 15-May-2024 17:26TMW-1 (6-7')Soil
HS24050907-03 14-May-2024 09:45 15-May-2024 17:26TMW-1 (19-20')Soil
HS24050907-04 14-May-2024 11:40 15-May-2024 17:26SB-1 (7-8')Soil
HS24050907-05 14-May-2024 11:40 15-May-2024 17:26SB-1 (19-20')Soil
HS24050907-06 14-May-2024 10:58 15-May-2024 17:26SB-2 (2-3')Soil
HS24050907-07 14-May-2024 11:00 15-May-2024 17:26SB-2 (7-8')Soil
HS24050907-08 14-May-2024 11:02 15-May-2024 17:26SB-2 (19-20')Soil
HS24050907-09 14-May-2024 12:25 15-May-2024 17:26SB-3 (2-3')Soil
HS24050907-10 14-May-2024 12:25 15-May-2024 17:26SB-3 (19-20')Soil
HS24050907-11 14-May-2024 12:55 15-May-2024 17:26TMW-2 (1-2')Soil
HS24050907-12 14-May-2024 13:05 15-May-2024 17:26TMW-2 (2-3')Soil
HS24050907-13 14-May-2024 13:05 15-May-2024 17:26TMW-2 (19-20')Soil
HS24050907-14 14-May-2024 14:25 15-May-2024 17:26SB-4 (9-10')Soil
HS24050907-15 14-May-2024 14:25 15-May-2024 17:26SB-4 (19-20')Soil
HS24050907-16 14-May-2024 15:05 15-May-2024 17:26SB-5 (2-3')Soil
HS24050907-17 14-May-2024 15:15 15-May-2024 17:26SB-5 (5-6')Soil
HS24050907-18 14-May-2024 15:15 15-May-2024 17:26SB-5 (19-20')Soil
HS24050907-19 14-May-2024 16:00 15-May-2024 17:26SB-6 (6-7')Soil
HS24050907-20 14-May-2024 16:00 15-May-2024 17:26SB-6 (19-20')Soil
ALS Houston, US 21-May-24Date:
13 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1 (1-2')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-01
14-May-2024 09:27 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024
1mg/Kg-dry 17-May-2024 19:590.0804Arsenic 0.5744.82
1mg/Kg-dry 17-May-2024 19:590.0345Barium 0.57491.5
1mg/Kg-dry 17-May-2024 19:59J0.0310Cadmium 0.5740.0931
1mg/Kg-dry 17-May-2024 19:590.0264Chromium 0.57416.0
1mg/Kg-dry 17-May-2024 19:590.0149Lead 0.57410.7
1mg/Kg-dry 17-May-2024 19:590.105Selenium 0.5741.16
1mg/Kg-dry 17-May-2024 19:59J0.0172Silver 0.5740.0483
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 13:330.000601Mercury 0.004250.0309
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:240.0100Percent Moisture 0.010019.3
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
14 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1 (6-7')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-02
14-May-2024 09:50 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 18:520.000481,1,1-Trichloroethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000761,1,2,2-Tetrachloroethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000671,1,2-Trichlor-1,2,2-trifluoroethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000481,1,2-Trichloroethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000481,1-Dichloroethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000481,1-Dichloroethene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000951,2,4-Trichlorobenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000951,2-Dibromo-3-chloropropane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000481,2-Dibromoethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000951,2-Dichlorobenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000571,2-Dichloroethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000761,2-Dichloropropane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000951,3-Dichlorobenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.000951,4-Dichlorobenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00122-Butanone 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00132-Hexanone 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00194-Methyl-2-pentanone 0.0095U
1mg/Kg-dry 17-May-2024 18:520.0019Acetone 0.019U
1mg/Kg-dry 17-May-2024 18:520.00048Benzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048Bromodichloromethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00057Bromoform 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00095Bromomethane 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00057Carbon disulfide 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00057Carbon tetrachloride 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00057Chlorobenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00076Chloroethane 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00048Chloroform 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048Chloromethane 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00076cis-1,2-Dichloroethene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048cis-1,3-Dichloropropene 0.0048U
1mg/Kg-dry 17-May-2024 18:52n 0.00095Cyclohexane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048Dibromochloromethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00067Dichlorodifluoromethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00067Ethylbenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00086Isopropylbenzene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.0015m,p-Xylene 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00067Methyl acetate 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048Methyl tert-butyl ether 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00095Methylcyclohexane 0.0048U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
15 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1 (6-7')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-02
14-May-2024 09:50 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 18:520.00095Methylene chloride 0.0095U
1mg/Kg-dry 17-May-2024 18:520.00095o-Xylene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00067Styrene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00067Tetrachloroethene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00057Toluene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048trans-1,2-Dichloroethene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00057trans-1,3-Dichloropropene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00057Trichloroethene 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00048Trichlorofluoromethane 0.0048U
1mg/Kg-dry 17-May-2024 18:520.00076Vinyl chloride 0.00095U
1mg/Kg-dry 17-May-2024 18:520.00095Xylenes, Total 0.014U
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 18:5210870-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 18:5293.0 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 18:5211270-130
Surr: Toluene-d8 1%REC 17-May-2024 18:5210770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 17-May-2024 21:597.5nC6 to nC12 51U
1mg/Kg-dry 17-May-2024 21:599.9>nC12 to nC28 51U
1mg/Kg-dry 17-May-2024 21:599.9>nC28 to nC35 5155
1mg/Kg-dry 17-May-2024 21:597.5Total Petroleum Hydrocarbon 5155.0
Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 21:5997.1 70-130
Surr: Trifluoromethyl benzene 1%REC 17-May-2024 21:5911470-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:240.0100Percent Moisture 0.010015.9
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
16 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-03
14-May-2024 09:45 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 19:130.000561,1,1-Trichloroethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000901,1,2,2-Tetrachloroethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000791,1,2-Trichlor-1,2,2-trifluoroethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000561,1,2-Trichloroethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000561,1-Dichloroethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000561,1-Dichloroethene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00111,2,4-Trichlorobenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00111,2-Dibromo-3-chloropropane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000561,2-Dibromoethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00111,2-Dichlorobenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000671,2-Dichloroethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.000901,2-Dichloropropane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00111,3-Dichlorobenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00111,4-Dichlorobenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00152-Butanone 0.011U
1mg/Kg-dry 17-May-2024 19:130.00162-Hexanone 0.011U
1mg/Kg-dry 17-May-2024 19:130.00224-Methyl-2-pentanone 0.011U
1mg/Kg-dry 17-May-2024 19:130.0022Acetone 0.022U
1mg/Kg-dry 17-May-2024 19:130.00056Benzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00056Bromodichloromethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00067Bromoform 0.0056U
1mg/Kg-dry 17-May-2024 19:130.0011Bromomethane 0.011U
1mg/Kg-dry 17-May-2024 19:130.00067Carbon disulfide 0.011U
1mg/Kg-dry 17-May-2024 19:130.00067Carbon tetrachloride 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00067Chlorobenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00090Chloroethane 0.011U
1mg/Kg-dry 17-May-2024 19:130.00056Chloroform 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00056Chloromethane 0.011U
1mg/Kg-dry 17-May-2024 19:13J0.00090cis-1,2-Dichloroethene 0.00560.0046
1mg/Kg-dry 17-May-2024 19:130.00056cis-1,3-Dichloropropene 0.0056U
1mg/Kg-dry 17-May-2024 19:13n 0.0011Cyclohexane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00056Dibromochloromethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00079Dichlorodifluoromethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00079Ethylbenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.0010Isopropylbenzene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.0018m,p-Xylene 0.011U
1mg/Kg-dry 17-May-2024 19:130.00079Methyl acetate 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00056Methyl tert-butyl ether 0.0056U
1mg/Kg-dry 17-May-2024 19:130.0011Methylcyclohexane 0.0056U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
17 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-03
14-May-2024 09:45 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 19:130.0011Methylene chloride 0.011U
1mg/Kg-dry 17-May-2024 19:130.0011o-Xylene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00079Styrene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00079Tetrachloroethene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00067Toluene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00056trans-1,2-Dichloroethene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00067trans-1,3-Dichloropropene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00067Trichloroethene 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00056Trichlorofluoromethane 0.0056U
1mg/Kg-dry 17-May-2024 19:130.00090Vinyl chloride 0.0011U
1mg/Kg-dry 17-May-2024 19:130.0011Xylenes, Total 0.017U
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 19:1310270-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 19:1392.7 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 19:1310770-130
Surr: Toluene-d8 1%REC 17-May-2024 19:1310770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 17-May-2024 22:286.6nC6 to nC12 45U
1mg/Kg-dry 17-May-2024 22:288.7>nC12 to nC28 45U
1mg/Kg-dry 17-May-2024 22:288.7>nC28 to nC35 45U
1mg/Kg-dry 17-May-2024 22:286.6Total Petroleum Hydrocarbon 45U
Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 22:2810070-130
Surr: Trifluoromethyl benzene 1%REC 17-May-2024 22:2811570-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:240.0100Percent Moisture 0.010015.3
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
18 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-1 (7-8')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-04
14-May-2024 11:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 19:350.000451,1,1-Trichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000721,1,2,2-Tetrachloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000631,1,2-Trichlor-1,2,2-trifluoroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000451,1,2-Trichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000451,1-Dichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000451,1-Dichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000901,2,4-Trichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000901,2-Dibromo-3-chloropropane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000451,2-Dibromoethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000901,2-Dichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000541,2-Dichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000721,2-Dichloropropane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000901,3-Dichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.000901,4-Dichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00122-Butanone 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00132-Hexanone 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00184-Methyl-2-pentanone 0.0090U
1mg/Kg-dry 17-May-2024 19:350.0018Acetone 0.018U
1mg/Kg-dry 17-May-2024 19:350.00045Benzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045Bromodichloromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00054Bromoform 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00090Bromomethane 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00054Carbon disulfide 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00054Carbon tetrachloride 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00054Chlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00072Chloroethane 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00045Chloroform 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045Chloromethane 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00072cis-1,2-Dichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045cis-1,3-Dichloropropene 0.0045U
1mg/Kg-dry 17-May-2024 19:35n 0.00090Cyclohexane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045Dibromochloromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00063Dichlorodifluoromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00063Ethylbenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00081Isopropylbenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.0014m,p-Xylene 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00063Methyl acetate 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045Methyl tert-butyl ether 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00090Methylcyclohexane 0.0045U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
19 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-1 (7-8')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-04
14-May-2024 11:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 19:350.00090Methylene chloride 0.0090U
1mg/Kg-dry 17-May-2024 19:350.00090o-Xylene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00063Styrene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00063Tetrachloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00054Toluene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045trans-1,2-Dichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00054trans-1,3-Dichloropropene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00054Trichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00045Trichlorofluoromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:350.00072Vinyl chloride 0.00090U
1mg/Kg-dry 17-May-2024 19:350.00090Xylenes, Total 0.014U
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 19:3511470-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 19:3595.4 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 19:3511370-130
Surr: Toluene-d8 1%REC 17-May-2024 19:3510570-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 17-May-2024 22:597.9nC6 to nC12 53U
1mg/Kg-dry 17-May-2024 22:5910>nC12 to nC28 53U
1mg/Kg-dry 17-May-2024 22:5910>nC28 to nC35 53U
1mg/Kg-dry 17-May-2024 22:597.9Total Petroleum Hydrocarbon 53U
Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 22:5982.7 70-130
Surr: Trifluoromethyl benzene 1%REC 17-May-2024 22:5996.7 70-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010013.4
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
20 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-1 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-05
14-May-2024 11:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 19:570.000451,1,1-Trichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000721,1,2,2-Tetrachloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000631,1,2-Trichlor-1,2,2-trifluoroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000451,1,2-Trichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000451,1-Dichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000451,1-Dichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000891,2,4-Trichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000891,2-Dibromo-3-chloropropane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000451,2-Dibromoethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000891,2-Dichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000541,2-Dichloroethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000721,2-Dichloropropane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000891,3-Dichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.000891,4-Dichlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00122-Butanone 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00132-Hexanone 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00184-Methyl-2-pentanone 0.0089U
1mg/Kg-dry 17-May-2024 19:570.0018Acetone 0.018U
1mg/Kg-dry 17-May-2024 19:570.00045Benzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00045Bromodichloromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00054Bromoform 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00089Bromomethane 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00054Carbon disulfide 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00054Carbon tetrachloride 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00054Chlorobenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00072Chloroethane 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00045Chloroform 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00045Chloromethane 0.0089U
1mg/Kg-dry 17-May-2024 19:57J0.00072cis-1,2-Dichloroethene 0.00450.0025
1mg/Kg-dry 17-May-2024 19:570.00045cis-1,3-Dichloropropene 0.0045U
1mg/Kg-dry 17-May-2024 19:57n 0.00089Cyclohexane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00045Dibromochloromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00063Dichlorodifluoromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00063Ethylbenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00081Isopropylbenzene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.0014m,p-Xylene 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00063Methyl acetate 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00045Methyl tert-butyl ether 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00089Methylcyclohexane 0.0045U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
21 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-1 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-05
14-May-2024 11:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 19:570.00089Methylene chloride 0.0089U
1mg/Kg-dry 17-May-2024 19:570.00089o-Xylene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00063Styrene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00063Tetrachloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00054Toluene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00045trans-1,2-Dichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00054trans-1,3-Dichloropropene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00054Trichloroethene 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00045Trichlorofluoromethane 0.0045U
1mg/Kg-dry 17-May-2024 19:570.00072Vinyl chloride 0.00089U
1mg/Kg-dry 17-May-2024 19:570.00089Xylenes, Total 0.013U
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 19:5710870-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 19:5793.6 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 19:5710470-130
Surr: Toluene-d8 1%REC 17-May-2024 19:5710870-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 17-May-2024 23:287.2nC6 to nC12 48U
1mg/Kg-dry 17-May-2024 23:289.4>nC12 to nC28 48U
1mg/Kg-dry 17-May-2024 23:289.4>nC28 to nC35 48U
1mg/Kg-dry 17-May-2024 23:287.2Total Petroleum Hydrocarbon 48U
Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 23:2898.2 70-130
Surr: Trifluoromethyl benzene 1%REC 17-May-2024 23:2811470-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.2
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
22 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-2 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-06
14-May-2024 10:58 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024
1mg/Kg-dry 17-May-2024 20:010.0777Arsenic 0.5553.42
1mg/Kg-dry 17-May-2024 20:010.0333Barium 0.55590.1
1mg/Kg-dry 17-May-2024 20:01J0.0300Cadmium 0.5550.0764
1mg/Kg-dry 17-May-2024 20:010.0255Chromium 0.55513.8
1mg/Kg-dry 17-May-2024 20:010.0144Lead 0.55513.0
1mg/Kg-dry 17-May-2024 20:010.101Selenium 0.5551.07
1mg/Kg-dry 17-May-2024 20:01J0.0167Silver 0.5550.0372
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 13:38J0.000597Mercury 0.004230.00330
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.6
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
23 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-2 (7-8')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-07
14-May-2024 11:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 20:180.000501,1,1-Trichloroethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000801,1,2,2-Tetrachloroethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000501,1,2-Trichloroethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000501,1-Dichloroethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000501,1-Dichloroethene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000991,2,4-Trichlorobenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000991,2-Dibromo-3-chloropropane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000501,2-Dibromoethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000991,2-Dichlorobenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000601,2-Dichloroethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000801,2-Dichloropropane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000991,3-Dichlorobenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.000991,4-Dichlorobenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00132-Butanone 0.0099U
1mg/Kg-dry 17-May-2024 20:180.00142-Hexanone 0.0099U
1mg/Kg-dry 17-May-2024 20:180.00204-Methyl-2-pentanone 0.0099U
1mg/Kg-dry 17-May-2024 20:180.0020Acetone 0.020U
1mg/Kg-dry 17-May-2024 20:180.00050Benzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050Bromodichloromethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00060Bromoform 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00099Bromomethane 0.0099U
1mg/Kg-dry 17-May-2024 20:18J0.00060Carbon disulfide 0.00990.0021
1mg/Kg-dry 17-May-2024 20:180.00060Carbon tetrachloride 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00060Chlorobenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00080Chloroethane 0.0099U
1mg/Kg-dry 17-May-2024 20:180.00050Chloroform 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050Chloromethane 0.0099U
1mg/Kg-dry 17-May-2024 20:180.00080cis-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050cis-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 17-May-2024 20:18n 0.00099Cyclohexane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050Dibromochloromethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00070Dichlorodifluoromethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00070Ethylbenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00089Isopropylbenzene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.0016m,p-Xylene 0.0099U
1mg/Kg-dry 17-May-2024 20:180.00070Methyl acetate 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050Methyl tert-butyl ether 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00099Methylcyclohexane 0.0050U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
24 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-2 (7-8')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-07
14-May-2024 11:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 20:180.00099Methylene chloride 0.0099U
1mg/Kg-dry 17-May-2024 20:180.00099o-Xylene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00070Styrene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00070Tetrachloroethene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00060Toluene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050trans-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00060trans-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00060Trichloroethene 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00050Trichlorofluoromethane 0.0050U
1mg/Kg-dry 17-May-2024 20:180.00080Vinyl chloride 0.00099U
1mg/Kg-dry 17-May-2024 20:180.00099Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 20:1811370-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 20:1894.3 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 20:1811170-130
Surr: Toluene-d8 1%REC 17-May-2024 20:1810470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 17-May-2024 23:576.3nC6 to nC12 43U
1mg/Kg-dry 17-May-2024 23:578.3>nC12 to nC28 43U
1mg/Kg-dry 17-May-2024 23:578.3>nC28 to nC35 43U
1mg/Kg-dry 17-May-2024 23:576.3Total Petroleum Hydrocarbon 43U
Surr: 2-Fluorobiphenyl 1%REC 17-May-2024 23:5794.1 70-130
Surr: Trifluoromethyl benzene 1%REC 17-May-2024 23:5711070-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010012.5
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
25 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-2 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-08
14-May-2024 11:02 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 20:400.000491,1,1-Trichloroethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000791,1,2,2-Tetrachloroethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000691,1,2-Trichlor-1,2,2-trifluoroethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000491,1,2-Trichloroethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000491,1-Dichloroethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000491,1-Dichloroethene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000981,2,4-Trichlorobenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000981,2-Dibromo-3-chloropropane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000491,2-Dibromoethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000981,2-Dichlorobenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000591,2-Dichloroethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000791,2-Dichloropropane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000981,3-Dichlorobenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.000981,4-Dichlorobenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00132-Butanone 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00142-Hexanone 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00204-Methyl-2-pentanone 0.0098U
1mg/Kg-dry 17-May-2024 20:400.0020Acetone 0.020U
1mg/Kg-dry 17-May-2024 20:400.00049Benzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00049Bromodichloromethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00059Bromoform 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00098Bromomethane 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00059Carbon disulfide 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00059Carbon tetrachloride 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00059Chlorobenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00079Chloroethane 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00049Chloroform 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00049Chloromethane 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00079cis-1,2-Dichloroethene 0.00490.0052
1mg/Kg-dry 17-May-2024 20:400.00049cis-1,3-Dichloropropene 0.0049U
1mg/Kg-dry 17-May-2024 20:40n 0.00098Cyclohexane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00049Dibromochloromethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00069Dichlorodifluoromethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00069Ethylbenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00089Isopropylbenzene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.0016m,p-Xylene 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00069Methyl acetate 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00049Methyl tert-butyl ether 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00098Methylcyclohexane 0.0049U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
26 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-2 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-08
14-May-2024 11:02 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 20:400.00098Methylene chloride 0.0098U
1mg/Kg-dry 17-May-2024 20:400.00098o-Xylene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00069Styrene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00069Tetrachloroethene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00059Toluene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00049trans-1,2-Dichloroethene 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00059trans-1,3-Dichloropropene 0.0049U
1mg/Kg-dry 17-May-2024 20:40J0.00059Trichloroethene 0.00490.00063
1mg/Kg-dry 17-May-2024 20:400.00049Trichlorofluoromethane 0.0049U
1mg/Kg-dry 17-May-2024 20:400.00079Vinyl chloride 0.00098U
1mg/Kg-dry 17-May-2024 20:400.00098Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 20:4010370-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 20:4094.2 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 20:4010670-130
Surr: Toluene-d8 1%REC 17-May-2024 20:4010770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 00:2611nC6 to nC12 72U
1mg/Kg-dry 18-May-2024 00:2614>nC12 to nC28 72U
1mg/Kg-dry 18-May-2024 00:2614>nC28 to nC35 72U
1mg/Kg-dry 18-May-2024 00:2611Total Petroleum Hydrocarbon 72U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 00:2696.2 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 00:2611270-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010019.7
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
27 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-3 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-09
14-May-2024 12:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 22:280.000421,1,1-Trichloroethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000671,1,2,2-Tetrachloroethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000591,1,2-Trichlor-1,2,2-trifluoroethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000421,1,2-Trichloroethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000421,1-Dichloroethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000421,1-Dichloroethene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000841,2,4-Trichlorobenzene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000841,2-Dibromo-3-chloropropane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000421,2-Dibromoethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000841,2-Dichlorobenzene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000501,2-Dichloroethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000671,2-Dichloropropane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000841,3-Dichlorobenzene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.000841,4-Dichlorobenzene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00112-Butanone 0.00840.020
1mg/Kg-dry 17-May-2024 22:280.00122-Hexanone 0.0084U
1mg/Kg-dry 17-May-2024 22:280.00174-Methyl-2-pentanone 0.0084U
1mg/Kg-dry 17-May-2024 22:280.0017Acetone 0.0170.087
1mg/Kg-dry 17-May-2024 22:280.00042Benzene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042Bromodichloromethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00050Bromoform 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00084Bromomethane 0.0084U
1mg/Kg-dry 17-May-2024 22:280.00050Carbon disulfide 0.0084U
1mg/Kg-dry 17-May-2024 22:280.00050Carbon tetrachloride 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00050Chlorobenzene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00067Chloroethane 0.0084U
1mg/Kg-dry 17-May-2024 22:280.00042Chloroform 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042Chloromethane 0.0084U
1mg/Kg-dry 17-May-2024 22:280.00067cis-1,2-Dichloroethene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042cis-1,3-Dichloropropene 0.0042U
1mg/Kg-dry 17-May-2024 22:28n 0.00084Cyclohexane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042Dibromochloromethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00059Dichlorodifluoromethane 0.0042U
1mg/Kg-dry 17-May-2024 22:28J0.00059Ethylbenzene 0.00420.0015
1mg/Kg-dry 17-May-2024 22:280.00075Isopropylbenzene 0.0042U
1mg/Kg-dry 17-May-2024 22:28J0.0013m,p-Xylene 0.00840.0017
1mg/Kg-dry 17-May-2024 22:280.00059Methyl acetate 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042Methyl tert-butyl ether 0.0042U
1mg/Kg-dry 17-May-2024 22:28J0.00084Methylcyclohexane 0.00420.0011
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
28 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-3 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-09
14-May-2024 12:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 17-May-2024 22:280.00084Methylene chloride 0.0084U
1mg/Kg-dry 17-May-2024 22:28J0.00084o-Xylene 0.00420.00096
1mg/Kg-dry 17-May-2024 22:280.00059Styrene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00059Tetrachloroethene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00050Toluene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042trans-1,2-Dichloroethene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00050trans-1,3-Dichloropropene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00050Trichloroethene 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00042Trichlorofluoromethane 0.0042U
1mg/Kg-dry 17-May-2024 22:280.00067Vinyl chloride 0.00084U
1mg/Kg-dry 17-May-2024 22:28J0.00084Xylenes, Total 0.0130.0026
Surr: 1,2-Dichloroethane-d4 1%REC 17-May-2024 22:2811470-126
Surr: 4-Bromofluorobenzene 1%REC 17-May-2024 22:2895.8 70-130
Surr: Dibromofluoromethane 1%REC 17-May-2024 22:2811370-130
Surr: Toluene-d8 1%REC 17-May-2024 22:2810470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 00:567.4nC6 to nC12 50U
1mg/Kg-dry 18-May-2024 00:569.7>nC12 to nC28 50U
1mg/Kg-dry 18-May-2024 00:569.7>nC28 to nC35 50U
1mg/Kg-dry 18-May-2024 00:567.4Total Petroleum Hydrocarbon 50U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 00:5698.5 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 00:5611270-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010012.7
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
29 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-3 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-10
14-May-2024 12:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 05:210.000561,1,1-Trichloroethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000901,1,2,2-Tetrachloroethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000791,1,2-Trichlor-1,2,2-trifluoroethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000561,1,2-Trichloroethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000561,1-Dichloroethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000561,1-Dichloroethene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00111,2,4-Trichlorobenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00111,2-Dibromo-3-chloropropane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000561,2-Dibromoethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00111,2-Dichlorobenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000681,2-Dichloroethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.000901,2-Dichloropropane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00111,3-Dichlorobenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00111,4-Dichlorobenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00152-Butanone 0.011U
1mg/Kg-dry 18-May-2024 05:210.00162-Hexanone 0.011U
1mg/Kg-dry 18-May-2024 05:210.00234-Methyl-2-pentanone 0.011U
1mg/Kg-dry 18-May-2024 05:210.0023Acetone 0.023U
1mg/Kg-dry 18-May-2024 05:210.00056Benzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00056Bromodichloromethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00068Bromoform 0.0056U
1mg/Kg-dry 18-May-2024 05:210.0011Bromomethane 0.011U
1mg/Kg-dry 18-May-2024 05:210.00068Carbon disulfide 0.011U
1mg/Kg-dry 18-May-2024 05:210.00068Carbon tetrachloride 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00068Chlorobenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00090Chloroethane 0.011U
1mg/Kg-dry 18-May-2024 05:210.00056Chloroform 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00056Chloromethane 0.011U
1mg/Kg-dry 18-May-2024 05:21J0.00090cis-1,2-Dichloroethene 0.00560.0040
1mg/Kg-dry 18-May-2024 05:210.00056cis-1,3-Dichloropropene 0.0056U
1mg/Kg-dry 18-May-2024 05:21n 0.0011Cyclohexane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00056Dibromochloromethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00079Dichlorodifluoromethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00079Ethylbenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.0010Isopropylbenzene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.0018m,p-Xylene 0.011U
1mg/Kg-dry 18-May-2024 05:210.00079Methyl acetate 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00056Methyl tert-butyl ether 0.0056U
1mg/Kg-dry 18-May-2024 05:210.0011Methylcyclohexane 0.0056U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
30 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-3 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-10
14-May-2024 12:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 05:210.0011Methylene chloride 0.011U
1mg/Kg-dry 18-May-2024 05:210.0011o-Xylene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00079Styrene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00079Tetrachloroethene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00068Toluene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00056trans-1,2-Dichloroethene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00068trans-1,3-Dichloropropene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00068Trichloroethene 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00056Trichlorofluoromethane 0.0056U
1mg/Kg-dry 18-May-2024 05:210.00090Vinyl chloride 0.0011U
1mg/Kg-dry 18-May-2024 05:210.0011Xylenes, Total 0.017U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:2111770-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:2195.7 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 05:2111470-130
Surr: Toluene-d8 1%REC 18-May-2024 05:2110470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 02:247.1nC6 to nC12 48U
1mg/Kg-dry 18-May-2024 02:249.4>nC12 to nC28 48U
1mg/Kg-dry 18-May-2024 02:249.4>nC28 to nC35 48U
1mg/Kg-dry 18-May-2024 02:247.1Total Petroleum Hydrocarbon 48U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 02:2495.7 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 02:2411270-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.7
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
31 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2 (1-2')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-11
14-May-2024 12:55 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024
1mg/Kg-dry 17-May-2024 20:030.0771Arsenic 0.5513.57
1mg/Kg-dry 17-May-2024 20:030.0330Barium 0.55193.7
1mg/Kg-dry 17-May-2024 20:03J0.0297Cadmium 0.5510.0730
1mg/Kg-dry 17-May-2024 20:030.0253Chromium 0.55113.9
1mg/Kg-dry 17-May-2024 20:030.0143Lead 0.55110.8
1mg/Kg-dry 17-May-2024 20:030.100Selenium 0.5510.974
1mg/Kg-dry 17-May-2024 20:03J0.0165Silver 0.5510.0394
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 13:39J0.000575Mercury 0.004060.00334
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.1
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
32 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-12
14-May-2024 13:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 05:420.000531,1,1-Trichloroethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000851,1,2,2-Tetrachloroethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000741,1,2-Trichlor-1,2,2-trifluoroethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000531,1,2-Trichloroethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000531,1-Dichloroethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000531,1-Dichloroethene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00111,2,4-Trichlorobenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00111,2-Dibromo-3-chloropropane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000531,2-Dibromoethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00111,2-Dichlorobenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000641,2-Dichloroethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.000851,2-Dichloropropane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00111,3-Dichlorobenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00111,4-Dichlorobenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00142-Butanone 0.0110.017
1mg/Kg-dry 18-May-2024 05:420.00152-Hexanone 0.011U
1mg/Kg-dry 18-May-2024 05:420.00214-Methyl-2-pentanone 0.011U
1mg/Kg-dry 18-May-2024 05:420.0021Acetone 0.0210.061
1mg/Kg-dry 18-May-2024 05:420.00053Benzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053Bromodichloromethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00064Bromoform 0.0053U
1mg/Kg-dry 18-May-2024 05:420.0011Bromomethane 0.011U
1mg/Kg-dry 18-May-2024 05:42J0.00064Carbon disulfide 0.0110.0045
1mg/Kg-dry 18-May-2024 05:420.00064Carbon tetrachloride 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00064Chlorobenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00085Chloroethane 0.011U
1mg/Kg-dry 18-May-2024 05:420.00053Chloroform 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053Chloromethane 0.011U
1mg/Kg-dry 18-May-2024 05:420.00085cis-1,2-Dichloroethene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053cis-1,3-Dichloropropene 0.0053U
1mg/Kg-dry 18-May-2024 05:42n 0.0011Cyclohexane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053Dibromochloromethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00074Dichlorodifluoromethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00074Ethylbenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00095Isopropylbenzene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.0017m,p-Xylene 0.011U
1mg/Kg-dry 18-May-2024 05:420.00074Methyl acetate 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053Methyl tert-butyl ether 0.0053U
1mg/Kg-dry 18-May-2024 05:420.0011Methylcyclohexane 0.0053U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
33 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-12
14-May-2024 13:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 05:420.0011Methylene chloride 0.011U
1mg/Kg-dry 18-May-2024 05:420.0011o-Xylene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00074Styrene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00074Tetrachloroethene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00064Toluene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053trans-1,2-Dichloroethene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00064trans-1,3-Dichloropropene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00064Trichloroethene 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00053Trichlorofluoromethane 0.0053U
1mg/Kg-dry 18-May-2024 05:420.00085Vinyl chloride 0.0011U
1mg/Kg-dry 18-May-2024 05:420.0011Xylenes, Total 0.016U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:4211570-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:4294.8 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 05:4211070-130
Surr: Toluene-d8 1%REC 18-May-2024 05:4210670-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 02:536.8nC6 to nC12 46U
1mg/Kg-dry 18-May-2024 02:539.0>nC12 to nC28 46U
1mg/Kg-dry 18-May-2024 02:539.0>nC28 to nC35 46U
1mg/Kg-dry 18-May-2024 02:536.8Total Petroleum Hydrocarbon 46U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 02:5395.1 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 02:5311370-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.9
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
34 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-13
14-May-2024 13:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 06:040.000481,1,1-Trichloroethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000781,1,2,2-Tetrachloroethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000681,1,2-Trichlor-1,2,2-trifluoroethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000481,1,2-Trichloroethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000481,1-Dichloroethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000481,1-Dichloroethene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000971,2,4-Trichlorobenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000971,2-Dibromo-3-chloropropane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000481,2-Dibromoethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000971,2-Dichlorobenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000581,2-Dichloroethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000781,2-Dichloropropane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000971,3-Dichlorobenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.000971,4-Dichlorobenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00132-Butanone 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00142-Hexanone 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00194-Methyl-2-pentanone 0.0097U
1mg/Kg-dry 18-May-2024 06:040.0019Acetone 0.019U
1mg/Kg-dry 18-May-2024 06:040.00048Benzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00048Bromodichloromethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00058Bromoform 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00097Bromomethane 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00058Carbon disulfide 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00058Carbon tetrachloride 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00058Chlorobenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00078Chloroethane 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00048Chloroform 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00048Chloromethane 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00078cis-1,2-Dichloroethene 0.00480.0089
1mg/Kg-dry 18-May-2024 06:040.00048cis-1,3-Dichloropropene 0.0048U
1mg/Kg-dry 18-May-2024 06:04n 0.00097Cyclohexane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00048Dibromochloromethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00068Dichlorodifluoromethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00068Ethylbenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00087Isopropylbenzene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.0016m,p-Xylene 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00068Methyl acetate 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00048Methyl tert-butyl ether 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00097Methylcyclohexane 0.0048U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
35 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-13
14-May-2024 13:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 06:040.00097Methylene chloride 0.0097U
1mg/Kg-dry 18-May-2024 06:040.00097o-Xylene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00068Styrene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00068Tetrachloroethene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00058Toluene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00048trans-1,2-Dichloroethene 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00058trans-1,3-Dichloropropene 0.0048U
1mg/Kg-dry 18-May-2024 06:04J0.00058Trichloroethene 0.00480.0018
1mg/Kg-dry 18-May-2024 06:040.00048Trichlorofluoromethane 0.0048U
1mg/Kg-dry 18-May-2024 06:040.00078Vinyl chloride 0.00097U
1mg/Kg-dry 18-May-2024 06:040.00097Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 06:0411170-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 06:0496.0 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 06:0411170-130
Surr: Toluene-d8 1%REC 18-May-2024 06:0410770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 03:237.2nC6 to nC12 49U
1mg/Kg-dry 18-May-2024 03:239.5>nC12 to nC28 49U
1mg/Kg-dry 18-May-2024 03:239.5>nC28 to nC35 49U
1mg/Kg-dry 18-May-2024 03:237.2Total Petroleum Hydrocarbon 49U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 03:2392.7 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 03:2311070-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010016.4
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
36 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-4 (9-10')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-14
14-May-2024 14:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 06:260.000461,1,1-Trichloroethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000741,1,2,2-Tetrachloroethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000651,1,2-Trichlor-1,2,2-trifluoroethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000461,1,2-Trichloroethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000461,1-Dichloroethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000461,1-Dichloroethene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000931,2,4-Trichlorobenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000931,2-Dibromo-3-chloropropane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000461,2-Dibromoethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000931,2-Dichlorobenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000561,2-Dichloroethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000741,2-Dichloropropane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000931,3-Dichlorobenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.000931,4-Dichlorobenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00122-Butanone 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00132-Hexanone 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00194-Methyl-2-pentanone 0.0093U
1mg/Kg-dry 18-May-2024 06:260.0019Acetone 0.019U
1mg/Kg-dry 18-May-2024 06:260.00046Benzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00046Bromodichloromethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00056Bromoform 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00093Bromomethane 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00056Carbon disulfide 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00056Carbon tetrachloride 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00056Chlorobenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00074Chloroethane 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00046Chloroform 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00046Chloromethane 0.0093U
1mg/Kg-dry 18-May-2024 06:26J0.00074cis-1,2-Dichloroethene 0.00460.0039
1mg/Kg-dry 18-May-2024 06:260.00046cis-1,3-Dichloropropene 0.0046U
1mg/Kg-dry 18-May-2024 06:26n 0.00093Cyclohexane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00046Dibromochloromethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00065Dichlorodifluoromethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00065Ethylbenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00084Isopropylbenzene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.0015m,p-Xylene 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00065Methyl acetate 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00046Methyl tert-butyl ether 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00093Methylcyclohexane 0.0046U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
37 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-4 (9-10')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-14
14-May-2024 14:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 06:260.00093Methylene chloride 0.0093U
1mg/Kg-dry 18-May-2024 06:260.00093o-Xylene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00065Styrene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00065Tetrachloroethene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00056Toluene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00046trans-1,2-Dichloroethene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00056trans-1,3-Dichloropropene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00056Trichloroethene 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00046Trichlorofluoromethane 0.0046U
1mg/Kg-dry 18-May-2024 06:260.00074Vinyl chloride 0.00093U
1mg/Kg-dry 18-May-2024 06:260.00093Xylenes, Total 0.014U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 06:2611870-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 06:2694.0 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 06:2611270-130
Surr: Toluene-d8 1%REC 18-May-2024 06:2610470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 03:527.2nC6 to nC12 49U
1mg/Kg-dry 18-May-2024 03:529.5>nC12 to nC28 49U
1mg/Kg-dry 18-May-2024 03:529.5>nC28 to nC35 49U
1mg/Kg-dry 18-May-2024 03:527.2Total Petroleum Hydrocarbon 49U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 03:5292.7 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 03:5210770-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010013.8
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
38 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-4 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-15
14-May-2024 14:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 06:470.000501,1,1-Trichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000801,1,2,2-Tetrachloroethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000501,1,2-Trichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000501,1-Dichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000501,1-Dichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00101,2,4-Trichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00101,2-Dibromo-3-chloropropane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000501,2-Dibromoethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00101,2-Dichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000601,2-Dichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.000801,2-Dichloropropane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00101,3-Dichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00101,4-Dichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00132-Butanone 0.010U
1mg/Kg-dry 18-May-2024 06:470.00142-Hexanone 0.010U
1mg/Kg-dry 18-May-2024 06:470.00204-Methyl-2-pentanone 0.010U
1mg/Kg-dry 18-May-2024 06:470.0020Acetone 0.020U
1mg/Kg-dry 18-May-2024 06:470.00050Benzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00050Bromodichloromethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00060Bromoform 0.0050U
1mg/Kg-dry 18-May-2024 06:470.0010Bromomethane 0.010U
1mg/Kg-dry 18-May-2024 06:470.00060Carbon disulfide 0.010U
1mg/Kg-dry 18-May-2024 06:470.00060Carbon tetrachloride 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00060Chlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00080Chloroethane 0.010U
1mg/Kg-dry 18-May-2024 06:470.00050Chloroform 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00050Chloromethane 0.010U
1mg/Kg-dry 18-May-2024 06:470.00080cis-1,2-Dichloroethene 0.00500.0075
1mg/Kg-dry 18-May-2024 06:470.00050cis-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 18-May-2024 06:47n 0.0010Cyclohexane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00050Dibromochloromethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00070Dichlorodifluoromethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00070Ethylbenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00091Isopropylbenzene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.0016m,p-Xylene 0.010U
1mg/Kg-dry 18-May-2024 06:470.00070Methyl acetate 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00050Methyl tert-butyl ether 0.0050U
1mg/Kg-dry 18-May-2024 06:470.0010Methylcyclohexane 0.0050U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
39 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-4 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-15
14-May-2024 14:25 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 06:470.0010Methylene chloride 0.010U
1mg/Kg-dry 18-May-2024 06:470.0010o-Xylene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00070Styrene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00070Tetrachloroethene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00060Toluene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00050trans-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00060trans-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00060Trichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00050Trichlorofluoromethane 0.0050U
1mg/Kg-dry 18-May-2024 06:470.00080Vinyl chloride 0.0010U
1mg/Kg-dry 18-May-2024 06:470.0010Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 06:4711570-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 06:4794.6 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 06:4711070-130
Surr: Toluene-d8 1%REC 18-May-2024 06:4710670-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 04:217.0nC6 to nC12 47U
1mg/Kg-dry 18-May-2024 04:219.2>nC12 to nC28 47U
1mg/Kg-dry 18-May-2024 04:219.2>nC28 to nC35 47U
1mg/Kg-dry 18-May-2024 04:217.0Total Petroleum Hydrocarbon 47U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 04:2184.9 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 04:2110570-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.5
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
40 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-5 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-16
14-May-2024 15:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 17-May-2024
1mg/Kg-dry 17-May-2024 20:050.0785Arsenic 0.5614.90
1mg/Kg-dry 17-May-2024 20:050.0336Barium 0.561122
1mg/Kg-dry 17-May-2024 20:05J0.0303Cadmium 0.5610.136
1mg/Kg-dry 17-May-2024 20:050.0258Chromium 0.56118.3
1mg/Kg-dry 17-May-2024 20:050.0146Lead 0.56112.4
1mg/Kg-dry 17-May-2024 20:050.102Selenium 0.5611.22
1mg/Kg-dry 17-May-2024 20:05J0.0168Silver 0.5610.0459
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 13:410.000593Mercury 0.004200.00480
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010018.2
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
41 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-5 (5-6')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-17
14-May-2024 15:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 07:090.000501,1,1-Trichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000801,1,2,2-Tetrachloroethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000501,1,2-Trichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000501,1-Dichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000501,1-Dichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00101,2,4-Trichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00101,2-Dibromo-3-chloropropane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000501,2-Dibromoethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00101,2-Dichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000601,2-Dichloroethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.000801,2-Dichloropropane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00101,3-Dichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00101,4-Dichlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00132-Butanone 0.0100.010
1mg/Kg-dry 18-May-2024 07:090.00142-Hexanone 0.010U
1mg/Kg-dry 18-May-2024 07:090.00204-Methyl-2-pentanone 0.010U
1mg/Kg-dry 18-May-2024 07:090.0020Acetone 0.0200.031
1mg/Kg-dry 18-May-2024 07:090.00050Benzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050Bromodichloromethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00060Bromoform 0.0050U
1mg/Kg-dry 18-May-2024 07:090.0010Bromomethane 0.010U
1mg/Kg-dry 18-May-2024 07:09J0.00060Carbon disulfide 0.0100.0015
1mg/Kg-dry 18-May-2024 07:090.00060Carbon tetrachloride 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00060Chlorobenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00080Chloroethane 0.010U
1mg/Kg-dry 18-May-2024 07:090.00050Chloroform 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050Chloromethane 0.010U
1mg/Kg-dry 18-May-2024 07:090.00080cis-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050cis-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 18-May-2024 07:09n 0.0010Cyclohexane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050Dibromochloromethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00070Dichlorodifluoromethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00070Ethylbenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00090Isopropylbenzene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.0016m,p-Xylene 0.010U
1mg/Kg-dry 18-May-2024 07:090.00070Methyl acetate 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050Methyl tert-butyl ether 0.0050U
1mg/Kg-dry 18-May-2024 07:090.0010Methylcyclohexane 0.0050U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
42 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-5 (5-6')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-17
14-May-2024 15:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 07:090.0010Methylene chloride 0.010U
1mg/Kg-dry 18-May-2024 07:090.0010o-Xylene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00070Styrene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00070Tetrachloroethene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00060Toluene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050trans-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00060trans-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00060Trichloroethene 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00050Trichlorofluoromethane 0.0050U
1mg/Kg-dry 18-May-2024 07:090.00080Vinyl chloride 0.0010U
1mg/Kg-dry 18-May-2024 07:090.0010Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 07:0911870-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 07:0994.7 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 07:0911370-130
Surr: Toluene-d8 1%REC 18-May-2024 07:0910770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 04:518.9nC6 to nC12 60U
1mg/Kg-dry 18-May-2024 04:5112>nC12 to nC28 60U
1mg/Kg-dry 18-May-2024 04:5112>nC28 to nC35 60U
1mg/Kg-dry 18-May-2024 04:518.9Total Petroleum Hydrocarbon 60U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 04:5184.2 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 04:5198.9 70-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010015.0
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
43 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-5 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-18
14-May-2024 15:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 07:310.000491,1,1-Trichloroethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000791,1,2,2-Tetrachloroethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000691,1,2-Trichlor-1,2,2-trifluoroethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000491,1,2-Trichloroethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000491,1-Dichloroethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000491,1-Dichloroethene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000991,2,4-Trichlorobenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000991,2-Dibromo-3-chloropropane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000491,2-Dibromoethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000991,2-Dichlorobenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000591,2-Dichloroethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000791,2-Dichloropropane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000991,3-Dichlorobenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.000991,4-Dichlorobenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00132-Butanone 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00142-Hexanone 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00204-Methyl-2-pentanone 0.0099U
1mg/Kg-dry 18-May-2024 07:310.0020Acetone 0.020U
1mg/Kg-dry 18-May-2024 07:310.00049Benzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00049Bromodichloromethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00059Bromoform 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00099Bromomethane 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00059Carbon disulfide 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00059Carbon tetrachloride 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00059Chlorobenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00079Chloroethane 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00049Chloroform 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00049Chloromethane 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00079cis-1,2-Dichloroethene 0.00490.0083
1mg/Kg-dry 18-May-2024 07:310.00049cis-1,3-Dichloropropene 0.0049U
1mg/Kg-dry 18-May-2024 07:31n 0.00099Cyclohexane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00049Dibromochloromethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00069Dichlorodifluoromethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00069Ethylbenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00089Isopropylbenzene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.0016m,p-Xylene 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00069Methyl acetate 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00049Methyl tert-butyl ether 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00099Methylcyclohexane 0.0049U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
44 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-5 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-18
14-May-2024 15:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 07:310.00099Methylene chloride 0.0099U
1mg/Kg-dry 18-May-2024 07:310.00099o-Xylene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00069Styrene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00069Tetrachloroethene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00059Toluene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00049trans-1,2-Dichloroethene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00059trans-1,3-Dichloropropene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00059Trichloroethene 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00049Trichlorofluoromethane 0.0049U
1mg/Kg-dry 18-May-2024 07:310.00079Vinyl chloride 0.00099U
1mg/Kg-dry 18-May-2024 07:310.00099Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 07:3111270-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 07:3194.6 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 07:3110970-130
Surr: Toluene-d8 1%REC 18-May-2024 07:3110870-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 05:207.5nC6 to nC12 51U
1mg/Kg-dry 18-May-2024 05:209.9>nC12 to nC28 51U
1mg/Kg-dry 18-May-2024 05:209.9>nC28 to nC35 51U
1mg/Kg-dry 18-May-2024 05:207.5Total Petroleum Hydrocarbon 51U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 05:2096.5 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 05:2011570-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.0
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
45 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-6 (6-7')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-19
14-May-2024 16:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 07:530.000541,1,1-Trichloroethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000861,1,2,2-Tetrachloroethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000751,1,2-Trichlor-1,2,2-trifluoroethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000541,1,2-Trichloroethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000541,1-Dichloroethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000541,1-Dichloroethene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00111,2,4-Trichlorobenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00111,2-Dibromo-3-chloropropane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000541,2-Dibromoethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00111,2-Dichlorobenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000651,2-Dichloroethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.000861,2-Dichloropropane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00111,3-Dichlorobenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00111,4-Dichlorobenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00142-Butanone 0.011U
1mg/Kg-dry 18-May-2024 07:530.00152-Hexanone 0.011U
1mg/Kg-dry 18-May-2024 07:530.00224-Methyl-2-pentanone 0.011U
1mg/Kg-dry 18-May-2024 07:530.0022Acetone 0.022U
1mg/Kg-dry 18-May-2024 07:530.00054Benzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054Bromodichloromethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00065Bromoform 0.0054U
1mg/Kg-dry 18-May-2024 07:530.0011Bromomethane 0.011U
1mg/Kg-dry 18-May-2024 07:530.00065Carbon disulfide 0.011U
1mg/Kg-dry 18-May-2024 07:530.00065Carbon tetrachloride 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00065Chlorobenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00086Chloroethane 0.011U
1mg/Kg-dry 18-May-2024 07:530.00054Chloroform 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054Chloromethane 0.011U
1mg/Kg-dry 18-May-2024 07:530.00086cis-1,2-Dichloroethene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054cis-1,3-Dichloropropene 0.0054U
1mg/Kg-dry 18-May-2024 07:53n 0.0011Cyclohexane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054Dibromochloromethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00075Dichlorodifluoromethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00075Ethylbenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00097Isopropylbenzene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.0017m,p-Xylene 0.011U
1mg/Kg-dry 18-May-2024 07:530.00075Methyl acetate 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054Methyl tert-butyl ether 0.0054U
1mg/Kg-dry 18-May-2024 07:530.0011Methylcyclohexane 0.0054U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
46 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-6 (6-7')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-19
14-May-2024 16:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 07:530.0011Methylene chloride 0.011U
1mg/Kg-dry 18-May-2024 07:530.0011o-Xylene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00075Styrene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00075Tetrachloroethene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00065Toluene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054trans-1,2-Dichloroethene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00065trans-1,3-Dichloropropene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00065Trichloroethene 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00054Trichlorofluoromethane 0.0054U
1mg/Kg-dry 18-May-2024 07:530.00086Vinyl chloride 0.0011U
1mg/Kg-dry 18-May-2024 07:530.0011Xylenes, Total 0.016U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 07:5312070-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 07:5391.8 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 07:5311170-130
Surr: Toluene-d8 1%REC 18-May-2024 07:5310770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 05:497.5nC6 to nC12 50U
1mg/Kg-dry 18-May-2024 05:499.8>nC12 to nC28 50U
1mg/Kg-dry 18-May-2024 05:499.8>nC28 to nC35 50U
1mg/Kg-dry 18-May-2024 05:497.5Total Petroleum Hydrocarbon 50U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 05:4981.9 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 05:4911370-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.6
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
47 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-6 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-20
14-May-2024 16:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 08:140.000511,1,1-Trichloroethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000811,1,2,2-Tetrachloroethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000711,1,2-Trichlor-1,2,2-trifluoroethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000511,1,2-Trichloroethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000511,1-Dichloroethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000511,1-Dichloroethene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00101,2,4-Trichlorobenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00101,2-Dibromo-3-chloropropane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000511,2-Dibromoethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00101,2-Dichlorobenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000611,2-Dichloroethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.000811,2-Dichloropropane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00101,3-Dichlorobenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00101,4-Dichlorobenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00132-Butanone 0.010U
1mg/Kg-dry 18-May-2024 08:140.00142-Hexanone 0.010U
1mg/Kg-dry 18-May-2024 08:140.00204-Methyl-2-pentanone 0.010U
1mg/Kg-dry 18-May-2024 08:140.0020Acetone 0.020U
1mg/Kg-dry 18-May-2024 08:140.00051Benzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00051Bromodichloromethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00061Bromoform 0.0051U
1mg/Kg-dry 18-May-2024 08:140.0010Bromomethane 0.010U
1mg/Kg-dry 18-May-2024 08:140.00061Carbon disulfide 0.010U
1mg/Kg-dry 18-May-2024 08:140.00061Carbon tetrachloride 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00061Chlorobenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00081Chloroethane 0.010U
1mg/Kg-dry 18-May-2024 08:140.00051Chloroform 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00051Chloromethane 0.010U
1mg/Kg-dry 18-May-2024 08:140.00081cis-1,2-Dichloroethene 0.00510.0088
1mg/Kg-dry 18-May-2024 08:140.00051cis-1,3-Dichloropropene 0.0051U
1mg/Kg-dry 18-May-2024 08:14n 0.0010Cyclohexane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00051Dibromochloromethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00071Dichlorodifluoromethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00071Ethylbenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00091Isopropylbenzene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.0016m,p-Xylene 0.010U
1mg/Kg-dry 18-May-2024 08:140.00071Methyl acetate 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00051Methyl tert-butyl ether 0.0051U
1mg/Kg-dry 18-May-2024 08:140.0010Methylcyclohexane 0.0051U
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
48 of 87
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-6 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050907
HS24050907-20
14-May-2024 16:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 18-May-2024 08:140.0010Methylene chloride 0.010U
1mg/Kg-dry 18-May-2024 08:140.0010o-Xylene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00071Styrene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00071Tetrachloroethene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00061Toluene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00051trans-1,2-Dichloroethene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00061trans-1,3-Dichloropropene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00061Trichloroethene 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00051Trichlorofluoromethane 0.0051U
1mg/Kg-dry 18-May-2024 08:140.00081Vinyl chloride 0.0010U
1mg/Kg-dry 18-May-2024 08:140.0010Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 08:1411570-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 08:1493.9 70-130
Surr: Dibromofluoromethane 1%REC 18-May-2024 08:1411170-130
Surr: Toluene-d8 1%REC 18-May-2024 08:1410770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 17-May-2024
1mg/Kg-dry 18-May-2024 06:197.0nC6 to nC12 47U
1mg/Kg-dry 18-May-2024 06:199.2>nC12 to nC28 47U
1mg/Kg-dry 18-May-2024 06:199.2>nC28 to nC35 47U
1mg/Kg-dry 18-May-2024 06:197.0Total Petroleum Hydrocarbon 47U
Surr: 2-Fluorobiphenyl 1%REC 18-May-2024 06:1995.7 70-130
Surr: Trifluoromethyl benzene 1%REC 18-May-2024 06:1910970-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%16-May-2024 12:510.0100Percent Moisture 0.010014.1
21-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
49 of 87
Weight / Prep Log
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
Batch ID:7115
Method:VOLATILES BY SW8260C
Start Date: 16 May 2024 10:26 End Date: 16 May 2024 10:26
ContainerSample ID
Container
Type
Sample
Wt/Vol
Final
Volume
Weight
Factor
HS24050907-02 1 6.26 (g)TerraCore (5035A)5 (mL)0.8
HS24050907-03 1 5.256 (g)TerraCore (5035A)5 (mL)0.95
HS24050907-04 1 6.41 (g)TerraCore (5035A)5 (mL)0.78
HS24050907-05 1 6.683 (g)TerraCore (5035A)5 (mL)0.75
HS24050907-07 1 5.77 (g)TerraCore (5035A)5 (mL)0.87
HS24050907-08 1 6.349 (g)TerraCore (5035A)5 (mL)0.79
HS24050907-09 1 6.879 (g)TerraCore (5035A)5 (mL)0.73
HS24050907-10 1 5.233 (g)TerraCore (5035A)5 (mL)0.96
HS24050907-12 1 5.705 (g)TerraCore (5035A)5 (mL)0.88
HS24050907-13 1 6.182 (g)TerraCore (5035A)5 (mL)0.81
HS24050907-14 1 6.223 (g)TerraCore (5035A)5 (mL)0.8
HS24050907-15 1 5.83 (g)TerraCore (5035A)5 (mL)0.86
HS24050907-17 1 5.908 (g)TerraCore (5035A)5 (mL)0.85
HS24050907-18 1 5.908 (g)TerraCore (5035A)5 (mL)0.85
HS24050907-19 1 5.413 (g)TerraCore (5035A)5 (mL)0.92
HS24050907-20 1 5.738 (g)TerraCore (5035A)5 (mL)0.87
Batch ID:212015
Method:METALS PREP - SOLIDS - SW3050B 3050_I_LOWPrep Code:
Start Date: 17 May 2024 07:00 End Date: 17 May 2024 07:00
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050907-01 0.5395 (g)4-oz glass, Neat50 (mL) 92.68
HS24050907-06 0.54 (g)4-oz glass, Neat50 (mL) 92.59
HS24050907-11 0.5411 (g)4-oz glass, Neat50 (mL)92.4
HS24050907-16 0.5451 (g)4-oz glass, Neat50 (mL) 91.73
Batch ID:212099
Method:TX 1005 PREP TX 1005_S PRPrep Code:
Start Date: 17 May 2024 08:23 End Date: 17 May 2024 08:23
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050907-02 11.74 (g)2 Tared Vials+Plunger10 (mL) 0.8518
HS24050907-03 13.21 (g)2 Tared Vials+Plunger10 (mL) 0.757
HS24050907-04 10.81 (g)2 Tared Vials+Plunger10 (mL) 0.9251
HS24050907-05 12.35 (g)2 Tared Vials+Plunger10 (mL) 0.8097
HS24050907-07 13.39 (g)2 Tared Vials+Plunger10 (mL) 0.7468
HS24050907-08 8.69 (g)2 Tared Vials+Plunger10 (mL) 1.151
HS24050907-09 11.56 (g)2 Tared Vials+Plunger10 (mL) 0.8651
HS24050907-10 12.23 (g)2 Tared Vials+Plunger10 (mL) 0.8177
HS24050907-12 13.1 (g)2 Tared Vials+Plunger10 (mL) 0.7634
HS24050907-13 12.28 (g)2 Tared Vials+Plunger10 (mL) 0.8143
HS24050907-14 11.93 (g)2 Tared Vials+Plunger10 (mL) 0.8382
HS24050907-15 12.43 (g)2 Tared Vials+Plunger10 (mL) 0.8045
HS24050907-17 9.85 (g)2 Tared Vials+Plunger10 (mL) 1.015
HS24050907-18 11.49 (g)2 Tared Vials+Plunger10 (mL) 0.8703
HS24050907-19 11.63 (g)2 Tared Vials+Plunger10 (mL) 0.8598
HS24050907-20 12.33 (g)2 Tared Vials+Plunger10 (mL) 0.811
21-May-24Date: ALS Houston, US
50 of 87
Weight / Prep Log
HS24050907
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
Batch ID:212204
Method:MERCURY PREP - SOLID - 7471B HG_S_LOWPRPrep Code:
Start Date: 21 May 2024 09:00 End Date: 21 May 2024 09:00
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050907-01 0.581 (grams)4-oz glass, Neat40 (mL) 68.85
HS24050907-06 0.566 (grams)4-oz glass, Neat40 (mL) 70.67
HS24050907-11 0.585 (grams)4-oz glass, Neat40 (mL) 68.38
HS24050907-16 0.581 (grams)4-oz glass, Neat40 (mL) 68.85
21-May-24Date: ALS Houston, US
51 of 87
Client:
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
HS24050907
DATES REPORT
Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF
Batch ID:212015 ( 0 ) Test Name :METALS BY SW6020A Matrix:Soil
17 May 2024 07:00 17 May 2024 19:59HS24050907-01 14 May 2024 09:27 1TMW-1 (1-2')
17 May 2024 07:00 17 May 2024 20:01HS24050907-06 14 May 2024 10:58 1SB-2 (2-3')
17 May 2024 07:00 17 May 2024 20:03HS24050907-11 14 May 2024 12:55 1TMW-2 (1-2')
17 May 2024 07:00 17 May 2024 20:05HS24050907-16 14 May 2024 15:05 1SB-5 (2-3')
Batch ID:212099 ( 0 ) Test Name :TEXAS TPH BY TX1005 Matrix:Soil
17 May 2024 08:23 17 May 2024 21:59HS24050907-02 14 May 2024 09:50 1TMW-1 (6-7')
17 May 2024 08:23 17 May 2024 22:28HS24050907-03 14 May 2024 09:45 1TMW-1 (19-20')
17 May 2024 08:23 17 May 2024 22:59HS24050907-04 14 May 2024 11:40 1SB-1 (7-8')
17 May 2024 08:23 17 May 2024 23:28HS24050907-05 14 May 2024 11:40 1SB-1 (19-20')
17 May 2024 08:23 17 May 2024 23:57HS24050907-07 14 May 2024 11:00 1SB-2 (7-8')
17 May 2024 08:23 18 May 2024 00:26HS24050907-08 14 May 2024 11:02 1SB-2 (19-20')
17 May 2024 08:23 18 May 2024 00:56HS24050907-09 14 May 2024 12:25 1SB-3 (2-3')
17 May 2024 08:23 18 May 2024 02:24HS24050907-10 14 May 2024 12:25 1SB-3 (19-20')
17 May 2024 08:23 18 May 2024 02:53HS24050907-12 14 May 2024 13:05 1TMW-2 (2-3')
17 May 2024 08:23 18 May 2024 03:23HS24050907-13 14 May 2024 13:05 1TMW-2 (19-20')
17 May 2024 08:23 18 May 2024 03:52HS24050907-14 14 May 2024 14:25 1SB-4 (9-10')
17 May 2024 08:23 18 May 2024 04:21HS24050907-15 14 May 2024 14:25 1SB-4 (19-20')
17 May 2024 08:23 18 May 2024 04:51HS24050907-17 14 May 2024 15:15 1SB-5 (5-6')
17 May 2024 08:23 18 May 2024 05:20HS24050907-18 14 May 2024 15:15 1SB-5 (19-20')
17 May 2024 08:23 18 May 2024 05:49HS24050907-19 14 May 2024 16:00 1SB-6 (6-7')
17 May 2024 08:23 18 May 2024 06:19HS24050907-20 14 May 2024 16:00 1SB-6 (19-20')
Batch ID:212204 ( 0 ) Test Name :MERCURY BY SW7471B Matrix:Soil
21 May 2024 09:00 21 May 2024 13:33HS24050907-01 14 May 2024 09:27 1TMW-1 (1-2')
21 May 2024 09:00 21 May 2024 13:38HS24050907-06 14 May 2024 10:58 1SB-2 (2-3')
21 May 2024 09:00 21 May 2024 13:39HS24050907-11 14 May 2024 12:55 1TMW-2 (1-2')
21 May 2024 09:00 21 May 2024 13:41HS24050907-16 14 May 2024 15:05 1SB-5 (2-3')
Batch ID:R467006 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil
16 May 2024 12:24HS24050907-01 14 May 2024 09:27 1TMW-1 (1-2')
16 May 2024 12:24HS24050907-02 14 May 2024 09:50 1TMW-1 (6-7')
16 May 2024 12:24HS24050907-03 14 May 2024 09:45 1TMW-1 (19-20')
21-May-24Date: ALS Houston, US
52 of 87
Client:
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
HS24050907
DATES REPORT
Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF
Batch ID:R467049 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil
16 May 2024 12:51HS24050907-04 14 May 2024 11:40 1SB-1 (7-8')
16 May 2024 12:51HS24050907-05 14 May 2024 11:40 1SB-1 (19-20')
16 May 2024 12:51HS24050907-06 14 May 2024 10:58 1SB-2 (2-3')
16 May 2024 12:51HS24050907-07 14 May 2024 11:00 1SB-2 (7-8')
16 May 2024 12:51HS24050907-08 14 May 2024 11:02 1SB-2 (19-20')
16 May 2024 12:51HS24050907-09 14 May 2024 12:25 1SB-3 (2-3')
16 May 2024 12:51HS24050907-10 14 May 2024 12:25 1SB-3 (19-20')
16 May 2024 12:51HS24050907-11 14 May 2024 12:55 1TMW-2 (1-2')
16 May 2024 12:51HS24050907-12 14 May 2024 13:05 1TMW-2 (2-3')
16 May 2024 12:51HS24050907-13 14 May 2024 13:05 1TMW-2 (19-20')
16 May 2024 12:51HS24050907-14 14 May 2024 14:25 1SB-4 (9-10')
16 May 2024 12:51HS24050907-15 14 May 2024 14:25 1SB-4 (19-20')
16 May 2024 12:51HS24050907-16 14 May 2024 15:05 1SB-5 (2-3')
16 May 2024 12:51HS24050907-17 14 May 2024 15:15 1SB-5 (5-6')
16 May 2024 12:51HS24050907-18 14 May 2024 15:15 1SB-5 (19-20')
16 May 2024 12:51HS24050907-19 14 May 2024 16:00 1SB-6 (6-7')
16 May 2024 12:51HS24050907-20 14 May 2024 16:00 1SB-6 (19-20')
Batch ID:R467067 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil
17 May 2024 18:52HS24050907-02 14 May 2024 09:50 1TMW-1 (6-7')
17 May 2024 19:13HS24050907-03 14 May 2024 09:45 1TMW-1 (19-20')
17 May 2024 19:35HS24050907-04 14 May 2024 11:40 1SB-1 (7-8')
17 May 2024 19:57HS24050907-05 14 May 2024 11:40 1SB-1 (19-20')
17 May 2024 20:18HS24050907-07 14 May 2024 11:00 1SB-2 (7-8')
17 May 2024 20:40HS24050907-08 14 May 2024 11:02 1SB-2 (19-20')
17 May 2024 22:28HS24050907-09 14 May 2024 12:25 1SB-3 (2-3')
Batch ID:R467138 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil
18 May 2024 05:21HS24050907-10 14 May 2024 12:25 1SB-3 (19-20')
18 May 2024 05:42HS24050907-12 14 May 2024 13:05 1TMW-2 (2-3')
18 May 2024 06:04HS24050907-13 14 May 2024 13:05 1TMW-2 (19-20')
18 May 2024 06:26HS24050907-14 14 May 2024 14:25 1SB-4 (9-10')
18 May 2024 06:47HS24050907-15 14 May 2024 14:25 1SB-4 (19-20')
18 May 2024 07:09HS24050907-17 14 May 2024 15:15 1SB-5 (5-6')
18 May 2024 07:31HS24050907-18 14 May 2024 15:15 1SB-5 (19-20')
18 May 2024 07:53HS24050907-19 14 May 2024 16:00 1SB-6 (6-7')
18 May 2024 08:14HS24050907-20 14 May 2024 16:00 1SB-6 (19-20')
21-May-24Date: ALS Houston, US
53 of 87
ALS Houston, US Date: 21-May-24
WorkOrder: HS24050907
Test Code: TX1005_S_REV3
InstrumentID: FID-13
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: TX1005
Test Name: Texas TPH by TX1005 Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 25TPH-1005-1 7.4nC6 to nC12 5025
A 25TPH-1005-2 9.8>nC12 to nC28 5025
A 25TPH-1005-4 9.8>nC28 to nC35 5025
A 50TPH 7.4Total Petroleum Hydrocarbon 5050
S 0321-60-8 02-Fluorobiphenyl 00
S 098-08-8 0Trifluoromethyl benzene 00
54 of 87
ALS Houston, US Date: 21-May-24
WorkOrder: HS24050907
Test Code: HG_S_Low
InstrumentID: HG04
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW7471B
Test Name: Mercury by SW7471B Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.002337439-97-6 0.000470Mercury 0.003320.00167
55 of 87
ALS Houston, US Date: 21-May-24
WorkOrder: HS24050907
Test Code: ICP_S_Low
InstrumentID: ICPMS05
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW6020A
Test Name: Metals by SW6020A Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.09377440-38-2 0.0700Arsenic 0.5000.100
A 0.1277440-39-3 0.0300Barium 0.5000.100
A 0.09717440-43-9 0.0270Cadmium 0.5000.100
A 0.08707440-47-3 0.0230Chromium 0.5000.100
A 0.09917439-92-1 0.0130Lead 0.5000.100
A 0.1057782-49-2 0.0910Selenium 0.5000.200
A 0.09417440-22-4 0.0150Silver 0.5000.100
56 of 87
ALS Houston, US Date: 21-May-24
WorkOrder: HS24050907
Test Code: 8260_S
InstrumentID: VOA5
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW8260
Test Name: Volatiles by SW8260C Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.005371-55-6 0.000501,1,1-Trichloroethane 0.00500.0025
A 0.002179-34-5 0.000801,1,2,2-Tetrachloroethane 0.00500.0025
A 0.003976-13-1 0.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.00500.0025
A 0.002479-00-5 0.000501,1,2-Trichloroethane 0.00500.0025
A 0.002375-34-3 0.000501,1-Dichloroethane 0.00500.0025
A 0.004375-35-4 0.000501,1-Dichloroethene 0.00500.0025
A 0.0017120-82-1 0.00101,2,4-Trichlorobenzene 0.00500.0025
A 0.01396-12-8 0.00101,2-Dibromo-3-chloropropane 0.00500.0025
A 0.0038106-93-4 0.000501,2-Dibromoethane 0.00500.0025
A 0.002495-50-1 0.00101,2-Dichlorobenzene 0.00500.0025
A 0.0024107-06-2 0.000601,2-Dichloroethane 0.00500.0025
A 0.002278-87-5 0.000801,2-Dichloropropane 0.00500.0025
A 0.0022541-73-1 0.00101,3-Dichlorobenzene 0.00500.0025
A 0.0021106-46-7 0.00101,4-Dichlorobenzene 0.00500.0025
A 0.005578-93-3 0.00132-Butanone 0.0100.0050
A 0.0080591-78-6 0.00142-Hexanone 0.0100.0050
A 0.0034108-10-1 0.00204-Methyl-2-pentanone 0.0100.0050
A 0.01567-64-1 0.0020Acetone 0.0200.0050
A 0.002471-43-2 0.00050Benzene 0.00500.0025
A 0.006175-27-4 0.00050Bromodichloromethane 0.00500.0025
A 0.004075-25-2 0.00060Bromoform 0.00500.0025
A 0.00005774-83-9 0.0010Bromomethane 0.0100.0025
A 0.01075-15-0 0.00060Carbon disulfide 0.0100.0050
A 0.002256-23-5 0.00060Carbon tetrachloride 0.00500.0025
A 0.0023108-90-7 0.00060Chlorobenzene 0.00500.0025
A 0.003175-00-3 0.00080Chloroethane 0.0100.0025
A 0.002567-66-3 0.00050Chloroform 0.00500.0025
A 0.002674-87-3 0.00050Chloromethane 0.0100.0025
A 0.0023156-59-2 0.00080cis-1,2-Dichloroethene 0.00500.0025
A 0.007010061-01-5 0.00050cis-1,3-Dichloropropene 0.00500.0025
A 0.0034110-82-7 0.0010Cyclohexane 0.00500.0025
A 0.0021124-48-1 0.00050Dibromochloromethane 0.00500.0025
A 0.002675-71-8 0.00070Dichlorodifluoromethane 0.00500.0025
A 0.0021100-41-4 0.00070Ethylbenzene 0.00500.0025
A 0.001998-82-8 0.00090Isopropylbenzene 0.00500.0025
A 0.0039179601-23-1 0.0016m,p-Xylene 0.0100.0050
A 0.002379-20-9 0.00070Methyl acetate 0.00500.0025
A 0.00251634-04-4 0.00050Methyl tert-butyl ether 0.00500.0025
A 0.0040108-87-2 0.0010Methylcyclohexane 0.00500.0025
A 0.003275-09-2 0.0010Methylene chloride 0.0100.0025
57 of 87
ALS Houston, US Date: 21-May-24
WorkOrder: HS24050907
Test Code: 8260_S
InstrumentID: VOA5
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW8260
Test Name: Volatiles by SW8260C Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.002195-47-6 0.0010o-Xylene 0.00500.0025
A 0.0018100-42-5 0.00070Styrene 0.00500.0025
A 0.0020127-18-4 0.00070Tetrachloroethene 0.00500.0025
A 0.0025108-88-3 0.00060Toluene 0.00500.0025
A 0.0040156-60-5 0.00050trans-1,2-Dichloroethene 0.00500.0025
A 0.005710061-02-6 0.00060trans-1,3-Dichloropropene 0.00500.0025
A 0.002479-01-6 0.00060Trichloroethene 0.00500.0025
A 0.004775-69-4 0.00050Trichlorofluoromethane 0.00500.0025
A 0.002875-01-4 0.00080Vinyl chloride 0.00100.0025
A 0.00601330-20-7 0.0010Xylenes, Total 0.0150.0075
S 017060-07-0 01,2-Dichloroethane-d4 00
S 0460-00-4 04-Bromofluorobenzene 00
S 01868-53-7 0Dibromofluoromethane 00
S 02037-26-5 0Toluene-d8 00
58 of 87
ALS Houston, US Date: 21-May-24
WorkOrder: HS24050907
Test Code: MOIST_ASTM
InstrumentID: Balance1
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: ASTM D2216
Test Name: Moisture - ASTM D2216 Units:wt%
Type Analyte DCSCAS MDL PQLDCS Spike
A 0MOIST 0.0100Percent Moisture 0.01000
59 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: 212099 ( 0 )Instrument: FID-13 Method: TEXAS TPH BY TX1005
Sample ID:MBLK-212099 Units:mg/Kg Analysis Date:17-May-2024 20:01
Run ID:FID-13_467156 SeqNo:8018564 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
nC6 to nC12 U 50
>nC12 to nC28 U 50
>nC28 to nC35 U 50
Total Petroleum Hydrocarbon U 50
26.07 25 0 104 70 - 1300Surr: 2-Fluorobiphenyl
29.58 25 0 118 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCS-212099 Units:mg/Kg Analysis Date:17-May-2024 20:31
Run ID:FID-13_467156 SeqNo:8018565 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
nC6 to nC12 210.5 250 0 84.2 75 - 12550
>nC12 to nC28 262.3 250 0 105 75 - 12550
25.85 25 0 103 70 - 1300Surr: 2-Fluorobiphenyl
26.29 25 0 105 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCSD-212099 Units:mg/Kg Analysis Date:17-May-2024 21:00
Run ID:FID-13_467156 SeqNo:8018566 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
nC6 to nC12 211.9 250 0 84.8 75 - 125 210.5 0.674 2050
>nC12 to nC28 271.2 250 0 108 75 - 125 262.3 3.34 2050
26.61 25 0 106 70 - 130 25.85 2.91 200Surr: 2-Fluorobiphenyl
27.05 25 0 108 70 - 130 26.29 2.84 200Surr: Trifluoromethyl benzene
The following samples were analyzed in this batch:HS24050907-02 HS24050907-03 HS24050907-04 HS24050907-05
HS24050907-07 HS24050907-08 HS24050907-09 HS24050907-10
HS24050907-12 HS24050907-13 HS24050907-14 HS24050907-15
HS24050907-17 HS24050907-18 HS24050907-19 HS24050907-20
ALS Houston, US Date: 21-May-24
60 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: 212015 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A
Sample ID:MBLK-212015 Units:mg/Kg Analysis Date:17-May-2024 19:29
Run ID:ICPMS05_467003 SeqNo:8017563 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Arsenic U 0.498
Barium U 0.498
Cadmium U 0.498
Chromium U 0.498
Lead U 0.498
Selenium U 0.498
Silver U 0.498
Sample ID:LCS-212015 Units:mg/Kg Analysis Date:17-May-2024 19:32
Run ID:ICPMS05_467003 SeqNo:8017564 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Arsenic 9.427 9.966 0 94.6 80 - 1200.498
Barium 9.939 9.966 0 99.7 80 - 1200.498
Cadmium 9.628 9.966 0 96.6 80 - 1200.498
Chromium 9.593 9.966 0 96.3 80 - 1200.498
Lead 9.306 9.966 0 93.4 80 - 1200.498
Selenium 9.347 9.966 0 93.8 80 - 1200.498
Silver 9.614 9.966 0 96.5 80 - 1200.498
Sample ID:HS24050666-01MS Units:mg/Kg Analysis Date:17-May-2024 19:38
Run ID:ICPMS05_467003 SeqNo:8017567 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Arsenic 12.2 9.144 3.101 99.5 75 - 1250.457
Barium 127.6 9.144 112.1 169 75 - 125 SO 0.457
Cadmium 8.398 9.144 0.001589 91.8 75 - 1250.457
Chromium 22.69 9.144 12.19 115 75 - 1250.457
Lead 18.58 9.144 8.628 109 75 - 1250.457
Selenium 8.691 9.144 0.6905 87.5 75 - 1250.457
Silver 8.193 9.144 0.05 89.1 75 - 1250.457
ALS Houston, US Date: 21-May-24
61 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: 212015 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A
Sample ID:HS24050666-01MSD Units:mg/Kg Analysis Date:17-May-2024 19:40
Run ID:ICPMS05_467003 SeqNo:8017568 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Arsenic 11.1 9.29 3.101 86.1 75 - 125 12.2 9.43 200.465
Barium 143.5 9.29 112.1 337 75 - 125 127.6 11.7 20 SO 0.465
Cadmium 8.504 9.29 0.001589 91.5 75 - 125 8.398 1.25 200.465
Chromium 22.44 9.29 12.19 110 75 - 125 22.69 1.1 200.465
Lead 18.1 9.29 8.628 102 75 - 125 18.58 2.66 200.465
Selenium 8.428 9.29 0.6905 83.3 75 - 125 8.691 3.07 200.465
Silver 8.307 9.29 0.05 88.9 75 - 125 8.193 1.38 200.465
Sample ID:HS24050666-01PDS Units:mg/Kg Analysis Date:17-May-2024 19:42
Run ID:ICPMS05_467003 SeqNo:8017569 PrepDate:17-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
PDS
Client ID:
Arsenic 12.13 9.346 3.101 96.6 75 - 1250.467
Barium 117.3 9.346 112.1 54.9 75 - 125 SO 0.467
Cadmium 9.019 9.346 0.001589 96.5 75 - 1250.467
Chromium 20.83 9.346 12.19 92.4 75 - 1250.467
Lead 17.76 9.346 8.628 97.7 75 - 1250.467
Selenium 9.227 9.346 0.6905 91.3 75 - 1250.467
Silver 9.069 9.346 0.05 96.5 75 - 1250.467
Sample ID:HS24050666-01SD Units:mg/Kg Analysis Date:17-May-2024 19:36
Run ID:ICPMS05_467003 SeqNo:8017566 PrepDate:17-May-2024 DF:5
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %D
%D
Limit Qual
SD
Client ID:
Arsenic 3.13 3.101 0.937 102.34
Barium 111 112.1 1.05 102.34
Cadmium U 0.001589 0 102.34
Chromium 12.67 12.19 3.96 102.34
Lead 8.553 8.628 0.876 102.34
Selenium 0.7794 0.6905 0 10 J 2.34
Silver U 0.05 0 102.34
The following samples were analyzed in this batch:HS24050907-01 HS24050907-06 HS24050907-11 HS24050907-16
ALS Houston, US Date: 21-May-24
62 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: 212204 ( 0 )Instrument: HG04 Method: MERCURY BY SW7471B
Sample ID:MBLK-212204 Units:mg/Kg Analysis Date:21-May-2024 13:09
Run ID:HG04_467253 SeqNo:8021066 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Mercury U 0.00332
Sample ID:LCS-212204 Units:mg/Kg Analysis Date:21-May-2024 13:10
Run ID:HG04_467253 SeqNo:8021067 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Mercury 0.329 0.3333 0 98.8 85 - 1150.00332
Sample ID:HS24050907-01MS Units:mg/Kg Analysis Date:21-May-2024 13:34
Run ID:HG04_467253 SeqNo:8021079 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:TMW-1 (1-2')
Mercury 0.368 0.3534 0.02492 96.9 85 - 1150.00352
Sample ID:HS24050907-01MSD Units:mg/Kg Analysis Date:21-May-2024 13:36
Run ID:HG04_467253 SeqNo:8021080 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:TMW-1 (1-2')
Mercury 0.364 0.3472 0.02492 97.6 85 - 115 0.3675 0.985 200.00346
The following samples were analyzed in this batch:HS24050907-01 HS24050907-06 HS24050907-11 HS24050907-16
ALS Houston, US Date: 21-May-24
63 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:15
Run ID:VOA5_467067 SeqNo:8016586 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0050
1,1,2,2-Tetrachloroethane U 0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050
1,1,2-Trichloroethane U 0.0050
1,1-Dichloroethane U 0.0050
1,1-Dichloroethene U 0.0050
1,2,4-Trichlorobenzene U 0.0050
1,2-Dibromo-3-chloropropane U 0.0050
1,2-Dibromoethane U 0.0050
1,2-Dichlorobenzene U 0.0050
1,2-Dichloroethane U 0.0050
1,2-Dichloropropane U 0.0050
1,3-Dichlorobenzene U 0.0050
1,4-Dichlorobenzene U 0.0050
2-Butanone U 0.010
2-Hexanone U 0.010
4-Methyl-2-pentanone U 0.010
Acetone U 0.020
Benzene U 0.0050
Bromodichloromethane U 0.0050
Bromoform U 0.0050
Bromomethane U 0.010
Carbon disulfide U 0.010
Carbon tetrachloride U 0.0050
Chlorobenzene U 0.0050
Chloroethane U 0.010
Chloroform U 0.0050
Chloromethane U 0.010
cis-1,2-Dichloroethene U 0.0050
cis-1,3-Dichloropropene U 0.0050
Cyclohexane U 0.0050
Dibromochloromethane U 0.0050
Dichlorodifluoromethane U 0.0050
Ethylbenzene U 0.0050
ALS Houston, US Date: 21-May-24
64 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:15
Run ID:VOA5_467067 SeqNo:8016586 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0050
m,p-Xylene U 0.010
Methyl acetate U 0.0050
Methyl tert-butyl ether U 0.0050
Methylcyclohexane U 0.0050
Methylene chloride U 0.010
o-Xylene U 0.0050
Styrene U 0.0050
Tetrachloroethene U 0.0050
Toluene U 0.0050
trans-1,2-Dichloroethene U 0.0050
trans-1,3-Dichloropropene U 0.0050
Trichloroethene U 0.0050
Trichlorofluoromethane U 0.0050
Vinyl chloride U 0.0010
Xylenes, Total U 0.015
0.052 0.05 0 104 76 - 1250Surr: 1,2-Dichloroethane-d4
0.049 0.05 0 97.6 80 - 1200Surr: 4-Bromofluorobenzene
0.053 0.05 0 107 80 - 1190Surr: Dibromofluoromethane
0.053 0.05 0 106 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 21-May-24
65 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:37
Run ID:VOA5_467067 SeqNo:8018163 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0050
1,1,2,2-Tetrachloroethane U 0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050
1,1,2-Trichloroethane U 0.0050
1,1-Dichloroethane U 0.0050
1,1-Dichloroethene U 0.0050
1,2,4-Trichlorobenzene U 0.0050
1,2-Dibromo-3-chloropropane U 0.0050
1,2-Dibromoethane U 0.0050
1,2-Dichlorobenzene U 0.0050
1,2-Dichloroethane U 0.0050
1,2-Dichloropropane U 0.0050
1,3-Dichlorobenzene U 0.0050
1,4-Dichlorobenzene U 0.0050
2-Butanone U 0.010
2-Hexanone U 0.010
4-Methyl-2-pentanone U 0.010
Acetone 0.0053 J0.020
Benzene U 0.0050
Bromodichloromethane U 0.0050
Bromoform 0.023 0.0050
Bromomethane U 0.010
Carbon disulfide U 0.010
Carbon tetrachloride 0.014 0.0050
Chlorobenzene U 0.0050
Chloroethane U 0.010
Chloroform U 0.0050
Chloromethane 0.00063 J0.010
cis-1,2-Dichloroethene U 0.0050
cis-1,3-Dichloropropene U 0.0050
Cyclohexane 0.0016 J0.0050
Dibromochloromethane U 0.0050
Dichlorodifluoromethane U 0.0050
Ethylbenzene U 0.0050
ALS Houston, US Date: 21-May-24
66 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:17-May-2024 15:37
Run ID:VOA5_467067 SeqNo:8018163 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0050
m,p-Xylene U 0.010
Methyl acetate U 0.0050
Methyl tert-butyl ether U 0.0050
Methylcyclohexane U 0.0050
Methylene chloride 0.0038 J0.010
o-Xylene U 0.0050
Styrene U 0.0050
Tetrachloroethene U 0.0050
Toluene U 0.0050
trans-1,2-Dichloroethene U 0.0050
trans-1,3-Dichloropropene U 0.0050
Trichloroethene U 0.0050
Trichlorofluoromethane U 0.0050
Vinyl chloride U 0.0010
Xylenes, Total U 0.015
0.055 0.05 0 109 76 - 1250Surr: 1,2-Dichloroethane-d4
0.049 0.05 0 97.3 80 - 1200Surr: 4-Bromofluorobenzene
0.055 0.05 0 110 80 - 1190Surr: Dibromofluoromethane
0.051 0.05 0 102 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 21-May-24
67 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:17-May-2024 14:32
Run ID:VOA5_467067 SeqNo:8016585 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
1,1,1-Trichloroethane 0.051 0.05 0 102 72 - 1300.0050
1,1,2,2-Tetrachloroethane 0.043 0.05 0 86.5 71 - 1240.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.051 0.05 0 101 70 - 1300.0050
1,1,2-Trichloroethane 0.044 0.05 0 87.8 78 - 1170.0050
1,1-Dichloroethane 0.050 0.05 0 100 76 - 1280.0050
1,1-Dichloroethene 0.050 0.05 0 99.8 72 - 1300.0050
1,2,4-Trichlorobenzene 0.044 0.05 0 87.5 70 - 1280.0050
1,2-Dibromo-3-chloropropane 0.044 0.05 0 88.4 70 - 1280.0050
1,2-Dibromoethane 0.044 0.05 0 87.2 78 - 1200.0050
1,2-Dichlorobenzene 0.044 0.05 0 87.0 79 - 1210.0050
1,2-Dichloroethane 0.046 0.05 0 91.8 77 - 1200.0050
1,2-Dichloropropane 0.048 0.05 0 95.2 77 - 1210.0050
1,3-Dichlorobenzene 0.045 0.05 0 89.7 78 - 1210.0050
1,4-Dichlorobenzene 0.044 0.05 0 88.4 78 - 1200.0050
2-Butanone 0.11 0.1 0 111 70 - 1280.010
2-Hexanone 0.11 0.1 0 109 72 - 1270.010
4-Methyl-2-pentanone 0.095 0.1 0 95.1 70 - 1280.010
Acetone 0.12 0.1 0 124 70 - 1300.020
Benzene 0.046 0.05 0 92.9 75 - 1240.0050
Bromodichloromethane 0.046 0.05 0 91.9 78 - 1220.0050
Bromoform 0.038 0.05 0 75.7 74 - 1200.0050
Bromomethane 0.043 0.05 0 85.5 70 - 1300.010
Carbon disulfide 0.100 0.1 0 99.7 70 - 1220.010
Carbon tetrachloride 0.042 0.05 0 84.1 72 - 1280.0050
Chlorobenzene 0.044 0.05 0 87.0 78 - 1220.0050
Chloroethane 0.041 0.05 0 82.7 70 - 1300.010
Chloroform 0.049 0.05 0 97.1 73 - 1270.0050
Chloromethane 0.042 0.05 0 84.6 70 - 1300.010
cis-1,2-Dichloroethene 0.048 0.05 0 96.0 77 - 1250.0050
cis-1,3-Dichloropropene 0.044 0.05 0 87.7 78 - 1220.0050
Cyclohexane 0.050 0.05 0 99.3 74 - 1260.0050
Dibromochloromethane 0.040 0.05 0 79.1 78 - 1200.0050
Dichlorodifluoromethane 0.045 0.05 0 90.7 70 - 1300.0050
Ethylbenzene 0.045 0.05 0 90.2 70 - 1230.0050
ALS Houston, US Date: 21-May-24
68 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:17-May-2024 14:32
Run ID:VOA5_467067 SeqNo:8016585 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Isopropylbenzene 0.047 0.05 0 94.3 78 - 1270.0050
m,p-Xylene 0.091 0.1 0 91.0 77 - 1250.010
Methyl acetate 0.048 0.05 0 95.8 69 - 1230.0050
Methyl tert-butyl ether 0.045 0.05 0 90.4 70 - 1280.0050
Methylcyclohexane 0.052 0.05 0 103 77 - 1270.0050
Methylene chloride 0.050 0.05 0 101 71 - 1250.010
o-Xylene 0.045 0.05 0 89.1 78 - 1220.0050
Styrene 0.046 0.05 0 91.3 80 - 1230.0050
Tetrachloroethene 0.045 0.05 0 89.7 70 - 1300.0050
Toluene 0.044 0.05 0 88.5 76 - 1220.0050
trans-1,2-Dichloroethene 0.048 0.05 0 96.9 75 - 1280.0050
trans-1,3-Dichloropropene 0.045 0.05 0 90.5 75 - 1230.0050
Trichloroethene 0.047 0.05 0 93.5 78 - 1250.0050
Trichlorofluoromethane 0.050 0.05 0 100 70 - 1300.0050
Vinyl chloride 0.046 0.05 0 92.5 70 - 1300.0010
Xylenes, Total 0.14 0.15 0 90.4 77 - 1280.015
0.056 0.05 0 112 76 - 1250Surr: 1,2-Dichloroethane-d4
0.052 0.05 0 105 80 - 1200Surr: 4-Bromofluorobenzene
0.057 0.05 0 114 80 - 1190Surr: Dibromofluoromethane
0.050 0.05 0 100 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 21-May-24
69 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050578-06MS Units:mg/Kg Analysis Date:17-May-2024 23:12
Run ID:VOA5_467067 SeqNo:8018122 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
1,1,1-Trichloroethane 0.034 0.05 0 68.9 70 - 130 S0.0050
1,1,2,2-Tetrachloroethane 0.015 0.05 0 30.6 70 - 130 S0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.040 0.05 0 79.7 70 - 1300.0050
1,1,2-Trichloroethane 0.018 0.05 0 35.0 70 - 130 S0.0050
1,1-Dichloroethane 0.032 0.05 0 63.2 70 - 130 S0.0050
1,1-Dichloroethene 0.037 0.05 0 74.2 70 - 1300.0050
1,2,4-Trichlorobenzene 0.010 0.05 0 20.3 70 - 130 S0.0050
1,2-Dibromo-3-chloropropane 0.011 0.05 0 22.2 70 - 130 S0.0050
1,2-Dibromoethane 0.016 0.05 0 32.6 70 - 120 S0.0050
1,2-Dichlorobenzene 0.015 0.05 0 29.3 70 - 130 S0.0050
1,2-Dichloroethane 0.021 0.05 0 41.6 70 - 130 S0.0050
1,2-Dichloropropane 0.024 0.05 0 48.5 70 - 130 S0.0050
1,3-Dichlorobenzene 0.017 0.05 0 33.2 70 - 130 S0.0050
1,4-Dichlorobenzene 0.016 0.05 0 31.4 70 - 130 S0.0050
2-Butanone 0.13 0.1 0 125 70 - 1300.010
2-Hexanone 0.028 0.1 0 28.1 70 - 130 S0.010
4-Methyl-2-pentanone 0.046 0.1 0 46.1 70 - 128 S0.010
Acetone 0.11 0.1 0 111 70 - 1300.020
Benzene 0.029 0.05 0 57.6 70 - 130 S0.0050
Bromodichloromethane 0.021 0.05 0 41.7 70 - 130 S0.0050
Bromoform 0.013 0.05 0 26.5 70 - 130 S0.0050
Bromomethane 0.028 0.05 0 55.6 70 - 130 S0.010
Carbon disulfide 0.064 0.1 0 64.0 70 - 130 S0.010
Carbon tetrachloride 0.029 0.05 0 59.0 70 - 130 S0.0050
Chlorobenzene 0.022 0.05 0 43.1 70 - 130 S0.0050
Chloroethane 0.037 0.05 0 73.2 70 - 1300.010
Chloroform 0.028 0.05 0 55.7 70 - 130 S0.0050
Chloromethane 0.032 0.05 0 63.5 70 - 130 S0.010
cis-1,2-Dichloroethene 0.028 0.05 0 55.7 70 - 130 S0.0050
cis-1,3-Dichloropropene 0.019 0.05 0 38.5 70 - 130 S0.0050
Cyclohexane 0.037 0.05 0 74.9 74 - 1260.0050
Dibromochloromethane 0.016 0.05 0 32.1 70 - 130 S0.0050
Dichlorodifluoromethane 0.037 0.05 0 74.6 70 - 1300.0050
Ethylbenzene 0.025 0.05 0 50.8 70 - 130 S0.0050
ALS Houston, US Date: 21-May-24
70 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050578-06MS Units:mg/Kg Analysis Date:17-May-2024 23:12
Run ID:VOA5_467067 SeqNo:8018122 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Isopropylbenzene 0.027 0.05 0 53.2 70 - 130 S0.0050
m,p-Xylene 0.049 0.1 0 49.1 70 - 130 S0.010
Methyl acetate 0.021 0.05 0 41.2 69 - 123 S0.0050
Methyl tert-butyl ether 0.018 0.05 0 35.3 70 - 130 S0.0050
Methylcyclohexane 0.036 0.05 0 72.8 77 - 127 S0.0050
Methylene chloride 0.027 0.05 0 53.5 70 - 130 S0.010
o-Xylene 0.023 0.05 0 45.1 70 - 130 S0.0050
Styrene 0.019 0.05 0 38.6 70 - 130 S0.0050
Tetrachloroethene 0.028 0.05 0 56.8 70 - 130 S0.0050
Toluene 0.026 0.05 0 52.2 70 - 130 S0.0050
trans-1,2-Dichloroethene 0.033 0.05 0 66.5 70 - 130 S0.0050
trans-1,3-Dichloropropene 0.017 0.05 0 33.4 70 - 130 S0.0050
Trichloroethene 0.030 0.05 0 59.6 70 - 130 S0.0050
Trichlorofluoromethane 0.039 0.05 0 77.7 70 - 1300.0050
Vinyl chloride 0.038 0.05 0 76.1 70 - 1300.0010
Xylenes, Total 0.072 0.15 0 47.8 70 - 130 S0.015
0.061 0.05 0 123 70 - 1260Surr: 1,2-Dichloroethane-d4
0.052 0.05 0 103 70 - 1300Surr: 4-Bromofluorobenzene
0.058 0.05 0 116 70 - 1300Surr: Dibromofluoromethane
0.052 0.05 0 103 70 - 1300Surr: Toluene-d8
ALS Houston, US Date: 21-May-24
71 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050578-06MSD Units:mg/Kg Analysis Date:17-May-2024 23:34
Run ID:VOA5_467067 SeqNo:8018123 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
1,1,1-Trichloroethane 0.039 0.0475 0 82.0 70 - 130 0.03444 12.3 300.0048
1,1,2,2-Tetrachloroethane 0.020 0.0475 0 43.0 70 - 130 0.01531 28.5 30 S0.0048
1,1,2-Trichlor-1,2,2-trifluoroethane 0.040 0.0475 0 84.1 70 - 130 0.03986 0.216 300.0048
1,1,2-Trichloroethane 0.022 0.0475 0 46.6 70 - 130 0.01750 23.5 30 S0.0048
1,1-Dichloroethane 0.036 0.0475 0 75.9 70 - 130 0.03159 13.2 300.0048
1,1-Dichloroethene 0.041 0.0475 0 87.1 70 - 130 0.03712 10.8 300.0048
1,2,4-Trichlorobenzene 0.012 0.0475 0 25.1 70 - 130 0.01016 16.1 30 S0.0048
1,2-Dibromo-3-chloropropane 0.017 0.0475 0 35.2 70 - 130 0.01110 40.3 30 SR0.0048
1,2-Dibromoethane 0.021 0.0475 0 44.5 70 - 120 0.01629 26 30 S0.0048
1,2-Dichlorobenzene 0.017 0.0475 0 36.6 70 - 130 0.01467 17.1 30 S0.0048
1,2-Dichloroethane 0.026 0.0475 0 55.1 70 - 130 0.02082 22.8 30 S0.0048
1,2-Dichloropropane 0.029 0.0475 0 60.5 70 - 130 0.02425 17 30 S0.0048
1,3-Dichlorobenzene 0.019 0.0475 0 39.9 70 - 130 0.01661 13.1 30 S0.0048
1,4-Dichlorobenzene 0.018 0.0475 0 38.8 70 - 130 0.01572 15.8 30 S0.0048
2-Butanone 0.25 0.095 0 268 70 - 130 0.1252 68 30 SR0.0095
2-Hexanone 0.041 0.095 0 43.3 70 - 130 0.02807 37.7 30 SR0.0095
4-Methyl-2-pentanone 0.076 0.095 0 79.9 70 - 128 0.04611 48.9 30 R0.0095
Acetone 0.28 0.095 0 290 70 - 130 0.1110 85.1 30 SR0.019
Benzene 0.032 0.0475 0 66.9 70 - 130 0.02881 9.75 30 S0.0048
Bromodichloromethane 0.026 0.0475 0 54.8 70 - 130 0.02084 22.2 30 S0.0048
Bromoform 0.017 0.0475 0 36.0 70 - 130 0.01327 25.2 30 S0.0048
Bromomethane 0.033 0.0475 0 69.6 70 - 130 0.02781 17.2 30 S0.0095
Carbon disulfide 0.062 0.095 0 65.6 70 - 130 0.06396 2.57 30 S0.0095
Carbon tetrachloride 0.032 0.0475 0 67.0 70 - 130 0.02949 7.62 30 S0.0048
Chlorobenzene 0.025 0.0475 0 51.9 70 - 130 0.02155 13.4 30 S0.0048
Chloroethane 0.041 0.0475 0 86.2 70 - 130 0.03661 11.1 300.0095
Chloroform 0.033 0.0475 0 68.8 70 - 130 0.02784 16.1 30 S0.0048
Chloromethane 0.034 0.0475 0 71.4 70 - 130 0.03173 6.69 300.0095
cis-1,2-Dichloroethene 0.032 0.0475 0 68.0 70 - 130 0.02783 14.8 30 S0.0048
cis-1,3-Dichloropropene 0.024 0.0475 0 49.5 70 - 130 0.01924 20.1 30 S0.0048
Cyclohexane 0.040 0.0475 0 84.7 74 - 126 0.03744 7.14 300.0048
Dibromochloromethane 0.020 0.0475 0 42.2 70 - 130 0.01605 22.1 30 S0.0048
Dichlorodifluoromethane 0.040 0.0475 0 83.9 70 - 130 0.03730 6.57 300.0048
Ethylbenzene 0.028 0.0475 0 59.9 70 - 130 0.02542 11.2 30 S0.0048
ALS Houston, US Date: 21-May-24
72 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467067 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050578-06MSD Units:mg/Kg Analysis Date:17-May-2024 23:34
Run ID:VOA5_467067 SeqNo:8018123 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Isopropylbenzene 0.029 0.0475 0 60.9 70 - 130 0.02660 8.4 30 S0.0048
m,p-Xylene 0.054 0.095 0 56.6 70 - 130 0.04913 8.98 30 S0.0095
Methyl acetate 0.024 0.0475 0 49.7 69 - 123 0.02060 13.5 30 S0.0048
Methyl tert-butyl ether 0.023 0.0475 0 47.9 70 - 130 0.01763 25.2 30 S0.0048
Methylcyclohexane 0.033 0.0475 0 70.2 77 - 127 0.03638 8.71 30 S0.0048
Methylene chloride 0.034 0.0475 0 71.1 70 - 130 0.02675 23.2 300.0095
o-Xylene 0.025 0.0475 0 53.4 70 - 130 0.02254 11.8 30 S0.0048
Styrene 0.022 0.0475 0 46.7 70 - 130 0.01929 14 30 S0.0048
Tetrachloroethene 0.030 0.0475 0 62.6 70 - 130 0.02842 4.56 30 S0.0048
Toluene 0.029 0.0475 0 60.6 70 - 130 0.02611 9.79 30 S0.0048
trans-1,2-Dichloroethene 0.037 0.0475 0 77.2 70 - 130 0.03323 9.85 300.0048
trans-1,3-Dichloropropene 0.021 0.0475 0 44.2 70 - 130 0.01669 22.9 30 S0.0048
Trichloroethene 0.033 0.0475 0 69.0 70 - 130 0.02982 9.47 30 S0.0048
Trichlorofluoromethane 0.041 0.0475 0 87.3 70 - 130 0.03887 6.51 300.0048
Vinyl chloride 0.040 0.0475 0 84.8 70 - 130 0.03804 5.77 300.00095
Xylenes, Total 0.079 0.1425 0 55.5 70 - 130 0.07167 9.87 30 S0.014
0.057 0.0475 0 119 70 - 126 0.06144 8.19 300Surr: 1,2-Dichloroethane-d4
0.049 0.0475 0 103 70 - 130 0.05151 4.96 300Surr: 4-Bromofluorobenzene
0.057 0.0475 0 121 70 - 130 0.05792 0.749 300Surr: Dibromofluoromethane
0.048 0.0475 0 102 70 - 130 0.05154 6.58 300Surr: Toluene-d8
The following samples were analyzed in this batch:HS24050907-02 HS24050907-03 HS24050907-04 HS24050907-05
HS24050907-07 HS24050907-08 HS24050907-09
ALS Houston, US Date: 21-May-24
73 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:18-May-2024 03:10
Run ID:VOA5_467138 SeqNo:8018240 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0050
1,1,2,2-Tetrachloroethane U 0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050
1,1,2-Trichloroethane U 0.0050
1,1-Dichloroethane U 0.0050
1,1-Dichloroethene U 0.0050
1,2,4-Trichlorobenzene U 0.0050
1,2-Dibromo-3-chloropropane U 0.0050
1,2-Dibromoethane U 0.0050
1,2-Dichlorobenzene U 0.0050
1,2-Dichloroethane U 0.0050
1,2-Dichloropropane U 0.0050
1,3-Dichlorobenzene U 0.0050
1,4-Dichlorobenzene U 0.0050
2-Butanone U 0.010
2-Hexanone U 0.010
4-Methyl-2-pentanone U 0.010
Acetone U 0.020
Benzene U 0.0050
Bromodichloromethane U 0.0050
Bromoform U 0.0050
Bromomethane U 0.010
Carbon disulfide U 0.010
Carbon tetrachloride U 0.0050
Chlorobenzene U 0.0050
Chloroethane U 0.010
Chloroform U 0.0050
Chloromethane U 0.010
cis-1,2-Dichloroethene U 0.0050
cis-1,3-Dichloropropene U 0.0050
Cyclohexane U 0.0050
Dibromochloromethane U 0.0050
Dichlorodifluoromethane U 0.0050
Ethylbenzene U 0.0050
ALS Houston, US Date: 21-May-24
74 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-051724 Units:mg/Kg Analysis Date:18-May-2024 03:10
Run ID:VOA5_467138 SeqNo:8018240 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0050
m,p-Xylene U 0.010
Methyl acetate U 0.0050
Methyl tert-butyl ether U 0.0050
Methylcyclohexane U 0.0050
Methylene chloride U 0.010
o-Xylene U 0.0050
Styrene U 0.0050
Tetrachloroethene U 0.0050
Toluene U 0.0050
trans-1,2-Dichloroethene U 0.0050
trans-1,3-Dichloropropene U 0.0050
Trichloroethene U 0.0050
Trichlorofluoromethane U 0.0050
Vinyl chloride U 0.0010
Xylenes, Total U 0.015
0.056 0.05 0 112 76 - 1250Surr: 1,2-Dichloroethane-d4
0.049 0.05 0 98.1 80 - 1200Surr: 4-Bromofluorobenzene
0.057 0.05 0 115 80 - 1190Surr: Dibromofluoromethane
0.052 0.05 0 105 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 21-May-24
75 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:18-May-2024 02:27
Run ID:VOA5_467138 SeqNo:8018238 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
1,1,1-Trichloroethane 0.058 0.05 0 117 72 - 1300.0050
1,1,2,2-Tetrachloroethane 0.040 0.05 0 79.4 71 - 1240.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.058 0.05 0 115 70 - 1300.0050
1,1,2-Trichloroethane 0.043 0.05 0 86.0 78 - 1170.0050
1,1-Dichloroethane 0.059 0.05 0 118 76 - 1280.0050
1,1-Dichloroethene 0.057 0.05 0 113 72 - 1300.0050
1,2,4-Trichlorobenzene 0.035 0.05 0 70.2 70 - 1280.0050
1,2-Dibromo-3-chloropropane 0.040 0.05 0 80.4 70 - 1280.0050
1,2-Dibromoethane 0.044 0.05 0 87.1 78 - 1200.0050
1,2-Dichlorobenzene 0.043 0.05 0 86.0 79 - 1210.0050
1,2-Dichloroethane 0.050 0.05 0 100 77 - 1200.0050
1,2-Dichloropropane 0.053 0.05 0 106 77 - 1210.0050
1,3-Dichlorobenzene 0.042 0.05 0 83.5 78 - 1210.0050
1,4-Dichlorobenzene 0.041 0.05 0 82.7 78 - 1200.0050
2-Butanone 0.099 0.1 0 99.1 70 - 1280.010
2-Hexanone 0.091 0.1 0 90.8 72 - 1270.010
4-Methyl-2-pentanone 0.085 0.1 0 85.1 70 - 1280.010
Acetone 0.12 0.1 0 118 70 - 1300.020
Benzene 0.052 0.05 0 104 75 - 1240.0050
Bromodichloromethane 0.052 0.05 0 104 78 - 1220.0050
Bromoform 0.039 0.05 0 78.9 74 - 1200.0050
Bromomethane 0.047 0.05 0 94.7 70 - 1300.010
Carbon disulfide 0.11 0.1 0 111 70 - 1220.010
Carbon tetrachloride 0.046 0.05 0 91.5 72 - 1280.0050
Chlorobenzene 0.045 0.05 0 90.5 78 - 1220.0050
Chloroethane 0.054 0.05 0 107 70 - 1300.010
Chloroform 0.057 0.05 0 114 73 - 1270.0050
Chloromethane 0.048 0.05 0 95.6 70 - 1300.010
cis-1,2-Dichloroethene 0.056 0.05 0 111 77 - 1250.0050
cis-1,3-Dichloropropene 0.046 0.05 0 92.4 78 - 1220.0050
Cyclohexane 0.054 0.05 0 108 74 - 1260.0050
Dibromochloromethane 0.041 0.05 0 81.8 78 - 1200.0050
Dichlorodifluoromethane 0.049 0.05 0 98.8 70 - 1300.0050
Ethylbenzene 0.045 0.05 0 90.4 70 - 1230.0050
ALS Houston, US Date: 21-May-24
76 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VLCS-051724 Units:mg/Kg Analysis Date:18-May-2024 02:27
Run ID:VOA5_467138 SeqNo:8018238 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Isopropylbenzene 0.047 0.05 0 93.2 78 - 1270.0050
m,p-Xylene 0.089 0.1 0 89.4 77 - 1250.010
Methyl acetate 0.045 0.05 0 91.0 69 - 1230.0050
Methyl tert-butyl ether 0.055 0.05 0 110 70 - 1280.0050
Methylcyclohexane 0.058 0.05 0 115 77 - 1270.0050
Methylene chloride 0.054 0.05 0 109 71 - 1250.010
o-Xylene 0.045 0.05 0 90.0 78 - 1220.0050
Styrene 0.046 0.05 0 91.8 80 - 1230.0050
Tetrachloroethene 0.044 0.05 0 87.8 70 - 1300.0050
Toluene 0.046 0.05 0 91.8 76 - 1220.0050
trans-1,2-Dichloroethene 0.054 0.05 0 109 75 - 1280.0050
trans-1,3-Dichloropropene 0.047 0.05 0 93.2 75 - 1230.0050
Trichloroethene 0.052 0.05 0 104 78 - 1250.0050
Trichlorofluoromethane 0.055 0.05 0 110 70 - 1300.0050
Vinyl chloride 0.054 0.05 0 107 70 - 1300.0010
Xylenes, Total 0.13 0.15 0 89.6 77 - 1280.015
0.058 0.05 0 116 76 - 1250Surr: 1,2-Dichloroethane-d4
0.052 0.05 0 104 80 - 1200Surr: 4-Bromofluorobenzene
0.059 0.05 0 118 80 - 1190Surr: Dibromofluoromethane
0.049 0.05 0 98.9 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 21-May-24
77 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:LCSD-051724 Units:mg/Kg Analysis Date:18-May-2024 02:49
Run ID:VOA5_467138 SeqNo:8018239 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
1,1,1-Trichloroethane 0.060 0.05 0 120 72 - 130 0.05846 2.48 200.0050
1,1,2,2-Tetrachloroethane 0.043 0.05 0 86.6 71 - 124 0.03971 8.67 200.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.058 0.05 0 117 70 - 130 0.05756 1.55 200.0050
1,1,2-Trichloroethane 0.048 0.05 0 96.0 78 - 117 0.04302 11 200.0050
1,1-Dichloroethane 0.060 0.05 0 120 76 - 128 0.05922 1.44 200.0050
1,1-Dichloroethene 0.059 0.05 0 117 72 - 130 0.05667 3.23 200.0050
1,2,4-Trichlorobenzene 0.037 0.05 0 74.1 70 - 128 0.03511 5.31 200.0050
1,2-Dibromo-3-chloropropane 0.045 0.05 0 89.1 70 - 128 0.04021 10.3 200.0050
1,2-Dibromoethane 0.047 0.05 0 94.8 78 - 120 0.04354 8.55 200.0050
1,2-Dichlorobenzene 0.045 0.05 0 90.5 79 - 121 0.04302 5.08 200.0050
1,2-Dichloroethane 0.053 0.05 0 106 77 - 120 0.05023 5.27 200.0050
1,2-Dichloropropane 0.056 0.05 0 112 77 - 121 0.05311 5.56 200.0050
1,3-Dichlorobenzene 0.045 0.05 0 89.3 78 - 121 0.04175 6.68 200.0050
1,4-Dichlorobenzene 0.044 0.05 0 87.1 78 - 120 0.04137 5.11 200.0050
2-Butanone 0.10 0.1 0 104 70 - 128 0.09908 5.03 200.010
2-Hexanone 0.10 0.1 0 102 72 - 127 0.09075 11.3 200.010
4-Methyl-2-pentanone 0.097 0.1 0 96.6 70 - 128 0.08514 12.6 200.010
Acetone 0.13 0.1 0 128 70 - 130 0.1179 8.12 200.020
Benzene 0.054 0.05 0 108 75 - 124 0.05214 3.93 200.0050
Bromodichloromethane 0.056 0.05 0 112 78 - 122 0.05210 6.98 200.0050
Bromoform 0.043 0.05 0 86.6 74 - 120 0.03943 9.4 200.0050
Bromomethane 0.051 0.05 0 102 70 - 130 0.04736 7.23 200.010
Carbon disulfide 0.11 0.1 0 114 70 - 122 0.1115 2.43 200.010
Carbon tetrachloride 0.050 0.05 0 99.1 72 - 128 0.04574 7.99 200.0050
Chlorobenzene 0.049 0.05 0 97.5 78 - 122 0.04526 7.45 200.0050
Chloroethane 0.062 0.05 0 124 70 - 130 0.05360 14.4 200.010
Chloroform 0.058 0.05 0 116 73 - 127 0.05680 1.84 200.0050
Chloromethane 0.049 0.05 0 97.6 70 - 130 0.04778 2.1 200.010
cis-1,2-Dichloroethene 0.056 0.05 0 113 77 - 125 0.05575 0.991 200.0050
cis-1,3-Dichloropropene 0.049 0.05 0 98.3 78 - 122 0.04622 6.09 200.0050
Cyclohexane 0.057 0.05 0 114 74 - 126 0.05423 4.72 200.0050
Dibromochloromethane 0.044 0.05 0 88.2 78 - 120 0.04091 7.5 200.0050
Dichlorodifluoromethane 0.050 0.05 0 101 70 - 130 0.04940 1.7 200.0050
Ethylbenzene 0.049 0.05 0 97.5 70 - 123 0.04520 7.6 200.0050
ALS Houston, US Date: 21-May-24
78 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467138 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:LCSD-051724 Units:mg/Kg Analysis Date:18-May-2024 02:49
Run ID:VOA5_467138 SeqNo:8018239 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
Isopropylbenzene 0.051 0.05 0 102 78 - 127 0.04659 8.8 200.0050
m,p-Xylene 0.098 0.1 0 97.7 77 - 125 0.08944 8.85 200.010
Methyl acetate 0.050 0.05 0 100 69 - 123 0.04548 9.61 200.0050
Methyl tert-butyl ether 0.056 0.05 0 112 70 - 128 0.05511 1.68 200.0050
Methylcyclohexane 0.060 0.05 0 120 77 - 127 0.05762 3.79 200.0050
Methylene chloride 0.055 0.05 0 111 71 - 125 0.05442 1.68 200.010
o-Xylene 0.049 0.05 0 98.1 78 - 122 0.04502 8.59 200.0050
Styrene 0.049 0.05 0 98.9 80 - 123 0.04590 7.46 200.0050
Tetrachloroethene 0.047 0.05 0 94.2 70 - 130 0.04392 7.02 200.0050
Toluene 0.049 0.05 0 98.8 76 - 122 0.04588 7.4 200.0050
trans-1,2-Dichloroethene 0.056 0.05 0 111 75 - 128 0.05430 2.56 200.0050
trans-1,3-Dichloropropene 0.049 0.05 0 98.0 75 - 123 0.04659 5.08 200.0050
Trichloroethene 0.055 0.05 0 110 78 - 125 0.05218 5.63 200.0050
Trichlorofluoromethane 0.062 0.05 0 125 70 - 130 0.05517 12.3 200.0050
Vinyl chloride 0.054 0.05 0 108 70 - 130 0.05366 0.845 200.0010
Xylenes, Total 0.15 0.15 0 97.9 77 - 128 0.1345 8.76 200.015
0.058 0.05 0 116 76 - 125 0.05778 0.0394 200Surr: 1,2-Dichloroethane-d4
0.053 0.05 0 106 80 - 120 0.05216 1.42 200Surr: 4-Bromofluorobenzene
0.059 0.05 0 118 80 - 119 0.05877 0.352 200Surr: Dibromofluoromethane
0.050 0.05 0 99.5 81 - 118 0.04944 0.652 200Surr: Toluene-d8
The following samples were analyzed in this batch:HS24050907-10 HS24050907-12 HS24050907-13 HS24050907-14
HS24050907-15 HS24050907-17 HS24050907-18 HS24050907-19
HS24050907-20
ALS Houston, US Date: 21-May-24
79 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467006 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216
Sample ID:HS24050907-03DUP Units:wt%Analysis Date:16-May-2024 12:24
Run ID:Balance1_467006 SeqNo:8015471 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
DUP
Client ID:TMW-1 (19-20')
Percent Moisture 15.4 15.3 0.651 200.0100
The following samples were analyzed in this batch:HS24050907-01 HS24050907-02 HS24050907-03
ALS Houston, US Date: 21-May-24
80 of 87
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050907
QC BATCH REPORT
Batch ID: R467049 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216
Sample ID:HS24050907-05DUP Units:wt%Analysis Date:16-May-2024 12:51
Run ID:Balance1_467049 SeqNo:8016337 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
DUP
Client ID:SB-1 (19-20')
Percent Moisture 16.4 16.2 1.23 200.0100
The following samples were analyzed in this batch:HS24050907-04 HS24050907-05 HS24050907-06 HS24050907-07
HS24050907-08 HS24050907-09 HS24050907-10 HS24050907-11
HS24050907-12 HS24050907-13 HS24050907-14 HS24050907-15
HS24050907-16 HS24050907-17 HS24050907-18 HS24050907-19
HS24050907-20
ALS Houston, US Date: 21-May-24
81 of 87
QUALIFIERS,
ACRONYMS, UNITS
Client:
Project:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24050907
Qualifier Description
*Value exceeds Regulatory Limit
a Not accredited
B Analyte detected in the associated Method Blank above the Reporting Limit
E Value above quantitation range
H Analyzed outside of Holding Time
J Analyte detected below quantitation limit
M Manually integrated, see raw data for justification
n Not offered for accreditation
ND Not Detected at the Reporting Limit
O Sample amount is > 4 times amount spiked
P Dual Column results percent difference > 40%
R RPD above laboratory control limit
S Spike Recovery outside laboratory control limits
U Analyzed but not detected above the MDL/SDL
Acronym Description
DCS Detectability Check Study
DUP Method Duplicate
LCS Laboratory Control Sample
LCSD Laboratory Control Sample Duplicate
MBLK Method Blank
MDL Method Detection Limit
MQL Method Quantitation Limit
MS Matrix Spike
MSD Matrix Spike Duplicate
PDS Post Digestion Spike
PQL Practical Quantitaion Limit
SD Serial Dilution
SDL Sample Detection Limit
TRRP Texas Risk Reduction Program
Unit Reported Description
mg/Kg-dry Milligrams per Kilogram- Dry weight corrected
ALS Houston, US Date: 21-May-24
82 of 87
CERTIFICATIONS,ACCREDITATIONS & LICENSES
Agency Number Expire Date
California 2919; 2025 30-Apr-2025
Florida E87611-38 30-Jun-2024
Illinois 2000322023-11 30-Jun-2024
Kansas E-10352 2023-2024 31-Jul-2024
Kentucky 123043 30-Apr-2025
Louisiana 03087 2023-2024 30-Jun-2024
Maryland 343; 2023-2024 30-Jun-2024
North Carolina 624 - 2024 31-Dec-2024
Oklahoma 2023-140 31-Aug-2024
Tennessee 04016 30-Apr-2025
Texas T104704231 TX-C24-00130 30-Apr-2025
Utah TX026932023-14 31-Jul-2024
21-May-24Date: ALS Houston, US
83 of 87
Paresh M. Giga
15-May-2024 17:26Date/Time Received:HS24050907
WM_PLANO_AP
Work Order ID:
Client Name:
Sample Receipt Checklist
Received by:
Shipping container/cooler in good condition?
Custody seals intact on shipping container/cooler?
Custody seals intact on sample bottles?
Chain of custody present?
Chain of custody signed when relinquished and received?
Chain of custody agrees with sample labels?
Samples in proper container/bottle?
Sample containers intact?
Sufficient sample volume for indicated test?
All samples received within holding time?
Container/Temp Blank temperature in compliance?
Temperature(s)/Thermometer(s):
Cooler(s)/Kit(s):
Date/Time sample(s) sent to storage:
Water - VOA vials have zero headspace?
Water - pH acceptable upon receipt?
pH adjusted?
pH adjusted by:
Login Notes:
No Not Present
Yes No Not Present
Yes No Not Present
Yes No
Yes No
Yes
No
Yes No
Yes No
Yes No
Yes No
Yes No
1.0 uc/1.1 c; 1.2 uc/1.3 c IR31
48529,50962
05/16/2024 0904
Yes No No VOA vials submitted
Yes No N/A
Yes No N/A
Terracores placed in freezer on 05/16/24 at 0915.
Completed By:/S/ Monica Smith
Date/TimeeSignatureDate/TimeeSignature
16-May-2024 17:2216-May-2024 09:00
ALS CouriersoilCarrier name:Matrices:
Reviewed by:/S/ Bernadette A. Fini
Client Contacted:Date Contacted:Person Contacted:
Contacted By:Regarding:
Comments:
Corrective Action:
Yes
NoYesVOA/TX1005/TX1006 Solids in hermetically sealed vials?Not Present
Samplers name present on COC?
Yes
No
2 Page(s)
COC IDs:none
ALS Houston, US 21-May-24Date:
84 of 87
85 of 87
86 of 87
87 of 87
May 23, 2024
Josh Hopper
Braun Intertec
714 S. Greenville Avenue
Ste 160
Allen, TX 75002
The analytical data provided relates directly to the samples received by ALS Environmental
and for only the analyses requested. Results are expressed as "as received" unless
otherwise noted.
QC sample results for this data met EPA or laboratory specifications except as noted in the
Case Narrative or as noted with qualifiers in the QC batch information. Should this
laboratory report need to be reproduced, it should be reproduced in full unless written
approval has been obtained by ALS Environmental. Samples will be disposed in 30 days
unless storage arrangements are made.
If you have any questions regarding this report, please feel free to call me.
Sincerely,
ALS Environmental received 17 sample(s) on May 16, 2024 for the analysis presented in
the following report.
Laboratory Results for:Calhoun and 7th St. Phase II
Dear Josh Hopper,
Work Order:HS24050999
Project Manager
Generated By: JUMOKE.LAWAL
Bernadette A. Fini
10450 Stancliff Rd. Suite 210
Houston, TX 77099
T: +1 281 530 5656
F: +1 281 530 5887
alsglobal.com
1 of 95
Client:TRRP Laboratory Data
Package Cover PageProject:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24050999
This data package consists of all or some of the following as applicable:
This signature page, the laboratory review checklist, and the following reportable data:
R1 Field chain-of-custody documentation;
R2 Sample identification cross-reference;
R3 Test reports (analytical data sheets) for each environmental sample that includes:
a) Items consistent with NELAC Chapter 5,
b) dilution factors,
c) preparation methods,
d) cleanup methods, and
e) if required for the project, tentatively identified compounds (TICs).
R4 Surrogate recovery data including:
a) Calculated recovery (%R), and
b) The laboratory’s surrogate QC limits.
R5 Test reports/summary forms for blank samples;
R6 Test reports/summary forms for laboratory control samples (LCSs) including:
a) LCS spiking amounts,
b) Calculated %R for each analyte, and
c)The laboratory’s LCS QC limits.
R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including:
a) Samples associated with the MS/MSD clearly identified,
b) MS/MSD spiking amounts,
c) Concentration of each MS/MSD analyte measured in the parent and spiked samples,
d) Calculated %Rs and relative percent differences (RPDs), and
e) The laboratory’s MS/MSD QC limits.
R8 Laboratory analytical duplicate (if applicable) recovery and precision:
a) the amount of analyte measured in the duplicate,
b) the calculated RPD, and
c) the laboratory’s QC limits for analytical duplicates.
R9 List of method quantitation limits (MQLs) and detectability check sample results for each
analyte for each method and matrix.
R10 Other problems or anomalies.
The Exception Report for each “No” or “Not Reviewed (NR)” item in Laboratory Review Checklist and
for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under
the Texas Laboratory Accreditation Program.
ALS Houston, US Date: 23-May-24
2 of 95
Client:TRRP Laboratory Data
Package Cover PageProject:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24050999
Bernadette A. Fini
Project Manager
Release Statement: I am responsible for the release of this laboratory data package. This laboratory is
NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes and
matrices reported in this data package except as noted in the Exception Reports. The data have been
reviewed and are technically compliant with the requirements of the methods used, except where noted by
the laboratory in the attached exception reports. By my signature below, I affirm to the best of my
knowledge, all problems/anomalies, observed by the laboratory have been identified by the laboratory in
the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly
withheld.
Check, if applicable: [NA] This laboratory meets an exception under 30 TAC §25.6 and was last inspected
by [ ] TCEQ or [ ] ______________ on (enter date of last inspection). Any findings affecting the data in
this laboratory data package are noted in the Exception Reports herein. The official signing the cover page
of the report in which these data are used is responsible for releasing this data package and is by signature
affirming the above release statement is true.
ALS Houston, US Date: 23-May-24
3 of 95
Laboratory Review Checklist: Reportable Data
Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050999
Reviewer Name: Bernadette Fini
Prep Batch Number(s):
212140,212189,212209,212229,R467091,R467224,R467225,R467348,R4
67456
#1 A2 Description Yes No NA3 NR4 ER#5
R1 OI Chain-of -custody (C-O-C)
Did samples meet the laboratory’s standard conditions of sample acceptability
upon receipt? X
Were all departures from s tandard conditions described in an exception report? X
R2 OI Sample and quality control (QC) identification
Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X
Are all laboratory ID numbers cross-referenced to the corresponding Q C data? X
R3 OI Test reports
Were all samples prepared and analyzed within holding times? X
Other than those results < MQL, were all other raw values bracketed by
calibration standards? X
Were calculations checked by a peer or supervisor? X
Were all analyte identifications checked by a peer or supervisor? X
Were sample detection limits reported for all analytes not detected? X
Were all results for soil and sediment samples reported on a dry weigh t basis? X
Were % moisture (or solids) reported for all soil and sediment samples? X
Were bulk soils/solids samples for volatile analysis extracted with methanol per
SW-846 Method 5035? X
If required for the project, TICs reported? X
R4 O Surrogate recovery data
Were surrogates added prior to extraction? X
Were surrogate percent recoveries in all samples within the laboratory QC
limits? X
R5 OI Test reports/summary forms for blank samples
Were appropriate type(s) of blanks analyzed? X
Were blanks analyzed at the appropriate frequency? X
Were method blanks taken through the entire analytical process, including
preparation and, if applicable, cleanup procedures? X
Were blank concentrations < MQL? X
R6 OI Laboratory control samples (LCS):
Were all COCs included in the LCS? X
Was each LCS taken through the entire analytical procedure, including prep and
cleanup steps? X
Were LCSs analyzed at the required frequency? X
Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X 1
Does the detectability data document the laboratory’s capability to detect the
COCs at the MDL used to calculate the SDLs? X
Was the LCSD RPD within QC limits? X
R7 OI Matrix spike (MS) and matrix spike duplicate (MSD) data
Were the pro ject/method specified analytes included in the MS and MSD? X
Were MS/MSD analyzed at the appropriate frequency? X
Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 2
Were MS /MSD RPDs within laboratory QC limits? X 3
R8 OI Analytical duplicate data
Were appropriate analytical duplicates analyzed for each matrix? X
Were analytical duplicates analyzed at the appropriate frequency? X
Were RPDs or relative standard dev iations within the laboratory QC limits? X
R9 OI Method q uantitation limits (MQLs):
Are the MQLs for each method analyte included in the laboratory data package? X
Do the MQLs correspond to the concentration of the lowest non-zero calibration
standard? X
Are unadjusted MQLs and DC Ss included in the laboratory data package? X
R10 OI Other problems/anomalies
Are all known problems/anomalies/special conditions noted in this LRC and
ER? X
Were all necessary corrective actions performed for the reported data? X
Was applicable and available technology used to lower the SDL and minimize
the matrix interference affects on the sample results? X
Is the laboratory NELAC-accredited under the Texas Laboratory Program for
the analytes, matrices and methods associated with this laboratory data package? X 4
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by
the letter “S” should be retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);NA = Not Applicable; NR = Not Reviewe d;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
4 of 95
Laboratory Review Checklist: Supporting Data
Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050999
Reviewer Name: Bernadette Fini
Prep Batch Numb er(s):
212140,212189,212209,212229,R467091,R467224,R467225,R467348,R4674
56
#1 A2 Description Yes No NA3 NR 4 ER#5
S1 OI Initial calibration (ICAL)
Were response factors and/or relative response factors for each analyte within QC
limits? X
Were percent RSDs or correlatio n coefficient criteria met? X
Was the number of standards recommended in the method used for all analytes? X
Were all points generated between the lowest and highest standard used to
calculate the curve? X
Are I CAL d ata available for all instruments used? X
Has the initial calibration curve been verified usin g an appropriate secon d source
standard? X
S2 OI
Initial and continuing calibration verification (ICCV and CCV) and
continuing calibration blank (CCB)
Was the CCV analyzed at the method -required frequency? X
Were percent differences for each analyte within the method-required QC limits? X
Was the ICAL curve verified for each analyte? X
Was the absolute value of the analyte concentration in the inorganic CCB < MDL? X 5
S3 O Mass spectral tuning:
Was the appropriate compound for the method used for tuning? X
Were ion abundance data within the method-required QC limits? X
S4 O Internal standards (IS):
Were IS area counts and retention times within the method -requ ired QC limits? X
S5 OI
Raw data (NELAC section 1 appendix A glossary, and section 5.12 or ISO/IEC
17025 section
Were the r aw data (for example, chromatograms, spectral data) reviewed by an
analyst? X
Were data associated with manual integrations flagged on the raw data? X
S6 O Dual column confirmation
Did dual column confirmation resu lts meet the method -required QC? X
S7 O Tentatively identified compounds (TICs):
If TICs were request ed, were the mass spectra and TIC data subject to appropriate
checks? X
S8 I Interference Check Sample (ICS) results:
Were percent recoveries within method QC limits? X
S9 I Serial dilutions, post digestion spikes, and method of standard additions
Were percent differences, recoveries, and the linearity within the QC limits
specified in th e method? X
S10 OI Method detection limit (MDL) studies
Was a MDL study performed for each reported analyte? X
Is the MDL either adjusted or supported by the analysis of DCSs? X
S11 OI Proficiency t est reports:
Was the laboratory's performance acceptable on the applicable proficiency tests or
evaluation s tudies? X
S12 OI Standards documentation
Are all standards used in the analyses NIST-traceable or obtained from other
appropriate sources? X
S13 OI Compound/analyte identification procedures
Are the pro cedur es for compound/analyte identification documented? X
S14 OI Demonstration of analyst competency (DOC)
Was DOC conducted con sistent with NELAC Chapter 5C or ISO/IEC 4? X
Is documentation of the analyst’s competency up -to -date and on file? X
S15 OI
Verification/validation documentation for methods (NELAC Chap 5 or
ISO/IEC 17025 Section 5)
Are a ll the methods used to generate the data documented, verified, and validated,
where applicable? X
S1 6 OI Laboratory standard operating procedures (SOPs):
Are laboratory SOPs current and on file for each method performed ? X
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-requ ired report(s). Items identified by the letter “S” should be
retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);
NA = Not Applicable; NR = No t Reviewed;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
5 of 95
Laboratory Review Checklist: Exception Reports
Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24050999
Reviewer Name: Bernadette Fini
Prep Batch Number(s):
212140,212189,212209,212229,R467091,R467224,R467225,R4
67348,R467456
ER#5 Description
1
Batch R467348, Volatiles Method SW8260, LCS recovery was above the control limits for 1,2-Dibromoethane, cis-1,3-Dichloropropene,
Dibromochloromethane. The associated results are non detect.
2
Batch 212140, Metals Method SW6020, sample SB-10 (1-2'), MS and or MSD recovered outside the control limit for Barium and Lead ,
however, the result in the parent sample is 4x greater than the spike amount for Barium
Batch R467091, Volatiles Method SW8260, sample HS24050948 -01 , MS and MSD were performed on unrelated sample
Batch R467348, Volatiles Method SW8260, sample HS24050958 -02, MS and MSD were performed on unrelated sample
Batch R467456, Volatiles Method SW8260, sample HS24051091 -18, MS and MSD were performed on unrelated sample
3
Batch 212140, Metals Method SW6020, sample SB-10 (1-2'), MS/MSD RPD recovered above the RPD limit for Barium
Batch R467348, Volatiles Method SW8260, sample HS24050958 -02, MS/MSD RPD was performed on unrelated sample
Batch R467456, Volatiles Method SW8260, sample HS24051091-18, MS/MSD RPD was performed on unrelated sample
4
Volatile Organics Method SW8260, TCEQ does not offer accreditation for Cyclohexane the results are flagged with n.
5
See Run Log and CCB Exceptions Report.
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be
retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);
NA = Not Applicable;
NR = Not Reviewed;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
6 of 95
HG04_467253Run ID:
FORM 13 - ANALYSIS RUN LOG
SW7470AMethod:
Instrument:
Sample No.D/F Time Analytes
HS24050999
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
HG04
Start Date:End Date:21-May-2024 21-May-2024
FileID
ICV 1 21-May-2024 12:53 HG
ICB 1 21-May-2024 12:55 HG
CRA 1 21-May-2024 12:56 HG
CCV 1 1 21-May-2024 13:02 HG
CCB 1 1 21-May-2024 13:03 HG
CCV 2 1 21-May-2024 13:29 HG
CCB 2 1 21-May-2024 13:31 HG
CCV 3 1 21-May-2024 13:50 HG
CCB 3 1 21-May-2024 13:51 HG
MBLK-212229 1 21-May-2024 13:58 HG
LCS-212229 1 21-May-2024 14:00 HG
SB-8 (2-3') 1 21-May-2024 14:08 HG
CCV 4 1 21-May-2024 14:16 HG
CCB 4 1 21-May-2024 14:18 HG
SB-10 (1-2') 1 21-May-2024 14:26 HG
SB-7 (1-2') 1 21-May-2024 14:28 HG
ZZZZZZMS 1 21-May-2024 14:38 HG
CCV 5 1 21-May-2024 14:40 HG
CCB 5 1 21-May-2024 14:42 HG
ZZZZZZMSD 1 21-May-2024 14:48 HG
CCV 6 1 21-May-2024 15:05 HG
CCB 6 1 21-May-2024 15:06 HG
23-May-24Date: ALS Houston, US
7 of 95
HG04_467253Run ID:
CCB EXCEPTIONS REPORT
SW7470AMethod:
Instrument:
HS24050999
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
HG04
Seq: 8020696ICB 121-May-2024 12:55 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.035 0.03 0.2Mercury
Seq: 8020702CCB 1 121-May-2024 13:03 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.036 0.03 0.2Mercury
Seq: 8021077CCB 2 121-May-2024 13:31 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.033 0.03 0.2Mercury
Seq: 8021089CCB 3 121-May-2024 13:51 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.032 0.03 0.2Mercury
Seq: 8021101CCB 4 121-May-2024 14:18 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.036 0.03 0.2Mercury
Seq: 8021112CCB 5 121-May-2024 14:42 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.147 0.03 0.2Mercury
Seq: 8021122CCB 6 121-May-2024 15:06 D/F:Date:
Analyte Result MDL Report Limit
Units: ug/L
-0.156 0.03 0.2Mercury
23-May-24Date: ALS Houston, US
8 of 95
Client:Braun Intertec
Work Order:HS24050999
Project:Calhoun and 7th St. Phase II SAMPLE SUMMARY
Lab Samp ID Client Sample ID Collection DateMatrix TagNo Date Received Hold
HS24050999-01 15-May-2024 09:15 16-May-2024 17:58TMW-3 (6-7')Soil
HS24050999-02 15-May-2024 09:15 16-May-2024 17:58TMW-3 (19-20')Soil
HS24050999-03 15-May-2024 10:00 16-May-2024 17:58TMW-4 (5-6')Soil
HS24050999-04 15-May-2024 10:00 16-May-2024 17:58TMW-4 (19-20')Soil
HS24050999-05 15-May-2024 10:30 16-May-2024 17:58SB-10 (1-2')Soil
HS24050999-06 15-May-2024 10:40 16-May-2024 17:58SB-10 (3-4')Soil
HS24050999-07 15-May-2024 10:48 16-May-2024 17:58SB-10 (19-20')Soil
HS24050999-08 15-May-2024 11:30 16-May-2024 17:58SB-9 (8-9')Soil
HS24050999-09 15-May-2024 11:30 16-May-2024 17:58SB-9 (19-20')Soil
HS24050999-10 15-May-2024 11:55 16-May-2024 17:58SB-8 (2-3')Soil
HS24050999-11 15-May-2024 12:05 16-May-2024 17:58SB-8 (7-8')Soil
HS24050999-12 15-May-2024 12:15 16-May-2024 17:58SB-8 (19-20')Soil
HS24050999-13 15-May-2024 13:20 16-May-2024 17:58SB-7 (1-2')Soil
HS24050999-14 15-May-2024 13:40 16-May-2024 17:58SB-7 (5-6')Soil
HS24050999-15 15-May-2024 13:45 16-May-2024 17:58SB-7 (19-20')Soil
HS24050999-16 15-May-2024 14:05 16-May-2024 17:58TMW-3 Groundwater
HS24050999-17 15-May-2024 14:45 16-May-2024 17:58TMW-2 Groundwater
ALS Houston, US 23-May-24Date:
9 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-3 (6-7')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-01
15-May-2024 09:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 21-May-2024 23:310.000581,1,1-Trichloroethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000921,1,2,2-Tetrachloroethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000811,1,2-Trichlor-1,2,2-trifluoroethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000581,1,2-Trichloroethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000581,1-Dichloroethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000581,1-Dichloroethene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00121,2,4-Trichlorobenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00121,2-Dibromo-3-chloropropane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000581,2-Dibromoethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00121,2-Dichlorobenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000691,2-Dichloroethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.000921,2-Dichloropropane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00121,3-Dichlorobenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00121,4-Dichlorobenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:31J0.00152-Butanone 0.0120.011
1mg/Kg-dry 21-May-2024 23:310.00162-Hexanone 0.012U
1mg/Kg-dry 21-May-2024 23:310.00234-Methyl-2-pentanone 0.012U
1mg/Kg-dry 21-May-2024 23:310.0023Acetone 0.0230.068
1mg/Kg-dry 21-May-2024 23:310.00058Benzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058Bromodichloromethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00069Bromoform 0.0058U
1mg/Kg-dry 21-May-2024 23:310.0012Bromomethane 0.012U
1mg/Kg-dry 21-May-2024 23:31J0.00069Carbon disulfide 0.0120.0018
1mg/Kg-dry 21-May-2024 23:310.00069Carbon tetrachloride 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00069Chlorobenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00092Chloroethane 0.012U
1mg/Kg-dry 21-May-2024 23:310.00058Chloroform 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058Chloromethane 0.012U
1mg/Kg-dry 21-May-2024 23:310.00092cis-1,2-Dichloroethene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058cis-1,3-Dichloropropene 0.0058U
1mg/Kg-dry 21-May-2024 23:31n 0.0012Cyclohexane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058Dibromochloromethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00081Dichlorodifluoromethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00081Ethylbenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.0010Isopropylbenzene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.0018m,p-Xylene 0.012U
1mg/Kg-dry 21-May-2024 23:310.00081Methyl acetate 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058Methyl tert-butyl ether 0.0058U
1mg/Kg-dry 21-May-2024 23:310.0012Methylcyclohexane 0.0058U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
10 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-3 (6-7')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-01
15-May-2024 09:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 21-May-2024 23:310.0012Methylene chloride 0.012U
1mg/Kg-dry 21-May-2024 23:310.0012o-Xylene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00081Styrene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00081Tetrachloroethene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00069Toluene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058trans-1,2-Dichloroethene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00069trans-1,3-Dichloropropene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00069Trichloroethene 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00058Trichlorofluoromethane 0.0058U
1mg/Kg-dry 21-May-2024 23:310.00092Vinyl chloride 0.0012U
1mg/Kg-dry 21-May-2024 23:310.0012Xylenes, Total 0.017U
Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 23:3110570-126
Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 23:3192.1 70-130
Surr: Dibromofluoromethane 1%REC 21-May-2024 23:3196.9 70-130
Surr: Toluene-d8 1%REC 21-May-2024 23:3110470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 20-May-2024 21:297.1nC6 to nC12 48U
1mg/Kg-dry 20-May-2024 21:299.3>nC12 to nC28 48U
1mg/Kg-dry 20-May-2024 21:299.3>nC28 to nC35 48U
1mg/Kg-dry 20-May-2024 21:297.1Total Petroleum Hydrocarbon 48U
Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 21:2980.6 70-130
Surr: Trifluoromethyl benzene 1%REC 20-May-2024 21:2911470-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 10:400.0100Percent Moisture 0.010013.2
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
11 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-3 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-02
15-May-2024 09:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 21-May-2024 23:520.000451,1,1-Trichloroethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000721,1,2,2-Tetrachloroethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000631,1,2-Trichlor-1,2,2-trifluoroethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000451,1,2-Trichloroethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000451,1-Dichloroethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000451,1-Dichloroethene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000901,2,4-Trichlorobenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000901,2-Dibromo-3-chloropropane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000451,2-Dibromoethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000901,2-Dichlorobenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000541,2-Dichloroethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000721,2-Dichloropropane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000901,3-Dichlorobenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.000901,4-Dichlorobenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00122-Butanone 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00132-Hexanone 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00184-Methyl-2-pentanone 0.0090U
1mg/Kg-dry 21-May-2024 23:520.0018Acetone 0.018U
1mg/Kg-dry 21-May-2024 23:520.00045Benzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045Bromodichloromethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00054Bromoform 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00090Bromomethane 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00054Carbon disulfide 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00054Carbon tetrachloride 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00054Chlorobenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00072Chloroethane 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00045Chloroform 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045Chloromethane 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00072cis-1,2-Dichloroethene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045cis-1,3-Dichloropropene 0.0045U
1mg/Kg-dry 21-May-2024 23:52n 0.00090Cyclohexane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045Dibromochloromethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00063Dichlorodifluoromethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00063Ethylbenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00081Isopropylbenzene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.0014m,p-Xylene 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00063Methyl acetate 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045Methyl tert-butyl ether 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00090Methylcyclohexane 0.0045U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
12 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-3 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-02
15-May-2024 09:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 21-May-2024 23:520.00090Methylene chloride 0.0090U
1mg/Kg-dry 21-May-2024 23:520.00090o-Xylene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00063Styrene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00063Tetrachloroethene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00054Toluene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045trans-1,2-Dichloroethene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00054trans-1,3-Dichloropropene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00054Trichloroethene 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00045Trichlorofluoromethane 0.0045U
1mg/Kg-dry 21-May-2024 23:520.00072Vinyl chloride 0.00090U
1mg/Kg-dry 21-May-2024 23:520.00090Xylenes, Total 0.014U
Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 23:5210370-126
Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 23:5291.2 70-130
Surr: Dibromofluoromethane 1%REC 21-May-2024 23:5299.2 70-130
Surr: Toluene-d8 1%REC 21-May-2024 23:5210370-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 20-May-2024 21:596.3nC6 to nC12 42U
1mg/Kg-dry 20-May-2024 21:598.2>nC12 to nC28 42U
1mg/Kg-dry 20-May-2024 21:598.2>nC28 to nC35 42U
1mg/Kg-dry 20-May-2024 21:596.3Total Petroleum Hydrocarbon 42U
Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 21:5981.9 70-130
Surr: Trifluoromethyl benzene 1%REC 20-May-2024 21:5911370-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 10:400.0100Percent Moisture 0.010013.8
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
13 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-4 (5-6')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-03
15-May-2024 10:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 00:140.000591,1,1-Trichloroethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000941,1,2,2-Tetrachloroethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000821,1,2-Trichlor-1,2,2-trifluoroethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000591,1,2-Trichloroethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000591,1-Dichloroethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000591,1-Dichloroethene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00121,2,4-Trichlorobenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00121,2-Dibromo-3-chloropropane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000591,2-Dibromoethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00121,2-Dichlorobenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000701,2-Dichloroethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.000941,2-Dichloropropane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00121,3-Dichlorobenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00121,4-Dichlorobenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00152-Butanone 0.012U
1mg/Kg-dry 22-May-2024 00:140.00162-Hexanone 0.012U
1mg/Kg-dry 22-May-2024 00:140.00234-Methyl-2-pentanone 0.012U
1mg/Kg-dry 22-May-2024 00:140.0023Acetone 0.023U
1mg/Kg-dry 22-May-2024 00:140.00059Benzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059Bromodichloromethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00070Bromoform 0.0059U
1mg/Kg-dry 22-May-2024 00:140.0012Bromomethane 0.012U
1mg/Kg-dry 22-May-2024 00:140.00070Carbon disulfide 0.012U
1mg/Kg-dry 22-May-2024 00:140.00070Carbon tetrachloride 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00070Chlorobenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00094Chloroethane 0.012U
1mg/Kg-dry 22-May-2024 00:140.00059Chloroform 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059Chloromethane 0.012U
1mg/Kg-dry 22-May-2024 00:140.00094cis-1,2-Dichloroethene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059cis-1,3-Dichloropropene 0.0059U
1mg/Kg-dry 22-May-2024 00:14n 0.0012Cyclohexane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059Dibromochloromethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00082Dichlorodifluoromethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00082Ethylbenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.0011Isopropylbenzene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.0019m,p-Xylene 0.012U
1mg/Kg-dry 22-May-2024 00:140.00082Methyl acetate 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059Methyl tert-butyl ether 0.0059U
1mg/Kg-dry 22-May-2024 00:140.0012Methylcyclohexane 0.0059U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
14 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-4 (5-6')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-03
15-May-2024 10:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 00:140.0012Methylene chloride 0.012U
1mg/Kg-dry 22-May-2024 00:140.0012o-Xylene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00082Styrene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00082Tetrachloroethene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00070Toluene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059trans-1,2-Dichloroethene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00070trans-1,3-Dichloropropene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00070Trichloroethene 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00059Trichlorofluoromethane 0.0059U
1mg/Kg-dry 22-May-2024 00:140.00094Vinyl chloride 0.0012U
1mg/Kg-dry 22-May-2024 00:140.0012Xylenes, Total 0.018U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 00:1410570-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 00:1492.0 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 00:1498.9 70-130
Surr: Toluene-d8 1%REC 22-May-2024 00:1410670-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 20-May-2024 23:277.3nC6 to nC12 49U
1mg/Kg-dry 20-May-2024 23:279.6>nC12 to nC28 49U
1mg/Kg-dry 20-May-2024 23:279.6>nC28 to nC35 49U
1mg/Kg-dry 20-May-2024 23:277.3Total Petroleum Hydrocarbon 49U
Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 23:2782.8 70-130
Surr: Trifluoromethyl benzene 1%REC 20-May-2024 23:2711470-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 10:400.0100Percent Moisture 0.010014.7
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
15 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-4 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-04
15-May-2024 10:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 00:360.000441,1,1-Trichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000711,1,2,2-Tetrachloroethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000621,1,2-Trichlor-1,2,2-trifluoroethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000441,1,2-Trichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000441,1-Dichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000441,1-Dichloroethene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000881,2,4-Trichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000881,2-Dibromo-3-chloropropane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000441,2-Dibromoethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000881,2-Dichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000531,2-Dichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000711,2-Dichloropropane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000881,3-Dichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.000881,4-Dichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00122-Butanone 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00122-Hexanone 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00184-Methyl-2-pentanone 0.0088U
1mg/Kg-dry 22-May-2024 00:360.0018Acetone 0.018U
1mg/Kg-dry 22-May-2024 00:360.00044Benzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044Bromodichloromethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00053Bromoform 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00088Bromomethane 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00053Carbon disulfide 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00053Carbon tetrachloride 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00053Chlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00071Chloroethane 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00044Chloroform 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044Chloromethane 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00071cis-1,2-Dichloroethene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044cis-1,3-Dichloropropene 0.0044U
1mg/Kg-dry 22-May-2024 00:36n 0.00088Cyclohexane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044Dibromochloromethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00062Dichlorodifluoromethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00062Ethylbenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00080Isopropylbenzene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.0014m,p-Xylene 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00062Methyl acetate 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044Methyl tert-butyl ether 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00088Methylcyclohexane 0.0044U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
16 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-4 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-04
15-May-2024 10:00 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 00:360.00088Methylene chloride 0.0088U
1mg/Kg-dry 22-May-2024 00:360.00088o-Xylene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00062Styrene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00062Tetrachloroethene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00053Toluene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044trans-1,2-Dichloroethene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00053trans-1,3-Dichloropropene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00053Trichloroethene 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00044Trichlorofluoromethane 0.0044U
1mg/Kg-dry 22-May-2024 00:360.00071Vinyl chloride 0.00088U
1mg/Kg-dry 22-May-2024 00:360.00088Xylenes, Total 0.013U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 00:3610570-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 00:3692.8 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 00:3697.6 70-130
Surr: Toluene-d8 1%REC 22-May-2024 00:3610570-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 20-May-2024 23:576.8nC6 to nC12 46U
1mg/Kg-dry 20-May-2024 23:579.0>nC12 to nC28 46U
1mg/Kg-dry 20-May-2024 23:579.0>nC28 to nC35 46U
1mg/Kg-dry 20-May-2024 23:576.8Total Petroleum Hydrocarbon 46U
Surr: 2-Fluorobiphenyl 1%REC 20-May-2024 23:5782.8 70-130
Surr: Trifluoromethyl benzene 1%REC 20-May-2024 23:5711670-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 10:400.0100Percent Moisture 0.010014.1
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
17 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-10 (1-2')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-05
15-May-2024 10:30 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 20-May-2024
1mg/Kg-dry 20-May-2024 22:370.0777Arsenic 0.5554.20
1mg/Kg-dry 20-May-2024 22:370.0333Barium 0.55565.3
1mg/Kg-dry 20-May-2024 22:37J0.0300Cadmium 0.5550.344
1mg/Kg-dry 20-May-2024 22:370.0255Chromium 0.55517.8
1mg/Kg-dry 20-May-2024 22:370.0144Lead 0.55535.1
1mg/Kg-dry 20-May-2024 22:370.101Selenium 0.5551.27
1mg/Kg-dry 20-May-2024 22:37J0.0167Silver 0.5550.219
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 14:260.000582Mercury 0.004120.0285
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 10:400.0100Percent Moisture 0.010015.7
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
18 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-10 (3-4')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-06
15-May-2024 10:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 00:570.000501,1,1-Trichloroethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000811,1,2,2-Tetrachloroethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000711,1,2-Trichlor-1,2,2-trifluoroethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000501,1,2-Trichloroethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000501,1-Dichloroethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000501,1-Dichloroethene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00101,2,4-Trichlorobenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00101,2-Dibromo-3-chloropropane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000501,2-Dibromoethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00101,2-Dichlorobenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000611,2-Dichloroethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.000811,2-Dichloropropane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00101,3-Dichlorobenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00101,4-Dichlorobenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00132-Butanone 0.010U
1mg/Kg-dry 22-May-2024 00:570.00142-Hexanone 0.010U
1mg/Kg-dry 22-May-2024 00:570.00204-Methyl-2-pentanone 0.010U
1mg/Kg-dry 22-May-2024 00:570.0020Acetone 0.020U
1mg/Kg-dry 22-May-2024 00:570.00050Benzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050Bromodichloromethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00061Bromoform 0.0050U
1mg/Kg-dry 22-May-2024 00:570.0010Bromomethane 0.010U
1mg/Kg-dry 22-May-2024 00:570.00061Carbon disulfide 0.010U
1mg/Kg-dry 22-May-2024 00:570.00061Carbon tetrachloride 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00061Chlorobenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00081Chloroethane 0.010U
1mg/Kg-dry 22-May-2024 00:570.00050Chloroform 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050Chloromethane 0.010U
1mg/Kg-dry 22-May-2024 00:570.00081cis-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050cis-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 22-May-2024 00:57n 0.0010Cyclohexane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050Dibromochloromethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00071Dichlorodifluoromethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00071Ethylbenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00091Isopropylbenzene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.0016m,p-Xylene 0.010U
1mg/Kg-dry 22-May-2024 00:570.00071Methyl acetate 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050Methyl tert-butyl ether 0.0050U
1mg/Kg-dry 22-May-2024 00:570.0010Methylcyclohexane 0.0050U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
19 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-10 (3-4')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-06
15-May-2024 10:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 00:570.0010Methylene chloride 0.010U
1mg/Kg-dry 22-May-2024 00:570.0010o-Xylene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00071Styrene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00071Tetrachloroethene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00061Toluene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050trans-1,2-Dichloroethene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00061trans-1,3-Dichloropropene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00061Trichloroethene 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00050Trichlorofluoromethane 0.0050U
1mg/Kg-dry 22-May-2024 00:570.00081Vinyl chloride 0.0010U
1mg/Kg-dry 22-May-2024 00:570.0010Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 00:5710770-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 00:5792.3 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 00:5798.8 70-130
Surr: Toluene-d8 1%REC 22-May-2024 00:5710470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 00:2610nC6 to nC12 68U
1mg/Kg-dry 21-May-2024 00:2613>nC12 to nC28 68U
1mg/Kg-dry 21-May-2024 00:2613>nC28 to nC35 68U
1mg/Kg-dry 21-May-2024 00:2610Total Petroleum Hydrocarbon 68U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 00:2682.2 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 00:2611370-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010014.8
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
20 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-10 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-07
15-May-2024 10:48 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 01:190.000421,1,1-Trichloroethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000671,1,2,2-Tetrachloroethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000591,1,2-Trichlor-1,2,2-trifluoroethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000421,1,2-Trichloroethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000421,1-Dichloroethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000421,1-Dichloroethene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000841,2,4-Trichlorobenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000841,2-Dibromo-3-chloropropane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000421,2-Dibromoethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000841,2-Dichlorobenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000501,2-Dichloroethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000671,2-Dichloropropane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000841,3-Dichlorobenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.000841,4-Dichlorobenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00112-Butanone 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00122-Hexanone 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00174-Methyl-2-pentanone 0.0084U
1mg/Kg-dry 22-May-2024 01:190.0017Acetone 0.017U
1mg/Kg-dry 22-May-2024 01:190.00042Benzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00042Bromodichloromethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00050Bromoform 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00084Bromomethane 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00050Carbon disulfide 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00050Carbon tetrachloride 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00050Chlorobenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00067Chloroethane 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00042Chloroform 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00042Chloromethane 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00067cis-1,2-Dichloroethene 0.00420.049
1mg/Kg-dry 22-May-2024 01:190.00042cis-1,3-Dichloropropene 0.0042U
1mg/Kg-dry 22-May-2024 01:19n 0.00084Cyclohexane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00042Dibromochloromethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00059Dichlorodifluoromethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00059Ethylbenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00075Isopropylbenzene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.0013m,p-Xylene 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00059Methyl acetate 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00042Methyl tert-butyl ether 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00084Methylcyclohexane 0.0042U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
21 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-10 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-07
15-May-2024 10:48 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 01:190.00084Methylene chloride 0.0084U
1mg/Kg-dry 22-May-2024 01:190.00084o-Xylene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00059Styrene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00059Tetrachloroethene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00050Toluene 0.0042U
1mg/Kg-dry 22-May-2024 01:19J0.00042trans-1,2-Dichloroethene 0.00420.00080
1mg/Kg-dry 22-May-2024 01:190.00050trans-1,3-Dichloropropene 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00050Trichloroethene 0.00420.014
1mg/Kg-dry 22-May-2024 01:190.00042Trichlorofluoromethane 0.0042U
1mg/Kg-dry 22-May-2024 01:190.00067Vinyl chloride 0.00084U
1mg/Kg-dry 22-May-2024 01:190.00084Xylenes, Total 0.013U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 01:1910570-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 01:1993.9 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 01:1910270-130
Surr: Toluene-d8 1%REC 22-May-2024 01:1910370-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 00:556.3nC6 to nC12 42U
1mg/Kg-dry 21-May-2024 00:558.3>nC12 to nC28 42U
1mg/Kg-dry 21-May-2024 00:558.3>nC28 to nC35 42U
1mg/Kg-dry 21-May-2024 00:556.3Total Petroleum Hydrocarbon 42U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 00:5582.8 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 00:5511970-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010012.7
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
22 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-9 (8-9')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-08
15-May-2024 11:30 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 01:400.000521,1,1-Trichloroethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000831,1,2,2-Tetrachloroethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000731,1,2-Trichlor-1,2,2-trifluoroethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000521,1,2-Trichloroethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000521,1-Dichloroethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000521,1-Dichloroethene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00101,2,4-Trichlorobenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00101,2-Dibromo-3-chloropropane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000521,2-Dibromoethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00101,2-Dichlorobenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000631,2-Dichloroethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.000831,2-Dichloropropane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00101,3-Dichlorobenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00101,4-Dichlorobenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00142-Butanone 0.010U
1mg/Kg-dry 22-May-2024 01:400.00152-Hexanone 0.010U
1mg/Kg-dry 22-May-2024 01:400.00214-Methyl-2-pentanone 0.010U
1mg/Kg-dry 22-May-2024 01:400.0021Acetone 0.021U
1mg/Kg-dry 22-May-2024 01:400.00052Benzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052Bromodichloromethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00063Bromoform 0.0052U
1mg/Kg-dry 22-May-2024 01:400.0010Bromomethane 0.010U
1mg/Kg-dry 22-May-2024 01:400.00063Carbon disulfide 0.010U
1mg/Kg-dry 22-May-2024 01:400.00063Carbon tetrachloride 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00063Chlorobenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00083Chloroethane 0.010U
1mg/Kg-dry 22-May-2024 01:400.00052Chloroform 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052Chloromethane 0.010U
1mg/Kg-dry 22-May-2024 01:400.00083cis-1,2-Dichloroethene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052cis-1,3-Dichloropropene 0.0052U
1mg/Kg-dry 22-May-2024 01:40n 0.0010Cyclohexane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052Dibromochloromethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00073Dichlorodifluoromethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00073Ethylbenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00094Isopropylbenzene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.0017m,p-Xylene 0.010U
1mg/Kg-dry 22-May-2024 01:400.00073Methyl acetate 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052Methyl tert-butyl ether 0.0052U
1mg/Kg-dry 22-May-2024 01:400.0010Methylcyclohexane 0.0052U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
23 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-9 (8-9')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-08
15-May-2024 11:30 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 01:400.0010Methylene chloride 0.010U
1mg/Kg-dry 22-May-2024 01:400.0010o-Xylene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00073Styrene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00073Tetrachloroethene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00063Toluene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052trans-1,2-Dichloroethene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00063trans-1,3-Dichloropropene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00063Trichloroethene 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00052Trichlorofluoromethane 0.0052U
1mg/Kg-dry 22-May-2024 01:400.00083Vinyl chloride 0.0010U
1mg/Kg-dry 22-May-2024 01:400.0010Xylenes, Total 0.016U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 01:4010670-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 01:4092.1 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 01:4096.3 70-130
Surr: Toluene-d8 1%REC 22-May-2024 01:4010570-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 01:257.4nC6 to nC12 50U
1mg/Kg-dry 21-May-2024 01:259.7>nC12 to nC28 50U
1mg/Kg-dry 21-May-2024 01:259.7>nC28 to nC35 50U
1mg/Kg-dry 21-May-2024 01:257.4Total Petroleum Hydrocarbon 50U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 01:2579.7 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 01:2511770-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010014.7
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
24 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-9 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-09
15-May-2024 11:30 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 02:020.000431,1,1-Trichloroethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000691,1,2,2-Tetrachloroethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000601,1,2-Trichlor-1,2,2-trifluoroethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000431,1,2-Trichloroethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000431,1-Dichloroethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000431,1-Dichloroethene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000861,2,4-Trichlorobenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000861,2-Dibromo-3-chloropropane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000431,2-Dibromoethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000861,2-Dichlorobenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000521,2-Dichloroethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000691,2-Dichloropropane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000861,3-Dichlorobenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.000861,4-Dichlorobenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00112-Butanone 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00122-Hexanone 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00174-Methyl-2-pentanone 0.0086U
1mg/Kg-dry 22-May-2024 02:020.0017Acetone 0.017U
1mg/Kg-dry 22-May-2024 02:020.00043Benzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00043Bromodichloromethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00052Bromoform 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00086Bromomethane 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00052Carbon disulfide 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00052Carbon tetrachloride 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00052Chlorobenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00069Chloroethane 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00043Chloroform 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00043Chloromethane 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00069cis-1,2-Dichloroethene 0.00430.022
1mg/Kg-dry 22-May-2024 02:020.00043cis-1,3-Dichloropropene 0.0043U
1mg/Kg-dry 22-May-2024 02:02n 0.00086Cyclohexane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00043Dibromochloromethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00060Dichlorodifluoromethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00060Ethylbenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00077Isopropylbenzene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.0014m,p-Xylene 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00060Methyl acetate 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00043Methyl tert-butyl ether 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00086Methylcyclohexane 0.0043U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
25 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-9 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-09
15-May-2024 11:30 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 02:020.00086Methylene chloride 0.0086U
1mg/Kg-dry 22-May-2024 02:020.00086o-Xylene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00060Styrene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00060Tetrachloroethene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00052Toluene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00043trans-1,2-Dichloroethene 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00052trans-1,3-Dichloropropene 0.0043U
1mg/Kg-dry 22-May-2024 02:02J0.00052Trichloroethene 0.00430.00084
1mg/Kg-dry 22-May-2024 02:020.00043Trichlorofluoromethane 0.0043U
1mg/Kg-dry 22-May-2024 02:020.00069Vinyl chloride 0.00086U
1mg/Kg-dry 22-May-2024 02:020.00086Xylenes, Total 0.013U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 02:0210370-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 02:0292.8 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 02:0298.4 70-130
Surr: Toluene-d8 1%REC 22-May-2024 02:0210570-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 01:546.4nC6 to nC12 43U
1mg/Kg-dry 21-May-2024 01:548.5>nC12 to nC28 43U
1mg/Kg-dry 21-May-2024 01:548.5>nC28 to nC35 43U
1mg/Kg-dry 21-May-2024 01:546.4Total Petroleum Hydrocarbon 43U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 01:5486.2 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 01:5411970-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010011.7
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
26 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-8 (2-3')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-10
15-May-2024 11:55 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 20-May-2024
1mg/Kg-dry 20-May-2024 23:220.0810Arsenic 0.5794.64
1mg/Kg-dry 20-May-2024 23:220.0347Barium 0.57996.8
1mg/Kg-dry 20-May-2024 23:22J0.0313Cadmium 0.5790.0754
1mg/Kg-dry 20-May-2024 23:220.0266Chromium 0.57915.9
1mg/Kg-dry 20-May-2024 23:220.0150Lead 0.5799.30
1mg/Kg-dry 20-May-2024 23:220.105Selenium 0.5791.11
1mg/Kg-dry 20-May-2024 23:22J0.0174Silver 0.5790.0442
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 14:080.000594Mercury 0.004200.00649
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010020.5
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
27 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-8 (7-8')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-11
15-May-2024 12:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 02:240.000511,1,1-Trichloroethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000821,1,2,2-Tetrachloroethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000721,1,2-Trichlor-1,2,2-trifluoroethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000511,1,2-Trichloroethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000511,1-Dichloroethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000511,1-Dichloroethene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00101,2,4-Trichlorobenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00101,2-Dibromo-3-chloropropane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000511,2-Dibromoethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00101,2-Dichlorobenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000621,2-Dichloroethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.000821,2-Dichloropropane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00101,3-Dichlorobenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00101,4-Dichlorobenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00132-Butanone 0.010U
1mg/Kg-dry 22-May-2024 02:240.00142-Hexanone 0.010U
1mg/Kg-dry 22-May-2024 02:240.00214-Methyl-2-pentanone 0.010U
1mg/Kg-dry 22-May-2024 02:240.0021Acetone 0.021U
1mg/Kg-dry 22-May-2024 02:240.00051Benzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051Bromodichloromethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00062Bromoform 0.0051U
1mg/Kg-dry 22-May-2024 02:240.0010Bromomethane 0.010U
1mg/Kg-dry 22-May-2024 02:240.00062Carbon disulfide 0.010U
1mg/Kg-dry 22-May-2024 02:240.00062Carbon tetrachloride 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00062Chlorobenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00082Chloroethane 0.010U
1mg/Kg-dry 22-May-2024 02:240.00051Chloroform 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051Chloromethane 0.010U
1mg/Kg-dry 22-May-2024 02:240.00082cis-1,2-Dichloroethene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051cis-1,3-Dichloropropene 0.0051U
1mg/Kg-dry 22-May-2024 02:24n 0.0010Cyclohexane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051Dibromochloromethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00072Dichlorodifluoromethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00072Ethylbenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00093Isopropylbenzene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.0016m,p-Xylene 0.010U
1mg/Kg-dry 22-May-2024 02:240.00072Methyl acetate 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051Methyl tert-butyl ether 0.0051U
1mg/Kg-dry 22-May-2024 02:240.0010Methylcyclohexane 0.0051U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
28 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-8 (7-8')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-11
15-May-2024 12:05 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 02:240.0010Methylene chloride 0.010U
1mg/Kg-dry 22-May-2024 02:240.0010o-Xylene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00072Styrene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00072Tetrachloroethene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00062Toluene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051trans-1,2-Dichloroethene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00062trans-1,3-Dichloropropene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00062Trichloroethene 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00051Trichlorofluoromethane 0.0051U
1mg/Kg-dry 22-May-2024 02:240.00082Vinyl chloride 0.0010U
1mg/Kg-dry 22-May-2024 02:240.0010Xylenes, Total 0.015U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 02:2410570-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 02:2492.2 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 02:2498.8 70-130
Surr: Toluene-d8 1%REC 22-May-2024 02:2410570-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 02:247.1nC6 to nC12 48U
1mg/Kg-dry 21-May-2024 02:249.3>nC12 to nC28 48U
1mg/Kg-dry 21-May-2024 02:249.3>nC28 to nC35 48U
1mg/Kg-dry 21-May-2024 02:247.1Total Petroleum Hydrocarbon 48U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 02:2485.3 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 02:2410670-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010016.5
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
29 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-8 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-12
15-May-2024 12:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 22:380.000531,1,1-Trichloroethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000841,1,2,2-Tetrachloroethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000741,1,2-Trichlor-1,2,2-trifluoroethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000531,1,2-Trichloroethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000531,1-Dichloroethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000531,1-Dichloroethene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00111,2,4-Trichlorobenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00111,2-Dibromo-3-chloropropane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000531,2-Dibromoethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00111,2-Dichlorobenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000631,2-Dichloroethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.000841,2-Dichloropropane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00111,3-Dichlorobenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00111,4-Dichlorobenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00142-Butanone 0.011U
1mg/Kg-dry 22-May-2024 22:380.00152-Hexanone 0.011U
1mg/Kg-dry 22-May-2024 22:380.00214-Methyl-2-pentanone 0.011U
1mg/Kg-dry 22-May-2024 22:380.0021Acetone 0.021U
1mg/Kg-dry 22-May-2024 22:380.00053Benzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053Bromodichloromethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00063Bromoform 0.0053U
1mg/Kg-dry 22-May-2024 22:380.0011Bromomethane 0.011U
1mg/Kg-dry 22-May-2024 22:380.00063Carbon disulfide 0.011U
1mg/Kg-dry 22-May-2024 22:380.00063Carbon tetrachloride 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00063Chlorobenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00084Chloroethane 0.011U
1mg/Kg-dry 22-May-2024 22:380.00053Chloroform 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053Chloromethane 0.011U
1mg/Kg-dry 22-May-2024 22:380.00084cis-1,2-Dichloroethene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053cis-1,3-Dichloropropene 0.0053U
1mg/Kg-dry 22-May-2024 22:38n 0.0011Cyclohexane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053Dibromochloromethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00074Dichlorodifluoromethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00074Ethylbenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00095Isopropylbenzene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.0017m,p-Xylene 0.011U
1mg/Kg-dry 22-May-2024 22:380.00074Methyl acetate 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053Methyl tert-butyl ether 0.0053U
1mg/Kg-dry 22-May-2024 22:380.0011Methylcyclohexane 0.00530.018
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
30 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-8 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-12
15-May-2024 12:15 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 22:380.0011Methylene chloride 0.011U
1mg/Kg-dry 22-May-2024 22:380.0011o-Xylene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00074Styrene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00074Tetrachloroethene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00063Toluene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053trans-1,2-Dichloroethene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00063trans-1,3-Dichloropropene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00063Trichloroethene 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00053Trichlorofluoromethane 0.0053U
1mg/Kg-dry 22-May-2024 22:380.00084Vinyl chloride 0.0011U
1mg/Kg-dry 22-May-2024 22:380.0011Xylenes, Total 0.016U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 22:3810270-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 22:3895.4 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 22:3894.3 70-130
Surr: Toluene-d8 1%REC 22-May-2024 22:3810770-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 02:536.8nC6 to nC12 46U
1mg/Kg-dry 21-May-2024 02:538.9>nC12 to nC28 46U
1mg/Kg-dry 21-May-2024 02:538.9>nC28 to nC35 46U
1mg/Kg-dry 21-May-2024 02:536.8Total Petroleum Hydrocarbon 46U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 02:5386.1 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 02:5311470-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010017.4
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
31 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-7 (1-2')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-13
15-May-2024 13:20 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
METALS BY SW6020A Method:SW6020A Analyst: MSCPrep:SW3050B / 20-May-2024
1mg/Kg-dry 20-May-2024 23:240.0896Arsenic 0.64012.2
1mg/Kg-dry 20-May-2024 23:240.0384Barium 0.640117
1mg/Kg-dry 20-May-2024 23:24J0.0346Cadmium 0.6400.166
1mg/Kg-dry 20-May-2024 23:240.0294Chromium 0.64020.1
1mg/Kg-dry 20-May-2024 23:240.0166Lead 0.64018.3
1mg/Kg-dry 20-May-2024 23:240.116Selenium 0.6401.76
1mg/Kg-dry 20-May-2024 23:24J0.0192Silver 0.6400.0631
MERCURY BY SW7471B Method:SW7471B Analyst: JSPrep:SW7471B / 21-May-2024
1mg/Kg-dry 21-May-2024 14:280.000675Mercury 0.004770.0522
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010026.4
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
32 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-7 (5-6')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-14
15-May-2024 13:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 17:570.000461,1,1-Trichloroethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000741,1,2,2-Tetrachloroethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000641,1,2-Trichlor-1,2,2-trifluoroethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000461,1,2-Trichloroethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000461,1-Dichloroethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000461,1-Dichloroethene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000921,2,4-Trichlorobenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000921,2-Dibromo-3-chloropropane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000461,2-Dibromoethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000921,2-Dichlorobenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000551,2-Dichloroethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000741,2-Dichloropropane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000921,3-Dichlorobenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.000921,4-Dichlorobenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00122-Butanone 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00132-Hexanone 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00184-Methyl-2-pentanone 0.0092U
1mg/Kg-dry 22-May-2024 17:570.0018Acetone 0.0180.028
1mg/Kg-dry 22-May-2024 17:570.00046Benzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046Bromodichloromethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00055Bromoform 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00092Bromomethane 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00055Carbon disulfide 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00055Carbon tetrachloride 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00055Chlorobenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00074Chloroethane 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00046Chloroform 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046Chloromethane 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00074cis-1,2-Dichloroethene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046cis-1,3-Dichloropropene 0.0046U
1mg/Kg-dry 22-May-2024 17:57n 0.00092Cyclohexane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046Dibromochloromethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00064Dichlorodifluoromethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00064Ethylbenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00083Isopropylbenzene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.0015m,p-Xylene 0.0092U
1mg/Kg-dry 22-May-2024 17:570.00064Methyl acetate 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046Methyl tert-butyl ether 0.0046U
1mg/Kg-dry 22-May-2024 17:57J0.00092Methylcyclohexane 0.00460.0020
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
33 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-7 (5-6')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-14
15-May-2024 13:40 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 17:57J0.00092Methylene chloride 0.00920.0047
1mg/Kg-dry 22-May-2024 17:570.00092o-Xylene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00064Styrene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00064Tetrachloroethene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00055Toluene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046trans-1,2-Dichloroethene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00055trans-1,3-Dichloropropene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00055Trichloroethene 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00046Trichlorofluoromethane 0.0046U
1mg/Kg-dry 22-May-2024 17:570.00074Vinyl chloride 0.00092U
1mg/Kg-dry 22-May-2024 17:570.00092Xylenes, Total 0.014U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 17:5795.9 70-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 17:5789.9 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 17:5793.9 70-130
Surr: Toluene-d8 1%REC 22-May-2024 17:5710670-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 03:238.3nC6 to nC12 56U
1mg/Kg-dry 21-May-2024 03:2311>nC12 to nC28 56U
1mg/Kg-dry 21-May-2024 03:2311>nC28 to nC35 56U
1mg/Kg-dry 21-May-2024 03:238.3Total Petroleum Hydrocarbon 56U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 03:2384.4 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 03:2310170-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010022.8
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
34 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-7 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-15
15-May-2024 13:45 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 18:190.000441,1,1-Trichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000701,1,2,2-Tetrachloroethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000611,1,2-Trichlor-1,2,2-trifluoroethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000441,1,2-Trichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000441,1-Dichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000441,1-Dichloroethene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000881,2,4-Trichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000881,2-Dibromo-3-chloropropane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000441,2-Dibromoethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000881,2-Dichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000531,2-Dichloroethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000701,2-Dichloropropane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000881,3-Dichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.000881,4-Dichlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00112-Butanone 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00122-Hexanone 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00184-Methyl-2-pentanone 0.0088U
1mg/Kg-dry 22-May-2024 18:190.0018Acetone 0.018U
1mg/Kg-dry 22-May-2024 18:190.00044Benzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00044Bromodichloromethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00053Bromoform 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00088Bromomethane 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00053Carbon disulfide 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00053Carbon tetrachloride 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00053Chlorobenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00070Chloroethane 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00044Chloroform 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00044Chloromethane 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00070cis-1,2-Dichloroethene 0.00440.011
1mg/Kg-dry 22-May-2024 18:190.00044cis-1,3-Dichloropropene 0.0044U
1mg/Kg-dry 22-May-2024 18:19n 0.00088Cyclohexane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00044Dibromochloromethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00061Dichlorodifluoromethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00061Ethylbenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00079Isopropylbenzene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.0014m,p-Xylene 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00061Methyl acetate 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00044Methyl tert-butyl ether 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00088Methylcyclohexane 0.0044U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
35 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
SB-7 (19-20')
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-15
15-May-2024 13:45 Matrix:Soil
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
VOLATILES BY SW8260C Method:SW8260 Analyst: GS
1mg/Kg-dry 22-May-2024 18:190.00088Methylene chloride 0.0088U
1mg/Kg-dry 22-May-2024 18:190.00088o-Xylene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00061Styrene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00061Tetrachloroethene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00053Toluene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00044trans-1,2-Dichloroethene 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00053trans-1,3-Dichloropropene 0.0044U
1mg/Kg-dry 22-May-2024 18:19J0.00053Trichloroethene 0.00440.00065
1mg/Kg-dry 22-May-2024 18:190.00044Trichlorofluoromethane 0.0044U
1mg/Kg-dry 22-May-2024 18:190.00070Vinyl chloride 0.00088U
1mg/Kg-dry 22-May-2024 18:190.00088Xylenes, Total 0.013U
Surr: 1,2-Dichloroethane-d4 1%REC 22-May-2024 18:1999.7 70-126
Surr: 4-Bromofluorobenzene 1%REC 22-May-2024 18:1992.2 70-130
Surr: Dibromofluoromethane 1%REC 22-May-2024 18:1996.5 70-130
Surr: Toluene-d8 1%REC 22-May-2024 18:1910470-130
TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/Kg-dry 21-May-2024 03:527.0nC6 to nC12 47U
1mg/Kg-dry 21-May-2024 03:529.2>nC12 to nC28 47U
1mg/Kg-dry 21-May-2024 03:529.2>nC28 to nC35 47U
1mg/Kg-dry 21-May-2024 03:527.0Total Petroleum Hydrocarbon 47U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 03:5287.3 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 03:5210370-130
MOISTURE - ASTM D2216 Method:ASTM D2216 Analyst: MR
1wt%20-May-2024 12:520.0100Percent Moisture 0.010013.4
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
36 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-3
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-16
15-May-2024 14:05 Matrix:Groundwater
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 18-May-2024 05:180.000201,1,1-Trichloroethane 0.0010U
1mg/L 18-May-2024 05:180.000501,1,2,2-Tetrachloroethane 0.0010U
1mg/L 18-May-2024 05:180.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U
1mg/L 18-May-2024 05:180.000301,1,2-Trichloroethane 0.0010U
1mg/L 18-May-2024 05:180.000201,1-Dichloroethane 0.0010U
1mg/L 18-May-2024 05:180.000201,1-Dichloroethene 0.0010U
1mg/L 18-May-2024 05:180.000501,2,4-Trichlorobenzene 0.0010U
1mg/L 18-May-2024 05:180.000601,2-Dibromo-3-chloropropane 0.0010U
1mg/L 18-May-2024 05:180.000201,2-Dibromoethane 0.0010U
1mg/L 18-May-2024 05:180.000501,2-Dichlorobenzene 0.0010U
1mg/L 18-May-2024 05:180.000201,2-Dichloroethane 0.0010U
1mg/L 18-May-2024 05:180.000501,2-Dichloropropane 0.0010U
1mg/L 18-May-2024 05:180.000401,3-Dichlorobenzene 0.0010U
1mg/L 18-May-2024 05:180.000401,4-Dichlorobenzene 0.0010U
1mg/L 18-May-2024 05:180.000502-Butanone 0.0020U
1mg/L 18-May-2024 05:180.00102-Hexanone 0.0020U
1mg/L 18-May-2024 05:180.000704-Methyl-2-pentanone 0.0020U
1mg/L 18-May-2024 05:180.0014Acetone 0.0020U
1mg/L 18-May-2024 05:18J0.00020Benzene 0.00100.00028
1mg/L 18-May-2024 05:180.00020Bromodichloromethane 0.0010U
1mg/L 18-May-2024 05:180.00040Bromoform 0.0010U
1mg/L 18-May-2024 05:180.00040Bromomethane 0.0010U
1mg/L 18-May-2024 05:180.00060Carbon disulfide 0.0020U
1mg/L 18-May-2024 05:180.00050Carbon tetrachloride 0.0010U
1mg/L 18-May-2024 05:180.00030Chlorobenzene 0.0010U
1mg/L 18-May-2024 05:180.00030Chloroethane 0.0010U
1mg/L 18-May-2024 05:180.00020Chloroform 0.0010U
1mg/L 18-May-2024 05:180.00020Chloromethane 0.0010U
1mg/L 18-May-2024 05:180.00020cis-1,2-Dichloroethene 0.00100.0061
1mg/L 18-May-2024 05:180.00010cis-1,3-Dichloropropene 0.0010U
1mg/L 18-May-2024 05:18n 0.00030Cyclohexane 0.0010U
1mg/L 18-May-2024 05:180.00030Dibromochloromethane 0.0010U
1mg/L 18-May-2024 05:180.00030Dichlorodifluoromethane 0.0010U
1mg/L 18-May-2024 05:180.00030Ethylbenzene 0.0010U
1mg/L 18-May-2024 05:180.00030Isopropylbenzene 0.0010U
1mg/L 18-May-2024 05:180.00050m,p-Xylene 0.0020U
1mg/L 18-May-2024 05:180.0010Methyl acetate 0.0010U
1mg/L 18-May-2024 05:18J0.00020Methyl tert-butyl ether 0.00100.00093
1mg/L 18-May-2024 05:180.00030Methylcyclohexane 0.0010U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
37 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-3
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-16
15-May-2024 14:05 Matrix:Groundwater
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 18-May-2024 05:180.0010Methylene chloride 0.0020U
1mg/L 18-May-2024 05:180.00030o-Xylene 0.0010U
1mg/L 18-May-2024 05:180.00030Styrene 0.0010U
1mg/L 18-May-2024 05:180.00030Tetrachloroethene 0.0010U
1mg/L 18-May-2024 05:180.00020Toluene 0.0010U
1mg/L 18-May-2024 05:180.00020trans-1,2-Dichloroethene 0.0010U
1mg/L 18-May-2024 05:180.00020trans-1,3-Dichloropropene 0.0010U
1mg/L 18-May-2024 05:180.00030Trichloroethene 0.0010U
1mg/L 18-May-2024 05:180.00030Trichlorofluoromethane 0.0010U
1mg/L 18-May-2024 05:180.00020Vinyl chloride 0.0010U
1mg/L 18-May-2024 05:180.00030Xylenes, Total 0.0030U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:1898.4 70-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:1897.6 77-113
Surr: Dibromofluoromethane 1%REC 18-May-2024 05:1894.2 77-123
Surr: Toluene-d8 1%REC 18-May-2024 05:1896.5 82-127
LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/L 21-May-2024 01:540.20nC6 to nC12 0.50U
1mg/L 21-May-2024 01:540.20>nC12 to nC28 0.50U
1mg/L 21-May-2024 01:540.20>nC28 to nC35 0.50U
1mg/L 21-May-2024 01:540.20Total Petroleum Hydrocarbon 0.50U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 01:5488.5 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 01:5410770-130
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
38 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-17
15-May-2024 14:45 Matrix:Groundwater
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 18-May-2024 05:400.000201,1,1-Trichloroethane 0.0010U
1mg/L 18-May-2024 05:400.000501,1,2,2-Tetrachloroethane 0.0010U
1mg/L 18-May-2024 05:400.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U
1mg/L 18-May-2024 05:400.000301,1,2-Trichloroethane 0.0010U
1mg/L 18-May-2024 05:400.000201,1-Dichloroethane 0.0010U
1mg/L 18-May-2024 05:400.000201,1-Dichloroethene 0.0010U
1mg/L 18-May-2024 05:400.000501,2,4-Trichlorobenzene 0.0010U
1mg/L 18-May-2024 05:400.000601,2-Dibromo-3-chloropropane 0.0010U
1mg/L 18-May-2024 05:400.000201,2-Dibromoethane 0.0010U
1mg/L 18-May-2024 05:400.000501,2-Dichlorobenzene 0.0010U
1mg/L 18-May-2024 05:400.000201,2-Dichloroethane 0.0010U
1mg/L 18-May-2024 05:400.000501,2-Dichloropropane 0.0010U
1mg/L 18-May-2024 05:400.000401,3-Dichlorobenzene 0.0010U
1mg/L 18-May-2024 05:400.000401,4-Dichlorobenzene 0.0010U
1mg/L 18-May-2024 05:400.000502-Butanone 0.0020U
1mg/L 18-May-2024 05:400.00102-Hexanone 0.0020U
1mg/L 18-May-2024 05:400.000704-Methyl-2-pentanone 0.0020U
1mg/L 18-May-2024 05:400.0014Acetone 0.0020U
1mg/L 18-May-2024 05:40J0.00020Benzene 0.00100.00041
1mg/L 18-May-2024 05:400.00020Bromodichloromethane 0.0010U
1mg/L 18-May-2024 05:400.00040Bromoform 0.0010U
1mg/L 18-May-2024 05:400.00040Bromomethane 0.0010U
1mg/L 18-May-2024 05:400.00060Carbon disulfide 0.0020U
1mg/L 18-May-2024 05:400.00050Carbon tetrachloride 0.0010U
1mg/L 18-May-2024 05:400.00030Chlorobenzene 0.0010U
1mg/L 18-May-2024 05:400.00030Chloroethane 0.0010U
1mg/L 18-May-2024 05:400.00020Chloroform 0.0010U
1mg/L 18-May-2024 05:400.00020Chloromethane 0.0010U
1mg/L 18-May-2024 05:400.00020cis-1,2-Dichloroethene 0.00100.036
1mg/L 18-May-2024 05:400.00010cis-1,3-Dichloropropene 0.0010U
1mg/L 18-May-2024 05:40n 0.00030Cyclohexane 0.0010U
1mg/L 18-May-2024 05:400.00030Dibromochloromethane 0.0010U
1mg/L 18-May-2024 05:400.00030Dichlorodifluoromethane 0.0010U
1mg/L 18-May-2024 05:400.00030Ethylbenzene 0.0010U
1mg/L 18-May-2024 05:400.00030Isopropylbenzene 0.0010U
1mg/L 18-May-2024 05:400.00050m,p-Xylene 0.0020U
1mg/L 18-May-2024 05:400.0010Methyl acetate 0.0010U
1mg/L 18-May-2024 05:400.00020Methyl tert-butyl ether 0.0010U
1mg/L 18-May-2024 05:400.00030Methylcyclohexane 0.0010U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
39 of 95
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-2
WorkOrder:
Lab ID:
Collection Date:
HS24050999
HS24050999-17
15-May-2024 14:45 Matrix:Groundwater
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 18-May-2024 05:400.0010Methylene chloride 0.0020U
1mg/L 18-May-2024 05:400.00030o-Xylene 0.0010U
1mg/L 18-May-2024 05:400.00030Styrene 0.0010U
1mg/L 18-May-2024 05:400.00030Tetrachloroethene 0.0010U
1mg/L 18-May-2024 05:40J0.00020Toluene 0.00100.00039
1mg/L 18-May-2024 05:40J0.00020trans-1,2-Dichloroethene 0.00100.00039
1mg/L 18-May-2024 05:400.00020trans-1,3-Dichloropropene 0.0010U
1mg/L 18-May-2024 05:400.00030Trichloroethene 0.00100.0076
1mg/L 18-May-2024 05:400.00030Trichlorofluoromethane 0.0010U
1mg/L 18-May-2024 05:400.00020Vinyl chloride 0.00100.0013
1mg/L 18-May-2024 05:400.00030Xylenes, Total 0.0030U
Surr: 1,2-Dichloroethane-d4 1%REC 18-May-2024 05:4010270-126
Surr: 4-Bromofluorobenzene 1%REC 18-May-2024 05:4095.9 77-113
Surr: Dibromofluoromethane 1%REC 18-May-2024 05:4097.9 77-123
Surr: Toluene-d8 1%REC 18-May-2024 05:4096.1 82-127
LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 20-May-2024
1mg/L 21-May-2024 02:240.20nC6 to nC12 0.50U
1mg/L 21-May-2024 02:240.20>nC12 to nC28 0.50U
1mg/L 21-May-2024 02:240.20>nC28 to nC35 0.50U
1mg/L 21-May-2024 02:240.20Total Petroleum Hydrocarbon 0.50U
Surr: 2-Fluorobiphenyl 1%REC 21-May-2024 02:2485.8 70-130
Surr: Trifluoromethyl benzene 1%REC 21-May-2024 02:2410370-130
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
40 of 95
Weight / Prep Log
HS24050999
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
Batch ID:7116
Method:VOLATILES BY SW8260C
Start Date: 17 May 2024 09:09 End Date: 17 May 2024 09:09
ContainerSample ID
Container
Type
Sample
Wt/Vol
Final
Volume
Weight
Factor
HS24050999-01 1 5.555 (g)TerraCore (5035A)5 (mL)0.9
HS24050999-02 1 5.913 (g)TerraCore (5035A)5 (mL)0.85
HS24050999-03 1 4.674 (g)TerraCore (5035A)5 (mL)1.07
HS24050999-04 1 6.442 (g)TerraCore (5035A)5 (mL)0.78
HS24050999-06 1 6.277 (g)TerraCore (5035A)5 (mL)0.8
HS24050999-07 1 5.564 (g)TerraCore (5035A)5 (mL)0.9
HS24050999-08 1 4.771 (g)TerraCore (5035A)5 (mL)1.05
HS24050999-09 1 6.297 (g)TerraCore (5035A)5 (mL)0.79
HS24050999-11 1 11.53 (g)TerraCore (5035A)5 (mL)0.43
HS24050999-12 1 6.955 (g)TerraCore (5035A)5 (mL)0.72
HS24050999-14 1 6.376 (g)TerraCore (5035A)5 (mL)0.78
HS24050999-15 1 6.75 (g)TerraCore (5035A)5 (mL)0.74
Batch ID:7118
Method:VOLATILES BY SW8260C
Start Date: 20 May 2024 09:57 End Date: 20 May 2024 09:57
ContainerSample ID
Container
Type
Sample
Wt/Vol
Final
Volume
Weight
Factor
HS24050999-12 1 5.978 (g)TerraCore (5035A)5 (mL)0.84
Batch ID:7121
Method:VOLATILES BY SW8260C
Start Date: 21 May 2024 11:55 End Date: 21 May 2024 11:55
ContainerSample ID
Container
Type
Sample
Wt/Vol
Final
Volume
Weight
Factor
HS24050999-01 1 5.007 (g)TerraCore (5035A)5 (mL)1
HS24050999-02 1 6.428 (g)TerraCore (5035A)5 (mL)0.78
HS24050999-03 1 5.008 (g)TerraCore (5035A)5 (mL)1
HS24050999-04 1 6.621 (g)TerraCore (5035A)5 (mL)0.76
HS24050999-06 1 5.784 (g)TerraCore (5035A)5 (mL)0.86
HS24050999-07 1 6.876 (g)TerraCore (5035A)5 (mL)0.73
HS24050999-08 1 5.63 (g)TerraCore (5035A)5 (mL)0.89
HS24050999-09 1 6.575 (g)TerraCore (5035A)5 (mL)0.76
HS24050999-11 1 5.791 (g)TerraCore (5035A)5 (mL)0.86
HS24050999-14 1 7.071 (g)TerraCore (5035A)5 (mL)0.71
HS24050999-15 1 6.614 (g)TerraCore (5035A)5 (mL)0.76
Batch ID:7124
Method:VOLATILES BY SW8260C
Start Date: 22 May 2024 15:22 End Date: 22 May 2024 15:22
ContainerSample ID
Container
Type
Sample
Wt/Vol
Final
Volume
Weight
Factor
HS24050999-12 1 5.744 (g)TerraCore (5035A)5 (mL)0.87
23-May-24Date: ALS Houston, US
41 of 95
Weight / Prep Log
HS24050999
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
Batch ID:212140
Method:METALS PREP - SOLIDS - SW3050B 3050_I_LOWPrep Code:
Start Date: 20 May 2024 08:00 End Date: 20 May 2024 08:00
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050999-05 0.534 (g)4-oz glass, Neat50 (mL) 93.63
HS24050999-10 0.5433 (g)4-oz glass, Neat50 (mL) 92.03
HS24050999-13 0.5308 (g)4-oz glass, Neat50 (mL)94.2
Batch ID:212189
Method:TX 1005 PREP TX 1005_W PRPrep Code:
Start Date: 20 May 2024 10:43 End Date: 20 May 2024 10:43
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050999-16 30 (g)40 mL VOA w/ HCL3 (mL)0.1
HS24050999-17 29.91 (g)40 mL VOA w/ HCL3 (mL) 0.1003
Batch ID:212209
Method:TX 1005 PREP TX 1005_S PRPrep Code:
Start Date: 20 May 2024 14:23 End Date: 20 May 2024 14:23
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050999-01 12.09 (g)2 Tared Vials+Plunger10 (mL) 0.8271
HS24050999-02 13.76 (g)2 Tared Vials+Plunger10 (mL) 0.7267
HS24050999-03 11.89 (g)2 Tared Vials+Plunger10 (mL) 0.841
HS24050999-04 12.65 (g)2 Tared Vials+Plunger10 (mL) 0.7905
HS24050999-06 8.67 (g)2 Tared Vials+Plunger10 (mL) 1.153
HS24050999-07 13.5 (g)2 Tared Vials+Plunger10 (mL) 0.7407
HS24050999-08 11.79 (g)2 Tared Vials+Plunger10 (mL) 0.8482
HS24050999-09 13.06 (g)2 Tared Vials+Plunger10 (mL) 0.7657
HS24050999-11 12.6 (g)2 Tared Vials+Plunger10 (mL) 0.7937
HS24050999-12 13.26 (g)2 Tared Vials+Plunger10 (mL) 0.7541
HS24050999-14 11.52 (g)2 Tared Vials+Plunger10 (mL) 0.8681
HS24050999-15 12.23 (g)2 Tared Vials+Plunger10 (mL) 0.8177
Batch ID:212229
Method:MERCURY PREP - SOLID - 7471B HG_S_LOWPRPrep Code:
Start Date: 21 May 2024 09:00 End Date: 21 May 2024 09:00
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24050999-05 0.5743
(grams)
4-oz glass, Neat40 (mL) 69.65
HS24050999-10 0.5971
(grams)
4-oz glass, Neat40 (mL) 66.99
HS24050999-13 0.5679
(grams)
4-oz glass, Neat40 (mL) 70.43
23-May-24Date: ALS Houston, US
42 of 95
Client:
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
HS24050999
DATES REPORT
Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF
Batch ID:212140 ( 0 ) Test Name :METALS BY SW6020A Matrix:Soil
20 May 2024 08:00 20 May 2024 22:37HS24050999-05 15 May 2024 10:30 1SB-10 (1-2')
20 May 2024 08:00 20 May 2024 23:22HS24050999-10 15 May 2024 11:55 1SB-8 (2-3')
20 May 2024 08:00 20 May 2024 23:24HS24050999-13 15 May 2024 13:20 1SB-7 (1-2')
Batch ID:212189 ( 0 ) Test Name :LOW-LEVEL TEXAS TPH BY TX1005 Matrix:Groundwater
20 May 2024 10:43 21 May 2024 01:54HS24050999-16 15 May 2024 14:05 1TMW-3
20 May 2024 10:43 21 May 2024 02:24HS24050999-17 15 May 2024 14:45 1TMW-2
Batch ID:212209 ( 0 ) Test Name :TEXAS TPH BY TX1005 Matrix:Soil
20 May 2024 14:23 20 May 2024 21:29HS24050999-01 15 May 2024 09:15 1TMW-3 (6-7')
20 May 2024 14:23 20 May 2024 21:59HS24050999-02 15 May 2024 09:15 1TMW-3 (19-20')
20 May 2024 14:23 20 May 2024 23:27HS24050999-03 15 May 2024 10:00 1TMW-4 (5-6')
20 May 2024 14:23 20 May 2024 23:57HS24050999-04 15 May 2024 10:00 1TMW-4 (19-20')
20 May 2024 14:23 21 May 2024 00:26HS24050999-06 15 May 2024 10:40 1SB-10 (3-4')
20 May 2024 14:23 21 May 2024 00:55HS24050999-07 15 May 2024 10:48 1SB-10 (19-20')
20 May 2024 14:23 21 May 2024 01:25HS24050999-08 15 May 2024 11:30 1SB-9 (8-9')
20 May 2024 14:23 21 May 2024 01:54HS24050999-09 15 May 2024 11:30 1SB-9 (19-20')
20 May 2024 14:23 21 May 2024 02:24HS24050999-11 15 May 2024 12:05 1SB-8 (7-8')
20 May 2024 14:23 21 May 2024 02:53HS24050999-12 15 May 2024 12:15 1SB-8 (19-20')
20 May 2024 14:23 21 May 2024 03:23HS24050999-14 15 May 2024 13:40 1SB-7 (5-6')
20 May 2024 14:23 21 May 2024 03:52HS24050999-15 15 May 2024 13:45 1SB-7 (19-20')
Batch ID:212229 ( 0 ) Test Name :MERCURY BY SW7471B Matrix:Soil
21 May 2024 09:00 21 May 2024 14:26HS24050999-05 15 May 2024 10:30 1SB-10 (1-2')
21 May 2024 09:00 21 May 2024 14:08HS24050999-10 15 May 2024 11:55 1SB-8 (2-3')
21 May 2024 09:00 21 May 2024 14:28HS24050999-13 15 May 2024 13:20 1SB-7 (1-2')
Batch ID:R467091 ( 0 ) Test Name :LOW LEVEL VOLATILES BY SW8260C Matrix:Groundwater
18 May 2024 05:18HS24050999-16 15 May 2024 14:05 1TMW-3
18 May 2024 05:40HS24050999-17 15 May 2024 14:45 1TMW-2
Batch ID:R467224 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil
20 May 2024 10:40HS24050999-01 15 May 2024 09:15 1TMW-3 (6-7')
20 May 2024 10:40HS24050999-02 15 May 2024 09:15 1TMW-3 (19-20')
20 May 2024 10:40HS24050999-03 15 May 2024 10:00 1TMW-4 (5-6')
20 May 2024 10:40HS24050999-04 15 May 2024 10:00 1TMW-4 (19-20')
20 May 2024 10:40HS24050999-05 15 May 2024 10:30 1SB-10 (1-2')
23-May-24Date: ALS Houston, US
43 of 95
Client:
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
HS24050999
DATES REPORT
Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF
Batch ID:R467225 ( 0 ) Test Name :MOISTURE - ASTM D2216 Matrix:Soil
20 May 2024 12:52HS24050999-06 15 May 2024 10:40 1SB-10 (3-4')
20 May 2024 12:52HS24050999-07 15 May 2024 10:48 1SB-10 (19-20')
20 May 2024 12:52HS24050999-08 15 May 2024 11:30 1SB-9 (8-9')
20 May 2024 12:52HS24050999-09 15 May 2024 11:30 1SB-9 (19-20')
20 May 2024 12:52HS24050999-10 15 May 2024 11:55 1SB-8 (2-3')
20 May 2024 12:52HS24050999-11 15 May 2024 12:05 1SB-8 (7-8')
20 May 2024 12:52HS24050999-12 15 May 2024 12:15 1SB-8 (19-20')
20 May 2024 12:52HS24050999-13 15 May 2024 13:20 1SB-7 (1-2')
20 May 2024 12:52HS24050999-14 15 May 2024 13:40 1SB-7 (5-6')
20 May 2024 12:52HS24050999-15 15 May 2024 13:45 1SB-7 (19-20')
Batch ID:R467348 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil
21 May 2024 23:31HS24050999-01 15 May 2024 09:15 1TMW-3 (6-7')
21 May 2024 23:52HS24050999-02 15 May 2024 09:15 1TMW-3 (19-20')
22 May 2024 00:14HS24050999-03 15 May 2024 10:00 1TMW-4 (5-6')
22 May 2024 00:36HS24050999-04 15 May 2024 10:00 1TMW-4 (19-20')
22 May 2024 00:57HS24050999-06 15 May 2024 10:40 1SB-10 (3-4')
22 May 2024 01:19HS24050999-07 15 May 2024 10:48 1SB-10 (19-20')
22 May 2024 01:40HS24050999-08 15 May 2024 11:30 1SB-9 (8-9')
22 May 2024 02:02HS24050999-09 15 May 2024 11:30 1SB-9 (19-20')
22 May 2024 02:24HS24050999-11 15 May 2024 12:05 1SB-8 (7-8')
Batch ID:R467456 ( 0 ) Test Name :VOLATILES BY SW8260C Matrix:Soil
22 May 2024 22:38HS24050999-12 15 May 2024 12:15 1SB-8 (19-20')
22 May 2024 17:57HS24050999-14 15 May 2024 13:40 1SB-7 (5-6')
22 May 2024 18:19HS24050999-15 15 May 2024 13:45 1SB-7 (19-20')
23-May-24Date: ALS Houston, US
44 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: TX1005_S_REV3
InstrumentID: FID-12
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: TX1005
Test Name: Texas TPH by TX1005 Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 25TPH-1005-1 7.4nC6 to nC12 5025
A 25TPH-1005-2 9.8>nC12 to nC28 5025
A 25TPH-1005-4 9.8>nC28 to nC35 5025
A 50TPH 7.4Total Petroleum Hydrocarbon 5050
S 0321-60-8 02-Fluorobiphenyl 00
S 098-08-8 0Trifluoromethyl benzene 00
45 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: TX1005_W_Low
InstrumentID: FID-13
METHOD DETECTION /
REPORTING LIMITS
AqueousMatrix:Test Number: TX1005
Test Name: Low-level Texas TPH by TX1005 Units:mg/L
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.26TPH-1005-1 0.20nC6 to nC12 0.500.25
A 0.26TPH-1005-2 0.20>nC12 to nC28 0.500.25
A 0.26TPH-1005-4 0.20>nC28 to nC35 0.500.25
A 0.53TPH 0.20Total Petroleum Hydrocarbon 0.500.50
S 0321-60-8 02-Fluorobiphenyl 00
S 098-08-8 0Trifluoromethyl benzene 00
46 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: HG_S_Low
InstrumentID: HG04
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW7471B
Test Name: Mercury by SW7471B Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.002337439-97-6 0.000470Mercury 0.003320.00167
47 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: ICP_S_Low
InstrumentID: ICPMS05
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW6020A
Test Name: Metals by SW6020A Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.09377440-38-2 0.0700Arsenic 0.5000.100
A 0.1277440-39-3 0.0300Barium 0.5000.100
A 0.09717440-43-9 0.0270Cadmium 0.5000.100
A 0.08707440-47-3 0.0230Chromium 0.5000.100
A 0.09917439-92-1 0.0130Lead 0.5000.100
A 0.1057782-49-2 0.0910Selenium 0.5000.200
A 0.09417440-22-4 0.0150Silver 0.5000.100
48 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: 8260_LL_W
InstrumentID: VOA4
METHOD DETECTION /
REPORTING LIMITS
AqueousMatrix:Test Number: SW8260
Test Name: Low Level Volatiles by SW8260C Units:mg/L
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.0004671-55-6 0.000201,1,1-Trichloroethane 0.00100.00050
A 0.0004279-34-5 0.000501,1,2,2-Tetrachloroethane 0.00100.00050
A 0.0005676-13-1 0.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.00100.00050
A 0.0003679-00-5 0.000301,1,2-Trichloroethane 0.00100.00050
A 0.0005675-34-3 0.000201,1-Dichloroethane 0.00100.00050
A 0.0003775-35-4 0.000201,1-Dichloroethene 0.00100.00050
A 0.00047120-82-1 0.000501,2,4-Trichlorobenzene 0.00100.00050
A 0.0005596-12-8 0.000601,2-Dibromo-3-chloropropane 0.00100.00050
A 0.00044106-93-4 0.000201,2-Dibromoethane 0.00100.00050
A 0.0003895-50-1 0.000501,2-Dichlorobenzene 0.00100.00050
A 0.00059107-06-2 0.000201,2-Dichloroethane 0.00100.00050
A 0.0004278-87-5 0.000501,2-Dichloropropane 0.00100.00050
A 0.00045541-73-1 0.000401,3-Dichlorobenzene 0.00100.00050
A 0.00052106-46-7 0.000401,4-Dichlorobenzene 0.00100.00050
A 0.001378-93-3 0.000502-Butanone 0.00200.0010
A 0.00090591-78-6 0.00102-Hexanone 0.00200.0010
A 0.0011108-10-1 0.000704-Methyl-2-pentanone 0.00200.0010
A 0.001467-64-1 0.0014Acetone 0.00200.0010
A 0.0004471-43-2 0.00020Benzene 0.00100.00050
A 0.0004475-27-4 0.00020Bromodichloromethane 0.00100.00050
A 0.0005475-25-2 0.00040Bromoform 0.00100.00050
A 0.0004374-83-9 0.00040Bromomethane 0.00100.00050
A 0.0009475-15-0 0.00060Carbon disulfide 0.00200.0010
A 0.0004356-23-5 0.00050Carbon tetrachloride 0.00100.00050
A 0.00046108-90-7 0.00030Chlorobenzene 0.00100.00050
A 0.0007475-00-3 0.00030Chloroethane 0.00100.00050
A 0.0004867-66-3 0.00020Chloroform 0.00100.00050
A 0.0005374-87-3 0.00020Chloromethane 0.00100.00050
A 0.00039156-59-2 0.00020cis-1,2-Dichloroethene 0.00100.00050
A 0.0003610061-01-5 0.00010cis-1,3-Dichloropropene 0.00100.00050
A 0.0012110-82-7 0.00030Cyclohexane 0.00100.00050
A 0.00046124-48-1 0.00030Dibromochloromethane 0.00100.00050
A 0.0003775-71-8 0.00030Dichlorodifluoromethane 0.00100.00050
A 0.00044100-41-4 0.00030Ethylbenzene 0.00100.00050
A 0.0003498-82-8 0.00030Isopropylbenzene 0.00100.00050
A 0.00074179601-23-1 0.00050m,p-Xylene 0.00200.0010
A 0.0007179-20-9 0.0010Methyl acetate 0.00100.00050
A 0.000411634-04-4 0.00020Methyl tert-butyl ether 0.00100.00050
A 0.00034108-87-2 0.00030Methylcyclohexane 0.00100.00050
A 0.0008675-09-2 0.0010Methylene chloride 0.00200.00050
49 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: 8260_LL_W
InstrumentID: VOA4
METHOD DETECTION /
REPORTING LIMITS
AqueousMatrix:Test Number: SW8260
Test Name: Low Level Volatiles by SW8260C Units:mg/L
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.0004095-47-6 0.00030o-Xylene 0.00100.00050
A 0.00034100-42-5 0.00030Styrene 0.00100.00050
A 0.00037127-18-4 0.00030Tetrachloroethene 0.00100.00050
A 0.00039108-88-3 0.00020Toluene 0.00100.00050
A 0.00045156-60-5 0.00020trans-1,2-Dichloroethene 0.00100.00050
A 0.0004310061-02-6 0.00020trans-1,3-Dichloropropene 0.00100.00050
A 0.0004579-01-6 0.00030Trichloroethene 0.00100.00050
A 0.0004075-69-4 0.00030Trichlorofluoromethane 0.00100.00050
A 0.0004075-01-4 0.00020Vinyl chloride 0.00100.00050
A 0.00111330-20-7 0.00030Xylenes, Total 0.00300.0015
S 017060-07-0 01,2-Dichloroethane-d4 0.00100
S 0460-00-4 04-Bromofluorobenzene 0.00100
S 01868-53-7 0Dibromofluoromethane 0.00100
S 02037-26-5 0Toluene-d8 0.00100
50 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: 8260_S
InstrumentID: VOA5
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW8260
Test Name: Volatiles by SW8260C Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.005371-55-6 0.000501,1,1-Trichloroethane 0.00500.0025
A 0.002179-34-5 0.000801,1,2,2-Tetrachloroethane 0.00500.0025
A 0.003976-13-1 0.000701,1,2-Trichlor-1,2,2-trifluoroethane 0.00500.0025
A 0.002479-00-5 0.000501,1,2-Trichloroethane 0.00500.0025
A 0.002375-34-3 0.000501,1-Dichloroethane 0.00500.0025
A 0.004375-35-4 0.000501,1-Dichloroethene 0.00500.0025
A 0.0017120-82-1 0.00101,2,4-Trichlorobenzene 0.00500.0025
A 0.01396-12-8 0.00101,2-Dibromo-3-chloropropane 0.00500.0025
A 0.0038106-93-4 0.000501,2-Dibromoethane 0.00500.0025
A 0.002495-50-1 0.00101,2-Dichlorobenzene 0.00500.0025
A 0.0024107-06-2 0.000601,2-Dichloroethane 0.00500.0025
A 0.002278-87-5 0.000801,2-Dichloropropane 0.00500.0025
A 0.0022541-73-1 0.00101,3-Dichlorobenzene 0.00500.0025
A 0.0021106-46-7 0.00101,4-Dichlorobenzene 0.00500.0025
A 0.005578-93-3 0.00132-Butanone 0.0100.0050
A 0.0080591-78-6 0.00142-Hexanone 0.0100.0050
A 0.0034108-10-1 0.00204-Methyl-2-pentanone 0.0100.0050
A 0.01567-64-1 0.0020Acetone 0.0200.0050
A 0.002471-43-2 0.00050Benzene 0.00500.0025
A 0.006175-27-4 0.00050Bromodichloromethane 0.00500.0025
A 0.004075-25-2 0.00060Bromoform 0.00500.0025
A 0.00005774-83-9 0.0010Bromomethane 0.0100.0025
A 0.01075-15-0 0.00060Carbon disulfide 0.0100.0050
A 0.002256-23-5 0.00060Carbon tetrachloride 0.00500.0025
A 0.0023108-90-7 0.00060Chlorobenzene 0.00500.0025
A 0.003175-00-3 0.00080Chloroethane 0.0100.0025
A 0.002567-66-3 0.00050Chloroform 0.00500.0025
A 0.002674-87-3 0.00050Chloromethane 0.0100.0025
A 0.0023156-59-2 0.00080cis-1,2-Dichloroethene 0.00500.0025
A 0.007010061-01-5 0.00050cis-1,3-Dichloropropene 0.00500.0025
A 0.0034110-82-7 0.0010Cyclohexane 0.00500.0025
A 0.0021124-48-1 0.00050Dibromochloromethane 0.00500.0025
A 0.002675-71-8 0.00070Dichlorodifluoromethane 0.00500.0025
A 0.0021100-41-4 0.00070Ethylbenzene 0.00500.0025
A 0.001998-82-8 0.00090Isopropylbenzene 0.00500.0025
A 0.0039179601-23-1 0.0016m,p-Xylene 0.0100.0050
A 0.002379-20-9 0.00070Methyl acetate 0.00500.0025
A 0.00251634-04-4 0.00050Methyl tert-butyl ether 0.00500.0025
A 0.0040108-87-2 0.0010Methylcyclohexane 0.00500.0025
A 0.003275-09-2 0.0010Methylene chloride 0.0100.0025
51 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: 8260_S
InstrumentID: VOA5
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: SW8260
Test Name: Volatiles by SW8260C Units:mg/Kg
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.002195-47-6 0.0010o-Xylene 0.00500.0025
A 0.0018100-42-5 0.00070Styrene 0.00500.0025
A 0.0020127-18-4 0.00070Tetrachloroethene 0.00500.0025
A 0.0025108-88-3 0.00060Toluene 0.00500.0025
A 0.0040156-60-5 0.00050trans-1,2-Dichloroethene 0.00500.0025
A 0.005710061-02-6 0.00060trans-1,3-Dichloropropene 0.00500.0025
A 0.002479-01-6 0.00060Trichloroethene 0.00500.0025
A 0.004775-69-4 0.00050Trichlorofluoromethane 0.00500.0025
A 0.002875-01-4 0.00080Vinyl chloride 0.00100.0025
A 0.00601330-20-7 0.0010Xylenes, Total 0.0150.0075
S 017060-07-0 01,2-Dichloroethane-d4 00
S 0460-00-4 04-Bromofluorobenzene 00
S 01868-53-7 0Dibromofluoromethane 00
S 02037-26-5 0Toluene-d8 00
52 of 95
ALS Houston, US Date: 23-May-24
WorkOrder: HS24050999
Test Code: MOIST_ASTM
InstrumentID: Balance1
METHOD DETECTION /
REPORTING LIMITS
SolidMatrix:Test Number: ASTM D2216
Test Name: Moisture - ASTM D2216 Units:wt%
Type Analyte DCSCAS MDL PQLDCS Spike
A 0MOIST 0.0100Percent Moisture 0.01000
53 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212189 ( 0 )Instrument: FID-13 Method: LOW-LEVEL TEXAS TPH BY TX1005
Sample ID:MBLK-212189 Units:mg/L Analysis Date:20-May-2024 17:03
Run ID:FID-13_467209 SeqNo:8019921 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
nC6 to nC12 U 0.50
>nC12 to nC28 U 0.50
>nC28 to nC35 U 0.50
Total Petroleum Hydrocarbon U 0.50
2.198 2.5 0 87.9 70 - 1300Surr: 2-Fluorobiphenyl
2.824 2.5 0 113 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCS-212189 Units:mg/L Analysis Date:20-May-2024 17:33
Run ID:FID-13_467209 SeqNo:8019922 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
nC6 to nC12 23.8 25 0 95.2 75 - 1250.50
>nC12 to nC28 26.36 25 0 105 75 - 1250.50
2.525 2.5 0 101 70 - 1300Surr: 2-Fluorobiphenyl
2.912 2.5 0 116 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCSD-212189 Units:mg/L Analysis Date:20-May-2024 18:02
Run ID:FID-13_467209 SeqNo:8019923 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
nC6 to nC12 22.18 25 0 88.7 75 - 125 23.8 7.05 200.50
>nC12 to nC28 25.73 25 0 103 75 - 125 26.36 2.42 200.50
2.455 2.5 0 98.2 70 - 130 2.525 2.81 200Surr: 2-Fluorobiphenyl
2.744 2.5 0 110 70 - 130 2.912 5.94 200Surr: Trifluoromethyl benzene
Sample ID:HS24051054-06MS Units:mg/L Analysis Date:20-May-2024 19:02
Run ID:FID-13_467209 SeqNo:8019925 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
nC6 to nC12 20.99 24.56 0 85.5 75 - 1250.49
>nC12 to nC28 26.19 24.56 0 107 75 - 1250.49
2.447 2.456 0 99.6 70 - 1300Surr: 2-Fluorobiphenyl
2.584 2.456 0 105 70 - 1300Surr: Trifluoromethyl benzene
ALS Houston, US Date: 23-May-24
54 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212189 ( 0 )Instrument: FID-13 Method: LOW-LEVEL TEXAS TPH BY TX1005
Sample ID:HS24051054-06MSD Units:mg/L Analysis Date:20-May-2024 19:31
Run ID:FID-13_467209 SeqNo:8019926 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
nC6 to nC12 23.56 25.12 0 93.8 75 - 125 20.99 11.6 200.50
>nC12 to nC28 29 25.12 0 115 75 - 125 26.19 10.2 200.50
2.732 2.512 0 109 70 - 130 2.447 11 200Surr: 2-Fluorobiphenyl
2.762 2.512 0 110 70 - 130 2.584 6.66 200Surr: Trifluoromethyl benzene
The following samples were analyzed in this batch:HS24050999-16 HS24050999-17
ALS Houston, US Date: 23-May-24
55 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212209 ( 0 )Instrument: FID-12 Method: TEXAS TPH BY TX1005
Sample ID:MBLK-212209 Units:mg/Kg Analysis Date:20-May-2024 17:03
Run ID:FID-12_467231 SeqNo:8020303 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
nC6 to nC12 U 50
>nC12 to nC28 U 50
>nC28 to nC35 U 50
Total Petroleum Hydrocarbon U 50
23.64 25 0 94.6 70 - 1300Surr: 2-Fluorobiphenyl
28.35 25 0 113 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCS-212209 Units:mg/Kg Analysis Date:20-May-2024 17:33
Run ID:FID-12_467231 SeqNo:8020304 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
nC6 to nC12 230.5 250 0 92.2 75 - 12550
>nC12 to nC28 219.4 250 0 87.8 75 - 12550
24.4 25 0 97.6 70 - 1300Surr: 2-Fluorobiphenyl
27.34 25 0 109 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCSD-212209 Units:mg/Kg Analysis Date:20-May-2024 18:02
Run ID:FID-12_467231 SeqNo:8020305 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
nC6 to nC12 226.6 250 0 90.7 75 - 125 230.5 1.68 2050
>nC12 to nC28 222.2 250 0 88.9 75 - 125 219.4 1.27 2050
22.05 25 0 88.2 70 - 130 24.4 10.1 200Surr: 2-Fluorobiphenyl
25.3 25 0 101 70 - 130 27.34 7.74 200Surr: Trifluoromethyl benzene
Sample ID:HS24050708-02MS Units:mg/Kg Analysis Date:20-May-2024 19:02
Run ID:FID-12_467231 SeqNo:8020307 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
nC6 to nC12 219.5 246.3 4.294 87.4 75 - 12549
>nC12 to nC28 246.4 246.3 24.03 90.3 75 - 12549
23.85 24.63 0 96.8 70 - 1300Surr: 2-Fluorobiphenyl
25.11 24.63 0 102 70 - 1300Surr: Trifluoromethyl benzene
ALS Houston, US Date: 23-May-24
56 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212209 ( 0 )Instrument: FID-12 Method: TEXAS TPH BY TX1005
Sample ID:HS24050708-02MSD Units:mg/Kg Analysis Date:20-May-2024 19:31
Run ID:FID-12_467231 SeqNo:8020308 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
nC6 to nC12 239.2 248 4.294 94.7 75 - 125 219.5 8.59 2050
>nC12 to nC28 286.4 248 24.03 106 75 - 125 246.4 15 2050
26.7 24.8 0 108 70 - 130 23.85 11.3 200Surr: 2-Fluorobiphenyl
26.11 24.8 0 105 70 - 130 25.11 3.89 200Surr: Trifluoromethyl benzene
The following samples were analyzed in this batch:HS24050999-01 HS24050999-02 HS24050999-03 HS24050999-04
HS24050999-06 HS24050999-07 HS24050999-08 HS24050999-09
HS24050999-11 HS24050999-12 HS24050999-14 HS24050999-15
ALS Houston, US Date: 23-May-24
57 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212140 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A
Sample ID:MBLK-212140 Units:mg/Kg Analysis Date:20-May-2024 22:33
Run ID:ICPMS05_467139 SeqNo:8019604 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Arsenic U 0.498
Barium U 0.498
Cadmium U 0.498
Chromium U 0.498
Lead U 0.498
Selenium U 0.498
Silver U 0.498
Sample ID:LCS-212140 Units:mg/Kg Analysis Date:20-May-2024 22:35
Run ID:ICPMS05_467139 SeqNo:8019605 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Arsenic 10.46 9.954 0 105 80 - 1200.498
Barium 10.1 9.954 0 101 80 - 1200.498
Cadmium 10.14 9.954 0 102 80 - 1200.498
Chromium 10.11 9.954 0 102 80 - 1200.498
Lead 10.06 9.954 0 101 80 - 1200.498
Selenium 10.57 9.954 0 106 80 - 1200.498
Silver 10.14 9.954 0 102 80 - 1200.498
Sample ID:HS24050999-05MS Units:mg/Kg Analysis Date:20-May-2024 22:42
Run ID:ICPMS05_467139 SeqNo:8019608 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:SB-10 (1-2')
Arsenic 12.73 9.299 3.544 98.8 75 - 1250.465
Barium 59.22 9.299 55.05 44.8 75 - 125 SO 0.465
Cadmium 9.447 9.299 0.2903 98.5 75 - 1250.465
Chromium 23.78 9.299 15.03 94.1 75 - 1250.465
Lead 38.59 9.299 29.59 96.8 75 - 1250.465
Selenium 10.07 9.299 1.07 96.7 75 - 1250.465
Silver 8.828 9.299 0.185 92.9 75 - 1250.465
ALS Houston, US Date: 23-May-24
58 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212140 ( 0 )Instrument: ICPMS05 Method: METALS BY SW6020A
Sample ID:HS24050999-05MSD Units:mg/Kg Analysis Date:20-May-2024 22:44
Run ID:ICPMS05_467139 SeqNo:8019609 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:SB-10 (1-2')
Arsenic 12.69 9.374 3.544 97.6 75 - 125 12.73 0.344 200.469
Barium 83.2 9.374 55.05 300 75 - 125 59.22 33.7 20 SRO 0.469
Cadmium 9.385 9.374 0.2903 97.0 75 - 125 9.447 0.655 200.469
Chromium 24.9 9.374 15.03 105 75 - 125 23.78 4.59 200.469
Lead 34.34 9.374 29.59 50.6 75 - 125 38.59 11.7 20 S 0.469
Selenium 9.974 9.374 1.07 95.0 75 - 125 10.07 0.926 200.469
Silver 8.851 9.374 0.185 92.5 75 - 125 8.828 0.262 200.469
Sample ID:HS24050999-05PDS Units:mg/Kg Analysis Date:20-May-2024 22:46
Run ID:ICPMS05_467139 SeqNo:8019610 PrepDate:20-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
PDS
Client ID:SB-10 (1-2')
Arsenic 13.24 9.363 3.544 103 75 - 1250.468
Barium 65.14 9.363 55.05 108 75 - 125 O 0.468
Cadmium 9.613 9.363 0.2903 99.6 75 - 1250.468
Chromium 24.06 9.363 15.03 96.4 75 - 1250.468
Lead 38.62 9.363 29.59 96.4 75 - 1250.468
Selenium 10.66 9.363 1.07 102 75 - 1250.468
Silver 9.111 9.363 0.185 95.3 75 - 1250.468
Sample ID:HS24050999-05SD Units:mg/Kg Analysis Date:20-May-2024 22:40
Run ID:ICPMS05_467139 SeqNo:8019607 PrepDate:20-May-2024 DF:5
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %D
%D
Limit Qual
SD
Client ID:SB-10 (1-2')
Arsenic 3.639 3.544 2.68 102.34
Barium 55.28 55.05 0.415 102.34
Cadmium 0.3428 0.2903 0 10 J 2.34
Chromium 15.48 15.03 2.96 102.34
Lead 29.46 29.59 0.449 102.34
Selenium 1.106 1.07 0 10 J 2.34
Silver 0.182 0.185 0 10 J 2.34
The following samples were analyzed in this batch:HS24050999-05 HS24050999-10 HS24050999-13
ALS Houston, US Date: 23-May-24
59 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: 212229 ( 0 )Instrument: HG04 Method: MERCURY BY SW7471B
Sample ID:MBLK-212229 Units:mg/Kg Analysis Date:21-May-2024 13:58
Run ID:HG04_467253 SeqNo:8021093 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Mercury U 0.00332
Sample ID:LCS-212229 Units:mg/Kg Analysis Date:21-May-2024 14:00
Run ID:HG04_467253 SeqNo:8021094 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Mercury 0.333 0.3333 0 99.8 85 - 1150.00332
Sample ID:HS24051093-06MS Units:mg/Kg Analysis Date:21-May-2024 14:38
Run ID:HG04_467253 SeqNo:8021110 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Mercury 0.339 0.3385 -0.002503 101 85 - 1150.00338
Sample ID:HS24051093-06MSD Units:mg/Kg Analysis Date:21-May-2024 14:48
Run ID:HG04_467253 SeqNo:8021113 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Mercury 0.360 0.3562 -0.002503 102 85 - 115 0.3392 6.08 200.00355
The following samples were analyzed in this batch:HS24050999-05 HS24050999-10 HS24050999-13
ALS Houston, US Date: 23-May-24
60 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VBLKW-240517 Units:mg/L Analysis Date:17-May-2024 21:53
Run ID:VOA4_467091 SeqNo:8017207 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0010
1,1,2,2-Tetrachloroethane U 0.0010
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0010
1,1,2-Trichloroethane U 0.0010
1,1-Dichloroethane U 0.0010
1,1-Dichloroethene U 0.0010
1,2,4-Trichlorobenzene U 0.0010
1,2-Dibromo-3-chloropropane U 0.0010
1,2-Dibromoethane U 0.0010
1,2-Dichlorobenzene U 0.0010
1,2-Dichloroethane U 0.0010
1,2-Dichloropropane U 0.0010
1,3-Dichlorobenzene U 0.0010
1,4-Dichlorobenzene U 0.0010
2-Butanone U 0.0020
2-Hexanone U 0.0020
4-Methyl-2-pentanone U 0.0020
Acetone U 0.0020
Benzene U 0.0010
Bromodichloromethane U 0.0010
Bromoform U 0.0010
Bromomethane U 0.0010
Carbon disulfide U 0.0020
Carbon tetrachloride U 0.0010
Chlorobenzene U 0.0010
Chloroethane U 0.0010
Chloroform U 0.0010
Chloromethane U 0.0010
cis-1,2-Dichloroethene U 0.0010
cis-1,3-Dichloropropene U 0.0010
Cyclohexane U 0.0010
Dibromochloromethane U 0.0010
Dichlorodifluoromethane U 0.0010
Ethylbenzene U 0.0010
ALS Houston, US Date: 23-May-24
61 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VBLKW-240517 Units:mg/L Analysis Date:17-May-2024 21:53
Run ID:VOA4_467091 SeqNo:8017207 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0010
m,p-Xylene U 0.0020
Methyl acetate U 0.0010
Methyl tert-butyl ether U 0.0010
Methylcyclohexane U 0.0010
Methylene chloride U 0.0020
o-Xylene U 0.0010
Styrene U 0.0010
Tetrachloroethene U 0.0010
Toluene U 0.0010
trans-1,2-Dichloroethene U 0.0010
trans-1,3-Dichloropropene U 0.0010
Trichloroethene U 0.0010
Trichlorofluoromethane U 0.0010
Vinyl chloride U 0.0010
Xylenes, Total U 0.0030
0.049 0.05 0 98.7 70 - 1230.0010Surr: 1,2-Dichloroethane-d4
0.049 0.05 0 97.0 77 - 1130.0010Surr: 4-Bromofluorobenzene
0.049 0.05 0 98.1 73 - 1260.0010Surr: Dibromofluoromethane
0.045 0.05 0 90.6 81 - 1200.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
62 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VLCSW-240517 Units:mg/L Analysis Date:17-May-2024 20:45
Run ID:VOA4_467091 SeqNo:8017205 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
1,1,1-Trichloroethane 0.022 0.02 0 110 70 - 1300.0010
1,1,2,2-Tetrachloroethane 0.017 0.02 0 84.4 70 - 1200.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.020 0.02 0 98.5 70 - 1300.0010
1,1,2-Trichloroethane 0.018 0.02 0 92.0 77 - 1130.0010
1,1-Dichloroethane 0.020 0.02 0 101 71 - 1220.0010
1,1-Dichloroethene 0.023 0.02 0 117 70 - 1300.0010
1,2,4-Trichlorobenzene 0.020 0.02 0 97.7 77 - 1260.0010
1,2-Dibromo-3-chloropropane 0.017 0.02 0 84.9 70 - 1300.0010
1,2-Dibromoethane 0.020 0.02 0 97.8 76 - 1230.0010
1,2-Dichlorobenzene 0.019 0.02 0 96.6 77 - 1130.0010
1,2-Dichloroethane 0.020 0.02 0 101 70 - 1240.0010
1,2-Dichloropropane 0.020 0.02 0 101 72 - 1190.0010
1,3-Dichlorobenzene 0.019 0.02 0 96.4 78 - 1180.0010
1,4-Dichlorobenzene 0.018 0.02 0 92.0 79 - 1130.0010
2-Butanone 0.041 0.04 0 103 70 - 1300.0020
2-Hexanone 0.037 0.04 0 93.0 70 - 1300.0020
4-Methyl-2-pentanone 0.040 0.04 0 99.9 70 - 1300.0020
Acetone 0.045 0.04 0 112 70 - 1300.0020
Benzene 0.020 0.02 0 97.8 74 - 1200.0010
Bromodichloromethane 0.021 0.02 0 104 74 - 1220.0010
Bromoform 0.020 0.02 0 99.9 73 - 1280.0010
Bromomethane 0.020 0.02 0 99.4 70 - 1300.0010
Carbon disulfide 0.040 0.04 0 101 70 - 1300.0020
Carbon tetrachloride 0.022 0.02 0 112 71 - 1250.0010
Chlorobenzene 0.018 0.02 0 89.6 76 - 1130.0010
Chloroethane 0.021 0.02 0 105 70 - 1300.0010
Chloroform 0.020 0.02 0 102 71 - 1210.0010
Chloromethane 0.021 0.02 0 103 70 - 1290.0010
cis-1,2-Dichloroethene 0.018 0.02 0 91.7 75 - 1220.0010
cis-1,3-Dichloropropene 0.021 0.02 0 103 73 - 1270.0010
Cyclohexane 0.016 0.02 0 81.4 70 - 1300.0010
Dibromochloromethane 0.018 0.02 0 92.1 77 - 1220.0010
Dichlorodifluoromethane 0.018 0.02 0 90.4 70 - 1300.0010
Ethylbenzene 0.019 0.02 0 92.8 77 - 1170.0010
ALS Houston, US Date: 23-May-24
63 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VLCSW-240517 Units:mg/L Analysis Date:17-May-2024 20:45
Run ID:VOA4_467091 SeqNo:8017205 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Isopropylbenzene 0.020 0.02 0 97.7 73 - 1270.0010
m,p-Xylene 0.039 0.04 0 98.1 77 - 1220.0020
Methyl acetate 0.020 0.02 0 98.9 76 - 1220.0010
Methyl tert-butyl ether 0.021 0.02 0 104 70 - 1300.0010
Methylcyclohexane 0.017 0.02 0 83.4 61 - 1570.0010
Methylene chloride 0.022 0.02 0 109 70 - 1270.0020
o-Xylene 0.019 0.02 0 96.6 75 - 1190.0010
Styrene 0.020 0.02 0 97.7 72 - 1260.0010
Tetrachloroethene 0.020 0.02 0 99.3 76 - 1190.0010
Toluene 0.018 0.02 0 90.3 77 - 1180.0010
trans-1,2-Dichloroethene 0.021 0.02 0 103 72 - 1270.0010
trans-1,3-Dichloropropene 0.020 0.02 0 101 77 - 1190.0010
Trichloroethene 0.022 0.02 0 109 77 - 1210.0010
Trichlorofluoromethane 0.022 0.02 0 108 70 - 1300.0010
Vinyl chloride 0.019 0.02 0 96.1 70 - 1300.0010
Xylenes, Total 0.059 0.06 0 97.6 75 - 1220.0030
0.050 0.05 0 99.2 70 - 1230.0010Surr: 1,2-Dichloroethane-d4
0.050 0.05 0 99.4 77 - 1130.0010Surr: 4-Bromofluorobenzene
0.049 0.05 0 98.6 73 - 1260.0010Surr: Dibromofluoromethane
0.047 0.05 0 94.2 81 - 1200.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
64 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VLCSDW-240517 Units:mg/L Analysis Date:17-May-2024 21:07
Run ID:VOA4_467091 SeqNo:8017206 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
1,1,1-Trichloroethane 0.021 0.02 0 105 70 - 130 0.02209 4.67 200.0010
1,1,2,2-Tetrachloroethane 0.016 0.02 0 78.3 70 - 120 0.01688 7.47 200.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.019 0.02 0 96.9 70 - 130 0.01969 1.6 200.0010
1,1,2-Trichloroethane 0.018 0.02 0 91.6 77 - 113 0.01839 0.349 200.0010
1,1-Dichloroethane 0.020 0.02 0 97.6 71 - 122 0.02028 3.76 200.0010
1,1-Dichloroethene 0.021 0.02 0 104 70 - 130 0.02337 11.9 200.0010
1,2,4-Trichlorobenzene 0.018 0.02 0 88.2 77 - 126 0.01954 10.2 200.0010
1,2-Dibromo-3-chloropropane 0.017 0.02 0 87.0 70 - 130 0.01698 2.41 200.0010
1,2-Dibromoethane 0.018 0.02 0 90.2 76 - 123 0.01955 8.01 200.0010
1,2-Dichlorobenzene 0.018 0.02 0 89.1 77 - 113 0.01932 8.08 200.0010
1,2-Dichloroethane 0.020 0.02 0 102 70 - 124 0.02018 0.896 200.0010
1,2-Dichloropropane 0.020 0.02 0 97.9 72 - 119 0.02029 3.62 200.0010
1,3-Dichlorobenzene 0.018 0.02 0 87.8 78 - 118 0.01928 9.37 200.0010
1,4-Dichlorobenzene 0.017 0.02 0 84.5 79 - 113 0.01840 8.55 200.0010
2-Butanone 0.042 0.04 0 106 70 - 130 0.04136 2.56 200.0020
2-Hexanone 0.039 0.04 0 96.6 70 - 130 0.03718 3.79 200.0020
4-Methyl-2-pentanone 0.040 0.04 0 100 70 - 130 0.03995 0.572 200.0020
Acetone 0.044 0.04 0 109 70 - 130 0.04460 2.3 200.0020
Benzene 0.019 0.02 0 93.9 74 - 120 0.01957 4.12 200.0010
Bromodichloromethane 0.021 0.02 0 104 74 - 122 0.02072 0.807 200.0010
Bromoform 0.019 0.02 0 95.5 73 - 128 0.01999 4.57 200.0010
Bromomethane 0.020 0.02 0 98.8 70 - 130 0.01989 0.594 200.0010
Carbon disulfide 0.038 0.04 0 94.9 70 - 130 0.04038 6.17 200.0020
Carbon tetrachloride 0.022 0.02 0 110 71 - 125 0.02242 1.53 200.0010
Chlorobenzene 0.017 0.02 0 84.5 76 - 113 0.01792 5.84 200.0010
Chloroethane 0.020 0.02 0 102 70 - 130 0.02107 2.85 200.0010
Chloroform 0.020 0.02 0 99.6 71 - 121 0.02048 2.76 200.0010
Chloromethane 0.019 0.02 0 96.9 70 - 129 0.02068 6.49 200.0010
cis-1,2-Dichloroethene 0.019 0.02 0 94.2 75 - 122 0.01834 2.68 200.0010
cis-1,3-Dichloropropene 0.020 0.02 0 100 73 - 127 0.02054 2.5 200.0010
Cyclohexane 0.016 0.02 0 78.1 70 - 130 0.01628 4.1 200.0010
Dibromochloromethane 0.018 0.02 0 89.7 77 - 122 0.01841 2.59 200.0010
Dichlorodifluoromethane 0.017 0.02 0 85.9 70 - 130 0.01809 5.11 200.0010
Ethylbenzene 0.017 0.02 0 86.7 77 - 117 0.01856 6.79 200.0010
ALS Houston, US Date: 23-May-24
65 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VLCSDW-240517 Units:mg/L Analysis Date:17-May-2024 21:07
Run ID:VOA4_467091 SeqNo:8017206 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
Isopropylbenzene 0.018 0.02 0 92.4 73 - 127 0.01954 5.6 200.0010
m,p-Xylene 0.037 0.04 0 92.5 77 - 122 0.03923 5.87 200.0020
Methyl acetate 0.020 0.02 0 99.9 76 - 122 0.01977 1.03 200.0010
Methyl tert-butyl ether 0.021 0.02 0 103 70 - 130 0.02081 0.846 200.0010
Methylcyclohexane 0.016 0.02 0 77.8 61 - 157 0.01668 6.91 200.0010
Methylene chloride 0.021 0.02 0 105 70 - 127 0.02179 3.21 200.0020
o-Xylene 0.018 0.02 0 90.8 75 - 119 0.01931 6.18 200.0010
Styrene 0.019 0.02 0 94.6 72 - 126 0.01954 3.25 200.0010
Tetrachloroethene 0.019 0.02 0 93.6 76 - 119 0.01986 5.95 200.0010
Toluene 0.017 0.02 0 85.4 77 - 118 0.01807 5.56 200.0010
trans-1,2-Dichloroethene 0.020 0.02 0 98.0 72 - 127 0.02068 5.35 200.0010
trans-1,3-Dichloropropene 0.020 0.02 0 102 77 - 119 0.02014 1.36 200.0010
Trichloroethene 0.021 0.02 0 104 77 - 121 0.02171 4.41 200.0010
Trichlorofluoromethane 0.021 0.02 0 104 70 - 130 0.02169 4.12 200.0010
Vinyl chloride 0.018 0.02 0 90.1 70 - 130 0.01923 6.45 200.0010
Xylenes, Total 0.055 0.06 0 91.9 75 - 122 0.05854 5.97 200.0030
0.049 0.05 0 98.7 70 - 123 0.04961 0.485 200.0010Surr: 1,2-Dichloroethane-d4
0.051 0.05 0 102 77 - 113 0.04972 2.64 200.0010Surr: 4-Bromofluorobenzene
0.049 0.05 0 97.9 73 - 126 0.04928 0.686 200.0010Surr: Dibromofluoromethane
0.047 0.05 0 93.5 81 - 120 0.04712 0.772 200.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
66 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24050948-01MS Units:mg/L Analysis Date:18-May-2024 06:26
Run ID:VOA4_467091 SeqNo:8017228 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
1,1,1-Trichloroethane 0.019 0.02 0 93.2 70 - 1300.0010
1,1,2,2-Tetrachloroethane 0.013 0.02 0 66.6 70 - 123 S0.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.017 0.02 0 85.0 70 - 1300.0010
1,1,2-Trichloroethane 0.016 0.02 0 82.2 70 - 1170.0010
1,1-Dichloroethane 0.017 0.02 0 84.7 70 - 1270.0010
1,1-Dichloroethene 0.019 0.02 0 95.4 70 - 1300.0010
1,2,4-Trichlorobenzene 0.016 0.02 0 82.5 70 - 1250.0010
1,2-Dibromo-3-chloropropane 0.016 0.02 0 78.8 70 - 1300.0010
1,2-Dibromoethane 0.017 0.02 0 84.3 70 - 1240.0010
1,2-Dichlorobenzene 0.017 0.02 0 83.1 70 - 1150.0010
1,2-Dichloroethane 0.018 0.02 0.003543 71.6 70 - 1270.0010
1,2-Dichloropropane 0.018 0.02 0 89.0 70 - 1220.0010
1,3-Dichlorobenzene 0.016 0.02 0 80.9 70 - 1190.0010
1,4-Dichlorobenzene 0.016 0.02 0 82.0 70 - 1140.0010
2-Butanone 0.033 0.04 0 83.3 70 - 1300.0020
2-Hexanone 0.033 0.04 0 83.5 70 - 1300.0020
4-Methyl-2-pentanone 0.034 0.04 0 84.7 70 - 1300.0020
Acetone 0.038 0.04 0 94.6 70 - 1300.0020
Benzene 0.017 0.02 0.007807 47.4 70 - 127 S0.0010
Bromodichloromethane 0.018 0.02 0 92.0 70 - 1240.0010
Bromoform 0.017 0.02 0 86.7 70 - 1290.0010
Bromomethane 0.016 0.02 0 79.4 70 - 1300.0010
Carbon disulfide 0.032 0.04 0 80.9 70 - 1300.0020
Carbon tetrachloride 0.020 0.02 0 101 70 - 1300.0010
Chlorobenzene 0.016 0.02 0 80.2 70 - 1140.0010
Chloroethane 0.017 0.02 0 86.9 70 - 1300.0010
Chloroform 0.017 0.02 0 86.8 70 - 1250.0010
Chloromethane 0.015 0.02 0 75.5 70 - 1300.0010
cis-1,2-Dichloroethene 0.016 0.02 0 79.5 70 - 1280.0010
cis-1,3-Dichloropropene 0.017 0.02 0 86.6 70 - 1250.0010
Cyclohexane 0.013 0.02 0 66.5 70 - 130 S0.0010
Dibromochloromethane 0.016 0.02 0 81.7 70 - 1240.0010
Dichlorodifluoromethane 0.011 0.02 0 55.0 70 - 130 S0.0010
Ethylbenzene 0.017 0.02 0 83.0 70 - 1240.0010
ALS Houston, US Date: 23-May-24
67 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24050948-01MS Units:mg/L Analysis Date:18-May-2024 06:26
Run ID:VOA4_467091 SeqNo:8017228 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Isopropylbenzene 0.018 0.02 0 88.9 70 - 1300.0010
m,p-Xylene 0.036 0.04 0 90.8 70 - 1300.0020
Methyl acetate 0.015 0.02 0 72.6 76 - 122 S0.0010
Methyl tert-butyl ether 0.017 0.02 3.730 -18600 70 - 130 SO0.0010
Methylcyclohexane 0.013 0.02 0 67.0 61 - 1580.0010
Methylene chloride 0.018 0.02 0 91.1 70 - 1280.0020
o-Xylene 0.017 0.02 0 86.2 70 - 1240.0010
Styrene 0.018 0.02 0 88.4 70 - 1300.0010
Tetrachloroethene 0.018 0.02 0 91.6 70 - 1300.0010
Toluene 0.017 0.02 0 83.2 70 - 1230.0010
trans-1,2-Dichloroethene 0.017 0.02 0 82.9 70 - 1300.0010
trans-1,3-Dichloropropene 0.017 0.02 0 85.0 70 - 1210.0010
Trichloroethene 0.020 0.02 0 100 70 - 1290.0010
Trichlorofluoromethane 0.018 0.02 0 90.3 70 - 1300.0010
Vinyl chloride 0.015 0.02 0 74.2 70 - 1300.0010
Xylenes, Total 0.054 0.06 0 89.3 70 - 1300.0030
0.051 0.05 0 103 70 - 1260.0010Surr: 1,2-Dichloroethane-d4
0.049 0.05 0 97.7 77 - 1130.0010Surr: 4-Bromofluorobenzene
0.049 0.05 0 98.7 77 - 1230.0010Surr: Dibromofluoromethane
0.049 0.05 0 98.6 82 - 1270.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
68 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24050948-01MSD Units:mg/L Analysis Date:18-May-2024 06:49
Run ID:VOA4_467091 SeqNo:8017229 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
1,1,1-Trichloroethane 0.017 0.02 0 86.1 70 - 130 0.01864 7.98 200.0010
1,1,2,2-Tetrachloroethane 0.015 0.02 0 72.9 70 - 123 0.01333 9 200.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.016 0.02 0 78.2 70 - 130 0.01699 8.33 200.0010
1,1,2-Trichloroethane 0.016 0.02 0 79.4 70 - 117 0.01644 3.47 200.0010
1,1-Dichloroethane 0.016 0.02 0 80.7 70 - 127 0.01695 4.81 200.0010
1,1-Dichloroethene 0.016 0.02 0 81.9 70 - 130 0.01908 15.3 200.0010
1,2,4-Trichlorobenzene 0.017 0.02 0 84.1 70 - 125 0.01650 1.95 200.0010
1,2-Dibromo-3-chloropropane 0.015 0.02 0 77.5 70 - 130 0.01575 1.66 200.0010
1,2-Dibromoethane 0.017 0.02 0 83.7 70 - 124 0.01685 0.656 200.0010
1,2-Dichlorobenzene 0.017 0.02 0 86.3 70 - 115 0.01663 3.75 200.0010
1,2-Dichloroethane 0.018 0.02 0.003543 69.8 70 - 127 0.01786 1.95 20 S0.0010
1,2-Dichloropropane 0.017 0.02 0 84.0 70 - 122 0.01781 5.8 200.0010
1,3-Dichlorobenzene 0.017 0.02 0 85.3 70 - 119 0.01618 5.28 200.0010
1,4-Dichlorobenzene 0.017 0.02 0 83.6 70 - 114 0.01640 1.95 200.0010
2-Butanone 0.032 0.04 0 80.5 70 - 130 0.03333 3.41 200.0020
2-Hexanone 0.032 0.04 0 80.6 70 - 130 0.03338 3.54 200.0020
4-Methyl-2-pentanone 0.034 0.04 0 85.0 70 - 130 0.03390 0.297 200.0020
Acetone 0.035 0.04 0 86.7 70 - 130 0.03783 8.71 200.0020
Benzene 0.016 0.02 0.007807 42.6 70 - 127 0.01730 5.73 20 S0.0010
Bromodichloromethane 0.018 0.02 0 89.2 70 - 124 0.01839 3.04 200.0010
Bromoform 0.018 0.02 0 88.7 70 - 129 0.01734 2.3 200.0010
Bromomethane 0.015 0.02 0 76.4 70 - 130 0.01587 3.8 200.0010
Carbon disulfide 0.029 0.04 0 73.5 70 - 130 0.03234 9.55 200.0020
Carbon tetrachloride 0.019 0.02 0 95.9 70 - 130 0.02020 5.18 200.0010
Chlorobenzene 0.016 0.02 0 79.8 70 - 114 0.01604 0.571 200.0010
Chloroethane 0.016 0.02 0 79.6 70 - 130 0.01738 8.75 200.0010
Chloroform 0.016 0.02 0 79.9 70 - 125 0.01736 8.27 200.0010
Chloromethane 0.013 0.02 0 67.1 70 - 130 0.01509 11.7 20 S0.0010
cis-1,2-Dichloroethene 0.015 0.02 0 76.2 70 - 128 0.01591 4.28 200.0010
cis-1,3-Dichloropropene 0.017 0.02 0 84.0 70 - 125 0.01731 2.97 200.0010
Cyclohexane 0.012 0.02 0 61.9 70 - 130 0.01329 7.1 20 S0.0010
Dibromochloromethane 0.017 0.02 0 82.7 70 - 124 0.01634 1.2 200.0010
Dichlorodifluoromethane 0.010 0.02 0 50.8 70 - 130 0.01100 7.99 20 S0.0010
Ethylbenzene 0.016 0.02 0 81.6 70 - 124 0.01660 1.78 200.0010
ALS Houston, US Date: 23-May-24
69 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467091 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24050948-01MSD Units:mg/L Analysis Date:18-May-2024 06:49
Run ID:VOA4_467091 SeqNo:8017229 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Isopropylbenzene 0.017 0.02 0 86.6 70 - 130 0.01778 2.66 200.0010
m,p-Xylene 0.035 0.04 0 87.6 70 - 130 0.03634 3.68 200.0020
Methyl acetate 0.014 0.02 0 69.5 76 - 122 0.01453 4.47 20 S0.0010
Methyl tert-butyl ether 0.016 0.02 3.730 -18600 70 - 130 0.01690 4.9 20 SO0.0010
Methylcyclohexane 0.012 0.02 0 62.0 61 - 158 0.01340 7.8 200.0010
Methylene chloride 0.018 0.02 0 87.7 70 - 128 0.01821 3.76 200.0020
o-Xylene 0.017 0.02 0 87.4 70 - 124 0.01725 1.33 200.0010
Styrene 0.018 0.02 0 88.1 70 - 130 0.01767 0.317 200.0010
Tetrachloroethene 0.018 0.02 0 90.3 70 - 130 0.01832 1.45 200.0010
Toluene 0.016 0.02 0 82.4 70 - 123 0.01665 0.955 200.0010
trans-1,2-Dichloroethene 0.016 0.02 0 77.6 70 - 130 0.01658 6.66 200.0010
trans-1,3-Dichloropropene 0.017 0.02 0 83.6 70 - 121 0.01700 1.64 200.0010
Trichloroethene 0.019 0.02 0 94.0 70 - 129 0.02003 6.35 200.0010
Trichlorofluoromethane 0.016 0.02 0 81.6 70 - 130 0.01805 10 200.0010
Vinyl chloride 0.014 0.02 0 68.3 70 - 130 0.01484 8.31 20 S0.0010
Xylenes, Total 0.052 0.06 0 87.5 70 - 130 0.05358 2.04 200.0030
0.051 0.05 0 102 70 - 126 0.05128 0.687 200.0010Surr: 1,2-Dichloroethane-d4
0.048 0.05 0 95.3 77 - 113 0.04884 2.41 200.0010Surr: 4-Bromofluorobenzene
0.048 0.05 0 95.7 77 - 123 0.04934 3.1 200.0010Surr: Dibromofluoromethane
0.050 0.05 0 100 82 - 127 0.04928 1.57 200.0010Surr: Toluene-d8
The following samples were analyzed in this batch:HS24050999-16 HS24050999-17
ALS Houston, US Date: 23-May-24
70 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:21-May-2024 18:49
Run ID:VOA5_467348 SeqNo:8023102 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0050
1,1,2,2-Tetrachloroethane U 0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050
1,1,2-Trichloroethane U 0.0050
1,1-Dichloroethane U 0.0050
1,1-Dichloroethene U 0.0050
1,2,4-Trichlorobenzene U 0.0050
1,2-Dibromo-3-chloropropane U 0.0050
1,2-Dibromoethane U 0.0050
1,2-Dichlorobenzene U 0.0050
1,2-Dichloroethane U 0.0050
1,2-Dichloropropane U 0.0050
1,3-Dichlorobenzene U 0.0050
1,4-Dichlorobenzene U 0.0050
2-Butanone U 0.010
2-Hexanone U 0.010
4-Methyl-2-pentanone U 0.010
Acetone U 0.020
Benzene U 0.0050
Bromodichloromethane U 0.0050
Bromoform U 0.0050
Bromomethane U 0.010
Carbon disulfide U 0.010
Carbon tetrachloride U 0.0050
Chlorobenzene U 0.0050
Chloroethane U 0.010
Chloroform U 0.0050
Chloromethane U 0.010
cis-1,2-Dichloroethene U 0.0050
cis-1,3-Dichloropropene U 0.0050
Cyclohexane U 0.0050
Dibromochloromethane U 0.0050
Dichlorodifluoromethane U 0.0050
Ethylbenzene U 0.0050
ALS Houston, US Date: 23-May-24
71 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:21-May-2024 18:49
Run ID:VOA5_467348 SeqNo:8023102 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0050
m,p-Xylene U 0.010
Methyl acetate U 0.0050
Methyl tert-butyl ether U 0.0050
Methylcyclohexane U 0.0050
Methylene chloride U 0.010
o-Xylene U 0.0050
Styrene U 0.0050
Tetrachloroethene U 0.0050
Toluene U 0.0050
trans-1,2-Dichloroethene U 0.0050
trans-1,3-Dichloropropene U 0.0050
Trichloroethene U 0.0050
Trichlorofluoromethane U 0.0050
Vinyl chloride U 0.0010
Xylenes, Total U 0.015
0.051 0.05 0 102 76 - 1250Surr: 1,2-Dichloroethane-d4
0.048 0.05 0 96.9 80 - 1200Surr: 4-Bromofluorobenzene
0.047 0.05 0 94.2 80 - 1190Surr: Dibromofluoromethane
0.052 0.05 0 104 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
72 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:LCS-052124 Units:mg/Kg Analysis Date:21-May-2024 18:28
Run ID:VOA5_467348 SeqNo:8025324 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
1,1,1-Trichloroethane 0.059 0.05 0 117 72 - 1300.0050
1,1,2,2-Tetrachloroethane 0.060 0.05 0 120 71 - 1240.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.052 0.05 0 104 70 - 1300.0050
1,1,2-Trichloroethane 0.048 0.05 0 96.1 78 - 1170.0050
1,1-Dichloroethane 0.050 0.05 0 101 76 - 1280.0050
1,1-Dichloroethene 0.061 0.05 0 122 72 - 1300.0050
1,2,4-Trichlorobenzene 0.057 0.05 0 114 70 - 1280.0050
1,2-Dibromo-3-chloropropane 0.060 0.05 0 120 70 - 1280.0050
1,2-Dibromoethane 0.061 0.05 0 121 78 - 120 S0.0050
1,2-Dichlorobenzene 0.059 0.05 0 118 79 - 1210.0050
1,2-Dichloroethane 0.048 0.05 0 95.8 77 - 1200.0050
1,2-Dichloropropane 0.060 0.05 0 120 77 - 1210.0050
1,3-Dichlorobenzene 0.046 0.05 0 92.9 78 - 1210.0050
1,4-Dichlorobenzene 0.060 0.05 0 119 78 - 1200.0050
2-Butanone 0.11 0.1 0 112 70 - 1280.010
2-Hexanone 0.12 0.1 0 122 72 - 1270.010
4-Methyl-2-pentanone 0.12 0.1 0 122 70 - 1280.010
Acetone 0.11 0.1 0 114 70 - 1300.020
Benzene 0.049 0.05 0 98.3 75 - 1240.0050
Bromodichloromethane 0.056 0.05 0 112 78 - 1220.0050
Bromoform 0.056 0.05 0 113 74 - 1200.0050
Bromomethane 0.061 0.05 0 121 70 - 1300.010
Carbon disulfide 0.12 0.1 0 116 70 - 1220.010
Carbon tetrachloride 0.060 0.05 0 119 72 - 1280.0050
Chlorobenzene 0.048 0.05 0 96.2 78 - 1220.0050
Chloroethane 0.060 0.05 0 120 70 - 1300.010
Chloroform 0.049 0.05 0 98.6 73 - 1270.0050
Chloromethane 0.046 0.05 0 92.1 70 - 1300.010
cis-1,2-Dichloroethene 0.050 0.05 0 99.1 77 - 1250.0050
cis-1,3-Dichloropropene 0.061 0.05 0 122 78 - 122 S0.0050
Cyclohexane 0.063 0.05 0 126 74 - 1260.0050
Dibromochloromethane 0.061 0.05 0 122 78 - 120 S0.0050
Dichlorodifluoromethane 0.061 0.05 0 122 70 - 1300.0050
Ethylbenzene 0.050 0.05 0 101 70 - 1230.0050
ALS Houston, US Date: 23-May-24
73 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:LCS-052124 Units:mg/Kg Analysis Date:21-May-2024 18:28
Run ID:VOA5_467348 SeqNo:8025324 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Isopropylbenzene 0.051 0.05 0 103 78 - 1270.0050
m,p-Xylene 0.12 0.1 0 123 77 - 1250.010
Methyl acetate 0.060 0.05 0 119 69 - 1230.0050
Methyl tert-butyl ether 0.044 0.05 0 88.9 70 - 1280.0050
Methylcyclohexane 0.054 0.05 0 108 77 - 1270.0050
Methylene chloride 0.051 0.05 0 103 71 - 1250.010
o-Xylene 0.061 0.05 0 122 78 - 1220.0050
Styrene 0.061 0.05 0 122 80 - 1230.0050
Tetrachloroethene 0.050 0.05 0 99.7 70 - 1300.0050
Toluene 0.049 0.05 0 97.9 76 - 1220.0050
trans-1,2-Dichloroethene 0.051 0.05 0 102 75 - 1280.0050
trans-1,3-Dichloropropene 0.060 0.05 0 119 75 - 1230.0050
Trichloroethene 0.051 0.05 0 102 78 - 1250.0050
Trichlorofluoromethane 0.062 0.05 0 124 70 - 1300.0050
Vinyl chloride 0.053 0.05 0 106 70 - 1300.0010
Xylenes, Total 0.18 0.15 0 123 77 - 1280.015
0.048 0.05 0 96.7 76 - 1250Surr: 1,2-Dichloroethane-d4
0.052 0.05 0 104 80 - 1200Surr: 4-Bromofluorobenzene
0.050 0.05 0 100 80 - 1190Surr: Dibromofluoromethane
0.050 0.05 0 99.9 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
74 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050958-02MS Units:mg/Kg Analysis Date:22-May-2024 02:45
Run ID:VOA5_467348 SeqNo:8025325 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
1,1,1-Trichloroethane 0.060 0.05 0 121 70 - 1300.0050
1,1,2,2-Tetrachloroethane 0.053 0.05 0 106 70 - 1300.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.035 0.05 0 69.8 70 - 130 S0.0050
1,1,2-Trichloroethane 0.033 0.05 0 66.7 70 - 130 S0.0050
1,1-Dichloroethane 0.049 0.05 0 97.3 70 - 1300.0050
1,1-Dichloroethene 0.063 0.05 0 127 70 - 1300.0050
1,2,4-Trichlorobenzene 0.0095 0.05 0 19.0 70 - 130 S0.0050
1,2-Dibromo-3-chloropropane 0.027 0.05 0 53.9 70 - 130 S0.0050
1,2-Dibromoethane 0.027 0.05 0 53.8 70 - 120 S0.0050
1,2-Dichlorobenzene 0.021 0.05 0 42.9 70 - 130 S0.0050
1,2-Dichloroethane 0.032 0.05 0 63.7 70 - 130 S0.0050
1,2-Dichloropropane 0.047 0.05 0 94.3 70 - 1300.0050
1,3-Dichlorobenzene 0.020 0.05 0 39.4 70 - 130 S0.0050
1,4-Dichlorobenzene 0.021 0.05 0 42.1 70 - 130 S0.0050
2-Butanone 0.15 0.1 0 150 70 - 130 S0.010
2-Hexanone 0.066 0.1 0 65.7 70 - 130 S0.010
4-Methyl-2-pentanone 0.13 0.1 0 135 70 - 128 S0.010
Acetone 0.42 0.1 0.08384 339 70 - 130 SE0.020
Benzene 0.040 0.05 0 80.7 70 - 1300.0050
Bromodichloromethane 0.033 0.05 0 66.8 70 - 130 S0.0050
Bromoform 0.020 0.05 0 40.7 70 - 130 S0.0050
Bromomethane 0.070 0.05 0 140 70 - 130 S0.010
Carbon disulfide 0.092 0.1 0 92.5 70 - 1300.010
Carbon tetrachloride 0.063 0.05 0 127 70 - 1300.0050
Chlorobenzene 0.023 0.05 0 45.3 70 - 130 S0.0050
Chloroethane 0.069 0.05 0 139 70 - 130 S0.010
Chloroform 0.041 0.05 0 81.5 70 - 1300.0050
Chloromethane 0.055 0.05 0 110 70 - 1300.010
cis-1,2-Dichloroethene 0.033 0.05 0 66.7 70 - 130 S0.0050
cis-1,3-Dichloropropene 0.023 0.05 0 45.9 70 - 130 S0.0050
Cyclohexane 0.069 0.05 0 138 74 - 126 S0.0050
Dibromochloromethane 0.031 0.05 0 61.7 70 - 130 S0.0050
Dichlorodifluoromethane 0.073 0.05 0 145 70 - 130 S0.0050
Ethylbenzene 0.037 0.05 0 73.2 70 - 1300.0050
ALS Houston, US Date: 23-May-24
75 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050958-02MS Units:mg/Kg Analysis Date:22-May-2024 02:45
Run ID:VOA5_467348 SeqNo:8025325 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Isopropylbenzene 0.041 0.05 0 81.1 70 - 1300.0050
m,p-Xylene 0.082 0.1 0 81.9 70 - 1300.010
Methyl acetate 0.13 0.05 0 260 69 - 123 S0.0050
Methyl tert-butyl ether 0.025 0.05 0 49.5 70 - 130 S0.0050
Methylcyclohexane 0.0072 0.05 0.001712 11.0 77 - 127 S0.0050
Methylene chloride 0.033 0.05 0 66.1 70 - 130 S0.010
o-Xylene 0.038 0.05 0 76.4 70 - 1300.0050
Styrene 0.019 0.05 0 38.5 70 - 130 S0.0050
Tetrachloroethene 0.047 0.05 0 93.8 70 - 1300.0050
Toluene 0.040 0.05 0 80.3 70 - 1300.0050
trans-1,2-Dichloroethene 0.039 0.05 0 78.3 70 - 1300.0050
trans-1,3-Dichloropropene 0.015 0.05 0 30.3 70 - 130 S0.0050
Trichloroethene 0.036 0.05 0 71.7 70 - 1300.0050
Trichlorofluoromethane 0.082 0.05 0 164 70 - 130 S0.0050
Vinyl chloride 0.061 0.05 0 123 70 - 1300.0010
Xylenes, Total 0.12 0.15 0 80.1 70 - 1300.015
0.048 0.05 0 95.5 70 - 1260Surr: 1,2-Dichloroethane-d4
0.040 0.05 0 79.6 70 - 1300Surr: 4-Bromofluorobenzene
0.049 0.05 0 97.5 70 - 1300Surr: Dibromofluoromethane
0.061 0.05 0 121 70 - 1300Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
76 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050958-02MSD Units:mg/Kg Analysis Date:22-May-2024 03:07
Run ID:VOA5_467348 SeqNo:8025326 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
1,1,1-Trichloroethane 0.066 0.05 0 133 70 - 130 0.06028 9.53 30 S0.0050
1,1,2,2-Tetrachloroethane 0.076 0.05 0 152 70 - 130 0.05316 35.5 30 SR0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.062 0.05 0 124 70 - 130 0.03490 55.7 30 R0.0050
1,1,2-Trichloroethane 0.044 0.05 0 87.7 70 - 130 0.03333 27.3 300.0050
1,1-Dichloroethane 0.054 0.05 0 107 70 - 130 0.04864 9.53 300.0050
1,1-Dichloroethene 0.067 0.05 0 134 70 - 130 0.06340 5.77 30 S0.0050
1,2,4-Trichlorobenzene 0.014 0.05 0 28.4 70 - 130 0.009505 39.8 30 SR0.0050
1,2-Dibromo-3-chloropropane 0.048 0.05 0 95.1 70 - 130 0.02696 55.2 30 R0.0050
1,2-Dibromoethane 0.038 0.05 0 75.6 70 - 120 0.02691 33.7 30 R0.0050
1,2-Dichlorobenzene 0.032 0.05 0 64.7 70 - 130 0.02146 40.4 30 SR0.0050
1,2-Dichloroethane 0.039 0.05 0 78.2 70 - 130 0.03184 20.5 300.0050
1,2-Dichloropropane 0.059 0.05 0 118 70 - 130 0.04717 22.1 300.0050
1,3-Dichlorobenzene 0.027 0.05 0 53.7 70 - 130 0.01971 30.6 30 SR0.0050
1,4-Dichlorobenzene 0.030 0.05 0 60.2 70 - 130 0.02106 35.3 30 SR0.0050
2-Butanone 0.26 0.1 0 265 70 - 130 0.1500 55.3 30 SR0.010
2-Hexanone 0.11 0.1 0 110 70 - 130 0.06567 50.9 30 R0.010
4-Methyl-2-pentanone 0.22 0.1 0 219 70 - 128 0.1348 47.5 30 SR0.010
Acetone 0.65 0.1 0.08384 566 70 - 130 0.4229 42.3 30 SRE0.020
Benzene 0.049 0.05 0 97.5 70 - 130 0.04035 18.8 300.0050
Bromodichloromethane 0.043 0.05 0 86.1 70 - 130 0.03342 25.2 300.0050
Bromoform 0.029 0.05 0 58.7 70 - 130 0.02033 36.4 30 SR0.0050
Bromomethane 0.069 0.05 0 139 70 - 130 0.06987 0.691 30 S0.010
Carbon disulfide 0.10 0.1 0 100 70 - 130 0.09247 8.31 300.010
Carbon tetrachloride 0.070 0.05 0 140 70 - 130 0.06337 9.71 30 S0.0050
Chlorobenzene 0.030 0.05 0 60.8 70 - 130 0.02263 29.3 30 S0.0050
Chloroethane 0.065 0.05 0 129 70 - 130 0.06941 7.27 300.010
Chloroform 0.047 0.05 0 94.7 70 - 130 0.04073 15.1 300.0050
Chloromethane 0.054 0.05 0 108 70 - 130 0.05480 1.27 300.010
cis-1,2-Dichloroethene 0.040 0.05 0 79.4 70 - 130 0.03333 17.5 300.0050
cis-1,3-Dichloropropene 0.034 0.05 0 67.8 70 - 130 0.02296 38.5 30 SR0.0050
Cyclohexane 0.075 0.05 0 151 74 - 126 0.06884 8.91 30 S0.0050
Dibromochloromethane 0.044 0.05 0 88.0 70 - 130 0.03084 35.2 30 R0.0050
Dichlorodifluoromethane 0.072 0.05 0 143 70 - 130 0.07268 1.38 30 S0.0050
Ethylbenzene 0.047 0.05 0 94.8 70 - 130 0.03661 25.7 300.0050
ALS Houston, US Date: 23-May-24
77 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467348 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24050958-02MSD Units:mg/Kg Analysis Date:22-May-2024 03:07
Run ID:VOA5_467348 SeqNo:8025326 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Isopropylbenzene 0.053 0.05 0 105 70 - 130 0.04057 25.7 300.0050
m,p-Xylene 0.11 0.1 0 107 70 - 130 0.08195 26.7 300.010
Methyl acetate 0.13 0.05 0 260 69 - 123 0.1300 0.0991 30 S0.0050
Methyl tert-butyl ether 0.056 0.05 0 111 70 - 130 0.02477 76.7 30 R0.0050
Methylcyclohexane 0.056 0.05 0.001712 109 77 - 127 0.007197 155 30 R0.0050
Methylene chloride 0.038 0.05 0 75.5 70 - 130 0.03304 13.3 300.010
o-Xylene 0.052 0.05 0 105 70 - 130 0.03818 31.2 30 R0.0050
Styrene 0.029 0.05 0 57.0 70 - 130 0.01923 38.9 30 SR0.0050
Tetrachloroethene 0.055 0.05 0 111 70 - 130 0.04688 16.7 300.0050
Toluene 0.050 0.05 0 100 70 - 130 0.04017 22.3 300.0050
trans-1,2-Dichloroethene 0.045 0.05 0 90.3 70 - 130 0.03914 14.3 300.0050
trans-1,3-Dichloropropene 0.025 0.05 0 49.3 70 - 130 0.01516 47.7 30 SR0.0050
Trichloroethene 0.043 0.05 0 85.8 70 - 130 0.03585 17.9 300.0050
Trichlorofluoromethane 0.076 0.05 0 151 70 - 130 0.08181 7.86 30 S0.0050
Vinyl chloride 0.062 0.05 0 125 70 - 130 0.06131 1.6 300.0010
Xylenes, Total 0.16 0.15 0 106 70 - 130 0.1201 28.2 300.015
0.047 0.05 0 93.3 70 - 126 0.04774 2.36 300Surr: 1,2-Dichloroethane-d4
0.040 0.05 0 79.7 70 - 130 0.03978 0.208 300Surr: 4-Bromofluorobenzene
0.048 0.05 0 95.9 70 - 130 0.04875 1.68 300Surr: Dibromofluoromethane
0.060 0.05 0 120 70 - 130 0.06073 1.1 300Surr: Toluene-d8
The following samples were analyzed in this batch:HS24050999-01 HS24050999-02 HS24050999-03 HS24050999-04
HS24050999-06 HS24050999-07 HS24050999-08 HS24050999-09
HS24050999-11
ALS Houston, US Date: 23-May-24
78 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:22-May-2024 16:52
Run ID:VOA5_467456 SeqNo:8025079 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0050
1,1,2,2-Tetrachloroethane U 0.0050
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0050
1,1,2-Trichloroethane U 0.0050
1,1-Dichloroethane U 0.0050
1,1-Dichloroethene U 0.0050
1,2,4-Trichlorobenzene U 0.0050
1,2-Dibromo-3-chloropropane U 0.0050
1,2-Dibromoethane U 0.0050
1,2-Dichlorobenzene U 0.0050
1,2-Dichloroethane U 0.0050
1,2-Dichloropropane U 0.0050
1,3-Dichlorobenzene U 0.0050
1,4-Dichlorobenzene U 0.0050
2-Butanone U 0.010
2-Hexanone U 0.010
4-Methyl-2-pentanone U 0.010
Acetone U 0.020
Benzene U 0.0050
Bromodichloromethane U 0.0050
Bromoform U 0.0050
Bromomethane U 0.010
Carbon disulfide U 0.010
Carbon tetrachloride U 0.0050
Chlorobenzene U 0.0050
Chloroethane U 0.010
Chloroform U 0.0050
Chloromethane U 0.010
cis-1,2-Dichloroethene U 0.0050
cis-1,3-Dichloropropene U 0.0050
Cyclohexane U 0.0050
Dibromochloromethane U 0.0050
Dichlorodifluoromethane U 0.0050
Ethylbenzene U 0.0050
ALS Houston, US Date: 23-May-24
79 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VBLKS-052224 Units:mg/Kg Analysis Date:22-May-2024 16:52
Run ID:VOA5_467456 SeqNo:8025079 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0050
m,p-Xylene U 0.010
Methyl acetate U 0.0050
Methyl tert-butyl ether U 0.0050
Methylcyclohexane U 0.0050
Methylene chloride U 0.010
o-Xylene U 0.0050
Styrene U 0.0050
Tetrachloroethene U 0.0050
Toluene U 0.0050
trans-1,2-Dichloroethene U 0.0050
trans-1,3-Dichloropropene U 0.0050
Trichloroethene U 0.0050
Trichlorofluoromethane U 0.0050
Vinyl chloride U 0.0010
Xylenes, Total U 0.015
0.051 0.05 0 102 76 - 1250Surr: 1,2-Dichloroethane-d4
0.048 0.05 0 95.9 80 - 1200Surr: 4-Bromofluorobenzene
0.049 0.05 0 97.5 80 - 1190Surr: Dibromofluoromethane
0.051 0.05 0 103 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
80 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VLCS-052224 Units:mg/Kg Analysis Date:22-May-2024 15:48
Run ID:VOA5_467456 SeqNo:8025078 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
1,1,1-Trichloroethane 0.056 0.05 0 113 72 - 1300.0050
1,1,2,2-Tetrachloroethane 0.050 0.05 0 99.8 71 - 1240.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.052 0.05 0 103 70 - 1300.0050
1,1,2-Trichloroethane 0.052 0.05 0 103 78 - 1170.0050
1,1-Dichloroethane 0.054 0.05 0 108 76 - 1280.0050
1,1-Dichloroethene 0.057 0.05 0 114 72 - 1300.0050
1,2,4-Trichlorobenzene 0.052 0.05 0 103 70 - 1280.0050
1,2-Dibromo-3-chloropropane 0.057 0.05 0 114 70 - 1280.0050
1,2-Dibromoethane 0.052 0.05 0 105 78 - 1200.0050
1,2-Dichlorobenzene 0.052 0.05 0 104 79 - 1210.0050
1,2-Dichloroethane 0.051 0.05 0 102 77 - 1200.0050
1,2-Dichloropropane 0.053 0.05 0 106 77 - 1210.0050
1,3-Dichlorobenzene 0.052 0.05 0 104 78 - 1210.0050
1,4-Dichlorobenzene 0.050 0.05 0 101 78 - 1200.0050
2-Butanone 0.10 0.1 0 102 70 - 1280.010
2-Hexanone 0.11 0.1 0 113 72 - 1270.010
4-Methyl-2-pentanone 0.11 0.1 0 110 70 - 1280.010
Acetone 0.086 0.1 0 86.3 70 - 1300.020
Benzene 0.052 0.05 0 105 75 - 1240.0050
Bromodichloromethane 0.054 0.05 0 108 78 - 1220.0050
Bromoform 0.054 0.05 0 107 74 - 1200.0050
Bromomethane 0.055 0.05 0 110 70 - 1300.010
Carbon disulfide 0.10 0.1 0 104 70 - 1220.010
Carbon tetrachloride 0.055 0.05 0 111 72 - 1280.0050
Chlorobenzene 0.052 0.05 0 104 78 - 1220.0050
Chloroethane 0.054 0.05 0 108 70 - 1300.010
Chloroform 0.053 0.05 0 105 73 - 1270.0050
Chloromethane 0.053 0.05 0 106 70 - 1300.010
cis-1,2-Dichloroethene 0.054 0.05 0 107 77 - 1250.0050
cis-1,3-Dichloropropene 0.054 0.05 0 108 78 - 1220.0050
Cyclohexane 0.050 0.05 0 100 74 - 1260.0050
Dibromochloromethane 0.055 0.05 0 110 78 - 1200.0050
Dichlorodifluoromethane 0.054 0.05 0 107 70 - 1300.0050
Ethylbenzene 0.053 0.05 0 106 70 - 1230.0050
ALS Houston, US Date: 23-May-24
81 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:VLCS-052224 Units:mg/Kg Analysis Date:22-May-2024 15:48
Run ID:VOA5_467456 SeqNo:8025078 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Isopropylbenzene 0.054 0.05 0 109 78 - 1270.0050
m,p-Xylene 0.11 0.1 0 106 77 - 1250.010
Methyl acetate 0.052 0.05 0 104 69 - 1230.0050
Methyl tert-butyl ether 0.048 0.05 0 95.8 70 - 1280.0050
Methylcyclohexane 0.046 0.05 0 91.5 77 - 1270.0050
Methylene chloride 0.055 0.05 0 110 71 - 1250.010
o-Xylene 0.053 0.05 0 105 78 - 1220.0050
Styrene 0.054 0.05 0 109 80 - 1230.0050
Tetrachloroethene 0.053 0.05 0 106 70 - 1300.0050
Toluene 0.052 0.05 0 103 76 - 1220.0050
trans-1,2-Dichloroethene 0.055 0.05 0 110 75 - 1280.0050
trans-1,3-Dichloropropene 0.054 0.05 0 108 75 - 1230.0050
Trichloroethene 0.055 0.05 0 109 78 - 1250.0050
Trichlorofluoromethane 0.054 0.05 0 108 70 - 1300.0050
Vinyl chloride 0.052 0.05 0 105 70 - 1300.0010
Xylenes, Total 0.16 0.15 0 106 77 - 1280.015
0.048 0.05 0 95.5 76 - 1250Surr: 1,2-Dichloroethane-d4
0.052 0.05 0 104 80 - 1200Surr: 4-Bromofluorobenzene
0.051 0.05 0 101 80 - 1190Surr: Dibromofluoromethane
0.050 0.05 0 99.7 81 - 1180Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
82 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24051091-18MS Units:mg/Kg Analysis Date:23-May-2024 00:26
Run ID:VOA5_467456 SeqNo:8025100 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
1,1,1-Trichloroethane 0.049 0.05 0 97.9 70 - 1300.0050
1,1,2,2-Tetrachloroethane 0.047 0.05 0 95.0 70 - 1300.0050
1,1,2-Trichlor-1,2,2-trifluoroethane 0.032 0.05 0 64.8 70 - 130 S0.0050
1,1,2-Trichloroethane 0.049 0.05 0 97.6 70 - 1300.0050
1,1-Dichloroethane 0.052 0.05 0 105 70 - 1300.0050
1,1-Dichloroethene 0.055 0.05 0 109 70 - 1300.0050
1,2,4-Trichlorobenzene 0.019 0.05 0 38.5 70 - 130 S0.0050
1,2-Dibromo-3-chloropropane 0.044 0.05 0 88.3 70 - 1300.0050
1,2-Dibromoethane 0.047 0.05 0 94.9 70 - 1200.0050
1,2-Dichlorobenzene 0.028 0.05 0 55.1 70 - 130 S0.0050
1,2-Dichloroethane 0.049 0.05 0 97.6 70 - 1300.0050
1,2-Dichloropropane 0.048 0.05 0 96.7 70 - 1300.0050
1,3-Dichlorobenzene 0.029 0.05 0 58.4 70 - 130 S0.0050
1,4-Dichlorobenzene 0.029 0.05 0 57.3 70 - 130 S0.0050
2-Butanone 0.39 0.1 0 394 70 - 130 S0.010
2-Hexanone 0.061 0.1 0 61.2 70 - 130 S0.010
4-Methyl-2-pentanone 0.50 0.1 0 503 70 - 128 SE0.010
Acetone 0.38 0.1 0 378 70 - 130 S0.020
Benzene 0.050 0.05 0 99.1 70 - 1300.0050
Bromodichloromethane 0.031 0.05 0 61.6 70 - 130 S0.0050
Bromoform 0.022 0.05 0 44.6 70 - 130 S0.0050
Bromomethane 0.044 0.05 0 87.1 70 - 1300.010
Carbon disulfide 0.079 0.1 0 78.8 70 - 1300.010
Carbon tetrachloride 0.023 0.05 0 46.5 70 - 130 S0.0050
Chlorobenzene 0.040 0.05 0 79.2 70 - 1300.0050
Chloroethane 0.051 0.05 0 102 70 - 1300.010
Chloroform 0.051 0.05 0 102 70 - 1300.0050
Chloromethane 0.049 0.05 0 97.3 70 - 1300.010
cis-1,2-Dichloroethene 0.050 0.05 0 100 70 - 1300.0050
cis-1,3-Dichloropropene 0.031 0.05 0 61.5 70 - 130 S0.0050
Cyclohexane 0.033 0.05 0 66.4 74 - 126 S0.0050
Dibromochloromethane 0.029 0.05 0 57.0 70 - 130 S0.0050
Dichlorodifluoromethane 0.056 0.05 0 112 70 - 1300.0050
Ethylbenzene 0.040 0.05 0 79.9 70 - 1300.0050
ALS Houston, US Date: 23-May-24
83 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24051091-18MS Units:mg/Kg Analysis Date:23-May-2024 00:26
Run ID:VOA5_467456 SeqNo:8025100 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Isopropylbenzene 0.034 0.05 0 67.8 70 - 130 S0.0050
m,p-Xylene 0.076 0.1 0 76.0 70 - 1300.010
Methyl acetate 0.082 0.05 0.04435 75.4 69 - 1230.0050
Methyl tert-butyl ether 0.038 0.05 0 76.0 70 - 1300.0050
Methylcyclohexane 0.011 0.05 0 21.5 77 - 127 S0.0050
Methylene chloride 0.050 0.05 0 100 70 - 1300.010
o-Xylene 0.037 0.05 0 73.3 70 - 1300.0050
Styrene 0.034 0.05 0 69.0 70 - 130 S0.0050
Tetrachloroethene 0.038 0.05 0 76.2 70 - 1300.0050
Toluene 0.046 0.05 0 92.9 70 - 1300.0050
trans-1,2-Dichloroethene 0.051 0.05 0 101 70 - 1300.0050
trans-1,3-Dichloropropene 0.032 0.05 0 64.9 70 - 130 S0.0050
Trichloroethene 0.047 0.05 0 94.4 70 - 1300.0050
Trichlorofluoromethane 0.051 0.05 0 102 70 - 1300.0050
Vinyl chloride 0.050 0.05 0 101 70 - 1300.0010
Xylenes, Total 0.11 0.15 0 75.1 70 - 1300.015
0.049 0.05 0 97.4 70 - 1260Surr: 1,2-Dichloroethane-d4
0.049 0.05 0 97.4 70 - 1300Surr: 4-Bromofluorobenzene
0.048 0.05 0 95.8 70 - 1300Surr: Dibromofluoromethane
0.053 0.05 0 106 70 - 1300Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
84 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24051091-18MSD Units:mg/Kg Analysis Date:23-May-2024 00:48
Run ID:VOA5_467456 SeqNo:8025101 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
1,1,1-Trichloroethane 0.068 0.0565 0 121 70 - 130 0.04894 33 30 R0.0056
1,1,2,2-Tetrachloroethane 0.066 0.0565 0 116 70 - 130 0.04749 32 30 R0.0056
1,1,2-Trichlor-1,2,2-trifluoroethane 0.069 0.0565 0 122 70 - 130 0.03241 72.3 30 R0.0056
1,1,2-Trichloroethane 0.065 0.0565 0 115 70 - 130 0.04880 28.8 300.0056
1,1-Dichloroethane 0.068 0.0565 0 121 70 - 130 0.05226 26.7 300.0056
1,1-Dichloroethene 0.074 0.0565 0 131 70 - 130 0.05456 30.1 30 SR0.0056
1,2,4-Trichlorobenzene 0.034 0.0565 0 60.0 70 - 130 0.01926 55.1 30 SR0.0056
1,2-Dibromo-3-chloropropane 0.066 0.0565 0 116 70 - 130 0.04417 38.9 30 R0.0056
1,2-Dibromoethane 0.064 0.0565 0 114 70 - 120 0.04743 30.4 30 R0.0056
1,2-Dichlorobenzene 0.049 0.0565 0 87.3 70 - 130 0.02757 56.5 30 R0.0056
1,2-Dichloroethane 0.065 0.0565 0 116 70 - 130 0.04878 29.1 300.0056
1,2-Dichloropropane 0.066 0.0565 0 118 70 - 130 0.04836 31.5 30 R0.0056
1,3-Dichlorobenzene 0.051 0.0565 0 90.5 70 - 130 0.02922 54.6 30 R0.0056
1,4-Dichlorobenzene 0.050 0.0565 0 88.7 70 - 130 0.02864 54.6 30 R0.0056
2-Butanone 0.78 0.113 0 687 70 - 130 0.3938 65.4 30 SRE0.011
2-Hexanone 0.094 0.113 0 83.0 70 - 130 0.06123 42.1 30 R0.011
4-Methyl-2-pentanone 0.92 0.113 0 810 70 - 128 0.5035 58 30 SRE0.011
Acetone 0.70 0.113 0 621 70 - 130 0.3776 60.1 30 SRE0.023
Benzene 0.067 0.0565 0 119 70 - 130 0.04953 30.4 30 R0.0056
Bromodichloromethane 0.044 0.0565 0 77.9 70 - 130 0.03078 35.4 30 R0.0056
Bromoform 0.032 0.0565 0 56.2 70 - 130 0.02229 35.1 30 SR0.0056
Bromomethane 0.057 0.0565 0 101 70 - 130 0.04354 26.8 300.011
Carbon disulfide 0.10 0.113 0 88.6 70 - 130 0.07879 23.9 300.011
Carbon tetrachloride 0.039 0.0565 0 68.9 70 - 130 0.02324 50.4 30 SR0.0056
Chlorobenzene 0.060 0.0565 0 106 70 - 130 0.03961 40.5 30 R0.0056
Chloroethane 0.056 0.0565 0 99.7 70 - 130 0.05098 9.97 300.011
Chloroform 0.067 0.0565 0 119 70 - 130 0.05076 27.8 300.0056
Chloromethane 0.063 0.0565 0 112 70 - 130 0.04864 26.2 300.011
cis-1,2-Dichloroethene 0.066 0.0565 0 117 70 - 130 0.05009 27.5 300.0056
cis-1,3-Dichloropropene 0.043 0.0565 0 76.7 70 - 130 0.03074 34 30 R0.0056
Cyclohexane 0.057 0.0565 0 102 74 - 126 0.03318 53.5 30 R0.0056
Dibromochloromethane 0.040 0.0565 0 70.5 70 - 130 0.02852 33.1 30 R0.0056
Dichlorodifluoromethane 0.073 0.0565 0 129 70 - 130 0.05589 26.7 300.0056
Ethylbenzene 0.065 0.0565 0 114 70 - 130 0.03995 47 30 R0.0056
ALS Houston, US Date: 23-May-24
85 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467456 ( 0 )Instrument: VOA5 Method: VOLATILES BY SW8260C
Sample ID:HS24051091-18MSD Units:mg/Kg Analysis Date:23-May-2024 00:48
Run ID:VOA5_467456 SeqNo:8025101 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Isopropylbenzene 0.060 0.0565 0 106 70 - 130 0.03390 55.8 30 R0.0056
m,p-Xylene 0.12 0.113 0 109 70 - 130 0.07603 47.2 30 R0.011
Methyl acetate 0.17 0.0565 0.04435 220 69 - 123 0.08206 69.2 30 SR0.0056
Methyl tert-butyl ether 0.069 0.0565 0 121 70 - 130 0.03799 57.5 30 R0.0056
Methylcyclohexane 0.058 0.0565 0 103 77 - 127 0.01075 138 30 R0.0056
Methylene chloride 0.065 0.0565 0 115 70 - 130 0.05013 25.9 300.011
o-Xylene 0.060 0.0565 0 106 70 - 130 0.03665 48.1 30 R0.0056
Styrene 0.056 0.0565 0 98.4 70 - 130 0.03449 46.9 30 R0.0056
Tetrachloroethene 0.061 0.0565 0 108 70 - 130 0.03812 46.3 30 R0.0056
Toluene 0.067 0.0565 0 118 70 - 130 0.04644 35.9 30 R0.0056
trans-1,2-Dichloroethene 0.066 0.0565 0 116 70 - 130 0.05060 25.7 300.0056
trans-1,3-Dichloropropene 0.045 0.0565 0 79.6 70 - 130 0.03243 32.5 30 R0.0056
Trichloroethene 0.068 0.0565 0 120 70 - 130 0.04722 35.5 30 R0.0056
Trichlorofluoromethane 0.069 0.0565 0 123 70 - 130 0.05108 30.4 30 R0.0056
Vinyl chloride 0.065 0.0565 0 115 70 - 130 0.05034 25.6 300.0011
Xylenes, Total 0.18 0.1695 0 108 70 - 130 0.1127 47.5 30 R0.017
0.054 0.0565 0 96.4 70 - 126 0.04870 11.2 300Surr: 1,2-Dichloroethane-d4
0.057 0.0565 0 100 70 - 130 0.04869 15.3 300Surr: 4-Bromofluorobenzene
0.055 0.0565 0 97.1 70 - 130 0.04790 13.6 300Surr: Dibromofluoromethane
0.059 0.0565 0 104 70 - 130 0.05290 10.7 300Surr: Toluene-d8
The following samples were analyzed in this batch:HS24050999-12 HS24050999-14 HS24050999-15
ALS Houston, US Date: 23-May-24
86 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467224 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216
Sample ID:HS24050958-02DUP Units:wt%Analysis Date:20-May-2024 10:40
Run ID:Balance1_467224 SeqNo:8020199 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
DUP
Client ID:
Percent Moisture 34.7 35.5 2.28 200.0100
The following samples were analyzed in this batch:HS24050999-01 HS24050999-02 HS24050999-03 HS24050999-04
HS24050999-05
ALS Houston, US Date: 23-May-24
87 of 95
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24050999
QC BATCH REPORT
Batch ID: R467225 ( 0 )Instrument: Balance1 Method: MOISTURE - ASTM D2216
Sample ID:HS24050999-10DUP Units:wt%Analysis Date:20-May-2024 12:52
Run ID:Balance1_467225 SeqNo:8020220 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
DUP
Client ID:SB-8 (2-3')
Percent Moisture 20.2 20.5 1.47 200.0100
The following samples were analyzed in this batch:HS24050999-06 HS24050999-07 HS24050999-08 HS24050999-09
HS24050999-10 HS24050999-11 HS24050999-12 HS24050999-13
HS24050999-14 HS24050999-15
ALS Houston, US Date: 23-May-24
88 of 95
QUALIFIERS,
ACRONYMS, UNITS
Client:
Project:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24050999
Qualifier Description
*Value exceeds Regulatory Limit
a Not accredited
B Analyte detected in the associated Method Blank above the Reporting Limit
E Value above quantitation range
H Analyzed outside of Holding Time
J Analyte detected below quantitation limit
M Manually integrated, see raw data for justification
n Not offered for accreditation
ND Not Detected at the Reporting Limit
O Sample amount is > 4 times amount spiked
P Dual Column results percent difference > 40%
R RPD above laboratory control limit
S Spike Recovery outside laboratory control limits
U Analyzed but not detected above the MDL/SDL
Acronym Description
DCS Detectability Check Study
DUP Method Duplicate
LCS Laboratory Control Sample
LCSD Laboratory Control Sample Duplicate
MBLK Method Blank
MDL Method Detection Limit
MQL Method Quantitation Limit
MS Matrix Spike
MSD Matrix Spike Duplicate
PDS Post Digestion Spike
PQL Practical Quantitaion Limit
SD Serial Dilution
SDL Sample Detection Limit
TRRP Texas Risk Reduction Program
Unit Reported Description
mg/Kg-dry Milligrams per Kilogram- Dry weight corrected
mg/L Milligrams per Liter
ALS Houston, US Date: 23-May-24
89 of 95
CERTIFICATIONS,ACCREDITATIONS & LICENSES
Agency Number Expire Date
California 2919; 2025 30-Apr-2025
Florida E87611-38 30-Jun-2024
Illinois 2000322023-11 30-Jun-2024
Kansas E-10352 2023-2024 31-Jul-2024
Kentucky 123043 30-Apr-2025
Louisiana 03087 2023-2024 30-Jun-2024
Maryland 343; 2023-2024 30-Jun-2024
North Carolina 624 - 2024 31-Dec-2024
Oklahoma 2023-140 31-Aug-2024
Tennessee 04016 30-Apr-2025
Texas T104704231 TX-C24-00130 30-Apr-2025
Utah TX026932023-14 31-Jul-2024
23-May-24Date: ALS Houston, US
90 of 95
Monica Smith
16-May-2024 17:58Date/Time Received:HS24050999
WM_PLANO_AP
Work Order ID:
Client Name:
Sample Receipt Checklist
Received by:
Shipping container/cooler in good condition?
Custody seals intact on shipping container/cooler?
Custody seals intact on sample bottles?
Chain of custody present?
Chain of custody signed when relinquished and received?
Chain of custody agrees with sample labels?
Samples in proper container/bottle?
Sample containers intact?
Sufficient sample volume for indicated test?
All samples received within holding time?
Container/Temp Blank temperature in compliance?
Temperature(s)/Thermometer(s):
Cooler(s)/Kit(s):
Date/Time sample(s) sent to storage:
Water - VOA vials have zero headspace?
Water - pH acceptable upon receipt?
pH adjusted?
pH adjusted by:
Login Notes:
No Not Present
Yes No Not Present
Yes No Not Present
Yes No
Yes No
Yes
No
Yes No
Yes No
Yes No
Yes No
Yes No
0.4 UC/0.5 C IR31
51856,51355
05/17/2024 1002
Yes No No VOA vials submitted
Yes No N/A
Yes No N/A
Terracores placed in freezer at 0830
Completed By:/S/ Monica Smith
Date/TimeeSignatureDate/TimeeSignature
17-May-2024 13:2617-May-2024 09:56
ALS Courierwater, soil Carrier name:Matrices:
Reviewed by:/S/ Bernadette A. Fini
Client Contacted:Date Contacted:Person Contacted:
Contacted By:Regarding:
Comments:
Corrective Action:
Yes
NoYesVOA/TX1005/TX1006 Solids in hermetically sealed vials?Not Present
Samplers name present on COC?
Yes
No
3 Page(s)
COC IDs:143182,
143178,059280
ALS Houston, US 23-May-24Date:
91 of 95
92 of 95
93 of 95
94 of 95
95 of 95
May 23, 2024
Josh Hopper
Braun Intertec
714 S. Greenville Avenue
Ste 160
Allen, TX 75002
The analytical data provided relates directly to the samples received by ALS Environmental
and for only the analyses requested. Results are expressed as "as received" unless
otherwise noted.
QC sample results for this data met EPA or laboratory specifications except as noted in the
Case Narrative or as noted with qualifiers in the QC batch information. Should this
laboratory report need to be reproduced, it should be reproduced in full unless written
approval has been obtained by ALS Environmental. Samples will be disposed in 30 days
unless storage arrangements are made.
If you have any questions regarding this report, please feel free to call me.
Sincerely,
ALS Environmental received 2 sample(s) on May 17, 2024 for the analysis presented in the
following report.
Laboratory Results for:Calhoun and 7th St. Phase II
Dear Josh Hopper,
Work Order:HS24051086
Project Manager
Generated By: JUMOKE.LAWAL
Bernadette A. Fini
10450 Stancliff Rd. Suite 210
Houston, TX 77099
T: +1 281 530 5656
F: +1 281 530 5887
alsglobal.com
1 of 31
Client:TRRP Laboratory Data
Package Cover PageProject:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24051086
This data package consists of all or some of the following as applicable:
This signature page, the laboratory review checklist, and the following reportable data:
R1 Field chain-of-custody documentation;
R2 Sample identification cross-reference;
R3 Test reports (analytical data sheets) for each environmental sample that includes:
a) Items consistent with NELAC Chapter 5,
b) dilution factors,
c) preparation methods,
d) cleanup methods, and
e) if required for the project, tentatively identified compounds (TICs).
R4 Surrogate recovery data including:
a) Calculated recovery (%R), and
b) The laboratory’s surrogate QC limits.
R5 Test reports/summary forms for blank samples;
R6 Test reports/summary forms for laboratory control samples (LCSs) including:
a) LCS spiking amounts,
b) Calculated %R for each analyte, and
c)The laboratory’s LCS QC limits.
R7 Test reports for project matrix spike/matrix spike duplicates (MS/MSDs) including:
a) Samples associated with the MS/MSD clearly identified,
b) MS/MSD spiking amounts,
c) Concentration of each MS/MSD analyte measured in the parent and spiked samples,
d) Calculated %Rs and relative percent differences (RPDs), and
e) The laboratory’s MS/MSD QC limits.
R8 Laboratory analytical duplicate (if applicable) recovery and precision:
a) the amount of analyte measured in the duplicate,
b) the calculated RPD, and
c) the laboratory’s QC limits for analytical duplicates.
R9 List of method quantitation limits (MQLs) and detectability check sample results for each
analyte for each method and matrix.
R10 Other problems or anomalies.
The Exception Report for each “No” or “Not Reviewed (NR)” item in Laboratory Review Checklist and
for each analyte, matrix, and method for which the laboratory does not hold NELAC accreditation under
the Texas Laboratory Accreditation Program.
ALS Houston, US Date: 23-May-24
2 of 31
Client:TRRP Laboratory Data
Package Cover PageProject:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24051086
Bernadette A. Fini
Project Manager
Release Statement: I am responsible for the release of this laboratory data package. This laboratory is
NELAC accredited under the Texas Laboratory Accreditation Program for all the methods, analytes and
matrices reported in this data package except as noted in the Exception Reports. The data have been
reviewed and are technically compliant with the requirements of the methods used, except where noted by
the laboratory in the attached exception reports. By my signature below, I affirm to the best of my
knowledge, all problems/anomalies, observed by the laboratory have been identified by the laboratory in
the Laboratory Review Checklist, and no information affecting the quality of the data has been knowingly
withheld.
Check, if applicable: [NA] This laboratory meets an exception under 30 TAC §25.6 and was last inspected
by [ ] TCEQ or [ ] ______________ on (enter date of last inspection). Any findings affecting the data in
this laboratory data package are noted in the Exception Reports herein. The official signing the cover page
of the report in which these data are used is responsible for releasing this data package and is by signature
affirming the above release statement is true.
ALS Houston, US Date: 23-May-24
3 of 31
Laboratory Review Checklist: Reportable Data
Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24051086
Reviewer Name: Bernadette Fini Prep Batch Number(s): 212242,R467302
#1 A2 Description Yes No NA3 NR4 ER#5
R1 OI Chain-of -custody (C-O-C)
Did samples meet the laboratory’s standard conditions of sample acceptability
upon receipt? X
Were all departures from s tandard conditions described in an exception report? X
R2 OI Sample and quality control (QC) identification
Are all field sample ID numbers cross-referenced to the laboratory ID numbers? X
Are all laboratory ID numbers cross-referen ced to the corresponding Q C data? X
R3 OI Test reports
Were all samples prepared and analyzed within holding times? X
Other than those results < MQL, were all other raw values bracketed by
calibration standards? X
Were calculations checked by a peer or supervisor? X
Were all analyte identifications checked by a peer or supervisor? X
Were sample detection limits reported for all analytes not detected? X
Were all results for soil and sediment samples reported on a dry weigh t basis? X
Were % moisture (or solids) reported for all soil and sediment samples? X
Were bulk soils/solids samples for volatile analysis extracted with methanol per SW-846 Method 5035? X
If required for the project, TICs reported? X
R4 O Surrogate recovery data
Were surrogates added prior to extraction? X
Were surrogate percent recoveries in all samples within the laboratory QC
limits? X
R5 OI Test reports/summary forms for blank samples
Were appropriate type(s) of blanks analyzed? X
Were blanks analyzed at the appropriate frequency? X
Were method blanks taken through the entire analytical process, including
preparation and, if applicable, cleanup procedures? X
Were blank concentrations < MQL? X
R6 OI Laboratory control samples (LCS):
Were all COCs included in the LCS? X
Was each LCS taken through the entire analytical procedure, including prep and
cleanup steps? X
Were LCSs analyzed at the required frequency? X
Were LCS (and LCSD, if applicable) %Rs within the laboratory QC limits? X
Does the detectability data document the laboratory’s capability to detect the
COCs at the MDL used to calculate the SDLs? X
Was the LCSD RPD within QC limits? X
R7 OI Matrix spike (MS) and matrix spike duplicate (MSD) data
Were the pro ject/method specified analytes included in the MS and MSD? X
Were MS/MSD analyzed at the appropriate frequency? X
Were MS (and MSD, if applicable) %Rs within the laboratory QC limits? X 1
Were MS/MSD RPDs within laboratory QC limits? X
R8 OI Analytical duplicate data
Were appropriate analytical duplicates analyzed for each matrix? X
Were analytical duplicates analyzed at the appropriate frequency? X
Were RPDs or relative standard dev iations within the laboratory QC limits? X
R9 OI Method q uantitation limits (MQLs):
Are the MQLs for each method analyte included in the laboratory data package? X
Do the MQLs correspond to the concentration of the lowest non-zero calibration
standard? X
Are unadjusted MQLs and DC Ss included in the laboratory data package? X
R10 OI Other problems/anomalies
Are all known problems/anomalies/special conditions noted in this LRC and ER? X
Were all necessary corrective actions performed for the reported data? X
Was applicable and available technology used to lower the SDL and minimize
the matrix interference affects on the sample results? X
Is the laboratory NELAC-accredited under the Texas Laboratory Program for
the analytes, matrices and methods associated with this laboratory data package? X 2
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by
the letter “S” should be retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);NA = Not Applicable; NR = Not Reviewe d;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
4 of 31
Laboratory Review Checklist: Supporting Data
Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24051086
Reviewer Name: Bernadette Fini Prep Batch Numb er(s): 212242,R467302
#1 A2 Description Yes No NA3 NR 4 ER#5
S1 OI Initial calibration (ICAL)
Were response factors and/or relative response factors for each analyte within QC
limits? X
Were percent RSDs or correlation coefficient criteria met? X
Was the number of standards recommended in the method used for all analytes? X
Were all points g enerated between the lowest and highest standard used to
calculate the curve? X
Are I CAL d ata available for all instruments used? X
Has the initial calibration curve been verified usin g an appropriate secon d source standard? X
S2 OI
Initial and continuing calibration verification (ICCV and CCV) and continuing calibration blank (CCB)
Was the CCV analyzed at the method-required frequency? X
Were percent differences for each analyte within the method-required QC limits? X
Was the ICAL curve verified for each analyte? X
Was the absolute value of the analyte concentration in the inorganic CCB < MDL? X
S3 O Mass spectral tuning:
Was the appropriate compound for the me thod used for tuning? X
Were ion abundance data within the method-required QC limits? X
S4 O Internal standards (IS):
Were IS area counts and retention times within the method -requ ired QC limits? X
S5 OI
Raw data (NELAC section 1 appendix A glossary, and section 5.12 or ISO/IEC
17025 section
Were the r aw data (for example, chromatograms, spectral data) reviewed by an
analyst? X
Were data associated with manual integrations flagged on the raw data? X
S6 O Dual column confirmation
Did dual column confirmation resu lts meet the method -required QC? X
S7 O Tentatively identified compounds (TICs):
If TICs were request ed, were the mass spectra and TIC data subject to appropriate
checks? X
S8 I Interference Check Sample (ICS) results:
Were percent recoveries within method QC limits? X
S9 I Serial dilutions, post digestion spikes, and method of standard additions
Were percent differences, recoveries, and the linearity within the QC limits specified in the m ethod? X
S10 OI Method detection limit (MDL) studies
Was a MDL study performed for each reported analyte? X
Is the MDL either adjusted or supported by the analysis of DCSs? X
S11 OI Proficiency t est reports:
Was the laboratory's performance acceptable on the applicable proficiency tests or
evaluation s tudies? X
S12 OI Standards documentation
Are all standards used in the analyses NIST-traceable or obtained from other
appropriate sources? X
S13 OI Compound/analyte identification procedures
Are the pro cedur es for compound/analyte identification documented? X
S14 OI Demonstration of analyst competency (DOC)
Was DOC conducted con sistent with NELAC Chapter 5C or ISO/IEC 4? X
Is documentation of the analyst’s competency up -to -date and on file? X
S15 OI
Verification/validation documentation for methods (NELAC Chap 5 or
ISO/IEC 17025 Section 5)
Are a ll the methods used to generate the data documented, verified, and validated,
where applicable? X
S1 6 OI Laboratory standard operat ing procedures (SOPs):
Are laboratory SOPs current and on file for each method performed ? X
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-requ ired report(s). Items identified by the letter “S” should be
retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);
NA = Not Applicable; NR = No t Reviewed;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
5 of 31
Laboratory Review Checklist: Exception Reports
Laboratory Name: ALS Laboratory Group LRC Date: 05/23/2024
Project Name: Calhoun and 7th St. Phase II Laboratory Job Number: HS24051086
Reviewer Name: Bernadette Fini Prep Batch Number(s): 212242,R467302
ER#5 Description
1
Batch R467302, Volatiles Metho d SW8260, sample HS24051043 -10, MS and MSD were performed on unrelated sample
2
Volatile Organics Method SW8260, TCEQ does not offer accreditation for Cyclohexane the results are flagged with n.
Items identified by the letter “R” must be included in the laboratory data package submitted in the TRRP-required report(s). Items identified by the letter “S” should be
retained and made available upon request for the appropriate retention period.
O = Organic Analyses; I = Inorganic Analyses (and general chemistry, when applicable);
NA = Not Applicable;
NR = Not Reviewed;
R# = Exception Report identification number (an Exception Report should be completed for an item if “NR” or “No” is checked).
6 of 31
Client:Braun Intertec
Work Order:HS24051086
Project:Calhoun and 7th St. Phase II SAMPLE SUMMARY
Lab Samp ID Client Sample ID Collection DateMatrix TagNo Date Received Hold
HS24051086-01 17-May-2024 09:45 17-May-2024 14:51TMW-1 Water
HS24051086-02 17-May-2024 09:10 17-May-2024 14:51TMW-4 Water
ALS Houston, US 23-May-24Date:
7 of 31
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1
WorkOrder:
Lab ID:
Collection Date:
HS24051086
HS24051086-01
17-May-2024 09:45 Matrix:Water
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 21-May-2024 15:430.000201,1,1-Trichloroethane 0.0010U
1mg/L 21-May-2024 15:430.000501,1,2,2-Tetrachloroethane 0.0010U
1mg/L 21-May-2024 15:430.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U
1mg/L 21-May-2024 15:430.000301,1,2-Trichloroethane 0.0010U
1mg/L 21-May-2024 15:430.000201,1-Dichloroethane 0.0010U
1mg/L 21-May-2024 15:430.000201,1-Dichloroethene 0.0010U
1mg/L 21-May-2024 15:430.000501,2,4-Trichlorobenzene 0.0010U
1mg/L 21-May-2024 15:430.000601,2-Dibromo-3-chloropropane 0.0010U
1mg/L 21-May-2024 15:430.000201,2-Dibromoethane 0.0010U
1mg/L 21-May-2024 15:430.000501,2-Dichlorobenzene 0.0010U
1mg/L 21-May-2024 15:430.000201,2-Dichloroethane 0.0010U
1mg/L 21-May-2024 15:430.000501,2-Dichloropropane 0.0010U
1mg/L 21-May-2024 15:430.000401,3-Dichlorobenzene 0.0010U
1mg/L 21-May-2024 15:430.000401,4-Dichlorobenzene 0.0010U
1mg/L 21-May-2024 15:430.000502-Butanone 0.00200.0068
1mg/L 21-May-2024 15:430.00102-Hexanone 0.0020U
1mg/L 21-May-2024 15:430.000704-Methyl-2-pentanone 0.0020U
1mg/L 21-May-2024 15:430.0014Acetone 0.00200.030
1mg/L 21-May-2024 15:430.00020Benzene 0.0010U
1mg/L 21-May-2024 15:430.00020Bromodichloromethane 0.0010U
1mg/L 21-May-2024 15:430.00040Bromoform 0.0010U
1mg/L 21-May-2024 15:430.00040Bromomethane 0.0010U
1mg/L 21-May-2024 15:430.00060Carbon disulfide 0.0020U
1mg/L 21-May-2024 15:430.00050Carbon tetrachloride 0.0010U
1mg/L 21-May-2024 15:430.00030Chlorobenzene 0.0010U
1mg/L 21-May-2024 15:430.00030Chloroethane 0.0010U
1mg/L 21-May-2024 15:430.00020Chloroform 0.0010U
1mg/L 21-May-2024 15:430.00020Chloromethane 0.0010U
1mg/L 21-May-2024 15:430.00020cis-1,2-Dichloroethene 0.00100.0040
1mg/L 21-May-2024 15:430.00010cis-1,3-Dichloropropene 0.0010U
1mg/L 21-May-2024 15:43n 0.00030Cyclohexane 0.0010U
1mg/L 21-May-2024 15:430.00030Dibromochloromethane 0.0010U
1mg/L 21-May-2024 15:430.00030Dichlorodifluoromethane 0.0010U
1mg/L 21-May-2024 15:430.00030Ethylbenzene 0.0010U
1mg/L 21-May-2024 15:430.00030Isopropylbenzene 0.0010U
1mg/L 21-May-2024 15:43J0.00050m,p-Xylene 0.00200.00076
1mg/L 21-May-2024 15:430.0010Methyl acetate 0.0010U
1mg/L 21-May-2024 15:430.00020Methyl tert-butyl ether 0.0010U
1mg/L 21-May-2024 15:430.00030Methylcyclohexane 0.0010U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
8 of 31
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-1
WorkOrder:
Lab ID:
Collection Date:
HS24051086
HS24051086-01
17-May-2024 09:45 Matrix:Water
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 21-May-2024 15:430.0010Methylene chloride 0.0020U
1mg/L 21-May-2024 15:430.00030o-Xylene 0.0010U
1mg/L 21-May-2024 15:430.00030Styrene 0.0010U
1mg/L 21-May-2024 15:430.00030Tetrachloroethene 0.0010U
1mg/L 21-May-2024 15:430.00020Toluene 0.0010U
1mg/L 21-May-2024 15:430.00020trans-1,2-Dichloroethene 0.0010U
1mg/L 21-May-2024 15:430.00020trans-1,3-Dichloropropene 0.0010U
1mg/L 21-May-2024 15:430.00030Trichloroethene 0.0010U
1mg/L 21-May-2024 15:430.00030Trichlorofluoromethane 0.0010U
1mg/L 21-May-2024 15:430.00020Vinyl chloride 0.0010U
1mg/L 21-May-2024 15:43J0.00030Xylenes, Total 0.00300.00076
Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 15:4311170-126
Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 15:4392.4 77-113
Surr: Dibromofluoromethane 1%REC 21-May-2024 15:4310377-123
Surr: Toluene-d8 1%REC 21-May-2024 15:4310582-127
LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 21-May-2024
1mg/L 22-May-2024 00:560.19nC6 to nC12 0.48U
1mg/L 22-May-2024 00:560.19>nC12 to nC28 0.48U
1mg/L 22-May-2024 00:560.19>nC28 to nC35 0.48U
1mg/L 22-May-2024 00:560.19Total Petroleum Hydrocarbon 0.48U
Surr: 2-Fluorobiphenyl 1%REC 22-May-2024 00:5684.0 70-130
Surr: Trifluoromethyl benzene 1%REC 22-May-2024 00:5690.4 70-130
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
9 of 31
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-4
WorkOrder:
Lab ID:
Collection Date:
HS24051086
HS24051086-02
17-May-2024 09:10 Matrix:Water
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 21-May-2024 16:060.000201,1,1-Trichloroethane 0.0010U
1mg/L 21-May-2024 16:060.000501,1,2,2-Tetrachloroethane 0.0010U
1mg/L 21-May-2024 16:060.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.0010U
1mg/L 21-May-2024 16:060.000301,1,2-Trichloroethane 0.0010U
1mg/L 21-May-2024 16:060.000201,1-Dichloroethane 0.0010U
1mg/L 21-May-2024 16:060.000201,1-Dichloroethene 0.0010U
1mg/L 21-May-2024 16:060.000501,2,4-Trichlorobenzene 0.0010U
1mg/L 21-May-2024 16:060.000601,2-Dibromo-3-chloropropane 0.0010U
1mg/L 21-May-2024 16:060.000201,2-Dibromoethane 0.0010U
1mg/L 21-May-2024 16:060.000501,2-Dichlorobenzene 0.0010U
1mg/L 21-May-2024 16:060.000201,2-Dichloroethane 0.0010U
1mg/L 21-May-2024 16:060.000501,2-Dichloropropane 0.0010U
1mg/L 21-May-2024 16:060.000401,3-Dichlorobenzene 0.0010U
1mg/L 21-May-2024 16:060.000401,4-Dichlorobenzene 0.0010U
1mg/L 21-May-2024 16:060.000502-Butanone 0.0020U
1mg/L 21-May-2024 16:060.00102-Hexanone 0.0020U
1mg/L 21-May-2024 16:060.000704-Methyl-2-pentanone 0.0020U
1mg/L 21-May-2024 16:060.0014Acetone 0.0020U
1mg/L 21-May-2024 16:060.00020Benzene 0.0010U
1mg/L 21-May-2024 16:060.00020Bromodichloromethane 0.0010U
1mg/L 21-May-2024 16:060.00040Bromoform 0.0010U
1mg/L 21-May-2024 16:060.00040Bromomethane 0.0010U
1mg/L 21-May-2024 16:060.00060Carbon disulfide 0.0020U
1mg/L 21-May-2024 16:060.00050Carbon tetrachloride 0.0010U
1mg/L 21-May-2024 16:060.00030Chlorobenzene 0.0010U
1mg/L 21-May-2024 16:060.00030Chloroethane 0.0010U
1mg/L 21-May-2024 16:060.00020Chloroform 0.0010U
1mg/L 21-May-2024 16:060.00020Chloromethane 0.0010U
1mg/L 21-May-2024 16:060.00020cis-1,2-Dichloroethene 0.0010U
1mg/L 21-May-2024 16:060.00010cis-1,3-Dichloropropene 0.0010U
1mg/L 21-May-2024 16:06n 0.00030Cyclohexane 0.0010U
1mg/L 21-May-2024 16:060.00030Dibromochloromethane 0.0010U
1mg/L 21-May-2024 16:060.00030Dichlorodifluoromethane 0.0010U
1mg/L 21-May-2024 16:060.00030Ethylbenzene 0.0010U
1mg/L 21-May-2024 16:060.00030Isopropylbenzene 0.0010U
1mg/L 21-May-2024 16:060.00050m,p-Xylene 0.0020U
1mg/L 21-May-2024 16:060.0010Methyl acetate 0.0010U
1mg/L 21-May-2024 16:060.00020Methyl tert-butyl ether 0.0010U
1mg/L 21-May-2024 16:060.00030Methylcyclohexane 0.0010U
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
10 of 31
Client:
Project:
Sample ID:
Braun Intertec
Calhoun and 7th St. Phase II
TMW-4
WorkOrder:
Lab ID:
Collection Date:
HS24051086
HS24051086-02
17-May-2024 09:10 Matrix:Water
ANALYTICAL REPORT
ANALYSES RESULT MQL
DILUTION
FACTORUNITS
DATE
ANALYZEDQUAL SDL
LOW LEVEL VOLATILES BY SW8260C Method:SW8260 Analyst: AKP
1mg/L 21-May-2024 16:060.0010Methylene chloride 0.0020U
1mg/L 21-May-2024 16:060.00030o-Xylene 0.0010U
1mg/L 21-May-2024 16:060.00030Styrene 0.0010U
1mg/L 21-May-2024 16:060.00030Tetrachloroethene 0.0010U
1mg/L 21-May-2024 16:060.00020Toluene 0.0010U
1mg/L 21-May-2024 16:060.00020trans-1,2-Dichloroethene 0.0010U
1mg/L 21-May-2024 16:060.00020trans-1,3-Dichloropropene 0.0010U
1mg/L 21-May-2024 16:060.00030Trichloroethene 0.0010U
1mg/L 21-May-2024 16:060.00030Trichlorofluoromethane 0.0010U
1mg/L 21-May-2024 16:060.00020Vinyl chloride 0.0010U
1mg/L 21-May-2024 16:060.00030Xylenes, Total 0.0030U
Surr: 1,2-Dichloroethane-d4 1%REC 21-May-2024 16:0610770-126
Surr: 4-Bromofluorobenzene 1%REC 21-May-2024 16:0692.4 77-113
Surr: Dibromofluoromethane 1%REC 21-May-2024 16:0699.6 77-123
Surr: Toluene-d8 1%REC 21-May-2024 16:0610582-127
LOW-LEVEL TEXAS TPH BY TX1005 Method:TX1005 Analyst: DBPrep:TX1005PR / 21-May-2024
1mg/L 22-May-2024 01:260.20nC6 to nC12 0.49U
1mg/L 22-May-2024 01:260.20>nC12 to nC28 0.49U
1mg/L 22-May-2024 01:260.20>nC28 to nC35 0.49U
1mg/L 22-May-2024 01:260.20Total Petroleum Hydrocarbon 0.49U
Surr: 2-Fluorobiphenyl 1%REC 22-May-2024 01:2688.6 70-130
Surr: Trifluoromethyl benzene 1%REC 22-May-2024 01:2692.8 70-130
23-May-24Date: ALS Houston, US
Note: See Qualifiers Page for a list of qualifiers and their explanation.
11 of 31
Weight / Prep Log
HS24051086
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
Client:
Batch ID:212242
Method:TX 1005 PREP TX 1005_W PRPrep Code:
Start Date: 21 May 2024 10:43 End Date: 21 May 2024 10:43
ContainerSample ID
Sample
Wt/Vol
Final
Volume
Prep
Factor
HS24051086-01 31.15 (g)40 mL VOA w/ HCL3 (mL) 0.09631
HS24051086-02 30.67 (g)40 mL VOA w/ HCL3 (mL) 0.09782
23-May-24Date: ALS Houston, US
12 of 31
Client:
Calhoun and 7th St. Phase II
Braun Intertec
WorkOrder:
Project:
HS24051086
DATES REPORT
Collection Date Prep Date Analysis DateClient Samp IDSample ID Leachate Date DF
Batch ID:212242 ( 0 ) Test Name :LOW-LEVEL TEXAS TPH BY TX1005 Matrix:Water
21 May 2024 10:43 22 May 2024 00:56HS24051086-01 17 May 2024 09:45 1TMW-1
21 May 2024 10:43 22 May 2024 01:26HS24051086-02 17 May 2024 09:10 1TMW-4
Batch ID:R467302 ( 0 ) Test Name :LOW LEVEL VOLATILES BY SW8260C Matrix:Water
21 May 2024 15:43HS24051086-01 17 May 2024 09:45 1TMW-1
21 May 2024 16:06HS24051086-02 17 May 2024 09:10 1TMW-4
23-May-24Date: ALS Houston, US
13 of 31
ALS Houston, US Date: 23-May-24
WorkOrder: HS24051086
Test Code: TX1005_W_Low
InstrumentID: FID-18
METHOD DETECTION /
REPORTING LIMITS
AqueousMatrix:Test Number: TX1005
Test Name: Low-level Texas TPH by TX1005 Units:mg/L
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.28TPH-1005-1 0.20nC6 to nC12 0.500.25
A 0.27TPH-1005-2 0.20>nC12 to nC28 0.500.25
A 0.27TPH-1005-4 0.20>nC28 to nC35 0.500.25
A 0.56TPH 0.20Total Petroleum Hydrocarbon 0.500.50
S 0321-60-8 02-Fluorobiphenyl 00
S 098-08-8 0Trifluoromethyl benzene 00
14 of 31
ALS Houston, US Date: 23-May-24
WorkOrder: HS24051086
Test Code: 8260_LL_W
InstrumentID: VOA4
METHOD DETECTION /
REPORTING LIMITS
AqueousMatrix:Test Number: SW8260
Test Name: Low Level Volatiles by SW8260C Units:mg/L
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.0004671-55-6 0.000201,1,1-Trichloroethane 0.00100.00050
A 0.0004279-34-5 0.000501,1,2,2-Tetrachloroethane 0.00100.00050
A 0.0005676-13-1 0.000501,1,2-Trichlor-1,2,2-trifluoroethane 0.00100.00050
A 0.0003679-00-5 0.000301,1,2-Trichloroethane 0.00100.00050
A 0.0005675-34-3 0.000201,1-Dichloroethane 0.00100.00050
A 0.0003775-35-4 0.000201,1-Dichloroethene 0.00100.00050
A 0.00047120-82-1 0.000501,2,4-Trichlorobenzene 0.00100.00050
A 0.0005596-12-8 0.000601,2-Dibromo-3-chloropropane 0.00100.00050
A 0.00044106-93-4 0.000201,2-Dibromoethane 0.00100.00050
A 0.0003895-50-1 0.000501,2-Dichlorobenzene 0.00100.00050
A 0.00059107-06-2 0.000201,2-Dichloroethane 0.00100.00050
A 0.0004278-87-5 0.000501,2-Dichloropropane 0.00100.00050
A 0.00045541-73-1 0.000401,3-Dichlorobenzene 0.00100.00050
A 0.00052106-46-7 0.000401,4-Dichlorobenzene 0.00100.00050
A 0.001378-93-3 0.000502-Butanone 0.00200.0010
A 0.00090591-78-6 0.00102-Hexanone 0.00200.0010
A 0.0011108-10-1 0.000704-Methyl-2-pentanone 0.00200.0010
A 0.001467-64-1 0.0014Acetone 0.00200.0010
A 0.0004471-43-2 0.00020Benzene 0.00100.00050
A 0.0004475-27-4 0.00020Bromodichloromethane 0.00100.00050
A 0.0005475-25-2 0.00040Bromoform 0.00100.00050
A 0.0004374-83-9 0.00040Bromomethane 0.00100.00050
A 0.0009475-15-0 0.00060Carbon disulfide 0.00200.0010
A 0.0004356-23-5 0.00050Carbon tetrachloride 0.00100.00050
A 0.00046108-90-7 0.00030Chlorobenzene 0.00100.00050
A 0.0007475-00-3 0.00030Chloroethane 0.00100.00050
A 0.0004867-66-3 0.00020Chloroform 0.00100.00050
A 0.0005374-87-3 0.00020Chloromethane 0.00100.00050
A 0.00039156-59-2 0.00020cis-1,2-Dichloroethene 0.00100.00050
A 0.0003610061-01-5 0.00010cis-1,3-Dichloropropene 0.00100.00050
A 0.0012110-82-7 0.00030Cyclohexane 0.00100.00050
A 0.00046124-48-1 0.00030Dibromochloromethane 0.00100.00050
A 0.0003775-71-8 0.00030Dichlorodifluoromethane 0.00100.00050
A 0.00044100-41-4 0.00030Ethylbenzene 0.00100.00050
A 0.0003498-82-8 0.00030Isopropylbenzene 0.00100.00050
A 0.00074179601-23-1 0.00050m,p-Xylene 0.00200.0010
A 0.0007179-20-9 0.0010Methyl acetate 0.00100.00050
A 0.000411634-04-4 0.00020Methyl tert-butyl ether 0.00100.00050
A 0.00034108-87-2 0.00030Methylcyclohexane 0.00100.00050
A 0.0008675-09-2 0.0010Methylene chloride 0.00200.00050
15 of 31
ALS Houston, US Date: 23-May-24
WorkOrder: HS24051086
Test Code: 8260_LL_W
InstrumentID: VOA4
METHOD DETECTION /
REPORTING LIMITS
AqueousMatrix:Test Number: SW8260
Test Name: Low Level Volatiles by SW8260C Units:mg/L
Type Analyte DCSCAS MDL PQLDCS Spike
A 0.0004095-47-6 0.00030o-Xylene 0.00100.00050
A 0.00034100-42-5 0.00030Styrene 0.00100.00050
A 0.00037127-18-4 0.00030Tetrachloroethene 0.00100.00050
A 0.00039108-88-3 0.00020Toluene 0.00100.00050
A 0.00045156-60-5 0.00020trans-1,2-Dichloroethene 0.00100.00050
A 0.0004310061-02-6 0.00020trans-1,3-Dichloropropene 0.00100.00050
A 0.0004579-01-6 0.00030Trichloroethene 0.00100.00050
A 0.0004075-69-4 0.00030Trichlorofluoromethane 0.00100.00050
A 0.0004075-01-4 0.00020Vinyl chloride 0.00100.00050
A 0.00111330-20-7 0.00030Xylenes, Total 0.00300.0015
S 017060-07-0 01,2-Dichloroethane-d4 0.00100
S 0460-00-4 04-Bromofluorobenzene 0.00100
S 01868-53-7 0Dibromofluoromethane 0.00100
S 02037-26-5 0Toluene-d8 0.00100
16 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: 212242 ( 0 )Instrument: FID-18 Method: LOW-LEVEL TEXAS TPH BY TX1005
Sample ID:MBLK-212242 Units:mg/L Analysis Date:21-May-2024 16:58
Run ID:FID-18_467434 SeqNo:8024663 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
nC6 to nC12 U 0.50
>nC12 to nC28 U 0.50
>nC28 to nC35 U 0.50
Total Petroleum Hydrocarbon U 0.50
2.258 2.5 0 90.3 70 - 1300Surr: 2-Fluorobiphenyl
2.312 2.5 0 92.5 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCS-212242 Units:mg/L Analysis Date:21-May-2024 17:58
Run ID:FID-18_467434 SeqNo:8024664 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
nC6 to nC12 21.58 25 0 86.3 75 - 1250.50
>nC12 to nC28 24.88 25 0 99.5 75 - 1250.50
2.765 2.5 0 111 70 - 1300Surr: 2-Fluorobiphenyl
2.469 2.5 0 98.8 70 - 1300Surr: Trifluoromethyl benzene
Sample ID:LCSD-212242 Units:mg/L Analysis Date:21-May-2024 18:28
Run ID:FID-18_467434 SeqNo:8024665 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCSD
Client ID:
nC6 to nC12 23.94 25 0 95.8 75 - 125 21.58 10.4 200.50
>nC12 to nC28 27.21 25 0 109 75 - 125 24.88 8.95 200.50
2.786 2.5 0 111 70 - 130 2.765 0.772 200Surr: 2-Fluorobiphenyl
2.476 2.5 0 99.0 70 - 130 2.469 0.276 200Surr: Trifluoromethyl benzene
Sample ID:HS24050845-07MS Units:mg/L Analysis Date:21-May-2024 19:28
Run ID:FID-18_467434 SeqNo:8024667 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
nC6 to nC12 41.25 24.45 20.38 85.4 75 - 1250.49
>nC12 to nC28 33.94 24.45 3.996 122 75 - 1250.49
2.826 2.445 0 116 70 - 1300Surr: 2-Fluorobiphenyl
2.508 2.445 0 103 70 - 1300Surr: Trifluoromethyl benzene
ALS Houston, US Date: 23-May-24
17 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: 212242 ( 0 )Instrument: FID-18 Method: LOW-LEVEL TEXAS TPH BY TX1005
Sample ID:HS24050845-07MSD Units:mg/L Analysis Date:21-May-2024 19:58
Run ID:FID-18_467434 SeqNo:8024668 PrepDate:21-May-2024 DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
nC6 to nC12 39.98 24.05 20.38 81.5 75 - 125 41.25 3.12 200.48
>nC12 to nC28 33.27 24.05 3.996 122 75 - 125 33.94 1.98 200.48
2.733 2.405 0 114 70 - 130 2.826 3.34 200Surr: 2-Fluorobiphenyl
2.442 2.405 0 102 70 - 130 2.508 2.7 200Surr: Trifluoromethyl benzene
The following samples were analyzed in this batch:HS24051086-01 HS24051086-02
ALS Houston, US Date: 23-May-24
18 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VBLKW-240521 Units:mg/L Analysis Date:21-May-2024 10:59
Run ID:VOA4_467302 SeqNo:8022182 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
1,1,1-Trichloroethane U 0.0010
1,1,2,2-Tetrachloroethane U 0.0010
1,1,2-Trichlor-1,2,2-trifluoroethane U 0.0010
1,1,2-Trichloroethane U 0.0010
1,1-Dichloroethane U 0.0010
1,1-Dichloroethene U 0.0010
1,2,4-Trichlorobenzene U 0.0010
1,2-Dibromo-3-chloropropane U 0.0010
1,2-Dibromoethane U 0.0010
1,2-Dichlorobenzene U 0.0010
1,2-Dichloroethane U 0.0010
1,2-Dichloropropane U 0.0010
1,3-Dichlorobenzene U 0.0010
1,4-Dichlorobenzene U 0.0010
2-Butanone U 0.0020
2-Hexanone U 0.0020
4-Methyl-2-pentanone U 0.0020
Acetone U 0.0020
Benzene U 0.0010
Bromodichloromethane U 0.0010
Bromoform U 0.0010
Bromomethane U 0.0010
Carbon disulfide U 0.0020
Carbon tetrachloride U 0.0010
Chlorobenzene U 0.0010
Chloroethane U 0.0010
Chloroform U 0.0010
Chloromethane U 0.0010
cis-1,2-Dichloroethene U 0.0010
cis-1,3-Dichloropropene U 0.0010
Cyclohexane U 0.0010
Dibromochloromethane U 0.0010
Dichlorodifluoromethane U 0.0010
Ethylbenzene U 0.0010
ALS Houston, US Date: 23-May-24
19 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VBLKW-240521 Units:mg/L Analysis Date:21-May-2024 10:59
Run ID:VOA4_467302 SeqNo:8022182 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MBLK
Client ID:
Isopropylbenzene U 0.0010
m,p-Xylene U 0.0020
Methyl acetate U 0.0010
Methyl tert-butyl ether U 0.0010
Methylcyclohexane U 0.0010
Methylene chloride U 0.0020
o-Xylene U 0.0010
Styrene U 0.0010
Tetrachloroethene U 0.0010
Toluene U 0.0010
trans-1,2-Dichloroethene U 0.0010
trans-1,3-Dichloropropene U 0.0010
Trichloroethene U 0.0010
Trichlorofluoromethane U 0.0010
Vinyl chloride U 0.0010
Xylenes, Total U 0.0030
0.047 0.05 0 93.9 70 - 1230.0010Surr: 1,2-Dichloroethane-d4
0.045 0.05 0 89.7 77 - 1130.0010Surr: 4-Bromofluorobenzene
0.045 0.05 0 90.7 73 - 1260.0010Surr: Dibromofluoromethane
0.052 0.05 0 104 81 - 1200.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
20 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VLCSW-240521 Units:mg/L Analysis Date:21-May-2024 09:51
Run ID:VOA4_467302 SeqNo:8022273 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
1,1,1-Trichloroethane 0.019 0.02 0 95.9 70 - 1300.0010
1,1,2,2-Tetrachloroethane 0.016 0.02 0 81.7 70 - 1200.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.019 0.02 0 94.4 70 - 1300.0010
1,1,2-Trichloroethane 0.018 0.02 0 91.2 77 - 1130.0010
1,1-Dichloroethane 0.018 0.02 0 88.1 71 - 1220.0010
1,1-Dichloroethene 0.020 0.02 0 97.6 70 - 1300.0010
1,2,4-Trichlorobenzene 0.019 0.02 0 94.4 77 - 1260.0010
1,2-Dibromo-3-chloropropane 0.015 0.02 0 76.7 70 - 1300.0010
1,2-Dibromoethane 0.018 0.02 0 92.4 76 - 1230.0010
1,2-Dichlorobenzene 0.018 0.02 0 91.7 77 - 1130.0010
1,2-Dichloroethane 0.019 0.02 0 94.6 70 - 1240.0010
1,2-Dichloropropane 0.018 0.02 0 90.8 72 - 1190.0010
1,3-Dichlorobenzene 0.019 0.02 0 94.2 78 - 1180.0010
1,4-Dichlorobenzene 0.018 0.02 0 91.9 79 - 1130.0010
2-Butanone 0.036 0.04 0 90.2 70 - 1300.0020
2-Hexanone 0.036 0.04 0 89.6 70 - 1300.0020
4-Methyl-2-pentanone 0.038 0.04 0 95.4 70 - 1300.0020
Acetone 0.037 0.04 0 92.2 70 - 1300.0020
Benzene 0.018 0.02 0 88.8 74 - 1200.0010
Bromodichloromethane 0.019 0.02 0 96.5 74 - 1220.0010
Bromoform 0.019 0.02 0 96.5 73 - 1280.0010
Bromomethane 0.015 0.02 0 76.6 70 - 1300.0010
Carbon disulfide 0.036 0.04 0 90.8 70 - 1300.0020
Carbon tetrachloride 0.020 0.02 0 102 71 - 1250.0010
Chlorobenzene 0.017 0.02 0 85.9 76 - 1130.0010
Chloroethane 0.018 0.02 0 92.1 70 - 1300.0010
Chloroform 0.018 0.02 0 90.5 71 - 1210.0010
Chloromethane 0.018 0.02 0 88.2 70 - 1290.0010
cis-1,2-Dichloroethene 0.016 0.02 0 80.2 75 - 1220.0010
cis-1,3-Dichloropropene 0.019 0.02 0 95.7 73 - 1270.0010
Cyclohexane 0.014 0.02 0 71.8 70 - 1300.0010
Dibromochloromethane 0.018 0.02 0 89.0 77 - 1220.0010
Dichlorodifluoromethane 0.015 0.02 0 73.4 70 - 1300.0010
Ethylbenzene 0.018 0.02 0 89.5 77 - 1170.0010
ALS Houston, US Date: 23-May-24
21 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:VLCSW-240521 Units:mg/L Analysis Date:21-May-2024 09:51
Run ID:VOA4_467302 SeqNo:8022273 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
LCS
Client ID:
Isopropylbenzene 0.019 0.02 0 95.0 73 - 1270.0010
m,p-Xylene 0.038 0.04 0 95.8 77 - 1220.0020
Methyl acetate 0.017 0.02 0 86.3 76 - 1220.0010
Methyl tert-butyl ether 0.018 0.02 0 89.4 70 - 1300.0010
Methylcyclohexane 0.014 0.02 0 72.3 61 - 1570.0010
Methylene chloride 0.019 0.02 0 96.2 70 - 1270.0020
o-Xylene 0.019 0.02 0 93.0 75 - 1190.0010
Styrene 0.019 0.02 0 95.8 72 - 1260.0010
Tetrachloroethene 0.020 0.02 0 99.6 76 - 1190.0010
Toluene 0.018 0.02 0 88.8 77 - 1180.0010
trans-1,2-Dichloroethene 0.017 0.02 0 86.6 72 - 1270.0010
trans-1,3-Dichloropropene 0.019 0.02 0 92.8 77 - 1190.0010
Trichloroethene 0.019 0.02 0 95.2 77 - 1210.0010
Trichlorofluoromethane 0.019 0.02 0 93.0 70 - 1300.0010
Vinyl chloride 0.016 0.02 0 81.6 70 - 1300.0010
Xylenes, Total 0.057 0.06 0 94.8 75 - 1220.0030
0.055 0.05 0 111 70 - 1230.0010Surr: 1,2-Dichloroethane-d4
0.046 0.05 0 92.3 77 - 1130.0010Surr: 4-Bromofluorobenzene
0.051 0.05 0 102 73 - 1260.0010Surr: Dibromofluoromethane
0.052 0.05 0 104 81 - 1200.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
22 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24051043-10MS Units:mg/L Analysis Date:21-May-2024 19:31
Run ID:VOA4_467302 SeqNo:8022203 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
1,1,1-Trichloroethane 0.018 0.02 0 91.6 70 - 1300.0010
1,1,2,2-Tetrachloroethane 0.017 0.02 0 82.8 70 - 1230.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.016 0.02 0 81.5 70 - 1300.0010
1,1,2-Trichloroethane 0.018 0.02 0 88.0 70 - 1170.0010
1,1-Dichloroethane 0.017 0.02 0 86.7 70 - 1270.0010
1,1-Dichloroethene 0.020 0.02 0 98.4 70 - 1300.0010
1,2,4-Trichlorobenzene 0.017 0.02 0 87.3 70 - 1250.0010
1,2-Dibromo-3-chloropropane 0.017 0.02 0 85.2 70 - 1300.0010
1,2-Dibromoethane 0.018 0.02 0 87.8 70 - 1240.0010
1,2-Dichlorobenzene 0.018 0.02 0 91.3 70 - 1150.0010
1,2-Dichloroethane 0.018 0.02 0 90.7 70 - 1270.0010
1,2-Dichloropropane 0.018 0.02 0 88.6 70 - 1220.0010
1,3-Dichlorobenzene 0.018 0.02 0 90.9 70 - 1190.0010
1,4-Dichlorobenzene 0.018 0.02 0 87.9 70 - 1140.0010
2-Butanone 0.033 0.04 0 83.7 70 - 1300.0020
2-Hexanone 0.037 0.04 0 91.7 70 - 1300.0020
4-Methyl-2-pentanone 0.038 0.04 0 95.2 70 - 1300.0020
Acetone 0.045 0.04 0 114 70 - 1300.0020
Benzene 0.021 0.02 0.0007205 101 70 - 1270.0010
Bromodichloromethane 0.018 0.02 0 92.2 70 - 1240.0010
Bromoform 0.019 0.02 0 94.7 70 - 1290.0010
Bromomethane 0.015 0.02 0 75.5 70 - 1300.0010
Carbon disulfide 0.034 0.04 0 85.6 70 - 1300.0020
Carbon tetrachloride 0.020 0.02 0 101 70 - 1300.0010
Chlorobenzene 0.017 0.02 0 85.3 70 - 1140.0010
Chloroethane 0.018 0.02 0 91.0 70 - 1300.0010
Chloroform 0.017 0.02 0 84.7 70 - 1250.0010
Chloromethane 0.016 0.02 0 78.2 70 - 1300.0010
cis-1,2-Dichloroethene 0.015 0.02 0 77.2 70 - 1280.0010
cis-1,3-Dichloropropene 0.017 0.02 0 86.1 70 - 1250.0010
Cyclohexane 0.014 0.02 0 69.4 70 - 130 S0.0010
Dibromochloromethane 0.017 0.02 0 85.8 70 - 1240.0010
Dichlorodifluoromethane 0.013 0.02 0 63.3 70 - 130 S0.0010
Ethylbenzene 0.020 0.02 0.002858 86.6 70 - 1240.0010
ALS Houston, US Date: 23-May-24
23 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24051043-10MS Units:mg/L Analysis Date:21-May-2024 19:31
Run ID:VOA4_467302 SeqNo:8022203 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MS
Client ID:
Isopropylbenzene 0.020 0.02 0.0006230 94.4 70 - 1300.0010
m,p-Xylene 0.039 0.04 0.0008023 95.1 70 - 1300.0020
Methyl acetate 0.014 0.02 0 70.5 76 - 122 S0.0010
Methyl tert-butyl ether 0.020 0.02 0.002191 87.9 70 - 1300.0010
Methylcyclohexane 0.014 0.02 0 72.1 61 - 1580.0010
Methylene chloride 0.018 0.02 0 89.5 70 - 1280.0020
o-Xylene 0.018 0.02 0 91.8 70 - 1240.0010
Styrene 0.018 0.02 0 92.3 70 - 1300.0010
Tetrachloroethene 0.020 0.02 0 99.5 70 - 1300.0010
Toluene 0.019 0.02 0 94.8 70 - 1230.0010
trans-1,2-Dichloroethene 0.017 0.02 0 82.8 70 - 1300.0010
trans-1,3-Dichloropropene 0.017 0.02 0 84.1 70 - 1210.0010
Trichloroethene 0.019 0.02 0 95.5 70 - 1290.0010
Trichlorofluoromethane 0.017 0.02 0 87.3 70 - 1300.0010
Vinyl chloride 0.015 0.02 0 77.0 70 - 1300.0010
Xylenes, Total 0.057 0.06 0.0008023 94.0 70 - 1300.0030
0.055 0.05 0 111 70 - 1260.0010Surr: 1,2-Dichloroethane-d4
0.047 0.05 0 94.3 77 - 1130.0010Surr: 4-Bromofluorobenzene
0.049 0.05 0 97.2 77 - 1230.0010Surr: Dibromofluoromethane
0.054 0.05 0 108 82 - 1270.0010Surr: Toluene-d8
ALS Houston, US Date: 23-May-24
24 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24051043-10MSD Units:mg/L Analysis Date:21-May-2024 19:53
Run ID:VOA4_467302 SeqNo:8022204 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
1,1,1-Trichloroethane 0.018 0.02 0 91.3 70 - 130 0.01832 0.306 200.0010
1,1,2,2-Tetrachloroethane 0.016 0.02 0 79.4 70 - 123 0.01656 4.26 200.0010
1,1,2-Trichlor-1,2,2-trifluoroethane 0.017 0.02 0 83.6 70 - 130 0.01629 2.58 200.0010
1,1,2-Trichloroethane 0.018 0.02 0 90.6 70 - 117 0.01760 2.96 200.0010
1,1-Dichloroethane 0.017 0.02 0 83.5 70 - 127 0.01734 3.7 200.0010
1,1-Dichloroethene 0.018 0.02 0 91.3 70 - 130 0.01968 7.54 200.0010
1,2,4-Trichlorobenzene 0.017 0.02 0 84.4 70 - 125 0.01746 3.42 200.0010
1,2-Dibromo-3-chloropropane 0.015 0.02 0 73.5 70 - 130 0.01704 14.8 200.0010
1,2-Dibromoethane 0.018 0.02 0 89.8 70 - 124 0.01755 2.26 200.0010
1,2-Dichlorobenzene 0.018 0.02 0 87.7 70 - 115 0.01826 4.02 200.0010
1,2-Dichloroethane 0.018 0.02 0 91.1 70 - 127 0.01814 0.455 200.0010
1,2-Dichloropropane 0.018 0.02 0 88.8 70 - 122 0.01772 0.152 200.0010
1,3-Dichlorobenzene 0.018 0.02 0 88.0 70 - 119 0.01818 3.25 200.0010
1,4-Dichlorobenzene 0.017 0.02 0 86.4 70 - 114 0.01759 1.74 200.0010
2-Butanone 0.032 0.04 0 79.7 70 - 130 0.03349 4.96 200.0020
2-Hexanone 0.036 0.04 0 89.4 70 - 130 0.03669 2.57 200.0020
4-Methyl-2-pentanone 0.037 0.04 0 92.6 70 - 130 0.03808 2.81 200.0020
Acetone 0.044 0.04 0 109 70 - 130 0.04540 3.94 200.0020
Benzene 0.019 0.02 0.0007205 90.3 70 - 127 0.02089 10.6 200.0010
Bromodichloromethane 0.019 0.02 0 93.9 70 - 124 0.01844 1.78 200.0010
Bromoform 0.018 0.02 0 91.8 70 - 129 0.01893 3.09 200.0010
Bromomethane 0.015 0.02 0 76.6 70 - 130 0.01510 1.49 200.0010
Carbon disulfide 0.033 0.04 0 83.1 70 - 130 0.03423 2.99 200.0020
Carbon tetrachloride 0.020 0.02 0 98.6 70 - 130 0.02020 2.43 200.0010
Chlorobenzene 0.017 0.02 0 83.2 70 - 114 0.01706 2.46 200.0010
Chloroethane 0.018 0.02 0 91.1 70 - 130 0.01820 0.177 200.0010
Chloroform 0.017 0.02 0 83.4 70 - 125 0.01694 1.48 200.0010
Chloromethane 0.016 0.02 0 81.3 70 - 130 0.01565 3.84 200.0010
cis-1,2-Dichloroethene 0.015 0.02 0 76.1 70 - 128 0.01545 1.53 200.0010
cis-1,3-Dichloropropene 0.017 0.02 0 87.2 70 - 125 0.01723 1.23 200.0010
Cyclohexane 0.013 0.02 0 67.0 70 - 130 0.01388 3.52 20 S0.0010
Dibromochloromethane 0.017 0.02 0 86.7 70 - 124 0.01716 0.991 200.0010
Dichlorodifluoromethane 0.012 0.02 0 61.1 70 - 130 0.01265 3.52 20 S0.0010
Ethylbenzene 0.020 0.02 0.002858 86.1 70 - 124 0.02018 0.509 200.0010
ALS Houston, US Date: 23-May-24
25 of 31
Client:
Project:
Braun Intertec
Calhoun and 7th St. Phase II
WorkOrder:HS24051086
QC BATCH REPORT
Batch ID: R467302 ( 0 )Instrument: VOA4 Method: LOW LEVEL VOLATILES BY SW8260C
Sample ID:HS24051043-10MSD Units:mg/L Analysis Date:21-May-2024 19:53
Run ID:VOA4_467302 SeqNo:8022204 PrepDate:DF:1
Analyte SPK ValMQLResult
SPK Ref
Value %REC
Control
Limit
RPD Ref
Value %RPD
RPD
Limit Qual
MSD
Client ID:
Isopropylbenzene 0.019 0.02 0.0006230 91.9 70 - 130 0.01951 2.63 200.0010
m,p-Xylene 0.038 0.04 0.0008023 92.2 70 - 130 0.03884 2.98 200.0020
Methyl acetate 0.014 0.02 0 70.0 76 - 122 0.01410 0.712 20 S0.0010
Methyl tert-butyl ether 0.020 0.02 0.002191 88.6 70 - 130 0.01978 0.692 200.0010
Methylcyclohexane 0.014 0.02 0 70.6 61 - 158 0.01442 2.15 200.0010
Methylene chloride 0.018 0.02 0 87.5 70 - 128 0.01789 2.2 200.0020
o-Xylene 0.018 0.02 0 90.5 70 - 124 0.01837 1.51 200.0010
Styrene 0.018 0.02 0 87.7 70 - 130 0.01845 5.02 200.0010
Tetrachloroethene 0.019 0.02 0 93.9 70 - 130 0.01991 5.78 200.0010
Toluene 0.018 0.02 0 87.7 70 - 123 0.01895 7.8 200.0010
trans-1,2-Dichloroethene 0.016 0.02 0 80.6 70 - 130 0.01655 2.64 200.0010
trans-1,3-Dichloropropene 0.017 0.02 0 85.7 70 - 121 0.01683 1.84 200.0010
Trichloroethene 0.018 0.02 0 91.1 70 - 129 0.01911 4.79 200.0010
Trichlorofluoromethane 0.018 0.02 0 89.9 70 - 130 0.01746 2.91 200.0010
Vinyl chloride 0.016 0.02 0 77.5 70 - 130 0.01540 0.619 200.0010
Xylenes, Total 0.056 0.06 0.0008023 91.7 70 - 130 0.05721 2.5 200.0030
0.055 0.05 0 111 70 - 126 0.05538 0.0803 200.0010Surr: 1,2-Dichloroethane-d4
0.047 0.05 0 94.3 77 - 113 0.04717 0.0454 200.0010Surr: 4-Bromofluorobenzene
0.050 0.05 0 99.5 77 - 123 0.04862 2.28 200.0010Surr: Dibromofluoromethane
0.053 0.05 0 106 82 - 127 0.05379 1.46 200.0010Surr: Toluene-d8
The following samples were analyzed in this batch:HS24051086-01 HS24051086-02
ALS Houston, US Date: 23-May-24
26 of 31
QUALIFIERS,
ACRONYMS, UNITS
Client:
Project:
WorkOrder:
Braun Intertec
Calhoun and 7th St. Phase II
HS24051086
Qualifier Description
*Value exceeds Regulatory Limit
a Not accredited
B Analyte detected in the associated Method Blank above the Reporting Limit
E Value above quantitation range
H Analyzed outside of Holding Time
J Analyte detected below quantitation limit
M Manually integrated, see raw data for justification
n Not offered for accreditation
ND Not Detected at the Reporting Limit
O Sample amount is > 4 times amount spiked
P Dual Column results percent difference > 40%
R RPD above laboratory control limit
S Spike Recovery outside laboratory control limits
U Analyzed but not detected above the MDL/SDL
Acronym Description
DCS Detectability Check Study
DUP Method Duplicate
LCS Laboratory Control Sample
LCSD Laboratory Control Sample Duplicate
MBLK Method Blank
MDL Method Detection Limit
MQL Method Quantitation Limit
MS Matrix Spike
MSD Matrix Spike Duplicate
PDS Post Digestion Spike
PQL Practical Quantitaion Limit
SD Serial Dilution
SDL Sample Detection Limit
TRRP Texas Risk Reduction Program
Unit Reported Description
mg/L Milligrams per Liter
ALS Houston, US Date: 23-May-24
27 of 31
CERTIFICATIONS,ACCREDITATIONS & LICENSES
Agency Number Expire Date
California 2919; 2025 30-Apr-2025
Florida E87611-38 30-Jun-2024
Illinois 2000322023-11 30-Jun-2024
Kansas E-10352 2023-2024 31-Jul-2024
Kentucky 123043 30-Apr-2025
Louisiana 03087 2023-2024 30-Jun-2024
Maryland 343; 2023-2024 30-Jun-2024
North Carolina 624 - 2024 31-Dec-2024
Oklahoma 2023-140 31-Aug-2024
Tennessee 04016 30-Apr-2025
Texas T104704231 TX-C24-00130 30-Apr-2025
Utah TX026932023-14 31-Jul-2024
23-May-24Date: ALS Houston, US
28 of 31
Aytu Tuncer
17-May-2024 14:51Date/Time Received:HS24051086
WM_PLANO_AP
Work Order ID:
Client Name:
Sample Receipt Checklist
Received by:
Shipping container/cooler in good condition?
Custody seals intact on shipping container/cooler?
Custody seals intact on sample bottles?
Chain of custody present?
Chain of custody signed when relinquished and received?
Chain of custody agrees with sample labels?
Samples in proper container/bottle?
Sample containers intact?
Sufficient sample volume for indicated test?
All samples received within holding time?
Container/Temp Blank temperature in compliance?
Temperature(s)/Thermometer(s):
Cooler(s)/Kit(s):
Date/Time sample(s) sent to storage:
Water - VOA vials have zero headspace?
Water - pH acceptable upon receipt?
pH adjusted?
pH adjusted by:
Login Notes:
No Not Present
Yes No Not Present
Yes No Not Present
Yes No
Yes No
Yes
No
Yes No
Yes No
Yes No
Yes No
Yes No
2.6UC/2.7C IR 31
RED
05/18/24 14:30
Yes No No VOA vials submitted
Yes No N/A
Yes No N/A
Completed By:/S/ Armand Morgan
Date/TimeeSignatureDate/TimeeSignature
20-May-2024 10:3818-May-2024 14:28
FedExWCarrier name:Matrices:
Reviewed by:/S/ sebastian.lugo
Client Contacted:Date Contacted:Person Contacted:
Contacted By:Regarding:
Comments:
Corrective Action:
Yes
NoYesVOA/TX1005/TX1006 Solids in hermetically sealed vials?Not Present
Samplers name present on COC?
Yes
No
1 Page(s)
COC IDs:313649
ALS Houston, US 23-May-24Date:
29 of 31
30 of 31
31 of 31
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
ATTACHMENT 1A
Page 1 of 4
Rev. 2/13/19
City of Fort Worth
Office of Business Diversity
MBE Subcontractors/Suppliers Utilization Form
OFFEROR COMPANY NAME: Check applicable box to describe
Offeror's Certification
M/W/DBE NON-M/W/DBE PROJECT NAME:
BID DATE
City’s MBE Project Goal:
%
Offeror’s MBE Project Commitment:
%
PROJECT NUMBER
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing
Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid bei ng
considered non-responsive to bid specifications.
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic
area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of
subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a
subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime
contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and
counting those dollars towards meeting the contract committed goal.
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth
Minority Supplier Development Council (D/FW MSDC).
If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease
trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may
lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and
commissions earned by the MBE as outlined in the lease agreement.
ATTACHMENT 1A
Page 2 of 4
Rev. 5/15/19
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
Email
Contact Person
T
i
e
r
N
o
n Detail
Subcontracting
Work
Detail
Supplies
Purchased Dollar Amount
M
B
E
W
B
E M
B
E
ATTACHMENT 1A
Page 3 of 4
Rev. 5/15/19
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
Email
Contact Person
T
i
e
r
N
o
n Detail
Subcontracting
Work
Detail
Supplies
Purchased Dollar Amount
M
B
E
W
B
E M
B
E
ATTACHMENT 1A
Page 4 of 4
Rev. 5/15/19
Total Dollar Amount of MBE Subcontractors/Suppliers $
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the
Office of Business Diversity through the submittal of a Request for Approval of Change/Addition
form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in
accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is
not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that
will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee
of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract
or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material
breach of the contract and may result in a determination of an irresponsible Offeror and debarment from
participating in City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
ATTACHMENT 1C
Page 1 of 4
Effective 03/15/2022
City of Fort Worth
Business Equity Division
Good Faith Effort Form
PRIME/OFFEROR
COMPANY NAME:
Check applicable box to describe
Prime/Offeror's Certification
Business Equity
Firm
Non-Business
Equity Firm PROJECT NAME:
BID DATE
Business Equity Goal:
%
Offeror’s Business Equity Goal Commitment:
%
PROJECT NUMBER
If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete
this form.
If the Prime/Offeror’s method of compliance with the Business Equity Goal is based
upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 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 Prime/Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
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 Business Equity firm or non-Business
Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/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
ATTACHMENT 1C
Page 2 of 4
Date of Listing _______________
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors and/or suppliers from the City's Business Equity Division.
Yes
No
3.) Did you solicit bids from Business Equity 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
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
(If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.)
(If yes, attach list to include name of Business Equity 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.)
Yes (If yes, attach email confirmation to include name of Business Equity 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 r ender the GFE non-responsive.)No
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potential Business Equity firms?
Yes
Yes
7.) Did you provide the information regarding the location of plans and specifications in order to assist
the Business Equity firms?
No
5.) Did you solicit bids from Business Equity 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
No
No
No
Effective 03/15/2022
ATTACHMENT 1C
Page 3 of 4
8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their
skill set?
(If yes, attach all copies of quotations.)
Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address
the corrections needed.)
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
The Prime/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 Prime/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.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
No
Yes
No
9.) Was the contact information on any of the listings not valid?
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the
event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera
access to an inspection of any relevant documentation by City personnel.
Effective 03/15/2022
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1C will be contacted and the reasons for not using them will be
verified by the City’s Business Equity Division.
_______________________________________
Authorized Signature
_______________________________________
Title
_______________________________________
Company Name
______________________________________
Address
_______________________________________
City/State/Zip
_______________________________________
Printed Signature
_______________________________________
Contact Name and Title (if different)
_______________________________________
Phone Number
_______________________________________
Email Address
_______________________________________
Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 03/15/2022
Joint Venture
Page 1 of 3
Rev. 2/13/19
CITY OF FORT WORTH
M/WBE Joint Venture Eligibility Form
All questions must be answered; use “N/A” if not applicable.
.
Name of City project: ___________________________________________________________________________
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number: ____________________________
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBE firm
name:
Non-M/WBE firm
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:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Joint Venture
Page 2 of 3
Rev. 2/13/19
3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal? _____________________
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture
agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a.Estimating
b.Marketing and Sales
c.Hiring and Firing of management
personnel
d.Purchasing of major equipment
and/or supplies
Supervision of field operations
The City’s Business Equity Division will review your joint venture submission and will have final
approval of the M/WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City’s Business Equity Division 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 Business Equity Ordinance 25165-10-2021 .
Joint Venture
Page 3 of 3
Rev. 2/13/19
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm Name of non-MBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of _________________________________________ County of _________________________________
On this _____________________________ day of _________________, 20 ____, before me appeared
___________________________________________ and ___________________________________________
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public ______________________________________________________
Print Name
Notary Public ______________________________________________________
Signature
Commission Expires _________________________________________________ (seal)
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
ATTACHMENT 1B
Page 1 of 1
Rev. 3/13/2022
City of Fort Worth
Business Equity (M/WBE) Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME: Check applicable block to describe Prime
M/WBE NON-MWBE PROJECT NAME:
BID DATE
City’s MBE Project Goal:
%
Offeror’s MBE Project Commitment:
%
PROJECT NUMBER
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00
p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in
the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors?
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 operational profile of your business.
YES
NO
Will you perform this entire contract without suppliers?
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.
YES
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment
thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or
employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror
and barred from participating in City work for a period of time not less than one (1) year.
______________________________________ ___________________________________________
Authorized Signature Printed Signature
______________________________________ ___________________________________________
Title Contact Name (if different)
______________________________________ ___________________________________________
Company Name Phone Number Fax Number
______________________________________ ___________________________________________
Address Email Address
______________________________________ ___________________________________________
City/State/Zip Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov Phone:
(817) 392-2674
City of Fort Worth
Business Equity Division
INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL
Bid number: _____________ Business Equity Goal: __________%
It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity
Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal
is established for a bid, it means that the City of Fort Worth believes that there are Business Equity
Firms available that can provide goods or services requested by the bid.
The Business Equity Goal for Bid number _________ is ______%. This means that the City
believes that there are available Business Equity Firms that can provide goods or services required
by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business
Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance
#25165-10-2021 apply to this bid. Definitions are at the end of this document.
Because a Business Equity Goal has been established for this bid, in order for your bid to be
considered, a Bidder must satisfy one (1) of the conditions below.
A.Commit to Meet or Exceed the Business Equity Goal
Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount
with the Business Equity Firm(s).
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following two (2) forms:
a.Utilization Plan
b.Letter(s) of Intent
B.Prove a Good Faith Effort
Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful.
This can occur in two (2) ways:
1)Bidder proposes a smaller Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following three (3) forms:
a.Utilization Plan
b.Letter(s) of Intent
c.Good Faith Effort
2)Bidder proposes a 0% Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g)
page for requirements of an acceptable Good Faith Effort.
C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project
as the Prime Contractor
Bidder must show that the Bidder is providing all of the goods and services through their own
company and that there are no goods or services provided by a third party or an affiliate.
Bidder will not purchase any supplies or inventory from a third party.
Step 1: Must submit Prime Contract Waiver Form
D. Create a Joint Venture with a Business Equity Firm
At least one or both of the firms must be a Business Equity Firm
Step 1: Must submit Joint Venture Form
DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS
Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for
the public opening of bids. Faxed copies will not be accepted.
FREQUENTLY ASKED QUESTIONS
1. If I am Business Equity Firm, can I count my performance of the bid?
Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the
Business Equity Goal for the assigned North American Industry Classification System (NAICS)
commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE)
certification.
2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the
goods under the bid, can I count my performance under the Bid?
Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for
subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under
the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE.
3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I
complete the form?
Answers:
a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM
on the third business day after bids are opened detailing all Subcontractors the Contractor intends
to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count
their self-performed services towards meeting a Business Equity Goal.
b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall
submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing
all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors
that are Business Equity Firms may count their self-performed services towards meeting a
Business Equity Goal.
c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value
procurement does not timely submit its Utilization Plan with the required documents, that bidder
will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest
bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on
the third business day after the bidder receives notification. This process will be followed until a
bidder submitting the required documents is selected.
DEFINITIONS
Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned
business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace.
Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following
factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county
Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace
determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each
project.
Certified means those firms identified by the North American Industry Classification System (NAICS)
that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional
Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW
/MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or
another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort
Worth.
DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division
Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as
described in the Business Equity Ordinance §20-370 (g).
Joint Venture means a business entity formed by two or more independent Persons for the purpose of
pursuing a common objective, such as a prime contract. The resulting business entity has additional
resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being
considered “Non-Responsive.”
2. Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division
Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-6.07 Wage Rates
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator 15.32$
Asphalt Paving Machine Operator 13.99$
Asphalt Raker 12.69$
Broom or Sweeper Operator 11.74$
Concrete Finisher, Paving and Structures 14.12$
Concrete Pavement Finishing Machine Operator 16.05$
Concrete Saw Operator 14.48$
Crane Operator, Hydraulic 80 tons or less 18.12$
Crane Operator, Lattice Boom 80 Tons or Less 17.27$
Crane Operator, Lattice Boom Over 80 Tons 20.52$
Crawler Tractor Operator 14.07$
Electrician 19.80$
Excavator Operator, 50,000 pounds or less 17.19$
Excavator Operator, Over 50,000 pounds 16.99$
Flagger 10.06$
Form Builder/Setter, Structures 13.84$
Form Setter, Paving & Curb 13.16$
Foundation Drill Operator, Crawler Mounted 17.99$
Foundation Drill Operator, Truck Mounted 21.07$
Front End Loader Operator, 3 CY or Less 13.69$
Front End Loader Operator, Over 3 CY 14.72$
Laborer, Common 10.72$
Laborer, Utility 12.32$
Loader/Backhoe Operator 15.18$
Mechanic 17.68$
Milling Machine Operator 14.32$
Motor Grader Operator, Fine Grade 17.19$
Motor Grader Operator, Rough 16.02$
Off Road Hauler 12.25$
Pavement Marking Machine Operator 13.63$
Pipelayer 13.24$
Reclaimer/Pulverizer Operator 11.01$
Reinforcing Steel Worker 16.18$
Roller Operator, Asphalt 13.08$
Roller Operator, Other 11.51$
Scraper Operator 12.96$
Servicer 14.58$
Small Slipform Machine Operator 15.96$
Spreader Box Operator 14.73$
Truck Driver Lowboy‐Float 16.24$
Truck Driver Transit‐Mix 14.14$
Truck Driver, Single Axle 12.31$
Truck Driver, Single or Tandem Axle Dump Truck 12.62$
Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$
Welder 14.84$
Work Zone Barricade Servicer 11.68$
2013 PREVAILING WAGE RATES
The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
(Heavy and Highway Construction Projects)
Page 1 of 1
CLASSIFICATION DESCRIPTION Wage Rate
AC Mechanic $ 25.24
AC Mechanic Helper $ 13.67
Acoustical Ceiling Installer $ 16.83
Acoustical Ceiling Installer Helper $ 12.70
Bricklayer/Stone Mason $ 19.45
Bricklayer/Stone Mason Trainee $ 13.31
Bricklayer/Stone Mason Helper $ 10.91
Carpenter $ 17.75
Carpenter Helper $ 14.32
Concrete Cutter/Sawer $ 17.00
Concrete Cutter/Sawer Helper $ 11.00
Concrete Finisher $ 15.77
Concrete Finisher Helper $ 11.00
Concrete Form Builder $ 15.27
Concrete Form Builder Helper $ 11.00
Drywall Mechanic $ 15.36
Drywall Helper $ 12.54
Drywall Taper $ 15.00
Drywall Taper Helper $ 11.50
Electrician (Journeyman) $ 19.63
Electrician Apprentice (Helper) $ 15.64
Electronic Technician $ 20.00
Floor Layer $ 18.00
Floor Layer Helper $ 10.00
Glazier $ 21.03
Glazier Helper $ 12.81
Insulator $ 16.59
Insulator Helper $ 11.21
Laborer Common $ 10.89
Laborer Skilled $ 14.15
Lather $ 12.99
Metal Building Assembler $ 16.00
Metal Building Assembler Helper $ 12.00
Metal Installer (Miscellaneous) $ 13.00
Metal Installer Helper (Miscellaneous) $ 11.00
Metal Stud Framer $ 16.12
Metal Stud Framer Helper $ 12.54
Painter $ 16.44
Painter Helper $ 9.98
Pipefitter $ 21.22
Pipefitter Helper $ 15.39
Plasterer $ 16.17
Plasterer Helper $ 12.85
Plumber $ 21.98
Plumber Helper $ 15.85
Reinforcing Steel Setter $ 12.87
(Commercial Construction Projects)
2013 PREVAILING WAGE RATES
Page 1 of 2
Reinforcing Steel Setter Helper $ 11.08
Roofer $ 16.90
Roofer Helper $ 11.15
Sheet Metal Worker $ 16.35
Sheet Metal Worker Helper $ 13.11
Sprinkler System Installer $ 19.17
Sprinkler System Installer Helper $ 14.15
Steel Worker Structural $ 17.00
Steel Worker Structural Helper $ 13.74
Waterproofer $ 15.00
Concrete Pump $ 18.50
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31
Forklift $ 16.45
Foundation Drill Operator $ 22.50
Front End Loader $ 16.97
Truck Driver $ 16.77
Welder $ 19.96
Welder Helper $ 13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Equipment Operators
Page 2 of 2
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-6.09 Permits and Utilities
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GC-6.24 Nondiscrimination
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
GR-01 60 00 Product Requirements
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792
04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001
04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH
1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area
5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area
08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia.
33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N
33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N
33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia.
33 05 13 Manhole Frames and Covers Neenah Casting 24" dia.
10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia.
7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia.
01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia.
11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia
07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia
08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia.
12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia.
* 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia.
03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia.
04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)
* 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48"
* 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48"
09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone
12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72"
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.
Manhole, 32" Opening and Flat top, (No
Transition Cones) ASTM C 478 48" to 84" I.D.
06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72"
09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72"
10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48"
10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas
03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone
ASTM C-478; ASTM C-923;
ASTM C-443
03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone
04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit)
For use when Std. MH cannot be
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious
* E1-14 Manhole Rehab Systems Quadex
04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP
E1-14 Manhole Rehab Systems AP/M Permaform
4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System
5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813
08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 9-3-24
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 9-3-24
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)
* 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)
11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI
02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI
04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers
09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"
09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48"
05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"
03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel)
03/19/18 Casing Spacers BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12
09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE)
Per Manufacturers Requirements (Sewer
Applications Only)8" - 12" (Sewer Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
* 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30"
* 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151
* 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33
12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series
04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2"
Sewer - Pipes/Concrete
* E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13)
7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754
03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754
04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754
03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP
ASTM D3262, ASTM D3681,
ASTM D4161, AWWA M45
09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 9-3-24
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
* High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
* High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)
ASTM D 3034 4" thru 15"
* 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)
ASTM D 3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18"
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36"
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 9-3-24
Water - Appurtenances 33-12-10 (07/01/13)
09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle
07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe
03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe
10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
ANSI/NSF 372 1"
01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12"
0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out
03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only
05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16"
02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
* E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2"
* E1-11 Combination Air Release Valve Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"
* E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)
10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502
03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502
09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502
01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502
08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502
E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502
09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
A-423 Super Centurion 200 AWWA C-502
10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502
09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502
08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250
Water - Meters
02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10"
08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6"
* From Original Standard Products List 4
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 9-3-24
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110
* E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110
* E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast
Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.
One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co.
Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)
Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 5
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 9-3-24
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
* E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
* E1-26 Resilient Seated Gate Valve M&H 4" - 12"
* E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12"
* E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
* E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
* E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54"
09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof, Hasp for Locking Access Hatch
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company
Eclipse #9700 (Portable)
Yellow Highlight indicates recent changes
The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water
* From Original Standard Products List 6
CITY OF FORT WORTH PANTHER ISLAND SANITARY SEWER COLLECTOR
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. 105247
Revised July 1, 2011
THIS PAGE LEFT INTENTIONALLY BLANK