Loading...
HomeMy WebLinkAboutContract 54827Q. F?,�CEJ VED FORT WORTH NOV - 6 2020 em`aFFORT WORrff cvs1 Ci;W PROJECT MANUAL FOR THE CONSTRUCTION OF Taxiway P Extension Phase 1 City Project No. 101172 Betsy Price Mayor David Cooke City Manager William B. Welstead, A.A.E. Airport System Director, Aviation Department Prepared for The City of Fort Worth Aviation Department June 19, 2020 CP&Y, Inc. TBPE Registration No. F-1741 OFFICIA!.. RECORD CITY SECRE1M FT. WORYW, TX Page intentionally left blank Seals Page CP&Y, Inc. TBPE F-1741 General Conditions (Division 00) General Requirements (Division 01) Division 03 FAA Mandatory Contract Provisions FAA General Provisions Item G-100 Item G-200 Item P-10 I Item P-15 I Item P-152 Item P-155 Item P-156 Item P-209 Item P-304 Item P-403 Item P-501 Item P-602 Item P-603 Item P-605 Item P-610 Item P-620 Item F-162 Item D-701 Item D-751 Item T-901 Item T-905 Item X-103 Item X-247 Item X-360 OF T .. 41.p *: .* . ........... JAMES H. DUKE, III .............................. vr, 86484 /7r0Q,; 6/19/2020 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Seals Page Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Seals Page Ferguson Consulting, Inc. TBPE F-6864 Item L-100 Item L-104 . Fes - Item L-105 ®� s� Item L-106 Item L-108 Item L-109 Item L-110 Item L-111 Item L-115 Item L-123 Item L-125 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Seals Page Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 FoRTWORTH,-, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 General Conditions 0005 10 Mayor and Council Communication 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 00 41 00 00 42 43 0043 13 00 43 37 Bidders Prequalifications Prequalification Statement Conflict of Interest Affidavit Bid Form Proposal Form Unit Price Bid Bond Vendor Compliance to State Law Non -Resident Bidder Contractor Compliance with Workers' Compensation Law Disadvantaged Business EnterprisrGoal 00 45 11 00 45 12 00 45 26 00 45 42 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 006125 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions 0005 15 Addenda Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 2, 2016 Issued for Construction, June 19, 2020 Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 2, 2016 Issued for Construction, June 19, 2020 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 2, 2016 Issued for Construction, June 19, 2020 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Division 03 3201 02 TxDOT Reference FAA. Mandatory Contract Provisions MCP-1 Access to Records and Reports MCP-2 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity MCP-3 Breach of Contract Terms MCP-4 Buy American Preference MCP-5 General Civil Rights Provisions MCP-6 Compliance with Nondiscrimination Requirements MCP-7 Clean Air and Water Pollution Control MCP-8 Contract Workhours and Safety Standards Act Requirements MCP-9 Copeland "Anti -Kickback" Act MCP-10 Davis -Bacon Requirements MCP-11 Debarment and Suspension MCP-12 Disadvantaged Business Enterprise MCP-13 Texting When Driving MCP-14 Energy Conservation Requirements MCP-15 Equal Employment Clause and Specification) MCP-16 FederaI Fair Labor Standards Act (Federal Minimum Wage) MCP-17 Certification Regarding Lobbying MCP-18 Prohibition of Segregated Facilities MCP-19 Occupational Safety and Health Act of 1970 MCP-20 Procurement of Recovered Materials MCP-21 Right to Inventions MCP-22 Termination of Contract MCP-23 Trade Restriction Certification MCP-24 Veteran's Preference FAA General Provisions Section 10 Definition of Terms Section 20 Proposal Requirements and Conditions Section 30 Award and Execution of Contract Section 40 Scope of Work Section 50 Control of Work Section 60 Control of Materials Section 70 Legal Regulations and Responsibility to Public Section 80 Prosecution and Progress Section 90 Measurement and Payment Section 100 Contractor Quality Control Program Section 105 Mobilization Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents FAA Specifications 6-100 Mobilization CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 2, 2016 Issued for Construction, June 19, 2020 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 G-200 Construction Barricades and Traffic Control P-101 Surface Preparation P-151 Clearing and Grubbing P-152 Excavation, Subgrade and Embankment P-155 Lime -Treated Subgrade P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation P-209 Crushed Aggregate Base Course P-304 Cement -Treated Base Course P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling, or Surface Course) P-501 Portland Cement Concrete Pavement P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat P-605 Joint Sealants for Concrete Pavements P-606 Adhesive Compounds, Two -Component for Sealing Wire and Lights in Pavement P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Marking F-162 Chain -Link Fence D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets and Inspection Holes T-901 Seeding T-904 Sodding T-905 Topsoiling L-100 General Provisions — Electrical L-104 Recommended Lockout Procedure for Airfield Lighting Circuit L-105 Alterations, Removal and Demolition L-106 Submittals, Record Documents, and Maintenance Manuals L-108 Underground Power Cable for Airports L-109 Airport Transformer Vault and Vault Equipment L-110 Airport Underground Electrical Duct Banks and Conduits L-111 Airfield EIectrical Installation and Testing L-115 Electrical Manholes and Junction Structures L-123 Airfield Signage Systems L-125 Installation of Airport Lighting Systems X-103 Disposal of Wells X-470 Irrigation System (Temporary) X-247 TxDOT Item 247 Flexible Base Special Provisions X-360 TxDOT Item 360 Concrete Pavement Special Provisions Appendices Construction Safety Phasing Plan Geotechnical Report END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 2, 2016 Issued for Construction, June 19, 2020 CITY COUNCIL AGENDA FUr� » REFERENCE **M&C 20- 55AFW TAXIWAY PAPA DATE: 10/20/2020 NO.: 0765 LOG NAME: EXTENSION PHASE 1 CONSTRUCTION AGREEMENT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7) Authorize the Execution of a Construction Contract with Mario Sinacola and Sons Excavating, Inc., in an Amount Up to $7,713,696.13 for the Construction of Phase I of the Taxiway Papa Extension Project at Fort Worth Alliance Airport RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Mario Sinacola and Sons Excavating, Inc., in an amount up to $7,713,696.13 for the construction of Phase I of the Taxiway Papa Extension project at Fort Worth Alliance Airport (City Project Nos.102845 and 103000). DISCUSSION: The Aviation Department is seeking Council approval to authorize the execution of a construction contract with Mario Sinacola and Sons Excavating, Inc., in an amount up to $7,713,696.13 for the construction of Phase I of the Taxiway Papa Extension project (Project) at Fort Worth Alliance Airport (Airport). On March 18, 2020 and March 25, 2020, the Project was advertised in the Fort Worth Star -Telegram. On April 16, 2020, the City received two sealed bids for the Project. After bids were received and reviewed, Mario Sinacola and Sons Excavating, Inc. was selected for the Project. The bids received are as follows: IOFFFRERS �TO�AL BZD !Mario Sinacola and Sons Excavating, Inc. $7,713,696.13 ifexas Sterling Construction Co. *7,917,830.45 The location of this Project is on the southwest corner of the Airport (see attached map), and will extend Taxiway Papa north from Taxiway Delta to Taxiway Foxtrot, as well as provide a connecting surface at Taxiway Echo. This taxiway extension will provide a connecting surface at the midpoint of the runway, greater ease of access to tenants on the west side of the Airport, and allow for better overall operational efficiency. This Project also provides additional public protection along the west perimeter of the Airport by providing a larger protection zone that will enhance the margin of safety on airport property ground in accordance with Federal Aviation Advisory Circulars. Taxiway Papa construction will be divided into multiple phases to match available funding. FAA Discretionary Grant funding is being used for this project. Mario Sinacola and Sons Excavating, Inc. is in compliance with the City's DBE Program by committing to 16 percent DBE participation on this Project. The City's DBE goal on this Project is 16 percent. Since no City salaries will be charged to this grant, indirect cost recovery does not apply. ADVISORY BOARD APPROVAL -- On April 19, 2018, the Aviation Advisory Board voted to recommend that the City Council approve the Aviation Department's Five -Year Capital Improvement Plan. The addition of the Taxiway Papa Extension project was part of the approved plan. Fort Worth Alliance Airport is located in COUNCIL DISTRICT 7. FISCAL INFO RMATIONICERTIFICATION: The Director of Finance certifies that funds are available in the current budget, as previously appropriated, in the Muni Airport Grants Federal Fund for the Taxiway Papa Extension Alliance and 55AFW Taxiway Papa Ext Phase 2 projects to support the approval of the above recommendation and execution of the contract. The Aviation Department (and Financial Management Services) will be responsible for the collection and deposit of funds due to the City. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. This is a reimbursement grant. TO Fund Department ent Account Project Program Activity BYear udget (ef rent 2) Amount FROM Fund Department Account Prop ct Program Activity BudgeYear t (Refereece d 2)Amount ID I Submitted for City Manager's Office by; Fernando Costa (6122) Originating_ Department Head: Roger Venables (6334) Additional_ Information Contact: Tyler Dale (5416) ATTACHMENTS Project 10300 Screenshot.docx Taxiway Papa Extension Phase I M&C Map.pdf 00 11 13- 1 INVITATION TO BIDDERS Page 1 of 4 I SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency 5 declaration, as amended, is rescinded, sealed bids for the construction of Taxiway P Extension 6 Phase 1, City Project Number 101172 will be received by the City of Fort Worth Purchasing 7 Office until l :30 P.M. CDT, Thursday, April 16, 2020, as further described below: 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth, Texas 76102 13 14 Bids will be accepted by: 15 1. US Mail at the address above, 16 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End 17 Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing 18 Department staff person will be available to accept the bid and provide a time stamped 19 receipt; or 20 3. If the bidder desires to submit the bid on a day or time other than the designated 21 Thursday, the bidder must contact the Purchasing Department during normal working 22 hours at 817-392-2462 to make an appointment to meet a Purchasing Department 23 employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, 24 Texas 76102, where the bid(s) will be received and time/date stamped as above. 25 26 Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and 27 broadcast through live stream and CFW public television which can be accessed at 28 http://fortworthtexas.gov/fwtvl. The general public will not be allowed in the City Council 29 Chambers. 30 31 GENERAL DESCRIPTION OF WORK 32 The major work will consist of the (approximate) following: mass grading, drainage, utilities 33 demolition, paving and airfield lighting and signage to relocate a portion of perimeter road and 34 construct a portion of Taxiway. 35 36 PREQUALIMCATION 37 The improvements included in this project must be performed by a contractor who is pre- 38 qualified by the City at the time of bid opening. The procedures for qualification and pre- 39 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 40 41 DOCUMENT EXAMINATION AND PROCUREMENTS 42 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 43 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.govlpurchasin and 44 clicking on the link to the advertised project folders on the AutoDesk BIM360 site. The Contract 45 Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. 46 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 47 1295 and the form must be submitted to the Project Manager before the contract will be 48 presented to the City Council. The form can be obtained at 49 https://www.ethics.state.tx.us/tee/1295-Info.htm . CITY OF FORT WORTH Taxiway P Extension Phase I — Issued for Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22,2016 June 19, 2020 00 11 13-2 INVITATION TO BIDDERS Page 2 of 4 1 2 Copies of the Bidding and Contract Documents may be downloaded from the City of Fort Worth 3 Purchasing website (documents will not be made available for viewing in person): 4 https://fortworthtexas.gov/purchasin 5 CIick 101172: Taxiwa P Extension Phase I 6 Click Download to download a ZIP file of the project documents 7 PREBID CONFERENCE 8 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 9 BIDDERS at the foIIowing location, date, and time: 10 DATE: March 30, 2020 11 TIME: 2:00 P.M. 12 PLACE: Skype Meeting 13 hups://meet.lynr,.com/cpyone.com/iduke/LFOWV2P8 (Presentation) 14 +1 (469) 607-1888„405545292## (Dial -in Number) 15 LOCATION: Not applicable. 16 17 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 18 City reserves the right to waive irregularities and to accept or reject bids. Execution of this project 19 is contingent upon receipt of Federal Aviation Administration grand funds expected to be 20 received within 90 days of bid opening. 21 22 INQUIRIES 23 All inquiries relative to this procurement should be addressed to the following: 24 Attn: James H. Duke, III, P.E. 25 Email: jduke@cpyi.com 26 Phone: 214-640-1764 27 28 ADVERTISEMENT DATES 29 First Advertisement: March 18, 2020 30 Second Advertisement: March 25, 2020 31 32 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL 33 EMPLOYMENT OPPORTUNITY (Reference: 41 CFR part 60-4, Executive Order 11246 ) 34 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the 35 "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set 36 forth herein. 37 2. The goals and timetables for minority and female participation, expressed in percentage terms 38 for the Contractor's aggregate workforce in each trade on all construction work in the covered 39 area, are as follows: 40 Timetables 41 Goals for minority participation for each trade: 18.2% 42 Goals for female participation in each trade: 6.9% 43 These goals are applicable to all of the Contractor's construction work (whether or not it is 44 Federal or federally assisted) performed in the covered area. If the Contractor performs 45 construction work in a geographical area located outside of the covered area, it shall apply the 46 goals established for such geographical area where the work is actually performed. With regard CITY OF FORT WORTH Taxiway P Extension Phase 1 — Issued for Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 June 19, 2020 00 11 13-3 INVITATION TO BIDDERS Page 3 of 4 1 to this second area, the Contractor also is subject to the goals for both its federally involved and 2 non -federally involved construction. 3 The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative 5 action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to 6 meet the goals. The hours of minority and female employment and training must be 7 substantially uniform throughout the length of the contract, and in each trade, and the 8 Contractor shall make a good faith effort to employ minorities and women evenly on each of its 9 projects. The transfer of minority or female employees or trainees from Contractor to Contractor 10 or from project to project for the sole purpose of meeting the Contractor's goals shall be a 11 violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. 12 Compliance with the goals will be measured against the total work hours performed. B 3. The Contractor shall provide written notification to the Director of the Office of Federal 14 Contract Compliance Programs (OFCCP) within 10 working days of award of any construction 15 subcontract in excess of $10,000 at any tier for construction work under the contract resulting 16 from this solicitation. The notification shall list the name, address, and telephone number of the 17 subcontractor; employer identification number of the subcontractor; estimated dollar amount of 18 the subcontract; estimated starting and completion dates of the subcontract; and the 19 geographical area in which the subcontract is to be performed. 20 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is 21 Fort Worth, Tarrant County, Texas. 22 BUY AMERICAN PREFERENCE 23 The Contractor agrees to comply with 49 USC § 50I01, which provides that Federal funds may 24 not be obligated unless all steel and manufactured goods used in AIP funded projects are 25 produced in the United States, unless the Federal Aviation Administration has issued a waiver 26 for the product; the product is listed as an Excepted Article, Material Or Supply in Federal 27 Acquisition Regulation subpart 25.108 or is included in the FAA Nationwide Buy American 28 Waivers Issued list. 29 A bidder or offeror must complete and submit the Buy America certification included herein 30 with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not 31 include a completed Certificate of Buy American Compliance. 32 TITLE VI SOLICITATION NOTICE: 33 The City of Fort Worth, in accordance with the provisions of Title VI of the Civil Rights Act of 34 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all 35 bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this 36 advertisement, disadvantaged business will be afforded full and fair opportunity to submit bids 37 in response to this invitation and will not be discriminated against on the grounds of race, color, 38 or national origin in consideration for an award. 25.108; or is included in the FAA Nationwide 39 Buy American Waivers Issued list. 40 DAVIS-BACON REQUIREMENTS 41 The Bidder's attention is called to the "Davis -Bacon Requirements" set forth herein. 42 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT CITY OF FORT WORTH Taxiway P Extension Phase I -- Issued for Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 June 19, 2020 001113-4 INVITATION TO BIDDERS Page 4 of 4 1 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it 2 nor its principals are presently debarred or suspended by any Federal department or agency from 3 participation in this transaction. 4 DISADVANTAGED BUSINESS ENTERPRISE 5 The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good 6 faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide 7 written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its 8 commitment within five days after bid opening. 9 1a 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm listed under (1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) (5) listed under (1) to meet the Owner's project goal; and (6) 1f Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. FOREIGN RESTRICTION CERTIFICATION The Bidder's attention is called to the "Foreign Restriction Certification" set forth herein. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The Bidder's attention is called to the "Lobbying and Influencing Federal Employees" requirements set forth herein. PROCUREMENT OF RECOVERED MATERIALS The Bidder's attention is called to the "Procurement of Recovered Materials" requirements set forth herein. END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase 1— Issued for Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 June 19, 2020 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1, 1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving Requirements document located at: 40 https•//apps fortworthtexas.gov/ProiectResources/ResourcesP/02%20- 41%20Construction%2ODocuments/Contractor%2OPre ualification/TPW%2OPavin 42%20Contractor%2OPrequalification%2OProaram/PREQUALIFICATION%20REQ. 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf 44 45 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 46 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 47 45 11, BIDDERS PREQUALIFICATIONS. 48 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 5 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 6 bidder(s) for a project to submit such additional information as the City, in its sole 7 discretion may require, including but not limited to manpower and equipment records, 8 information about key personnel to be assigned to the project, and construction schedule, 9 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 10 deliver a quality product and successfully complete projects for the amount bid within 11 the stipulated time frame. Based upon the City's assessment of the submitted 12 information, a recommendation regarding the award of a contract will be made to the 13 City Council. Failure to submit the additional information, if requested, may be grounds 14 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 15 notified in writing of a recommendation to the City Council. 16 17 3A. In addition to prequalification, additional requirements for qualification may be required 18 within various sections of the Contract Documents. 19 20 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 21 22 4.1. Before submitting a Bid, each Bidder shall: 23 24 4.1.1. Examine and carefully study the Contract Documents and other related data 25 identified in the Bidding Documents (including "technical data" referred to in 26 Paragraph 4.2. below). No information given by City or any representative of the 27 City other than that contained in the Contract Documents and officially 28 promulgated addenda thereto, shall be binding upon the City. 29 30 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 31 site conditions that may affect cost, progress, performance or furnishing of the 32 Work. 33 34 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 35 progress, performance or furnishing of the Work. 36 37 4.1.4. Be advised, City, in accordance with Title V1 of the Civil Rights Act of 1964, 78 38 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Titic 49, Code of Federal Regulations, 39 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 40 Nondiscrimination in Federally -assisted programs of the Department of 41 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 42 affirmatively insure that in any contract entered into pursuant to this advertisement, 43 minority business enterprises will be afforded full opportunity to submit bids in 44 response to this invitation and will not be discriminated against on the grounds of 45 race, color, or national origin in consideration of award. 46 CITY OF PORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.S. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 1t is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4A. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 C17FY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 1 2 3 4 5 6 7 8 9 1a 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 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, casements, 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. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing 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 delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 201 American Concourse, Suite 330 Fort Worth, TX 76107 Attn: Tyler Dale, Aviation Department Email: Tyler.Dale@fortworthtexas.gov Phone: 817-392-5416 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via BIM 360 at Aviation Projects, 101172 Taxiway P Extension Phase 1 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 Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 Taxiway P Extension Phase 1 City Project No. 101172 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-20I 1 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 F.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Sid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY Or FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 0021 13-7 INSTRI7CTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form, A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 1.6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Aviation Department — Meacham Airport, and shall be enclosed in an opaque 46 sealed envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Modification and Withdrawal of Bids 3 14.1. Bids addressed to the Aviation Department and filed with the Aviation 4 Department cannot be withdrawn prior to the time set for bid opening. A request for 5 withdrawal must be made in writing by an appropriate document duly executed in the 6 manner that a Bid must be executed and delivered to the place where Bids are to be 7 submitted at any time prior to the opening of Bids. After all Bids not requested for 8 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 9 request has been properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successfu.I Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OP FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3, City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 120 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 21, 2015 10 I 1 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. httn:llm_m.efhics.state.tx.uslforms/CICQ pdf htt .:l/www.ett ics.state.tx.usfforms/CIS. df F] CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 0 CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Mario Sinacola & Sons Excavating, Inc. By: MIc el 81go6ola 10950 Research Road Frisco, TX 75033 Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Taxiway P Extension Phase 1 Form Revised 20171109 City Project No. 101172 003513-2 CONFLICT OF INTEREST STATEMENT Page 2 of 2 10 I I Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o. The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 101172 Units/Sections: Department of Aviation 1. Enter Into Agreement Taxiway P Extension Phase 1 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 36486 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 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" moans the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding 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 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. CITY OF FORT WORTH Addendum No. 2, April 2, 2020 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Taxiway P Extension Phase 1 Form Revised 20150821 City Project No. 101172 00 41 00 BID FORM Page 2 of 3 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. Machine Laid Concrete Paving Construction/Reconstruction 15,000 square yards and GREATER b. Asphalt Paving Construction/Reconstruction 15,000 square yards and GREATER C. 91 4. Time of Completion 4.1. The Work will be complete for Final Acceptance as follows: a. For Bid Schedule #1, within 137 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions; b. For Bid Schedule #2, within 215 calendar days after the date when 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 S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 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 Affidavit, Section 00 35 13 *if necessary, CIQ or CIS forms are to be provided directly to City CITY OF FORT WORTH Addendum No. 2, April 2, 2020 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Taxiway P Extension Phaso 1 Form Revised 20150821 City Project No. 101172 h. Any additional documents that may be required by Section 12 of the 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 below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this 6.3. Evaluation of Alternate Bid Items Bid Schedule 1 Bid Schedule 2 7. Bid Submittal This Bid is submitted on 04/16/2020 Respectfully su By: j (Signature) V Michael Sinacola (Printed Name) Title: Vice President Company: Mario Sinacola & Sons Excavating, Inc. Address: 10950 Research Road Frisco, TX 75033 State of Incorporation: Michigan Email: in M inacola.com Phone: (214) 387-3900 END OF SECTION $ 3,274,236.22 $ 7,713,696.13 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: 03124120) Addendum No. 2: (04/03120 Addendum No. 3. (04109/20) Addendum No. 4: Corporate Seal: 004100 Bit) FORM Page 3 of 3 CITY OF FORT WORTH Addendum No. 2, April 2, 2020 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Taxiway P Extension Phase 1 Form Revised 20150821 City Project No. 101172 10 I l Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004243 131IJ PROPOSAL Page 1 d2 Bidder's application Project Ilem Information Bidders Proposal Bidlist Item No. Descri lion p Specificalion Section No. Unit of Measure Bid Quantity Unit Price Bid Value Bld Schedule #1 1 MOBILIZATION G-100 LS 1 $322,000.00 $ 322 000.00 2 INSTALL, MAINTAIN, AND REMOVE TRAFFIC CONTROL AND BARRICADES G-200 LS 1 $50 000.0 $ 50 000.00 3 IN SM RD SGN SUP&AM TY 580 1) SA (P) 0644 6027 EA 4 $1 000.00 $ 4,000.00 4 REMOVE 7" PCC ROADWAY PAVEMENT P-101 SY 7.606 $7.00 $ 53 662,00 5 REMOVE DRAINAGE INLET P-101 EA 3 $1,250.00 $ 3,750.00 6 REMOVE 12" SLOPED END SECTION P-101 EA 1 $750.00 $ 750.00 7 REMOVE 12" HEADWALL AND WINGWALLS P-101 EA 1 $1 250.00 1,250.00 8 REMOVE 24" RCP P-101 LF 12 $25,00 $ 300.00 9 REMOVE 21" RCP P-101 LF 40 25.00 $ 1,000.00 10 REMOVE 12" RCP P-101 LF 35 $26.00 875.00 11 REMOVE UNDERGROUND TELEPHONE CABLE P-101 LF 1.865 $5.00 $ 9,325.00 12 REMOVE UNDERGROUND ELECTRIC CABLE P-101 LF 585 $8.00 $ 4,680,00 13 REMOVE EXISTING ELECTRIC RACK P-101 EA 1 $1 000.00 $ 1 000,00 14 REMOVE EXISTING 8' CHAIN LINK FENCING WITH MOW STRIP P-101 LF 411 $13.00 $ 5,343.0011 15 REMOVE INSTALLED TEMPORARY 8' CHAIN LINK FENCE P-101 LFM1.3262 4.00 $g96.0016 CLEARING AND GRUBBING P-151 AC,00%00.0017 UNCLASSIFIED EXCAVATION P-152 CY5.00 % 10.0018 8" LIME -TREATED SUBGRADE P-155 SYB.00 $56,0079 LIME P-155 TON.00 0.00 20 TEMPORARY AIR AND WATER POLLUTION SOIL EROSION AND SILTATION CONTROL P-156 LS.00 $ 30,000.00 21 PERMANENT PAVEMENT MARKINGS REFLECTIVE P-620 SF .00 $ 2.652.00 22 PERMANENT PAVEMENT MARKINGS NON -REFLECTIVE P-620 SF 3.6901 $1.60W47,520.00 00 23 TEMPORARY PAVEMENT MARKINGS NON -REFLECTIVE P-620 SF 2.700 $1.00.00 24 TEMPORARY AOA FENCE F-162 LF 474 $38.0000 25 PERMANENT AOA FENCE WITH MOW STRIP F-162 LF 411 $g5.0000 26 24" RCP CLASS V STORM DRAIN PIPE D-701 LF 432 $110.000027 VX2'REINFORCED CONCRET E BOX D-701 LF 282 $200.0tl0028 TYPE"A"GRATE INLET D-751 EA 2 $4 000.0000 29 TYPE "C" GRATE INLET D-751 EA 2 $7 500.00 $ 15,000.00 30 MODIFY EXISTING INLET D-7S7 EA q $6 000,00 5 24 000.00 31 TYPE B-3 MANHOLE D-751 EA 4 $15 000.00 $ 60 000.00 32 WELL ADJUSTMENT D-761 EA 2 $4 500A0 $ 9,000.00 33 SEEDING T-901 AC 32 $1290.00 $ 41280.00 34 SODDING T-904 SY 1710 $5.00 8552.22 35 4" TOPSOIL T-905 SY 160.110 $1.00 $ 150 110.00 36 IRRIGATION SYSTEM TEMPORARY X-170 LS 1 $125 000,00 $ 125.000.00 37 WATER FOR IRRIGATION X-360 CCF 14 i00 $2.00 $ 28 200.00 38 6" CRUSHED AGGREGATE BASE COURSE X-247 SY 9,497 $9.00 $ 55473.00 58" REINFORCED PCC PERIMETER ROAD PAVEMENT X-360 SY 8,436 60.00 $ 506 160.00 Taint Bid Schedule Ni $ 3,274,236.22 Bid Rchnrhlndl9 1 MOBILIZATION G-100 LS 1 $700,000.00 $ 700,000,00 2 INSTALL, MAINTAIN, AND REMOVE TRAFFIC CONTROL AND BARRICADES G-200 LS 1 $60.000.00 $ 60.000.00 3 IN SM RD SGN $UP&AM TY S80 (1) SA (P) 0644 6027 EA q $1,000.00 $ 4,000.00 4 REMOVE 7" PCC ROADWAY PAVEMENT P-101 SY 7,660 $7.00 $ 53,662.00 5 REMOVE DRAINAGE INLET P-101 EA 3 $1,250.00 $ 3,750,00 6 REMOVE 12" SLOPED END SECTION P-101 EA 1 $750.00 $ 750,00 7 REMOVE 12" HEADWALL AND WINGWALLS P-101 1 EA 1 $1,250.00 $ 1,250.00 8 REMOVE 24" RCP P-101 LF 12 $25.00 $ 300.00 9 REMOVE 21" RCP P-101 LF 40 $25.00 $ 1,000.00 10 REMOVE 12" RCP P-101 LF 35 $ $ 5.00 11 REMOVE UNDERGROUND TELEPHONE CABLE P-101 LF 1865 $5.00 $5.00 $ 9,32 5.00 12 REMOVE UNDERGROUND ELECTRIC CABLE P-101 LF 585 $8.00 $ 4.680.00 13 REMOVE EXISTING ELECTRIC RACK P-101 EA 1 $1,000:00 $ 1,000.00 14 REMOVE EXISTING 8' CHAIN LINK FENCING WITH MOW STRIP P-101 LF 411 $13.00 $ 6,343.00 15 REMOVE INSTALLED TEMPORARY 8' CHAIN LINK FENCE P-101 LF 474 $4.00 $ 1,896.00 16 CLEARING AND GRUBBING P-151 AC 35 $10,000.00 $ 35Q000AO 17 UNCLASSIFIED EXCAVATION P-152 CY 237.2721 $5.00 $ 1,186.360.00 16 8" LIME -TREATED SUBGRADE P-165 SYa84 $8.00 $ 84,456.00 19 12" LIME -TREATED SUBGRADE P-455 SY$9.00 $ 269.343.00 20 LIME P-155 TON$150.00 $ 219,760.00 21 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL P-158 LS30,400.00 $ 30,000.00 22 21" CRUSHED AGGREGATE BASE COURSE P-209 SY$3N $ 254,190.00 CITY Or FORT WORTH Addendwf No. 2, Apol 2, 2010 STANDARD CONSTRUCTfDN SPECIFICATION UOCOW.NTS Taiwayp E7 Hmftl I Swu Raised 201201241 Cill' Protect N0. 101172 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 1j0 4243 RIDPROPOSAL Pnge 2 42 Bidder's Application Project item Infonnalion Bidders Proposal Bidlist Item No. Description Specification Section No. Measure Unit of1411 y Unit Price Bid Value 23 6" CEMENT -TREATED BASE P-304 BY8 $16.00 $ 317,568.00 24 5" BITUMINOUS SURFACE COURSE P-403 SY2 $38.50 $ 316,777.00 25 19" UNREINFORCED PORTLAND CEMENT CONCRETE TAXIWAY PAVEMENT P-501 SY6 $90.00 $ 1,400,140.00 26 19" REINFORCED PORTLAND CEMENT CONCRETE TAXIWAY PAVEMENT P-501 SY4 $110.00 $ 316,140.00 27 BITUMINOUS PRIME COAT P-602 GAL2 $5.05 $ 12A37.10 28 BITUMINOUS TACK COAT P-603 GAL0 $6.40 $ 5,248.00 29 PERMANENT PAVEMENT MARKINGS (REFLECTIVE) P-620 SF8 $1.50 $ 10,586.25 30 PERMANENT PAVEMENT MARKINGS (NON -REFLECTIVE P-620 SF0 $1.00 $ 11,390.00 31 TEMPORARY PAVEMENT MARKINGS (NON -REFLECTIVE) P-620 SF0 $1,00 $ 2,700.00 32 TEMPORARY AOA FENCE F-162 LF4 $38.00 $ 18.012.00 33 PERMANENT AOA FENCE WITH MOW STRIP F-162 LF1 $45.00 $ 18,495.00 34 24" RCP CLASS V STORM DRAIN PIPE. D-701 LF 432 $110.00 $ 47.520.00 35 4X2' REINFORCED CONCRET E BOX D-701 LF 262 $200.00 $ 56,400.00 36 TYPE "A" GRATE INLET 0-751 EA 2 $4,000.00 $ 8,000.00 37 TYPE "C" GRATE INLET D-751 EA 2 $7.600,00 $ 15,000.00 38 MODIFY EXISTING INLET U-751 EA 4 $6,(100.00 $ 24,000.00 39 TYPE B-3 MANHOLE D-751 EA 4 $16,000.00 $ 60.000.00 40 IWELLADJUSTMENT D-751 EA 2 $4,500.00 $ 9,000.00 41 SEEDING T-901 AC 32 $1,290.00 $ 41,280.00 42 SODDING T-904 SY 2133 $6.00 $ 10,664.44 43 4" TOPSOIL T-905 SY 139,366 $1.00 $ 139,366.00 44 IRRIGATION SYSTEM TEMPORARY X-170 LS 1 $125,000.00 $ 125,000,00 45 WATER FOR IRRIGATION X-360 CCF 117 760 $2.00 $ 235,519.33 46 6" CRUSHED AGGREGATE BASE COURSE X 247 SY 1 3 497 $9.00 $ 85,473.00 47 8" REINFORCED PCC PERIMETER ROAD PAVEMENT X-360 SY 8.4361 $60.00 $ 606,160.00 48 REMOVE AND SALVAGE LIGHT REMOVE BASE CAN IN MODIFIED PAVEMENT AREAS L-105 EA 2 $500.01) $ 1,000.00 49 REMOVE AND SLAVAGE RETROREFLECTIVE MARKER L-105 EA 2 $150.00 $ 300.00 50 REMOVE 2" SCHED 40 PVC IN MODIFIED PAVEMENT L-105 LF 350 $20.00 $ 7,000.00 51 REMOVE 2" SCHED 40 PVC IN EARTH L-105 LF 247 $15.00 $ 3,705.00 52 REMOVE 08 AWG L-824C 5KV CABLE IN DUCT L-105 LF 2,450 $4.00 $ 2,450.00 53 NO. 8 AWG L-824C 5KV CABLE INSTALLED IN CONDUIT OR DUCT L-108 LF 7.075 $2.00 $ 14,150.00 54 GROUND RODS L-108 LF 7.590. $3.00 $ 22,770.00 55 TEMPORARY ELECTRICAL PROVISIONS L-108 LS 1 $20,000.00 $ 20.000.00 56 ALCMS UPGRADE L-109 LS 1 $20,000.00 $ 20,000.00 57 2" SCHED 40 PVC IN NEW FULL STRENGTH PAVEMENT AREAS L-110 LF 3,28 $22.00 $ 72,160.00 58 2" SCHED 40 PVC IN NEW SHOULDER PAVEMENT AREAS L-110 LF 2,728 $22.00 $ 60,016.00 59 2" SCHED 40 PVC DIRECT BURIED IN EARTH L-110 LF 647 $12.00 $ 7,764.00 60 2" SCHED 40 PVC DRAIN L-110 LF 270 $10.00 $ 2,700.00 61 4-WAY X 4": SCHED 40 PVC CONCRETE ENCASED DUCTS L-110 LF 238 $150.00 $ 35,700.00 62 2-WAY X f SCHED 40 PVC. CONCRETE ENCASED DUCTS L-110 LF 425 $115.00 $ 48,875.00 63 HANDHOLE 4' X V X 4' AIRCRAFT RATED L-115 EA of $12,000.00 $ 72,000.00 64 ADJUST ELEV OF EXISTING STRUCTURE L-115 EA 1 $2,200.00 $ 2,200,00 65 NEW GUIDANCE SIGN INCL FOUNDATION - 1 MOD 11 FACE L-123 EA 2 $6,500.00 $ 13,000,00 66 NEW GUIDANCE SIGN INCL FOUNDATION - 2 MOD / 1 FACE L-123 EA 1 $7.200,00 $ 7,200.00 67 NEW GUIDANCE SIGN INCL FOUNDATION - 3 MOD I i FACE L-123 EA 3 $8,000.00 $ 24,000.00 68 NEW GUIDANCE SIGN INCL FOUNDATION - 4 MOD! 1 FACE L-123 EA 2 $9,500.00 $ 19.000.00 69 INSTALL ELEVATED FIXTURE ON NEW L-8676 BASE CAN L-125 EA 36 $1,200.00 $ 43,200.00 70 INSTALL IN -PAVEMENT FIXTURE ON NEW L-868B BASE CAN L-126 EA 2 $3.250.00 $ 6.500,00 71 INSTALL ELEVATED FIXTURE ON EXISTING L-8676 BASE CAN L-125 EA 6 $750.00 $ 4,500.00 72 L-8676 BASE CAN WITH BLANK COVER L-125 EA 2 $850.00 $ 1,700.00 73 L-8688 BASE CAN WITH 131-ANK COVER L-125 EA 40 $2,175.00 $ 87,000.00 74 NEW ISOLATION XFMR AND CONNECTOR KIT FOR LIGHT L-125 EA 2 $300.00 $ 600.00 END OF SECTION Total Bid Sehednle 821. $ 7,713,696.13 CITY OF FORT WORT11 STANDARD CONSTRUCTION S'L'CIFICATION DOC[JMCNTS Fm Raiwd 1012012/1 AddenJ"m Nu 2, AM] 2, 2020 TariwV P Ealmv"n Ph-1 Cdy Pmjcct No. 10 t 172 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS.: That we, Mario Sinacola & Sons Excavating, Inc. , known as "Bidder" herein and Travelers Casualty & Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum otfive percent (5%) of Bidder's maximum bid prlcq in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the fallowing project designated as Taxiway P Extension Phase 1 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter Into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED )FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 16th day of April , 2020. PRINCIPAL: BY: �.� Michael Sinacola/'Vice President Witness as o Art cipal Jeff Larson Name and Title ice President Address: 10950 Research Road Frisco, TX 75033 Wit ess as to Surety LLL Kathleen M. McCann Attach Power of Attorney (Surety) for Attorney -in -Fact SURETY: Travelers Casualty & Surety Compan of Ainorica Signature Arthur W. Emerson, Attorney -in -Fact Name and Title Address: 30600 Telegraph, Suite 3110 Bingham Farms, MI 48025 Telephone Number: 248-642-5900 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS 1 St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That Travelers Casually and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (heroin collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Arthur W. Emerson of BINGHAM FARMS , Michigan , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017, {IyN SPAt?Y �gvF SY AHO G� ���LP State of Connecticut �..� City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017. before me personally appeared Robert L, Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. a Tkr My Commission expires the 30th day of June, 2021 TAW MaA;A, s� 1���9 i� Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of Indemnity, and ether writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given hlin or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and It is FURTHER RESOLVED, that any bond, recognizance, contract of indemnily, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and seated with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, If required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains In full force and effect. Dated this 16th day of April 2020 0-01791 �„�'r axc���° �' HAgrrOflO, i r COHH. +�a W4 �� f� Ig Y� /4� Kevin E. Hughes, Assistant Secretary ro verily the authenticity of tlhis Power of Attorney, please call us at 1-&70-421 3SB0. Please refer to the above -named A ttorney-in-Fa ctand the details of the bond to which the poweris attached. IO 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 2 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 nonresident's 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 .4Fsi.i Here ❑i 131snk , our principal place of business, are required to be 4 percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders In the State of State MOM cir B4ink , 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. 0 BIDDER: Mario Sinacola & Sons Excavating, Inc. 10950 Research Road Frisco, TX 75033 END OF SECTION Date: 04/16/2020 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Taxiway P Extension Phase 1 Farm Revised 20110627 City Project No. 1oil 72 10 11 Wage intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 0045H-L BIDDERS PREQUALIFICATIONS Page 1 of 4 I SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 3Ist day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (I) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/tgxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequatifleation Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 0045 11 -2 BIDDERS PREQUALIFTCATIONS Page 2 of 4 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. OnIy 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) 1n those schedules where there is nothing to report, the notation of 37 "None" or "NIA" 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 to Bid 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 004511 -3 BIDDERS PREQUAI.IFICATIONS Page 3 of 4 d. If a contractor has a valid prequalification letter, the contractor will be eligible to hid the prequalified work types until the expiration date stated in the letter. g END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 0045 11 -4 BIDDERS PREQUALIFICATIONS Page 4 of 4 1p Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 172 Revised July 1, 2011 00 4512 BID FORM Page 2 of 2 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors andlor subcontractors whom they intend to utilize for the major work type(s) fisted. Major Work Type Contractor/Subcontractor Company Name Prequaiification Expiration Date Machine Laid Concrete Paving Construction/Reconstruction Mario Sinacola & Sons Excavation, Inc. 3/10/2021 16,000 Asphalt Paving Construction/Reconstruction Reynolds Asphalt and Construction Co. 7/1/2021 15,000 square yards 0 finrrlpany Name Here or spetoa Bate Here or space 0 Company Name Heirs or space Cafe Hare or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mario Sinacola & Sons Excavating, Inc. 10950 Research Road Frisco, TX 75033 END OF SECTION Date: 04/16/2020 CITY OF FORT WORTH Addendum No. 2, April 2, 2020 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Taxiway P Extension Phase 1 Form Revised 20120120 Cily Project No. 1011172 10 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 or2 I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 50277. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 10 12 13 14 15 CONTRACTOR: Mario Sinacola & Sons Excavating,Inc. By: Robert L. F,%tevens Company e t) ZZ 10950 Research Road 16 Address 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 CIE 39 40 Frisco, Texas 75033 Title: _Vice President City/State/Zip _ (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT BEFORE ME, the undersigned authority, on this day personally appeared Robert L. Stevens , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Mario Sinacola & Sons Excavating, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 23 rd day of October , 202Q � MEREDITH R. NELSON , ,t�1p{�Y A�j ��M .g.& ;N,'al3otgry Public, State of Taxes Notary Public in and for the State of Texas Sr?, Comm. Expires 00-20-2022 .,��....;w a• .,,;Y,t�. Notarx ID_12992732fl D OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 004526-2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 10 I Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 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 004541-1 Disadvantaged Business Enterprise Specifications Page 1 of 2 SECTION 00 45 42 Disadvantaged Business Enterprise Specifications APPLICATION OF POLICY If the total doIIar value of the contract is $50,000 or more, then a DBE subcontracting goal is applicable. POLICY STATEMENT Tt is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantaged Business Enterprises (DBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 16% of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a DBE subcontracting goal is applied Offerors are required to comply with the intent of the City's DBE program by one of the following: 1. Meet or exceed the above stated DBE goal through DBE subcontracting participation, or 2. Meet or exceed the above stated. DBE goal through DBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. Tile Offeror ;4h,aII d6lver the DBE documentation ih rMon to [lie. appropriate employee of the p►irc7[)asing divisiolt Qnd obtain i date firne receipt. %uoh rq�-c;eipt sltall be evidence that the Cily I—LCLived the rinr �utitiantr+tin,� in.th� times allni::it�e�j A rwecgl simellnr errisi led cnnv. will unt he Arrxitted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City goal is met or exceeded: business day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if business days after the bid opening date, exclusive of participation is less than statedgoal: the bid opening date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if no business days after the bid opening date, exclusive of DBE participation: the bid opening date. 4. Prime Contractor Waiver Form, if received no later than 2:00 p.m., on the second City firm will perform all business days after the bid opening date, exclusive of subcontracting/supplier work: the bid opening date. Taxiway P Extension Phase 1 City Project No. 101172 2 3 4 5 6 7 8 9 10 11 12 13 14 15 004541 -2 Disadvantaged Business Enterprise Specifications Page 2 of 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City exceeded: business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED DBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at (817) 212-2674 END OF SECTION Taxiway P Extension Phase 1 City Project No. 101172 LL LU D ® U) 6p) �r Rio pifyi � YUi L ®� to 0 ® fAl LLI •6 0 o z x it a U LU Ca06 cl O 0 w O❑ U a U ci c CA C ca cv X LU to C U CO U n3 c [n 0 Q z z D. a 0 U L!. 0 w LLI L L O r• ,l LU a D z z b � LU iJ Ix Oz CL CL o� C> C6 F= z uJ 0 U 4 0 a LU f[I !a N O O C Y 01= C&. a y 0 r O m O)w w M C m co N 0 0 a O K C 01 C g 0 U :C X ILh N a" N U C N Gys 3 O d O C• EB of -a C 0.N C U arG Eyad ca x �W=6 c,o.m �'q �c°+��4, �— 0 3 rod ��N C Im C . C N L0.1 0 u OC U O. 0 0 0 LU LL) '00„ o Q 3 b e O c a Coca a d tu 0 .g GO o « 0 g � 1 = .0 � w. U Cowt6 0 :s •N rn" m 'N li6 T O i CV y C-0 0,0 0 N� 00 =3 0)N °c .0 E U t6 CE Zy 'F' Cd s.. •s 7 1- C Ry C w 7 d 05 � a N �" m 0 0 a O U V a .r, y 0 c, a. U b La E O �? ` '00 O QH O m m 0 O C = 0 WO .0 a� O 8to EE i77m.3 'C a 5-6-," M=0 � 0-0 E O a � O 0 m OUCDm vG C y a °"' .0 C. 0 C T m m 0 f?'s 3 H� 0 m C+�. 0w O N O6. v 3UJ Co° � y� w� a,•i y > mw C SS O° w V O a au C ,Q a qr ti 8 to y O C W H O � 0.d'0 a s O_ CL C�O° y mC -0 0 00 O°C O cu ri•� a O ea P O O 0 c4 ON Ea 61.O wy, W p 0 N C y O E d y 0 d j y y oj 0 C C7 � G MO atuc � CL . to T 0p ev fu UJ �4'aa6.52� m 0 • waaN c U Qo Zw U s •a ° �; ai rnca a�a��� U �c�mLu; 6 oc� °ao�co aT`c L �mO= Nmr- `� 3 N� d .� a c d �� s o � 0` (D L j !a w 15 E s 1= �a p O. ° Z raj C Lo m•-a mo o b c.m�' y�ca O s 3 to ea 0 b+ Simms!0 TO mz N a? p �c o T� b m o o �•y+a c°i °��V ga• -.d "0 ca N a y O w O cs O c° 0>,O � 0 � � a a L. m t soy a C 0 0 � 0 C L 6 y y O.� 0 0 ��" L C a01 m 0 O 7+C ��.e a5 O C U U N �m ,� �- (D m.0� �OCa'°i00 �N� O °S1�asO z�e5+ao © �� >.aa'0°s� .0 oa ma��'° oy�� 0 a "C 4- e 0 aS 5 LA L. ' CL as m U0w O00 yUa iu y�,dO 4.1 fund .a >r 0 0 - O C O m c' to 0 0 O 2-2� 0) � U C � O l4 O C -.0 p a 19 o U to -0 Q 4f N C m O r r a _ ++ V 6 rd m T m 'C Cr C 0 w y �' c C '6 d ,C C C U :w •w ?. O � qq C y i a4 ffJ O a .0 .Q ".' a A j J: G53 ca SOtu S .° ��° �E R1ma a n O C fl d a C 'v p 4i 5 P O y m .®Yaci o°a am °'wc 0 Obyes 0 vC. a� CEO' 5 �a7- w 30m� m""a 0�'e0, 3 'C Im 3 '�. a rL'� H ` v m W a c�� s F a R a �f 'mac +x ° s m y m 9 0-cA 0 a2:2 CD c es LU a c a a 3 3 a oE IS a 01) a m M LLJ a �, a o o sy' � ns w. c c O.`-'_J2 I-0 y o-1 � �y O� O� u1 0 � 2= w 0 a ab Iz LO 0. 4; E a� s3, i O c> C U E o s� LL U) .C3 co 0 N d ®o co N •L -i 7) Z Cd O� 0 a m 9 O N '� O m O O E 0) to C4 El El El CSC LL I--L� 0 0 }_ O F- 0 m X a a w a F- �, y, ?'' ❑ 7. L in U F aNi o d U cai o tea+ U ' ay+ o m C.)ai a 0 U N to r w U) �e U La O Lr 0 LL W in .2 °' a .'d p p � a p p O� ❑ OLf) O � O O Lo 4 U M O {5 U0) m 4- N D C~M o -O p a r o v O Ln O L O CD O p a'a N Q M a U-) Lo QCL ;i 00 [� p0 � cr� LL U O acoi to 00 X ` �_ c CD co 7+ N r O -F, LO U 0!90 oo r:m a � �a c uLUia- o-ao CD ° 0 jcoopo� >1 CD CD 0 0 ��Xo -� wD Lu a) C) -0 Cl) ? U�tic�ti �L•�a> N �' cco C)0 U o �� �m �t .,c�F-o �v k :© D � V I--- M N 0 0') m r O 0 O O Cl) N@ Rio p "L3 A � O. o a° a 0 c�� 5 ULn n�tu2 L'o U�� �� � � � a)� as ED �N NAM UQ om a � ¢'p 0 y mti fne-L) y co� aci �r`� ��Y� 00 Co f�a,LL. `2 Qto coz U V U O y � O � O m 0 +n z m LL � m m aL CL N r.r cn � l6 O fC co v c m E 0 "a Or-X w 10 E O K Va 0 X z Q 0-LLWu z Oa1�Lu0 z 8 CLLLW z Q a.LLUjo d_ M z M LU (1) CF U LL a �7 Z1- LitI� U a e LO t�3 o d LO LO b9 ul u LO _ N r- Wo OA� 0 LO N O 4Das co d N O 0 m +� r ❑❑❑0 ❑❑❑� ❑ ❑ u. O O � © O A� 7'❑ LL Ed 0 U z U z z I- U z UJI Co 1-0 UJ 2 N o � a? LL � ce. 0 .-C CD CN Nt LU CL O U cu O O .0 O N O .0 N D I p d 3 1` ~ p C 2 d� d) CL�-- N F�- W .J Z 69- P i�`_ EFr ti N o E d X ~ U 0 O l C7 L CO (� iw CO CO 1. CL 0 y,., 0) C7 � ' Ui f r _ 0 0 H !!a� am W ( XO m� � Uv�" > a0 cam co 2 >XN mw�;� a OM �g�' Do Z a X mOCD a) <r — F-�a8)z-5--7 coO 2ocoi 0 f cc d��v z.o0U a� U) Hr-0 z F a� Z D . w E O fu M ctl E O Q CLLLLuU za ELLLilJU w N LU n a c a) d) LO Ci? Cf) i ti 00 m r- c y V .d R a Ch cc r- z0MM V `'J w _ UCV v O U) 06 w 75 C.) C15 Cn ca ►] .°3 E x tL O V cu U cc C� ,O ar E` V Z C C N b V Q co 0 'CD y ti t U LL CD 0 M X O'S •L �r �0ti L]U N U C\j M C O N O] m � � 0 � U Z C O O W CL ca D V L) C C (4 U x W N C 0) fsf 0 U m e 0 {0 LLJ a z z a a 0 U w L6 L6 0 O C�V W OR z z w w IL a. O CD r 0 ci F- U W w a W m La V) a U N V 4C.. tlxY a r3.'s 0 O w ;p d� N 12 C •• n N � N ,M tr U O It0 O a 8 N a to ate+ � s y O O O � a C4 N e r C icis N C.d a O C H Mr, O� mA a M )� CL C l4P. a 2 0 O O p V 06 a N w y i c> 4 O j a G7 U S v 'N IDs e A N � ceEL O d N � � s V O am E a •.rO-. V w cc O e Ea qZ w S = e .a a a CL = cu CL N d cu 3 � � N wCL a •O O CREN=a •"" O a s = C r e a Q. 0 0yde � 0 'rz , .- C m »(D d O O C 6 A O ni N C O a � N s � •g �l dy wig Q N s o N 'a 0 6 Jv o O . a, 0) .0 V O sTr%a m00 WoOco b C m tau O-m s �yA � a E a 4= a 0 e0r- � a O a N ale O a a O 0 r_O 00 to Oi +� ,_' t3wgV N O N a O G w a � cp O Let Oe! T O 0 N �•8. O l¢ O CL �� e'OG?d•a 0-0 v a CJ 0 to0 we csi a 0 i• 4� e C CD O �, •a 0 0 y PW.e=aCi a;«=Q1.�. w N tN O - tS L e 7 3 ° C a Q *O � 'V o W-� N d 3 0 to C tad a t6 W a a 01 V b a' S 0 Oi� C8'3 �e O-S a yj 1£0WO 7 O � U t6 O a CO e� vOi a LOf� O b O w a v we S N 0 W e! a W C N £ O O 'w O V � 40 w y O .(1) v r N� co O p w a m N O a N O ABC* N s O w a OM r ? <6 C G� O° � H l4 a C CD 12 CL v •y 12 o o; � V U O N •Q lS S •w0- O 0 it: a � O O � N O y tv a to Boa Z. U O O 4,0� y 41 Tai 'j CL2 O1 a• o �a O3 N 0 a aQ W C Q. a o _,O a v • w A � y '7 0 a 5 v O a B NE to COCO dl O N i0 Ow N � 3 L 0 OCD a+ - N m0 D •Q„a�� Y!S ca in O O i w y oa a hl a 0 r_'A m O a O 0 0-0 0 i O t6 O 4) a�8 ®�0. P O O n v w r= N O N t O O t°, � y t� .L a a w 0 O -cu w e v O L � a E v 5 a s0. ti tSl � 0 d Cc 4- O r- O0) �r mw L O mmwoE A O 0 CL ACC w �+ya�o�. % Ly e0) 2 In Cl L a ARi O r= 'RAa ycu �_06 � as aS W v c d 6' CL LU P- a ooyae.� Hfm �O see e W e LY1 O ®•O N O7 Ill V o m r a •� � ess m c w a ck Q 6 pd lOi O o s :s V O 0 a � y 'c, o � S d U O 0 rj a a V 0 a O to � O s V a w i O L a m ry 7 ® o N ° a s a L � E w O t6 OCU O C> C CL O a to e wa sa M2 N E G W C B E O 0) aj t8 QatluaLU l6 0�M� •jD ey a O 0 0 LD-0 Q6' N t4 R {8 e' food �w LYI � �® o wed cc !OE O m row llJ I m 0 to a+ M a Gt «i 4) O 0) 4) 6 V) R N .D CL N c� b O U m n N a x O N c� O C1 a ZW ry N N Is Co- diAC " �4 O a' o L y O In C%lO ,., m a H O N N ° o Lo nS N 44 d 6 E d E9 tH Ef? iA Ut ❑ ❑ Li D 0 0 fl p x O ❑ ❑ ❑ ❑ ❑❑ m U E ❑ IrJ m 61 a Ca O air (� w O d U m O 49 0 a�i O z C) z r z U !>e ga. cn N N CV 0 tti cu cv ® = _ — 0 Q 0 0) m C0 . O L�o a ¢ ? a a Dw 0 o QE � D � a CDU aa0 CO to 3 64 t aC� � p�p U C° a C O o o o , O ti c� z� _a @� O O � 11JLb M O D N O N N U �CO� M 0) �M 0 O CD v� I� mwCN r���1l tiM vN NCO N N �_ji~C) C O (j�[OLO��O 0)(�I--ChMN CCU ®� co CO � ©0 QMXM��tp O — 3 N� >_ �X Oi• OO V OE-��� Cf1 � aM p 00~titi N� om �;c°co .m -2L OCA CU '- O� cO 0 J O0) O : �co00 1"C7 wcOcfl T ca Za �c�co CV arOwco o O� �4Q o U�0) t•�L� 0 O� ao�d¢ NCV �o5.-t- aw LLIC000 oU J r-0mz o-i A ND m Z EM -1r--wcoco E2 LU * V B O G C cc m p�j C�1i G1 i�J N U 41 N V O • U E 'a O X r_ tS ca E O rz v O X w .� O _ '0 O >G co "0 = t6 E O t3 0 ?( 0 � .= cii � O Q 0.L,i�iv Q 0-LL � Q ALL s Z Q aLLWQ Q M O lZ M 61 T d U w a as cn u� U too - to� u, is t E '- to d w�! en s 69 LC) � N � fa � c � X; O Q(7 N G i H 0 "' O E 41 d3 lA Eft LU u' O w 0 o x x � O u u � a 0 0ta ' a z c� z CD 6 n U) M ©n xHu 0� oLL o a� CDLLW LU o N R: U) Z C7 O co oo a, a aQt � � a� c c O 'O J U.W +� J C NN -O N �} s•- (D.=CQ � OW per•, O �"ItO L) CD C OUj r- -� — CD Uj co CL Nw tm ~N LJ m C=~� �-U �I "C F- C � � O N� UJ cn � 0 X C6 (a aX 00 Oin Co O Of �� � �U U � a� oa U© cati a�M�C? ro O N �¢ z O`er L ¢ L�4 ti Or Cq li co (4 w 2 C C U O O ID e1 p Qs CU v = w E O Co v O E O Z ¢ 0.u.w0 Z a ooe,ow0 w U. w CO w LL w 0 w n U) w J d Lo 0 m ,- CD 00 m X T- CN C N G E O O a U � a t4 L] :w cu cu i- C � cf) cu y qq CO fn M .r oo Z p 't (D O N M (3 c 05 X w N a O U) 06 cQi cu a O cu i O CN aN E. qf CM m 0 Lo � U B ' B U Q co O za va �0Z V o s� •3 N m m b �7 O •fl° N R O Y El V m U ti c �i x Ll c 0 U) U 0 c a 2 a O U r� u L L O O N •d' a 0 ti 0 n V � w a d O e 0 ch v Uj O Ir a w m m U1 T "" O m .-mv P V 6Ai y E N 010 0 La X12d 0f V N R IL COL. ° a0M e'c vEb s m 3� m Rb 0CL a,=aMaC ��E ° .mom v ° v O V�"0 00 wW,gym O C m M IM m .L 'w r V m O [JJ •�ry� R d i V ti t6 n ti• th N m a1- O O M Cd zM am.+ �� td 8 R N C L A V 0 C C O,0t0j N 0f 0 V N �'a m 47 a R ° �' m '0 i0$Li i� v .7 N 0 ed C r d� m L O m t3 . m 0 r w CL N e N o N •O C 0 C R 0w N E d c a w U m C O .2'E O ° S N O m 0 d vad m3 0 o07�*1 t: ° o T ao ; cj"a e ° m- 3 P•00) R��v0O � N� � m t�4 0 � � � �'•N CTmm V i�� '� ���� •3�� C .°iOOMC O CD =In C 0 P. r-y �O-V O—.Q Og IL cu 5 d o •m V wG aN i- p 7 c y N 0—N s wd- O cE N y p C p 01 a p R 5f ccC o to $ m td g v V N V ,,, R b r y R r m .y 07 m V a O •'C! V �' (p f�J ... d m L�4 V ,O t O O - LS a tca c 0 R c 0 CL c W d °w a•as to � a a3a0La�, �" �°' fl wc, y am 2 3 ar y �� a m .. .� O1 mc0 Emzi�bcyi d''"� y L�•010� 0�o4 !� sN 0o.aUa�. o. •,ma Rs�M a0 N y ayi V W W to w '�, fJ N m d L06 b 0) 1 O L ED V y.e 0 >, C .� w O i V b V M O � M � .L O r.0 M 0 O y ton R -0 > O M c 0 E m m V 5 O 07 = m O m m a 'r 0.00 a �N 24500 O N ES Mm a U00+' b y'S m id tn� tVC 0-- ME. 0-- C:u ytuyb,o — �d s e�mE �+�Q9tu CLT, ax y �q C ia� ` E �`O E V s ° r- 0 e0 c° o R a, rs a O O 0— as t°n e0i �s•p�OaiS3 m awo v.g�cmIS � a :e 0+a O„• s00i w�oo C:m F en.M.O.00 �o °0 6 itoHaW� rof zi `cu 0CA O� 0000�° wp g o >, •°c ' � E Wcrd Lu --x�' mm o N m 3: - ,m .., arm . .2 E•.,, '�' �'d S y0 4i � N N N �% O} '0 r Qf V ao= 06 �a�w E ao 010 .0-06 sr �-- •O 3 0Y m ld 0 47 y 2 y R 0 •y ' co M c O 0) N W N� M E m 6 V w a°.. t0 O b e a s Vfla •':tCd V �s)wmo� esEm ..g Lu a.�am �o ° to tu C 'R c R G7M $1 ° ° a EO ° � E mL E L.QO� to ea aC°;No-10 Oo Cy 0�a m O m in 4 M F- 0 Z N W 4) a) CL U a Q 5 ai E tCl S CL L2, D a+ W i U E N U 0 S N LJ , o N CO N d L) a z� as 0 Y E aw o o o E 40 o Mp N r 4f? 69 Cd f : fu % £9 Qf 1�.4 N (4 4 4 i •� •� p N p O N O Cq 6�9 bN4 Q» Aa � 40 bN9 ❑ ❑ ❑F-I 000S 0000 0000 0 0 0 0 a �!. O fir, m Ix LLIX 00�fCa1 m E11 00 �U LO 00 mU ❑❑ m �U w 0 4) U Q)0 w C.) O 0 0) U m 0 m 0 > U z Z U Z Z U Z >T Z U Z U Qt uj m g 0Ut O U. O l� Ca OL ui O rr "' Cq [� CD L D O SL a 0 p a m w Z .� D o F o N (D p n ti 0 p d d g Co o Q ® � 0 a)E2 8 W ¢ H a CO tO E a N _! 64 a a a a O U HJ O� p U to cn a -� CC) c �� 0 ���N Lo , ~' U ' LOHLO O co $ c U a° N X �0' U O 6 N i m Q OL1 p �Q�L U CQ .-. D N �O cuYQ co �, (nau.ca �Z ;° ��.U.-z-0co 20 0 0 0 0 y a CL 4. 0 0X'� 0 cli m °� ox'� 41 _ �eaE Im o mvrf °o �� a z a EL U. c) z a a LU z a 0- LL W z a (L U. LU Q CM O Z M W CO U Q, 4) .M w V W V 1!9 W %10 J ZCD aM 44 �tv � L � o OW w a 0tj o La c 7, C7 a +» E d 44 � Ly o F a 0 6i m LU Q U S U Z z 1—F U z ?p a H- to m as o U-- w Y w Z p O O G1 a a W ; a I� o� N � � N O I� a� °a a� o LUo z a M m O m O c ce C E E = 0 z Q aU- wQ Z ¢ atiwc� _ c O E3! v O X B C) 2 �y LO = a� r) o r- z a M ar Q� N O CV 1429 .d. CM Q U N U Q c06 40 U z r CD CD 0 O E y rO - = 0.0 L! � 2 cc z QO = L� � N V O E O 'OJ 4 a 0 aN w N U. u! rca - = o CJ ID N QD O N (� E N w b 3 C e w a ®� m Q� r' ID L Q D m is Q w P9 Q e r w Q 'Z ; .vi J ...1 0 < o r. (D °' o a �_ � � � U � LU a' ed L 90 U) O M O i © O co O 0 � ®0 •- � 0 [e) 0 ❑N �7 U E a) f � M co P ca 00 F tQ�0L, aI—P U`" Q� � Owa 10 I I Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 00 52 43 - 1 Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 10/20/2020 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Mario Sinacola & Sons Excavating, Inc. , 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2. PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Taxiway P Extension Phase 1 18 City Project No. 101172 19 Article 3. CONTRACT PRICE 20 City agrees to pay Contractor for performance of the Work in accordance with the Contract 21 Documents an amount, in current fiends, of Seven Million Seven Hundred Thirteen Thousand 22 Six Hundred Ninety Six Dollars and Thirteen Cents. ($ 7,713,696.1.3 �. 23 Article 4. CONTRACT TIME 24 4.I Final Acceptance, 25 The Work will be complete for Final Acceptance within 136 calendar days after the date 26 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 27 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. 29 The Work for the Base Bid will be complete for Final Acceptance within 97 calendar days 30 after the date when Contract Time commences to run as provided in Paragraph 2.03 of the 31 General Conditions. 32 Should Alternative Bid 1 be accepted, the Work will be complete for Final Acceptance 33 within 136 calendar days after the date when Contract Time commences to run as provided 34 in Paragraph 2.03 of the General Conditions, 35 36 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised 11,15.17 005243-2 Agreement Page 2 of 6 37 4.2 Liquidated Damages 38 Contractor recognizes that time is ofthe essence for completion of Milestones, if any, and 39 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 40 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 41 recognizes the delays, expense and difficulties involved in proving in a Legal proceeding, 42 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 43 instead of requiring any such proof, Contractor agrees that as liquidated damages for 44 delay (but not as a penalty), Contractor shall pay City Six Thousand Dollars (56,000.00) 45 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance 46 until the City issues the Final Letter of Acceptance. 47 Article 5. CONTRACT DOCUMENTS 48 5.1 CONTENTS: 49 A. The Contract Documents which comprise the entire agreement between City and 50 Contractor concerning the Work consist of the following: 51 1. This Agreement. 52 2. Attachments to this Agreement: 53 a. Bid Form 54 1) Proposal Form 55 2) Vendor Compliance to State Law Non -Resident Bidder 56 3) Prequalification Statement 57 4) State and Federal documents (project specific) 58 b. Current Prevailing Wage Rate Table 59 c. Insurance ACORD Form(s) 60 d. Payment Bond 61 e. Performance Bond 62 f. Maintenance Bond 63 g. Power of Attorney for the Bonds 64 h. Worker's Compensation Affidavit 65 i. MBE and/or SBE Utilization Form 66 3, General Conditions. 67 4, Supplementary Conditions. 68 5. Specifications specifically made a part of the Contract Documents by attachment 69 or, if not attached, as incorporated by reference and described in the Table of 70 Contents of the Project's Contract Documents. 71 6. Drawings. 72 7. Addenda. 73 8. Documentation submitted by Contractor prior to Notice of Award. 74 9. The following which may be delivered or issued after the Effective Date of the 75 Agreement and, if issued, become an incorporated part of the Contract Documents: 76 a. Notice to Proceed. 77 b. Field Orders. 78 c. Change Orders. 79 d. Letter of Final Acceptance. 80 81 Article 6. INDEMNIFICATION CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised 11,15.17 005243-3 Agreement Page 3 of 6 82 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 83 expense, the city, its officers, servants and employees, from and against any and all 84 claims arising out of, or alleged to arise out of, the work and services to be performed 85 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 86 under this contract. This indemnification provision is specifically intended to_oAerate 87 and be effective even if it is alleged or proven that all or some of the damages being 88 sought were caused, in whole or in part, by any act, omission or negligence of the city. 89 This indemnity provision is intended to include, without limitation, indemnity for 90 costs, expenses and legal fees incurred by the city in defending against such claims and 91 causes of actions. 92 93 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 94 the city, its officers, servants and employees, from and against any and all loss, damage 95 or destruction of property of the city, arising out of, or alleged to arise out of, the work 96 and services to be performed by the contractor, its officers, agents, employees, 97 subcontractors, licensees or invitees under this contract, This indemnification 98 provision is specifically intended to operate and be effective even if it is alleged o 99 proven that all or some of the damages being sought were caused, in whole or in part, I00 by anv act, omission or negligence of the city. 101 102 Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 105 have the meanings indicated in the General Conditions. 106 7.2 Assignment of Contract. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Contractor without the advanced express written consent of the City. 109 7.3 Successors and Assigns. 110 City and Contractor each binds itself, its partners, successors, assigns and legal III representatives to the other party hereto, in respect to all covenants, agreements and 112 obligations contained in the Contract Documents. 113 7.4 Severability. 114 Any provision or part of the Contract Documents held to be unconstitutional, void or 115 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 116 remaining provisions shall continue to be valid and binding upon CITY and 117 CONTRACTOR. 118 7.5 Governing Law and Venue. 119 This Agreement, including all of the Contract Documents is performable in the State of 120 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 121 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH TaxiNvay P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised 11.15.17 005243-4 Agreement Page 4 of 6 122 7.6 Authority to Sign. 123 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 124 than the duly authorized signatory of the Contractor. 125 126 7.7 Prohibition On Contracts With Companies Boycotting Israel. 127 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 128 Code, the City is prohibited from entering into a contract with a company for goods or I29 services unless the contract contains a written verification from the company that it: (1) 130 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 131 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 1.32 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 133 ceriifies that Contractor's signature provides written verification to the City that 134 Contractor. (I) does not boycott Israel; and (2) will not boycott Israel during the tern of 135 the contract. 136 137 7.8 Immigration Nationality Act. 138 Contractor shall verify the identity and employment eligibility of its employees who 139 perform work under this Agreement, including completing the Employment EIigibility 140 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 141 all I-9 forms and supporting eligibility documentation for each employee who performs 142 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 143 establish appropriate procedures and controls so that no services will be performed by any 144 Contractor employee who is not legally eligible to perform such services. 145 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 146 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 147 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 148 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 149 Contractor, shall have the right to immediately terminate this Agreement for violations of 150 this provision by Contractor. 151 152 7.9 No Third -Party Beneficiaries. I53 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 154 and there are no third -party beneficiaries. 155 t56 7.10 No Cause of Action Against Engineer. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised 11.15.17 005243-5 Agreement Page 5 of 6 157 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 158 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 159 subcontractors, for any claim arising out of, in connection with, or resulting from the 160 engineering services performed. Only the City will be the beneficiary of any undertaking by 161 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 162 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 163 in any way responsible for those duties that belong to the City and/or the City's construction 164 contractors or other entities, and do not relieve the construction contractors or any other 165 entity of their obligations, duties, and responsibilities, including, but not limited to, all 166 construction methods, means, techniques, sequences, and procedures necessary for I67 coordinating and completing all portions of the construction work in accordance with the 168 Contract Documents and any health or safety precautions required by such construction 169 work. The Engineer and its personnel have no authority to exercise any control over any 170 construction contractor or other entity or their employees in connection with their work or 171 any health or safety precautions. 172 173 SIGNATURE PAGE TO FOLLOW 174 CITY OF FORT WORTH Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised 11.15,17 175 176 177 178 179 0052d3-6 Agreement Page 6 of 6 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: AY�B ►t'1q()pjq So�1S Cav eK(Sna Michael Sinacola (Printed Name) Title: Vice President Address: 10950 Research Road City/State/Zip: Frisco, Texas_75033 Date October 20, 2020 City of Fort Worth ,7DC1-- remando Costa {Nov 6, 202010:20 CST) Fernando Costa Assistant City Manager Date Nov 6^2020 Attest: City S4 (Seal) 01 M&C 20-0765 Date: 10/20/2020 Form 1295 No, 2020-680578 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. TvIBYz 9a1P Tyler ZDate (Nov 4, 2020 07•- Tyler Dale Airport Project Coordinator Approved as to form and Legality: nRl-k IN—& 20200aAG CST' Douglas W. Black Senior Assistant City Attorney 180 181 182 APPROVAL RECOMMENDED: 183 184 Roger Venables 185 Interim Director, Aviation 186 187 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.11 se 1 City Project No. 10 172 OFFICIAL RECORD 0TY SECRETARY FT. WORTH, TX Form ® Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not (Rev. October2018) Dapaa4 lent of the Treasury send to the IRS. lnlernaf Revenue Service lb Go to wimmirs.govlformWB for instructions and the latest information. 1 Name (as shown 7o your income tax return). Name is required an this line; do not leave this line blank. Mario Sinacola & Sons Fxcavatinn , Inc. 2 Business name/disregarded entity name, if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only la following seven boxes, cenaln entities, not Individuals; see p, o ❑ Individual/tole preprietw or El Corporallon ❑ S Corporation ❑ Partnership ❑ Trust/oslate Inslruellons on page 3): La single-mamber LLC Exempt payee code lit any) CL ,� ' ❑ Limited liability company. Enter the tax classification (C=C corporation, SOH corporation, P=Partnership) 9, `p Note: Checktileappropriate box In the line above for the tax classification of the single -member owner. Do not check Exemption front FATCA repoding m LLC if the LLC Is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code li[ any} o another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that 0 is disregarded from the owner should check the appropriate box for the lax elasslfication Of Its owner. �j ❑ Other (nee lnsiructions)>a (ArJptiVS la SrtM+�hmd�nfomyd ourl�d�Na LrS.J Uy 5 Address (number, street, and apt. or suite no.) See Instructions. Requester's name and address (opt(onal) 10950 Research Road a City, slate. and ZIP code Frisco TX 75033 7 List account number(s) here.(opional) ru- MIL Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid t sociat�secunry number I backup withholding. For individuals, this is generally your social security number (SSN. However, fora L L_t�J m resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other - entities, it Is your employer identification number (EIN). If you do not have a number, see Mow to get a 1`1N, later. or Note: If the account is in more than one name, see the Instructions for line 1. Also see What Name and L Employer Identification number Number To Give the Requester for guidelines on whose number to enter. �j r�2-2�j 3 ) 3 8- 1 13 1 2 2 ,r 3 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be Issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (If any) Indicating that I am exempt from FATCA reporting is correct. Certification instructions, You must cross out item 2 above If you have been.notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of �. ^ Kerb U.S. person I> _ date 11,- r/ General Instructi Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/F`orrnW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (rIN) which may be your social security number (39N), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examples of information returns Include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) e Form 1099-S (proceeds from real estate transactions) Form 1099-K (merchant card and third party network transactions) e Form 1099 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) * Form 1099-0 (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No, 10231X Form W-9 (Rev, 10-2010) Bond ## 107276980 006113-1 PERFORMANCF. BOND Page I or2 I SECTION (10 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Mario Sinacola & Sons Excavating, Inc. , known as 9 "Principal" herein and Travelers Casualty and Surety Company of America , a corporate 10 surety(suretics, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are field and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 SI.1111 Of,Sevnt iylillion Sewn Handred Thiricen Thousand Six Hundred Ninety Six ,md 131100Dol l ars 14 ($7,713,696.13 ), lawftll money of the United States, to be paid in Fort Worth, 15 Tarrant County, 'Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 20th day of_ October x 2020, which Contract is hereby referred to and 20 made a part hereof fbr all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any 22 Change Orders, as provided for in said Contract designated as Taxiway P Extension Phase 1, 23 City Project No. 101172. 24 NOW, THEREFORE, the condition of this obligal ion is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in 31 Tarrant County, "Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRucTION SI11"CIFICATION DOCUMENTS City Project No. 101172 Revised Judy 1, 2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 20th day of 6 October , 20 20 . 7 8 9 10 11 12 13 A S 14 15 t 16 j4i e 17 Jos h Sinacola 18 19 20 21 22 Witness as to Princippal 23 Robert L. Stevens 24 Vice President 25 26 27 28 29 30 31 32 33 34 35 36 37 Witness as to Surety 38 39 40 PRINCIPAL: Michael Sinacola — Vice President: Name and Title Address: 10950 Research Road Plano TX 75033 S U 1tETY: Travelers Casualty and Surety Company of America- 4 BY: -- Si ature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S 102A Hartford, CT 06183 Telephone Number; 214-989-0000 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101172 Revised July 1. 2011 Bond #107276880 0061 14 - 1 PAYMENT BOND Page I of 2 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNO NV AI,L BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mario Sinacola & Sons Pxcavaling, Inc. known as 8 "Principal" herein, and Travelers Casualty and Surety Company of America , a 9 corporate surety (sureties), duly authorized to do bLlSIneSS in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laves of the State of Texas, known as "City" herein, 12 in the penal S1,II11 of sciwiz Miiiion sewn I IunJrrd "niirtcen'I:IEnus;md Six Rundred Ninety Six and 131100 Dollars 13 ($7,713,696.13 �, lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sun] well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors all(] assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 20th day of October , 20„20 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set lorth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Taxiway P Extension Phase 1, City Project No. 101172, 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH TaxiNvay P Extension Phase I STANDARD CONSTRUCTION SPECI I'IC'ATION DOCUMENTS City Project No. 101 172 Revised July 1, 2011 0061 14-2 PAYMENT BOND Page 2 of2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 20th day of 3 October , 20 20 . 4 5 b 8 9 10 11 12 Robert L. Stevens Vice President ATTEST: m('tk*'_ — (Surety) Secretary Witness as to Surety PRINCIPAL: Mario Sinaco ns Excavating, Inc. Signatta Michael Sinacola — Vice President Name and Title Address: 10950 Research Road Plano, TX 75033 SURETY: Travelers Casualty and Surety Company of America Sophinie Hunter, Attorney -In -Fact Naive and Title Address: One Tower Square, S102A Hartford, CT 06183 Telephone Number: 214-989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 Bond #107276880 0061 19-1 MAINTENANCE BOND Page 1 of 4 I SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS; 6 COUNTY OF TARRANT § 7 8 That we Mario Sinacola & Sons F=avating, Inc. , known as 9 "Principal" herein and 'Travelers Casualty and Surety Company of America , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as I I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I2 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 In the sum of Seven Millinn Seven Hundred Thirteen Tlnnaond Six Hundrol Nmely Sicaod INIM Dollars 14 ($ 7,713,696.13 �, lawful money of the 1Jnited States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum Neel I and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 20th day of October _ , 2020__, which Contract is hereby 21 referred to and a made part hereof for all purposes as i I' hilly set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting firom a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and clesignated as Taxiway P Extension Phase 1, 25 City Project No. 101172 and 26 27 WHEREAS, .Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itsell'to repair or rec:onsn'uct the Work in whole or in part 33 upon receiving notice from the City of the need there lor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT.(" City Project No. 101172 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 4 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be tiled on this Band, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 0061 19 - 3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 20th day of 3 October 92020 , 4 5 6 7 8 9 I A ES 12 13 14 rincipal) Secretary 15 Josep Sinacola 16 17 18 19 20 itness as to Principal 21 Robert L. Stevens 22 Vice President 23 24 25 26 27 28 29 ATTEST: 30 31 mW, 32 (Surety) Secretary 33 34 35 Witness as to Surety 36 PRINCIPAL: Michael Sznacola — Vice President Name and Title Address: 10950 Research Road Plano, TX 75033 SURETY: Travelers Casualty and Surety Company of America BY: Sig ature Sophinie Hunter, Attorney -In -Fact Name and Title Address: One Tower Square, S 102A Hartford, CT 06183 Telephone Number: 214-989-0000 37 *Nate: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMPNTS Revised July 1, 2011 Taxiway P Extension Phase 1 City Project No, 101172 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company [ RAVEL ERR J St. Paul Fire and (Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collecilvely called the "Companies"), and that the Companies do hereby make, constitute and appoint SOPHINIE HUNTER of DALLAS Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this Instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January, 2019. wt«,tv �i1w;rRfiy�, G(D State of Connecticut By: City of Hartford ss. Robert L. Raney, enier Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. .a•f '� ':day iN WITNESS WHEREOF, I hereunto set my hand and official seal. r"r`' ' �`•. rc ranv My Commission expires the 30tfi day of June, 2021 ,rr °I GJ J��' t F•tl"�E6 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surely Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seat bonds, recognizancos, contracts of Indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or mare officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and seated with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signature of each of the following officers; President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify [hat the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of Y�4tli y�T/.lY dHpe S;}t5fit4 JJyy'' lit Gip j�1� '� Kevin F. Hughes, Assi taut Secretary ro verify the authenticity of this Power ofAttorrroy, please call us at 1-800-421-3880. Please refer to the above-namedAttorney4nFact and the dotalls of the bond to which this Pawer of Attorney is attached. T A EL i IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims One Tower Square, S 102A Hartford, CT 06183 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. POLICY NUMBER: CLP3691660 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANPROM ON OR OVERAGE CHA�lGI�ES - AMENDMENT OF �ATI��I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD EVE. LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. NAME: Any person or organization as evidenced by a certificated of insurance issued on the company's behalf by its licensed agent. 2. Address: 3. 1 Number of days advance notice: 30 Information re aired to complete this Schedule, if not shown above, will be shown in the Declarations. CGO2051204 Properties, Inc., 2003 Attachment Code : D470795 Master ID: 1397399, Certificate ID: 17066975 (PSO Page I of POLICY NUMBER; CL.P3691560 B. CONTRACTORSAUTOMATICADOMONAL iNSURED COVERAGE4NCOING OPERATFONS SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: Your acts or omissions; or 1. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. 2. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after. 1. All work, including materials, parts or equipment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of your wok out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of same project This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contact requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL - 3088 (9/11) Attachment Code: DS 12370 Master 1D: 1397399, Certificate 1D: 17066975 POLICY NUMBER: CLP3691560 U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE - COMPLETED OPERATIONS SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or Organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "propedf damage" caused, in Whole or in part, by "your work" at the project designated in the contract, performed for hat additional insured and included in the products -completed operations hazard", This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Tamed Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-3088 (09111) Attachment Code: D512371 Master ID: 1397399, Certificate ID: 17066975 -10- POLICY NUMBER: CAP3691562 CONEME, RCIAL AUTO CA20 48 10 13 THLS ENDORSEMENT CAGES 111E POUCY(. PAL READ TIT CARERJUX. This endorsement modifies insurance provided under the fallowing: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mario Sinacola & Sons Excavating, Inc. Endorsement Effective Date: Name Of Person(s) Or Organization(s): Any person or organization for whom the named insured has agreed by written "insured contract" to designate as an additional insured subject to all the provisions and limitations of this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured' under the Who Is An Insured provision contained In Paragraph Al. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Form and Paragraph D2 of Section i - Covered Autos Coverages of the Auto Dealers Coverage Form. Attachment Code: D512368 Master ID: 1397399, Certificate ID: 17066975 POLICY NUMBER: CLP3691560 C.AUTOMATICWA1VEROFSU8ft0GA` X0N Item S. of SECTION IV m COMMERCIAL GENERAL LIABILITY CONDITIONS , is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of 8ubmgat ion. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce there. b. If required by a written contract executed prior to lass, we waive any right of reoovery we may have against any person or organization because of payments we make for injury or damage arising out of 'Your work'for that person or organization. GL - 3088 (09/11) Attachment Code: D512366 Master ID: 1397399, Certificate ID: 17066975 Attachment Code; D512364 Master ID; t397399, Certificate ID: 17066975 POLICY NUMBER: CAP3691562 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE MD IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO LIS (WAIVER OF SUBROGATION) This endorsement modifies insuranoe provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement This endorsement changes the policy effective on the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mario Sinacola & Sons Excavating, Inc. Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): "Any person or organization for whom the named insured is operating under written contract when such contract requires a waiver of subrogation." Information required to complete this Schedule, if not shown above, will be shown in the Declarations. `fhe Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the. Schedule, but only to the extent that subrogation is waived prior tc) the "accident' or the "loss" under a contract with that person or organization. Attachment Code : D512358 Master ID: 1397399, Certificate ID: 17066975 POLICY NO. WC 3691558 WORKERS COMPENSATION! AND EMPLOYERS LIABILITY WC 42. 03 04 R INSURANCE POLICY (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown In Item 3A of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this walver applies only with respect to bodily injury arising out of the operations described In the Schedule in here you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: Incl. The premium charge for this endorsement shall be VRS percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Incl . This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. MC 42 03 04 B (ItI. 6-14) POLICYNUMBEFL- CLP369156D B. CONTRACTORS ALMOMAMC ADDMONAL INSURED COVERAGE -ONGOING OPERATIONS SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: Your acts or omissions; or 1. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. 2. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury' or "property damage" occurring after. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insureds) at the location of the covered operations has been completed; or 2. That portion of'your wok out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations fora principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. G I_ - 3088 (9/11) Attachment Code : D512370 Certificate ID : 17066975 POLICY NUMBER: CLP3691560 U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE - COMPLETED OPERATIONS SECTION 11 - WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "propedt damage" caused, in whole or in part, by your work" at the project designated in the contrac , performed for hat additional insured and included in the products -completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance pollcy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additlonal insured qualifies as an insured or additional insured, this insurance will be excess. GL-3088 (09111) Attachment Code: D512371 Ceilif sate ID: 17066975 -10- Attachment Code: D512358 Certificate ID : 17066975 POLICY NO. WC 3691558 WORKERS COMPENSATION AND EMPLOYERS LIABILITY WC 42 03 04 B INSURANCE POLICY (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3A of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule in here you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement Is shown in the Schedule. Schedule ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: Incl. The premium charge for this endorsement shall be VRS percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Incl . This endorsement changes the policy to which it Is attached and is effective on the date issued unless otherwise stated. MC 4203 04 B (RI. 6-14) POLICY NUMBER: CLP3691560 COMMERCIAL GENERAL LIABILITY CG 02 0512 OAF THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS P ®NI ®VEN�LAT1®ON ZORAGECHHA This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD EVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. NAME: Any person or organization as evidenced by a certificated of insurance issued on the company's behalf by its licensed agent. 2. Address: 3. Number of days advance notice: 30 Information re uired to complete this Schedule, if not shown above, will be shown in the Declarations. CG O2051204 Properties, Inc., 2003 Attachment Code: D470795 Certificate ID : 17066975 CISO Page 1 of 1 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPFCIFICATION City Project No, 10117, DOCUMENTS Revision: Febmmy2, 2010 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............................................................................................................................ I i 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 Article5 —Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Perfonnance, 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 Taxiway P Extension Phase i STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febiiny2,2016 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 ...................... 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 Lazard 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 Yndemnification.........................................................................................................................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 Article8 - 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 Taxiway P Extension Please I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10I 17' DOCUMENTS Revisiou: Fcbnmy2,2016 Article 10 - Changes in the Work; Claims; Extra Work ........ 10.01 Authorized Changes in the Work ....................... 10.02 Unauthorized Changes in the Work ................... 10,03 Execution of Change Orders ............................... 10.04 Extra Work... ....................................................... 10.05 Notification to Surety .......................................... 10.06 Contract Claims Process ..................................... ................................................................ 38 ................................................................ 38 ................................................................ 39 ................................................................ 39 ............................................................ 39 ................................................................ 39 ................................................................ 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........................................................................................................................49 13,02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work... ........................................................................................ I ................. 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 Article16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Fe6mary2, 2016 Article17 Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Tunes............................................................................................. ...... 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFK;ATION City Project No. ] 0 [ ] 7-2 DOCUMENTS Revision: FebntmyZ 2016 007200-1 GENERAL CONDITIONS Page I of63 ARTICLE I — 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. 9. 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. HINT 360 — City's on-line, electronic document management and collaboration system. 12. Calendar Day --- A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH Taxiway P Extension Please I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117< DOCUMENTS Revision: February2, 2016 007200-1 GENERAL. CONDITIONS Page 2 of 63 I3. 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. 14. City— The City of Fort Worth, Texas, a home -Mule municipal corporation, authorized and chartered under the Texas State Statutcs, 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. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. 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. 19. 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. 20. 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. 21. Contract Price --The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time --The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 m DOCUNN"TS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. 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. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27, 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. 28. 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. 29. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of FoA Worth, Texas, or his duly appointed representative, assistant, or agents. 30. 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. 31. 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. 32. 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. 33, Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra 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. 36. 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 AIlowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance --- The written notice given by the City to the Contractor that the Work specified in the Contract Docunzerlts has been completed to the satisfaction of the City. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Felyuary2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38, 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. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. 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. 41. 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. 42. Laws and Regulations --Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. 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. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Falu'enheit and 14.7 pounds per square inch absolute), such as oil, petroleLim, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF PORT WORTI I Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117^, DOCUMENTS Revision: Febcumy2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. 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. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. 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. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working hours — Hours beginning at 7.00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. 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. 58. 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. 59. 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. 60. Site —Lands or areas indicated in the Contract Documents as being fizrnished 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. 61. 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. 62. 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10 t 17� DOCUMENTS Revision: Febmaiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. 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. 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, materiahnan, 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 cncasements 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 1.02.13 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 101172 DOCUMENTS Revision: Febramy2, 2016 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: 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: 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 2.02 Copies of Documents City shall furnish to Contractor one (1) original Contract Documents, and four (4) additional cc famished upon request at the cost of reproduction, executed copy and one (1) electronic copy of the spies of the Drawings. Additional copies will be Commencement of Contract Time; Notice to Proceed The Contract Time will conunence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Pirojea No. 101 ] 7-7 DOCUMENTS Revision: Fcbamy2, 2016 007200-1 GENERAL CONDITIONS Page 8 of63 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 Starling Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconsiruction 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 Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: rebivary2,2016 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: 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 FORr WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 M DOCUMENTS Revision: Febtuary2,2016 007200-1 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. 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: I . 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 WORTII Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 101172 DOCUMENTS Revision: Febuxy2,2016 007200-1 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 BIM 360 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. 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117� DOCUMENTS Revision: Febnoy2,2016 007200-1 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 Imown 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 Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision; F& uuy2, 2016 007200-1 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 OP FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febivay2,2016 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. 1f 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 blown 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 101172 DOCUMENTS Revision: Febivary2, 2016 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 indemnij� 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 TORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 M DOCUMENTS Revision: Tebmaiy2, 2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE S — 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 filrnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117' DOCUMENTS Revision: Febmary2, 2016 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 shalt 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: I:ebuauy2, 201G 007200-1 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 male 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 udder 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febmwy2,2016 0072Of) -I 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 perforrn 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117: DOCUMENTS Revision: Febmary2, 2016 0072 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 Taxiway 1' Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 101172 DOCUMENTS Revision: Febivary2, 2016 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. "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 Taxiway P Extemsion Phase I STANDARD CONSTRUCTION SPT'CIFICATION City Project No. 101 17, DOCUMENTS Rovision: Febmmy2, 2016 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 perfonnancc 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: l) 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 WORTll Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febiumry2, 2016 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 ofsubstituted 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febivary2,2016 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 Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Conti -actor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMTNTS Revision: Febivaty2,2016 007200-1 GENERAL CONDITIONS Page 25 of0i3 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected 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 PORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION Ciiy Project No. 10117: DOCUMENTS Revision: Pebmary2,2016 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 I 1 th 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. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Pfoject No. 10117-. DOCUMENTS Revision: Febcumy 2, 2016 007200-1 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 1011 W DOCUMENTS Revisioit Febimy2,2016 00 72 00 - i 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: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. hLtp://www.window.state.tx.us/taxinfo/taxfonns/93-forms.htmi 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 casement 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECII'ICATION City Project No. 10117� DOCUMENTS Revision: Febmacy2,2016 007200-1 GENERAL. CONDITIONS Page 29 of 63 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 Taxiway P Extension Phase i STANDARD CONSTRUCTION SPECIFICATION City Project No. 1011 Z DOCUMENTS Revision: Febtuary2,2016 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 FORTWORTH Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117: DOCUMENTS Revision: Felnuwy2,2016 007200-1 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 fiands 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 nurnber 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. Submittals submitted as herein provided conformance with the design concept shall Docurents unless otherwise required by City. by Contractor and reviewed by City for be executed in conformity with the Contract 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 Sarnple 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 618.C. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 1011 Z DOCUMENTS Revision: Febnwy2, 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work perfonned 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 Proicet 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 whore Contractor is responsible; or CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117i DOCUMENTS Revision: Febrraiy2,2016 00 72 00 - I 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 SAME 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 WORTI4 Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febwwy2, 2016 007200-1 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 AERE CAUSED, _IN WHOLE OR INPART, BY ANY ACT. ONHSSION 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117'� DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 35 of63 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 arc 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 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 M DOCUMENTS Revision: Febivary2, 2016 00 72 00 - I 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 "en 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 malting 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 WORTIi Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 I Z DOCUMENTS Revision: Febivaiy 2,2016 00 72 00 - t 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 < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 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 WORTIi Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febiumy 2, 2016 00 72 00 - t 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117', DOCUMENTS Revision: Fehmuy2,2016 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 WORTIJ Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 17, DOCUMT'NTS Revision: Febivazy2,2016 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 PORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117r DOCUMENTS Revision: Febmy2, 2016 007200-1 GENFRAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 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 Worlc A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, 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 11.01.13, 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Noject No, 10117, DOCUMTNTS Revision: Fetxuary2,2016 007200--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 there 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. 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. 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 ] 7', DOCUMENTS Revision: Febnmly2,2016 007200-1 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: 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. 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 11.01.11, 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No, 10117� DOCUMENTS Revision: Febniaay2,2016 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 put -pose 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10 11 7� DOCUMENTS Revision: Febnimy2, 2016 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 Aa-ticle 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. 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 PORT WORTH Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 17-� DOCUMENTS Revision: Febnmy2, 2016 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 12.01.13.2, 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 12.0l .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 11.0l.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,AA 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 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever cfry of FORT woRTII Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Projcct No. 10117, DOCUMENTS Revision: Pebnwy2, 2D16 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117� DOCUMENTS Rcvision: Felmimy2, 2016 007200-1 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 Docurrlents, 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, retests, 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 perfon-n 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117� DOCUMENTS Revision: Febivaiy2,2016 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. 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 Slop 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 Taxiway P Extension Phase i STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117� DOCUMENTS Revision: Felnuuy2,2016 007200-1 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 Taxiway P extension Pbasc l STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117: DOCUMENTS Revision: Febnmy2, 2016 007200-1 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 'taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: r'e)mmy2, 2016 007200-I 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 suin 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 stipulated in the Contract Documents. CITY OF FORT WORTH Taxiway P Extewsion Please 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febivary2, 2016 007200-1 GENERAL CONDITIONS Page 53 of63 B. Review ofApphcations: 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 Worl-,. 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 the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 101 1 Z DOCUMENTS Revision: FeUmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occureence 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 (m). 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 deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No, 10117� DOCUMENTS Revision: Fdxuary2,2016 007200-1 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 substantially completed 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 by City 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 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. 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 of the City and the date of Final Inspection. 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. 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Fehivary2,2016 00 72 00 - I 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 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 filly 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 sleety to the payment of the balance due for that CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117� DOCUMENTS Revision: Febivary2, 2016 007200-1 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 maybe 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 Taxiway P Extensiou Phase I STANDARD CONSTRUCTION SPECIFICATION City Project No, 101 I7, DOCUMENTS Revision: Pebmauy2,2016 007200-1 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 q. 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117', DOCUMENTS Revision: Febntary2,2016 007200-1 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 15,02.13, 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 Taxiway P Extension Phase ] STANDARD CONSTRUCTION SPFCIFICATION City Project No. 101172 DOCUMENTS Revision: Felvuay2, 2016 00'7200- 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 fiirther orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion Of the Work tinder 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 Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION City Project No, 10117, DOCUMENTS Revision: F&ruary2, 2016 00 72 00 - t 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 Clain is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: C1rY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117� DOCUMENTS Rrvision: Febnmty?, 2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to involve 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 Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Febmauy2,2016 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. CITY OF FORT WORTH Taxiway P Extension Phase STANDARD CONSTRUCTION SPECIFICATION City Project No. 10117, DOCUMENTS Revision: Pebwy2,2016 00 73 00 - 1 SUPPLEMENTARY CONDi1'IONS Page I of 8 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Supplementary Conditions 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.L, "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of the Issued for Bid date: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None. TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 172 Revised January 22, 2016 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 8 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 the Issued for Bid date: EXPECTED UTILITY AND LOCATION OWNER 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: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. 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: CP&Y, Inc- (3) Other: None 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 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Taxiway P Extension Phase 1 City ProjccL No. 101172 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 8 $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 1 $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 owned and operated by: 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: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Taxiway P Extension Phase 1 City Project No. 101172 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 8 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. SC-6.04., "Project Schedule" Project schedule shall be tier 5 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07 Wage Rates SC-6.09., "Permits and Utilities" SC-6.09A., f°Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 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: None. SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Taxiway P Extension Phase I City Project No. 101172 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of & 1 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of the Issued 2 for Bid date: 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None. 5 6 SC-6.24B., "Title Vl., Civil Rights Act of 1964 as amended" 7 8 During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest 9 (hereinafter referred to as the "Contractor") agrees as follows: 10 I 1 I. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 12 nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, 13 "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, 14 (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part 15 of this contract. 16 17 2, Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall 18 not discriminate on the grounds of race, color, or national origin, in the selection and retention of 19 subcontractors, including procurements of materials and leases of equipment. The Contractor shall not 20 participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the 21 Regulations, including employment practices when the contract covers a program set forth in 22 Appendix B of the Regulations. 23 24 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all 25 solicitations either by competitive bidding or negotiation made by the contractor for work to be 26 performed under a subcontract, including procurements of materials or leases of equipment, each 27 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 28 under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or 29 national origin. 30 31 4. Information and Reports: The Contractor shall provide all information and reports required by the 32 Regulations or directives issued pursuant thereto, and shall permit access to its books, records, 33 accounts, other sources of information and its facilities as may be determined by City or the 'Texas 34 Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders 35 and instructions. Where any information required of a contractor is in the exclusive possession of 36 another who fails or refuses to furnish this information the contractor shall so certify to the City, or the 37 Texas Department of "transportation, as appropriate, and shall set forth what efforts it has made to 38 obtain the information. 39 40 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 41 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the 42 Texas Department of Transportation may determine to be appropriate, including, but not limited to: 43 44 a. withholding of payments to the Contractor under the Contract until the Contractor 45 complies, and/or 46 b. cancellation, termination or suspension of the Contract, in whole or in part. 47 48 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(]) through 49 (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt 50 by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised January 22, 2016 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 8 respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" As identified in the contract drawings. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tyler Dale, or his/her successor pursuant to written notification from the Director of Aviation. SC-13.03C., "Tests and Inspections" None. SC-16.01C.1, "Methods and Procedures" None. END OF SECTION CITY OF FORT WORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Taxiway P Extension Phase 1 City Projcct No. 101172 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1/2212016 F. Griffin SC-9A1., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised January 22, 2016 007300-8 SUPPLEMENTARY CONDITIONS Page S of S 10 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extousion Phasc I STANDARD CONSTRUCTION SPECIFICATION DOMMENTS City Projcct No. 101172 Revised January 22, 2016 000515_1 ADDENDA Page I oft 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 Addenda follow. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 FoRT WORTH FORT !NORTH ALLIANCE AIRPORT ADDENDUM NO. 1 FOR Taxiway P Extension Phase 1 City Project No. 101172 March 24, 2020 The Request for Bids for the above is hereby revised as follows: Technical Specification Revisions 1. Replace Section 00 11 13, Invitation to Bidders, labeled "Taxiway P Extension Phase 1" with Section 00 11 13, Invitation to Bidders, labeled "Taxiway P Extension Phase 1 — Addendum No. 1" and dated March 24, 2020. This section is revised to change the pre bid meeting to a virtual meeting and direct potential bidders to the City of Fort Worth Procurement website to view the bid documents, based upon guidance from local governments regarding social distancing and City of Fort Worth and Tarrant County Stay at Home Declarations. Mandatory FAA language is added. 1. N/A Plan Sheet Revisions Schedule Revisions 1. N/A RFB Revisions 1. The pre bid meeting is changed to an online (virtual) meeting on the Skype for Business platform. There will be no "in person" pre bid meeting. 2. The pre bid meeting date and time do not change: March 30, 2020 at 2:00 P.M. CDT 3. Connection information for the pre bid meeting is: https://meet.lync.com/cpyone.com/*duke/`LFOINV2P8 (Presentation) +1 (469) 607-1888„405545292# (Dial --in Number) Solicitation Questions (Q) and Answers (A) None. City of Forth Worth Project No. 101172 1 Addendum No. 1 Taxiway P Extension Phase 1 March 24, 2020 00 11 13-1 INVITATION TO BIDDERS Page 1 of 4 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Taxiway P Extension Phase 1, City Project Number 101 172 5 will be received by the City of Fort Worth Meacham Airport Administration Building: 6 7 Aviation Department — Meacharn Airport 8 201 American Concourse 9 Suite 330 10 Fort Worth, Texas 76106 11 until 2:00 P.M. CDT, April 16, 2020, and bids will be opened publicly and read aloud at 2:00 12 PM CST in the Aviation Conference Center, Suite 306, see receptionist at Suite 330. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following: mass grading, drainage, utilities 16 demolition, paving and airfield lighting and signage to relocate a portion of perimeter road and 17 construct a portion of Taxiway. 18 19 PREQUALIFICATION 20 The improvements included in this project must be performed by a contractor who is pre- 21 qualified by the City at the time of bid opening. The procedures for qualification and pre- 22 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 23 24 DOCUMENT EXAMINATION AND PROCUREMENTS 25 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 26 of kart Worth's Purchasing Division website at http://www.fortworthtexas.goy/purchasing/ and 27 clicking on the link to the advertised project folders on the AutoDesk BIM360 site. The Contract 28 Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. 29 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 30 1295 and the form must be submitted to the Project Manager before the contract will be 31 presented to the City Council. The form can be obtained at 32 httips://www.ethics.state.tx.us/tec/1295-Info.htm . 33 34 Copies of the Bidding and Contract Documents may be downloaded from the City of Fort Worth 35 Purchasing website (documents will not be made available for viewing in person): 36 ht s://fortworthtexas. oy/ urchasin / 37 Click 101172: Taxiway P Extension Phase 1 38 Click Download to download a ZIP file of the project documents 39 PRE BID CONFERENCE 40 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 41 BIDDERS at the following location, date, and time: 42 DATE: March 30, 2020 43 TIME: 2:00 P.M. 44 PLACE: Skype Meeting 45 hyps://mect.lyne.com/cpygne.cpM5dukcAIFOvtTv2P8 (Presentation) 46 +1 (469) 607-1888„4055452924 (Dial -in Number) 47 LOCATION: Not applicable. CITY OF FORT WORTH Taxiway P Extension Phase I —Addendum No. 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 March 24, 2020 00 11 13 -2 INVITATION TO BIDDERS Page 2 of A 1 2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 3 City reserves the right to waive irregularities and to accept or reject bids. Execution of this project 4 is contingent upon receipt of Federal Aviation Administration grand funds expected to be 5 received within 90 days of bid opening. 6 7 INQUIRIES 8 All inquiries relative to this procurement should be addressed to the following: 9 Attn: James H. Duke, III, P.E. 10 Email: jduke@cpyi.com 11 Phone: 214-640-1764 12 13 ADVERTISEMENT DATES 14 First Advertisement: March 18, 2020 15 Second Advertisement: March 25, 2020 16 17 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL 18 EMPLOYMENT OPPORTUNITY (Reference: 41 CFR part 60-4, Executive Order 11246 ) 19 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the 20 "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set 21 forth herein. 22 2. The goals and timetables for minority and female participation, expressed in percentage terms 23 for the Contractor's aggregate workforce in each trade on all construction work in the covered 24 area, are as follows: 25 Timetables 26 Goals for minority participation for each trade: 18.2% 27 Goals for female participation in each trade: 6.9% 28 These goals are applicable to all of the Contractor's construction work (whether or not it is 29 Federal or federally assisted) performed in the covered area. If the Contractor performs 30 construction work in a geographical area located outside of the covered area, it shall apply the 31 goals established for such geographical area where the work is actually performed. With regard 32 to this second area, the Contractor also is subject to the goals for both its federally involved and 33 non -federally involved construction. 34 The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 35 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative 36 action obligations required by the specifications set forth in 41 CFR 60-43(a) and its efforts to 37 meet the goals. The hours of minority and female employment and training must be 38 substantially uniform throughout the length of the contract, and in each trade, and the 39 Contractor shall make a good faith effort to employ minorities and women evenly on each of its 40 projects. The transfer of minority or female employees or trainees from Contractor to Contractor 41 or from project to project for the sole purpose of meeting the Contractor's goals shall be a 42 violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. 43 Compliance with the goals will be measured against the total work hours performed. 44 3. The Contractor shall provide written notification to the Director of the Office of Federal 45 Contract Compliance Programs (OFCCP) within 10 working days of award of any construction 46 subcontract in excess of $10,000 at any tier for construction work under the contract resulting CITY OF FORT WORTI I Taxiway P Extension Phase 1— Addendum No, 1 STANDARD CONSTRIUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 March 24, 2020 001113_3 INVITATION TO BIDDERS Page 3 of 4 1 from this solicitation. The notification shall list the name, address, and telephone number of the 2 subcontractor; employer identification number of the subcontractor; estimated dollar amount of 3 the subcontract; estimated starting and completion dates of the subcontract; and the 4 geographical area in which the subcontract is to be performed. 5 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is 6 Fort Worth, Tarrant County, Texas. 7 BUY AMERICAN PREFERENCE 8 The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may 9 not be obligated unless all steel and manufactured goods used in AIP funded projects are 10 produced in the United States, unless the Federal Aviation Administration has issued a waiver 11 for the product; the product is listed as an Excepted Article, Material Or Supply in Federal 12 Acquisition Regulation subpart 25.109 or is included in the FAA Nationwide Buy American 13 Waivers Issued list. 14 A bidder or offeror must complete and submit the Buy America certification included herein 15 with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not 16 include a completed Certificate of Buy American Compliance. 17 TITLE VI SOLICITATION NOTICE: 18 The City of Fort Worth, in accordance with the provisions of Title VI of the Civil Rights Act of 19 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all 20 bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this 21 advertisement, disadvantaged business will be afforded full and fair opportunity to submit bids 22 in response to this invitation and will not be discriminated against on the grounds of race, color, 23 or national origin in consideration for an award. 25.108; or is included in the FAA Nationwide 24 Buy American Waivers Issued list. 25 DAVIS-BACON REQUIREMENTS 26 The Bidder's attention is called to the "Davis -Bacon Requirements" set forth herein. 27 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT 28 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it 29 nor its principals are presently debarred or suspended by any Federal department or agency from 30 participation in this transaction. 31 DISADVANTAGED BUSINESS ENTERPRISE 32 The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good 33 faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide 34 written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its 35 commitment within five days after bid opening. 36 (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will 37 participate in the contract; 38 (2) A description of the work that each DBE firm will perform; 39 (3) The dollar amount of the participation of each DBE firm listed under (1) 40 (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE 41 firm(s) 42 (5) listed under (1) to meet the Owner's project goal; and CITY OF FORT WORTH Taxiway P Extension Phase 1— Addendum No. 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Niumber 101172 Revised December 22, 2016 March 24, 2020 00 11 13 - 4 INVITATION TO BIDDERS Page 4 of 4 1 (6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith 2 efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 3 26. 4 FOREIGN RESTRICTION CERTIFICATION 5 The Bidder's attention is called to the "Foreign Restriction Certification" set forth herein. 6 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 7 The Bidder's attention is called to the "Lobbying and Influencing Federal Employees" 8 requirements set forth herein. 9 PROCUREMENT OF RECOVERED MATERIALS 10 The Bidder's attention is called to the "Procurement of Recovered Materials" requirements set 11 forth herein. 12 END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase I --Addendum No. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 10I 172 Revised December 22, 2016 March 24, 2020 ORTWOW FORT WORTH ALLIANCE AIRPORT ADDENDUM NO. 2 FOR Taxiway P Extension Phase 1 City Project No. 101172 April 3, 2020 The Request for Bids for the above is hereby revised as follows: Technical Specification Revisions 1. Replace Section 00 00 00 Table of Contents page 3 with the page included in this Addendum No. 2. Added Item T-904 Sodding and Item X-170 Irrigation System (Temporary). 2. Replace Section 00 11 13 Invitation to Bidders labeled Addendum No. 1 dated March 24, 2020 with the Section 00 11 13 Invitation to Bidders labeled Addendum No. 2 dated April 2, 2020. THE TIME AND LOCATION OF BID RECEIPT AND BID OPENING IS CHANGED. 3. Replace Item P-501, Portland Cement Concrete (PCC) Pavement, labeled "Issued for Bid", dated March 16, 2020 with Item P-501, Portland Cement Concrete (PCC) Pavement, dated April 2, 2020 included in this Addendum No. 2. 501-1.1 is revised to clarify Portland cement concrete pavement will be both non -reinforced and reinforced. 501-7.1 is revised to clarify Portland cement concrete pavement will be both non -reinforced and reinforced. 501-8.1 is revised to establish separate pay items for reinforced and unreinforced pavement. 4. Replace Item T-901, Seeding, labeled "Issued for Bid", dated March 16, 2020 with Item T-901, Seeding, dated April 2, 2020 included in this Addendum No. 2. 901-2.1 changes the seed mixture_ 901-2.2 changes the fertilizer requirements. 901-3.3 is deleted. 901-3.4 is revised to expand maintenance requirements. 5. Add Item T-904, Sodding, dated April 2, 2020 included in this Addendum No. 2. 6. Add Item X-170, Irrigation System (Temporary), dated April 2, 2020 included in this Addendum No. 2. Plan Sheet Revisions 1. Replace sheet G01-002 Summary of Quantities Bid Schedule #1, dated 3/16/2020 with sheet G01- 002 Summary of Quantities Bid Schedule #1 dated 4/2/2020 included in this Addendum No. 2. New pay items are added, and existing quantities are revised. 2. Replace sheet G01-003 Summary of Quantities Bid Schedule #2, dated 3/16/2020 with sheet G01- 003 Summary of Quantities Bid Schedule #2, dated 4/2/2020 included in this Addendum No. 2. New pay items are added, and existing quantities are revised. 3. Replace sheet G01-005 Project Layout dated 311612020 with Sheet G01-005 Project Layout dated 4/2/2020 included in this Addendum No. 2. The stockpile and batch plant location is revised and vertical clearance information is provided. City of Forth Worth Project No. 101172 1 Addendum No. 2 Taxiway P Extension Phase 1 April 3, 2020 FORTWORTH 4. Replace sheet G01-010 Phasing Notes and Details dated 3/16/2020 with Sheet G01-010 Phasing Notes and Details dated 4/2/2020 included in this Addendum No. 2. Phasing Note 1 is revised. 5. Replace sheet C01-001 Stormwater Pollution Prevention Plan dated 3/16/2020 with sheet C01-001 Stormwater Pollution Prevention Plan dated 4/2/2020 included in this Addendum No. 2. Sodding is added as a permanent soil stabilization practice. 6. Replace sheet CO2-002 Demolition Plan 2 dated 3/16/2020 with sheet CO2-002 Demolition Plan 2 dated 4/2/2020 included in this Addendum No. 2. Revised location of existing 16" water line based on new record information. 7. Replace sheet CO3-001 Typical Sections dated 3/16/2020 with sheet CO3-001 Typical Sections dated 4/2/2020 included in this Addendum No. 2. Added sod strips along edge of pavement, added callouts for topsoil. 8. Replace sheet C05-002 Perimeter Road Profile 2 dated 3/16/2020 with sheet C05-002 Perimeter Road Profile 2 dated 4/2/2020 included in this Addendum No. 2. Added existing 16" water line crossing to profile. 9. Replace sheet C06-005 Grading Plan 6 dated 3/16/2020 with sheet C06-005 Grading Plan 6 dated 4/2/2020 included in this Addendum No. 2. Revised existing grade based on new record information. Schedule Revisions 1. Contractor questions will be accepted through 5:00 PM CDT Monday April 6, 2020. RFB Revisions 1. Replace Section 00 41 00 Bid Form with Section 00 41 00 Bid Form included in this Addendum No. 2. Revised prequalification requirements to conform to City of Fort Worth Types and Levels of Qualification dated August 6, 2013. 2. Replace Section 00 42 43 Proposal Form with Section 00 42 43 Proposal Form included in this Addendum No. 2. Revised quantities and added formula to calculate extended cost. 3. Replace Section 00 45 12 Prequalification Statement with Section 00 45 12 Prequalification Statement included in this Addendum No. 2. Revised major work types in table. 4. Bids will be opened and read aloud publicly at 2 p.m. CST in the City Hall Council Chambers, and the livestream will be available on the city's FWTV page (http:/Ifortworthtexas.gov/fwty/). The general public will not be allowed inside. Bids will also be accepted: • By U.S. Mail at "City of Fort Worth Purchasing Division, 200 Texas St., Fort Worth, TX 76102". ® By courier, FedEx, or hand delivery from 8:30 a.m.-1:30 p.m. on Thursdays in the south lobby of City Hall. A Purchasing Department staff member will accept the bid and provide a time - stamped receipt. Bidders who want to submit a bid before the bid deadline on a different date should contact Purchasing during normal business hours at 817-392-2462. City of Forth Worth Project No. 10 1. 172 2 Addendum No. 2 Taxiwa P Extension Phase 1 April 3, 2020 FoRTWORTH 5. Contractor questions will be accepted through 5:00 PM CDT Monday April 6, 2020. Solicitation Questions (Q) and Answers A Q1: I am emailing you in regards to Taxiway P Extension Phase 1 REBID 101172 that will bid on 04- 16-2020 . I would like to request a planholders or bidders list, and to confirm that the bid date and time are unchanged. If any addenda have been recently released and you are able to attach them to this response that would be appreciated. Al: A plan holder list is not available. The bid date and time remain unchanged. Addendum 1 was issued March 24, 2020. 02: 1 was wanting to see if the Pre Bid conference scheduled for March 30, 2020 at 2:00p was still going to take place with the current Covid-19 situation in place. A2: The pre -bid meeting was conducted online as announced in Addendum No. 1 issued March 24, 2020. Q3: ADB Safegate would like to order the plans and specs for the Taxiway P Extension - Phase 1 Rebid-#101172. Can you send me the information for obtaining the documents. A3: Documents are available for download from the City of Fort Worth Purchasing website: hftps://fortworthtexas.gov/purchasing/. Click 101172: Taxiway P Extension Phase 1. Click Download and the you will download a ZIP file of the project documents. Copies of plans and specification will not be shipped and are not available for inspection. Q4: In reading the instructions to bidders the prequalification refers to the paving portion of the work, if we are subbing out the concrete paving to a Fort Worth Pre -Qualified paving sub will we be considered a pre -qualified contractor? A4: If the primelgeneral contractor is not prequalified, the primelgenoral contractor can hire a prequalified subcontractor and meet the prequalification requirement. Q5: When do you expect this project to begin? A5: Notice to proceed for construction is anticipated to be issued to the successful bidder between mid -June 2020 to early July 2020. Q6: When will the job start? A& See response to Q5 in this Addendum No. 2. Q7: Why was this job not awarded the first time it bid? A7: The City of Fort Worth determined awarding the contract as bid to not be in the City's best interest at the time. Q8: Permitting process for batch plant? Max height? A& The City of Fort Worth, Alliance Airport, and the Engineer will submit FAA Form 7460-1 to FAA for airspace review. The successful bidder will be responsible for permitting batch plants in accordance with local, state and federal requirements. Q9: Bid book has no quantities or bid form? A9: The bid package includes a Microsoft Excel Spreadsheet that includes the following sections to be completed by the bidder and submitted with the bid: 00 35 13 Conflict of Interest Statement 00 41 00 Sid Form 00 42 43 Proposal Form 00 43 13 Bid Bond City of Forth Worth Project No. 101172 3 Addendum No. 2 Taxiway P Extension Phase 1 April 3, 2020 FORTWORT IT 00 43 37 Vendor Compliance to State Law Non Resident Bidder 00 45 12 Prequalification Statement Q10: What type of radio is required to communicate with tower? A10: Radios must be VHF radios with the ability to reach 132.65 MHz and 135.15 MHz. Handheld radios are recommended due to portability outside the vehicle while supervising work. Q11: Radio for tower communication? Al 1: See response to Q10 in this Addendum No. 2. Q12: What if we are working in multiple locations of the job site (re: radio)? Al2: Each supervisor and escort working in different areas must have a radio to communicate with the tower. Q13: Is all excess soil to be left onsite at the soil stockpile area? A13: Yes. Q14: All spoils left on site? A14: See response to Q13 in this Addendum No. 2. Q15: The proposed documents talk about prequalification requirements, the only one noted in the bid package is paving. Can this qualification be met through a sub -contractor? Are there any other pre-qual requirements and can those be met by a sub? A15: See response to Q4 in this Addendum No. 2 Q16: Will concrete and dump trucks be required to be escorted on site at all times, if so who provides the escorts? A16: All vehicles operated by drivers who have not completed airport driver training must be escorted by contractor vehicles operated by drivers who have satisfactorily completed airport driver training. Due to limited airport staff availability, Alliance Airport encourages contractors to self - escort to minimize delays waiting for airport escort. However, the airport expects to the contractor minimize the number of trained drivers to the minimum necessary for timely completion of the work. Q17: Night time work? A17: Work may be performed 24 hours per day, 7 days per week. There is no requirement for nighttime only work. Q18: What is the engineer's estimate? A18: The engineer's estimate will not be made publicly available. Q19: Will Bid Schedule 2 replace Bid Schedule 1 if it is selected? A19: Only one bid schedule will be selected. Bid Schedule No. 1 and Bid Schedule No. 2 are mutually exclusive. Q20: Can the 12" lime treated subgrade in Bid Schedule 2 be compacted in one lift? A20: Lime treated subgrade shall be constructed in accordance with Item P-155, Lime Treated Subgrade. Q21: Can the cement treated base course be placed with a motor grader or is an asphalt paver required? A21: A motor grader does not meet the requirements of paragraph 304-4.3. City of Forth Worth Project No. 101172 4 Addendum No. 2 Taxiway P Extension Phase 1 April 3, 2020 FoRT WORT Q22: Are the dowel baskets pinned? A22: Dowel baskets must be secured to the base course to prevent movement during concrete placement. Q23: I downloaded some plans from the City of Fort Worth website for the Meacham Airport project but the link actually had the plans and specifications for Alliance Airport.. Is something mislabeled on the website or on our bid announcement? A23: The project location is Fort Worth Alliance Airport. Bids will be received at the City of Fort Worth Aviation Department offices at Meacham Airport. Q24: Is there a geotechnical report available for this project? A24: The geotechnical investigation is provided in the Addendum No. 2 for reference only. The geotechnical engineer and Owner's quality assurance testing laboratory will be Gorrondona & Associates, Inc. Q25: What is the basis of award for Bid Schedule #2 (Add Alternate)? Is it possible due to funding that this portion of the work does not get awarded? A25: The City of Fort Worth will select the bid schedule that is in the City's best interest, primarily based on available funding. Bid Schedule No. 1 and Bid Schedule No. 2 are mutually exclusive. If selected, Bid Schedule No. 2 will replace Bid Schedule No. 1. It is possible that Bid Schedule No. 1 may be awarded if Bid Schedule No. 2 exceeds available funding. Q26: Due to current restrictions regarding Covid-19, how do you anticipate accepting paper bids (e.g By mail, dropbox, other)? A26: Bids will be opened and read aloud publicly at 2 p.m. CST in the City Hall Council Chambers, and the livestream will be available on the city's FWTV page(http:llfortworthtexas.crovlfwtvl). The general public will not be allowed inside. Bids will also be accepted: o By U.S. Mail at "City of Fort Worth Purchasing Division, 200 Texas St., Fort Worth, TX 76102". o By courier, FedFx, or hand delivery from 8:30 a.m.-1:30 p.m, on Thursdays in the south lobby of City Hall. A Purchasing Department staff member will accept the bid and provide a time -stamped receipt. Bidders who want to submit a bid before the bid deadline on a different date should contact Purchasing during normal business hours at 817-392-2462. Q27: What are the badging and driver training requirements at the airport? A27: Airport Operating Area (AOA) driver training is administered by airport operations. AOA driver training consist of two online videos and two tests followed by a practical test. Upon completion of driver training there is a practical test. There is no badging for this project. City of Forth Worth Project No. 101172 5 Addendum No. 2 Taxiway P Extension Phase 1 April 3, 2020 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 FAA Specifications 6-100 Mobilization 6-200 Construction Barricades and Traffic Control P-101 Surface Preparation P-151 Clearing and Grubbing P-152 Excavation, Subgrade and Embankment P-155 Lime -Treated Subgrade P-156 Temporary Air and Water Pollution, Soil Erosion and Siltation P-209 Crushed Aggregate Base Course P-304 Cement -Treated Base Course P-403 Hot Mix Asphalt (HMA) Pavements (Base, Leveling, or Surface Course) P-501 Portland Cement Concrete Pavement P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat P-605 Joint Sealants for Concrete Pavements P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Marking F-162 Chain -Link Fence D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets and Inspection Holes T-901 Seeding T-904 Sodding T-905 Topsoiling L-100 General Provisions -- Electrical L-104 Recommended Lockout Procedure for Airfield Lighting Circuit L-105 Alterations, Removal and Demolition L- l06 Submittals, Record Documents, and Maintenance Manuals L-108 Underground Power Cable for Airports L-109 Airport Transformer Vault and Vault Equipment L-110 Airport Underground Electrical Duct Banks and Conduits L-111 Airfield Electrical Installation and Testing L-115 Electrical Manholes and Junction Structures L-123 Airfield Signage Systems L-125 Installation of Airport Lighting Systems X-103 Disposal of Wells X-170 Irrigation System (Temporary) X-247 TxDOT Item 247 Flexible Base Special Provisions X-360 TxDOT Item 360 Concrete Pavement Special Provisions Appendices Construction Safety Phasing Plan Geotechnical Report END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 2, 2016 Addendum No. 2, April 2, 2020 00 11 13-2 INVITATION TO BIDDERS Page 2 of 4 1 2 Copies of the Bidding and Contract Documents may be downloaded from the City of Fort Worth 3 Purchasing website (documents will not be made available for viewing in person): 4 https://fortworthtexas,goy/purchasing/ 5 CIick 101172: Taxiway P Extension Phase 1 6 Click Download to download a ZIP file of the project documents 7 PREBID CONFERENCE 8 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 9 BIDDERS at the following location, date, and time: 10 DATE: March 30, 2020 11 TIME: 2:00 P.M. 12 PLACE: Skype Meeting 13 https://rneet.lyne.com/cpyone.com/iduke/LFOWV2P8 (Presentation) 14 +1 (469) 607-1888„405545292# (Dial -in Number) 15 LOCATION: Not applicable. 16 17 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 18 City reserves the right to waive irregularities and to accept or reject bids. Execution of this project 19 is contingent upon receipt of Federal Aviation Administration grand funds expected to be 20 received within 90 days of bid opening. 21 22 INQUIRIES 23 All inquiries relative to this procurement should be addressed to the following: 24 Attn: James H. Duke, III, P.E. 25 Email: jduke@cpyi.com 26 Phone: 214-640-1764 27 28 ADVERTISEMENT DATES 29 First Advertisement: March 18, 2020 30 Second Advertisement: March 25, 2020 31 32 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL 33 EMPLOYMENT OPPORTUNITY (Reference: 41 CFR part 60-4, Executive Order 11246 ) 34 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the 35 , "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set 36 forth herein. 37 2. The goals and timetables for minority and female participation, expressed in percentage terms 38 for the Contractor's aggregate workforce in each trade on all construction work in the covered 39 area, are as follows: 40 Timetables 41 Goals for minority participation for each trade: 18.2% 42 Goals for female participation in each trade: 6.9% 43 These goals are applicable to all of the Contractor's construction work (whether or not it is 44 Federal or federally assisted) performed in the covered area. If the Contractor performs 45 construction work in a geographical area located outside of the covered area, it shall apply the 46 goals established for such geographical area where the work is actually performed. With regard CITY OF FORT WORTH Taxiway P Extension Phase 1 —Addendum No. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 April 2, 2020 0011 13 - 3 INVITATION TO BIDDERS Page 3 of 4 I to this second area, the Contractor also is subject to the goals for both its federally involved and 2 non -federally involved construction. 3 The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative 5 action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to 6 meet the goals. The hours of minority and female employment and training must be 7 substantially uniform throughout the length of the contract, and in each trade, and the 8 Contractor shall make a good faith effort to employ minorities and women evenly an each of its 9 projects. The transfer of minority or female employees or trainees from Contractor to Contractor 10 or from project to project for the sole purpose of meeting the Contractor's goals shall be a 11 violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. 12 Compliance with the goals will be measured against the total work hours performed. 13 3, The Contractor shall provide written notification to the Director of the Office of Federal 14 Contract Compliance Programs (OFCCP) within 10 working days of award of any construction 15 subcontract in excess of $10,000 at any tier for construction work under the contract resulting 16 from this solicitation. The notification shall list the name, address, and telephone number of the 17 subcontractor; employer identification number of the subcontractor; estimated dollar amount of 18 the subcontract; estimated starting and completion dates of the subcontract, and the 19 geographical area in which the subcontract is to be performed. 20 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is 21 Fort Worth, Tarrant County, Texas. 22 BUY AMERICAN PREFERENCE 23 The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may 24 not be obligated unless all steel and manufactured goods used in AIP funded projects are 25 produced in the United States, unless the Federal Aviation Administration has issued a waiver 26 for the product; the product is listed as an Excepted Article, Material Or Supply in Federal 27 Acquisition Regulation subpart 25.108 or is included in the FAA Nationwide Buy American 28 Waivers Issued list. 29 A bidder or offeror must complete and submit the Buy America certification included herein 30 with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not 31 include a completed Certificate of Buy American Compliance, 32 TITLE VI SOLICITATION NOTICE: 33 The City of Fort Worth, in accordance with the provisions of Title VI of the Civil Rights Act of 34 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all 35 bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this 36 advertisement, disadvantaged business will be afforded full and fair opportunity to submit bids 37 in response to this invitation and will not be discriminated against on the grounds of race, color, 38 or national origin in consideration for an award. 25.108; or is included in the FAA Nationwide 39 Buy American Waivers Issued list. 40 DAVIS-BACON REQUIREMENTS 41 The Bidder's attention is called to the "Davis -Bacon Requirements" set forth herein. 42 CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT CITY OF FORT WORTH Taxiway P Extension Please I —Addendum No. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101172 Revised December 22, 2016 April 2, 2020 00t113-4 INVITATION TO BIDDERS Page 4 of 4 1 By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it 2 nor its principals are presently debarred or suspended by any Federal department or agency from 3 participation in this transaction. 4 DISADVANTAGED BUSINESS ENTERPRISE 5 The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good 6 faith effort requirements of 49 CFR §26.53. The successfu.I Bidder or Offeror must provide 7 written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its 8 commitment within five days after bid opening. 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm listed under (1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) (5) listed under (1) to meet the Owner's project goal; and (6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. FOREIGN RESTRICTION CERTIFICATION The Bidder's attention is called to the "Foreign Restriction Certification" set forth herein. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The Bidder's attention is called to the "Lobbying and Influencing Federal Employees" requirements set forth herein. PROCUREMENT OF RECOVERED MATERIALS The Bidder's attention is called to the "Procurement of Recovered Materials" requirements set forth herein. END OF SECTION CITY OF FORT WORTH Taxiway P Extension Phase 1— Addendum No. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 101 172 Revised December 22, 2016 April 2, 2020 AC 15015370- ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of Portland cement concrete (PCC), with and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross -sections shown on the plans. MATERIALS 501-2.1 Aggregates. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C 1260 and ASTM C 1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD) C662. If lithium nitrate admixture is used, it shall be nominal 30% +0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted tulless adjustments to the combined materials mixture can reduce the expansion to Iess than 0.10% at 28 days, or new aggregates shall be evaluated and tested. b. Fine aggregate. Fine aggregate shall conform to the requirements of ASTM C33. Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and shall have a fineness modulus of not less than 2.50 nor more than 3.40. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the fine aggregate shall not exceed the following limits: City of Forth Worth Project No. 101172 P-501 - 1 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Limits for Deleterious Substances in Fine Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than 0.075rnm (No. 200 ASTM C117 3.0 sieve) Lightweight particles ASTM C123 using a 0.5 medium with a density of Sp. Gr. of 2.0 Total of all deleterious Material 3.0 c. Coarse aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate grading requirements of ASTM C33 when tested in accordance with ASTM C 136. When the nominal maximum size of the aggregate is greater than one inch (25 mm), the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. Steel blast furnace slag shall not be permitted. The aggregate shall be composed of clean, hard, uncoated particles. Dust and other coating shall be removed from the aggregates by washing. The percentage of wear shall be no more than 40% when tested in accordance with ASTM C131. The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8 sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D4791. A flat particle is defined as one having a ratio of width to thickness greater than 5. An elongated particle is one having a ratio of length to width greater than 5. The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the coarse aggregate shall not exceed the following limits: City of Forth Worth Project No. 101172 P-501 - 2 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Limits for Deleterious Substances in Coarse Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than No. 200 sieve ASTM C117 1.0 (0.075mm) Lightweight particles ASTM C123 using a 0.5 medium with a density of S .Gr.of2.0 Chert (less than 2.40 Sp Gr.) ASTM C 123 using a 1.0 medium with a density of Sp. Gr. of 2.40) Total of all deleterious Material 3.0 Table 1. Gradation For Coarse Aggregate (ASTM C33) Sieve Designations (square openings) Percent by Weight Passing Sieves From 1-1/2 inch to No. 4 (38 xnm - 4.75 mm) #4 1-1/2 inch - 3/4 inch 467 3/4 inch - No. 4 inch mm 2-1/2 60 --- --- 2 50 100 --- 1-1/2 38 90-100 --- 1 25 20-55 100 3/4 19 0-15 90-100 1 /2 13 --- --- 3/8 9 0-5 20-55 No.4 4.75 --- 0-10 No.8 2.36 --- 0-5 (1) Aggregate susceptibility to durability (D) cracking. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied City of forth Worth Project No. 101172 P-501 - 3 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 14 AC 150/5370-1 with no durability issues. Aggregates that do not have a record of 20 years of service without major repairs (less than 5% of slabs replaced) in similar conditions without D-cracking shall not be used unless it meets the following: (a) Material currently being produced shall have a durability factor >_ 95 using ASTM C666 procedure B. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting VDOT material specifications may be acceptable. (b) The Contractor shall submit a current certification that the aggregate does not have a history of D-cracking and that the aggregate meets the VDOT specifications for use in PCC pavement. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a VDOT materials laboratory or an accredited laboratory. (2) Combined aggregate gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregate and when approved by the Engineer, the combined aggregate grading shall meet the following requirements: (a) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in (d.) below, the point thus determined shall fall within the parallelogram described therein. (b) The CF shall be determined from the following equation: CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No. 8 sieve) (c) The Workability Factor WF is defined as the percent passing the No. 8 (2.36 mm) sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic yard (335 kg per cubic meter). (d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF-75, WF-40), (CF-45, WF-32.5), and (CF-45, WF-44.5). If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary. 501-2.2 Cement. Cement shall conform to the requirements of ASTM C 1250 Type 1/11. If aggregates are deemed innocuous when tested in accordance with paragraph 501-2. La. I and accepted in accordance with paragraph 501-2.1.a.2, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. City of Forth Worth Project No. 101172 P-501 - 4 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/20I4 AC I50/5370-1OG 501-2.3 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer. b. Slag cement (ground granulated blast furnace (GGBF). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass. c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling AIkali-Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3%. 501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans. 501-2.5 Isolation joint tiller. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1752, Type II or III and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 501-2.6 Steel reinforcement. Reinforcing shall consist of deformed billet -steel bars conforming to the requirements of ASTM A615, Grade 60. 501-2.7 Dowel and tie bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078. The dowels shall be coated with a bond -breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. City of Forth Worth Project No. 101172 P-501 - 5 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-1OG 501-2.8 Water. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product, except that non - potable water, or water from concrete production operations, may be used if it meets the requirements of ASTM C1602. 501-2.9 Material for curing concrete. Curing materials shall conform to one of the following specifications: a. Liquid membrane -forming compounds for caring concrete shall conform to the requirements of ASTM C309, Type 2, Class B, or Class A if wax base only. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.10 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below: Constituent LiNO3 (Lithium Nitrate) SO4 (Sulfate Ton) Cl (Chloride Ion) Na (Sodium Ion) Limit (Percent by Mass 30 ±0.5 0.1 (max) 0.2 (max) 0.1 (max) City of Forth Worth Project No. 101172 P-501 - 6 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 4 AC 15015370-1OG K (Potassium Ion) 0.1 (max) Provide a trained manufacturer's representative to supervise the lithium nitrate admixture dispensing and mixing operations. 501-2.11 Epoxy -resin. All epoxy -resin materials shall be two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements: a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3. b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved. c. Material for use for injecting cracks shall be Type IV, Grade 1. d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved. 501-2.12 Material acceptance. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. MIX DESIGN 501-3.1. General. No concrete shall be placed until the mix design has been submitted to the Engineer for review and the Engineer has taken appropriate action. The Engineer's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section. 501-3.2 Proportions. The laboratory preparing the mix design shall be accredited in accordance with ASTM C1077. The mix design for all Portland cement concrete placed under P-501 shall be stamped or sealed by the responsible professional Engineer of the laboratory. Concrete shall be proportioned to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi per ASTM C78. The mix shall be developed using the procedures contained in the Portland Cement Association's (PCA) publication, "Design and Control of Concrete Mixtures". The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 600 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.40 by weight. City of Forth Worth Project No. 101172 P-501 - 7 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/2112014 AC 150/5370-10G Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a maximum allowable slump between one and two inches (25mm and 50 mrn) as determined by ASTM C143. For slip -form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inch (38 mm). At the start of the project, the Contractor shall determine a maximum allowable slump for slip -form pavement which will produce in -place pavement to control the edge slump. The selected slump shall be applicable to both pilot and fill-in lanes. Before the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at seven (7) and 28 days. The mix design shall include copies of test reports, including test dates, and a complete Iist of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The mix design shall be submitted to the Engineer at least 30 days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the Engineer. If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. The results of the mix design shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition. The recommended mixture proportions shall be accompanied by test results demonstrating that the proportions selected will produce concrete of the qualities indicated. Trial mixtures having proportions, slumps, and air content suitable for the work shall be based on methodology described in PCA's publication, Design and Control of Concrete Mixtures, modified as necessary to accommodate flexural strength. The submitted mix design shall be stamped or scaled by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine aggregate. b. Reactivity Test Results. c. Coarse aggregate quality test results, including deleteriouss materials. d. Fine aggregate quality test results, including deleterious materials. e. Mill certificates for cement and supplemental cementitious materials. L Certified test results for all admixtures, including Lithium. Nitrate if applicable. g. Specified flexural strength, slump, and air- content. City of Forth Worth Project No. 101172 P-501 - 8 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-IOG h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. i. Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks. j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable. k. Historical record of test results documenting production standard deviation, when applicable. 501-3.3 Cementitious materials. a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. b. Slag cement (ground granulated blast furnace (GGSF)). Slag cement may be used. The slag cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55°F (13°C) the percent slag cement shall not exceed 30% by weight. c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the mix design. When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. 501.-3.4 Admixtures. a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5%. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate. b. Water -reducing admixtures. Water -reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C494. e. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. City of Forth Worth Project No. 101172 P-501 - 9 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-1OG d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501.-2.10d. 501-3.5 Concrete mix design laboratory. The Contractor's laboratory used to develop the concrete mix design shall be accredited in accordance with ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. CONSTRUCTION METHODS 501-4.1 Equipment. Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer, but does not relieve the Contractor of the responsibility for the proper operation of equipment and maintaining the equipment in good working condition. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch plant and equipment. The batch plant and equipment shall conform to the requirements of ASTM C94. b. Mixers and transportation equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. (5) Transfer and spreading equipment. Equipment for transferring concrete from the transporting equipment to the paving lane in front of the paver shall be specially manufactured, self-propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently. City of Forth Worth Project No. 101172 P-501 10 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG c. Finishing equipment. The standard method of constructing concrete pavements shall be with an approved slip -form paving equipment designed and operated to spread, consolidate, screed, and float -finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2,200 lbs per foot (3274 kg/m) of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. On projects requiring less than 500 square yard (418 sq. m) of cement concrete pavement or requiring individual placement areas of less than 500 square yard (418 sq. m), or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed with approved placement and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inch (0.06 - 0.13 cm). The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The Contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete. e. Concrete saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. Early -entry saws may be used, subject to demonstration and approval of the Engineer. f. Side forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100-foot (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of City of Forth Worth Project No. 101172 P-501 - 11 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 1/2014 AC 150/5370-1OG abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross-section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 Form setting. Forms shall be set sufficiently in advance of the concrete placement to ensure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 Conditioning of underlying surface. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. 501-4.4 Conditioning of underlying surface, side -form and fill-in lane construction. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of City of Forth Worth Project No. 101172 P-501 - 12 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-43 Handling, measuring, and batching material. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 501-4.6 Mixing concrete. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non -agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non -agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded, and approved by the Engineer. City of Forth Worth Project No. 101172 P-501 - 13 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G 501-4.7 Limitations on mixing and placing. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40°F (4°C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F (2°C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50°F (10°C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150°F (66°C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F (30°C), the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90°F (32°C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium. When necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf (0.98 kg/m2 per hour) per hour. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. If these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. c. Temperature management program. Prior to the start of paving operation for each day of paving, the Contractor shall provide the Engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete iaterial. City of Forth Worth Project No. 101172 P-501 - 14 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG (2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete Mixtures. (3) Anticipated timing of initial sawing of joint. (4) Anticipated number and type of saws to be used. 501-4.8 Placing concrete. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (1 m). The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. All concrete shall be consolidated without voids or segregation, including under and around all load - transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi (3792 kPa), based on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi (2757 kPa). The Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. a. Slip -form construction. The concrete shall be distributed uniformly into final position by a self-propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes. The spacing of internal units shall be uniform and shall not exceed 18 inches (0.5 m). The term internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least one foot (30 cm). The City of North Worth Project No. 101172 P-501 - 15 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-1OG frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge. Not more than 15% of the total free edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch (9 min). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet (t50 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (0.5 m) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer. b. Side -form construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used. Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build-up is attached to the top of metal forms, the build-up shall also be metal. Width of the base of all forms shall be equal to or greater than the specified pavement thickness. Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms. Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall City of Forth Worth Project No. 101172 P-501 - 16 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 1/2014 AC 15015370- be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete innnediately after the forms have been removed. Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them. Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot (30 cm) from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang -mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than inches (50 mm). Excessive vibration shall not be permitted. If the vibrators cause visible tracking in the paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it. Concrete in small, odd -shaped slabs or in isolated locations inaccessible to the gang -mounted vibration equipment shall be vibrated with an approved hand -operated immersion vibrator operated from a bridge spanning the area. Vibrators shall not be used to transport or spread the concrete. Hand -operated vibrators City of Forth Worth Project No. 101172 P-501 - 17 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/2112014 AC 150/5370-1OG shall not be operated in the concrete at one location for more than 20 seconds. Insertion locations for hand -operated vibrators shall be between 6 to 15 inches (150 to 400 mm) on centers. For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the Engineer. If a lack of consolidation of the concrete is suspected by the Engineer, referee testing may be required. Referee testing of hardened concrete will be performed by the Engineer by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made by the Engineer based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards (382 m2) of pavement, or fraction. The Contractor shall be responsible for all referee testing cost if they fail to meet the required density. The average density of the cores shall be at least 97% of the original mix design density, with no cores having a density of less than 96% of the original mix design density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above requirements. 501-4.9 Strike -off of concrete and placement of reinforcement. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the City of Forth Worth Project No. 101172 P-501 - 18 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-1OG pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (12 mm) from their designated position and shall be true to line with not more than 1 /4 inch (6 mm) variation in 10 feet (3 m). The surface across the joints shall be tested with a 12 feet (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lanc when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip -form operations call for tie bars, two-piece hook bolts can be installed. e. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an City of Forth Worth Project No. 101172 P-501 - 19 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-JOG approved assembly device to be left perinanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the Engineer. f. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Placing dowels and tie bars. The method used in installing and holding dowels in position shall ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after the pavement has been completed will not be greater than 1/8 inch per feet (3 mm per 0.3 m). Except as otherwise specified below, horizontal spacing of dowels shall be within a tolerance of +5/8 inch (16 mm). The vertical location on the face of the slab shall be within a tolerance offl/2 inch (12 mm). The vertical alignment of the dowels shall be measured parallel to the designated top surface of the pavement, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. The horizontal alignment shall be checked with a framing square. Dowels and tie bars shall not be placed closer than 0.6 times the dowel bar length to the planned joint line. If the last regularly spaced longitudinal dowel is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar length, but not closer than 6 inches (150 mm) to its nearest neighbor. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs. (1) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor's option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the paver by insertion into the plastic concrete using approved equipment and procedures. Approval will be based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed within specified tolerances. (2) Construction joints. Install dowels and tie bars by the cast -in- place or the drill -and - dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. The spacing of dowels and tie bars in construction joints shall be as indicated. (3) Dowels installed in isolation joints and other hardened concrete. Install dowels for isolation joints and in other hardened concrete by bonding the dowels into holes drilled into the hardened concrete. The concrete shall have cured for seven (7) days or reached a minimum flexural strength of450 psi (3.1 MPa) before drilling commences. Holes 1/8 inch (3 nun) greater in diameter than the dowels shall be drilled into the hardened concrete using rotary -core drills. Rotary -percussion drills may be used, provided that excessive spalling does not occur to the concrete joint face. Modification of the equipment and operation shall be required if, in the Engineer's opinion, the equipment and/or operation is causing excessive damage. Depth of City of Forth Worth Project No. 101172 P-501 - 20 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 0_10G dowel hole shall be within a tolerance of ±1/2 inch (12 inm) of the dimension shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with oil - free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole, after insertion and before the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel. Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes drilled in the existing concrete, all as specified above. h. Sawing of joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. The top of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn. The joints shall be sawn at the required spacing. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial sawcut and maintained for the remaining cure period. 501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver. Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating if used, straightedge finishing, texturing, and then edging of joints. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Any operations which produce more than 1/8 inch (3 min) of mortar -rich surface (defined as deficient in plus U.S. No. 4 (4.75 mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures modified as necessary. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment or tools, or in any other way, except for fog (mist) sprays specified to prevent plastic shrinkage cracking. a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall immediately be replaced or modified as necessary. A self-propelled non -rotating pipe float may be used while the concrete is still plastic, to remove minor City of Forth Worth Project No. 101172 P-501 - 21 Addendum No, 2 Taxiway P Extension Phase 1 April 2, 2020 112014 AC 150/5370-1OG irregularities and score marks. Only one pass of the pipe float shall be allowed. If there is concrete slurry or fluid paste on the surface that runs over the edge of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or operation modified to prevent formation of such slurry. Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens. b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary. c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd - shaped slabs, and near buildings or trench drains, subject to the Engineer's approval. Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) and shall have a transversely operating carriage containing a knock -down auger and a minimurn of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved. d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Use hand finishing operations only as specified below. (1) Equipment and screed. In addition to approved mechanical internal vibrators for consolidating the concrete, provide a strike -off and tamping screed and a longitudinal float for hand finishing. The screed shall be at least one foot (30 cm) longer than the width of pavement being finished, of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other suitable material shod with metal. The longitudinal float shall be at least 10 feet (3 m) long, of approved design, and rigid and substantially braced, and shall maintain a plane surface on the bottom. Grate tampers (jitterbugs) shall not be used. (2) Finishing and floating. As soon as placed and vibrated, the concrete shall be struck off and screeded to the crown and cross-section and to such elevation above grade that when consolidated and finished, the surface of the pavement will be at the required elevation. In addition to previously specified complete coverage with handheld immersion vibrators, the entire surface shall be tamped with the strike -off and tamping template, and the tamping operation continued until the required compaction and reduction of internal and surface voids are accomplished. Immediately following the final tamping of the surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning but not touching the concrete. If necessary, additional concrete shall be placed, consolidated and screeded, and the float operated until a satisfactory surface has been produced. The floating operation shall be City of Forth Worth Project No. 101172 P-501 - 22 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG advanced not more than half the length of the float and then continued over the new and previously floated surfaces. e. Straightedge testing and surface correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 12- foot (3.7-m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2c (3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section. The use of long - handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. This straight -edging is not a replacement for the straightedge testing of paragraph 501-5.2e (3), Smoothness. 501-4.12 Surface texture. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from. the texturing operation shall be corrected to the satisfaction of the Engineer. a. Brush or broom finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 inch (2 mm) in depth. 501-4.13 Curing. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7-day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be Ieft exposed for more than 1/2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. a. Impervious membrane method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the City of Forth Worth Project No. 101172 P-501 - 23 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG rate of one gallon (4 liters) to not more than 150 sq. ft. (14 sq. in). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to ensure coverage. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. Curing shall be applied immediately after the bleed water is gone from the surface. b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for seven (7) days after the concrete has been placed. c. Water method. The entire area shall be covered with burlap or other water absorbing material. The material shalt be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for seven (7) days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase. d. Concrete protection for cold weather. The concrete shall be maintained at an ambient temperature of at least 50°F (10°C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall be removed and replaced at the Contractor's expense. e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane -forming curing compound while the surfaces are still damp. Other curing methods may be approved by the Engineer. 501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spatting, or tearing. After the forms have been removed, the sides of the slab shall be cured as per the methods indicated in paragraph 501-4.13. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). City of Forth Worth Project No. 101172 P-501 - 24 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG 501-4.15 Saw -cut grooving. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P-621. 501-4.16 Sealing joints. The joints in the pavement shall be sealed in accordance with Item P- 605. 501-4.17 Protection of pavement. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents until accepted by the Engineer. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete is at least seven (7) days old, or for a longer period if directed by the Engineer. In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days and the joints have been sealed or otherwise protected, and the concrete has attained a minimum field cured flexural strength of 550 psi (37928 kPa) and approved means are furnished to prevent damage to the slab edge. All new and existing pavement carrying construction traffic or equipment shall be continuously kept completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon occurrence. Damaged pavements shall be removed and replaced at the Contractor's expense. Slabs shall be removed to the full depth, width, and length of the slab. 501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 lb / square inch (3.8 kPa) when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either- be scaled or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. 501-4.19 Repair, removal., or replacement of slabs. a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as directed by the Engineer and as specified hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The Engineer will determine whether cracks extend full depth of the City of Forth Worth Project No, 101172 P-501 - 25 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4 inch (100 mm) diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C881, Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement surface. b. Shrinkage cracks. Shrinkage cracks, which do not exceed 4 inches (100 mm) in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved by the Engineer. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the Engineer. Shrinkage cracks, which exceed 4 inches (100 mm) in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c. c. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches (150 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than 4 inches (100 mm) in depth, that extend into the interior area. d. Cracks close to and parallel to joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 inches (150 mm) either side of the joint shall be treated as specified here. Any crack extending more than 6 inches (150 mm) from the joint shall be treated as specified above in subparagraph c. (1) Full depth cracks present, original joint not opened. When the original un-cracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inches (19 mm), f1/16 inch (2 mm), and to a width of 5/8 inch (16 mm), ±1/8 inch (3 mm). Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. City of Forth Worth Project No. 101172 P-501 - 26 Addendum. No. 2 Taxiway P Extension Phase l April 2, 2020 I5015370-1 (2) FulI depth cracks present, original joint also cracked. At a joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. e. Removal and replacement of full slabs. Where it is necessary to remove full slabs, unless there are dowels present, all edges of the slab shall be out full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If dowels, or tie bars are present along any edges, these edges shall be sawed full depth just beyond the end of the dowels or tie bars. These joints shall then be carefully sawed on the joint line to within one inch (25 mm) of the depth of the dowel or tie bar. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 lbs. (14 kg) or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place. The joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12-foot (3.7-m) straightedge. No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs. If underbreak between 1-1/2 and 4 inches (38 and 100 mm) deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over 4 inches (100 mm) deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels or tie bars, or where they have been damaged, dowels or tie bars of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All four (4) edges of the new slab shall contain dowels or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re -compacted and shaped as specified in the appropriate section of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound .as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tie bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. City of Forth Worth Project No. 101172 P-501 - 27 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG f. Repairing spalls along joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least one inch (25 mm) outside the spalled area and to a depth of at least 2 inch (50 mm). Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inch (12 mm) of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high- pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type 111, Grade I, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. (0.014 in') in size, and mortar shall be used for the smaller ones. Any spall less than 0.1 cu. ft. (0.003 m3) shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in layers not over 2 inches (50 mm) thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140'F (60°C) at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. If any spall would require over 25% of the length of any single joint to be repaired, the entire slab shall be removed and replaced. Repair of spalls as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one -eight (1/8th) inch of the pavement surface. g. Diamond grinding of PCC surfaces. Diamond grinding of the hardened concrete with an approved diamond grinding machine should not be performed until the concrete is 14 days or more old and concrete has reached full minimum strength. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch (3-min) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The area City of Forth Worth Project No. 101172 P-501 - 28 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch (13 min) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. All pavement areas requiring plan grade or surface smoothness corrections in excess of the limits specified above, may require removing and replacing in conformance with paragraph. 501-4. t 9. 501-4.20 Existing concrete pavement removal and repair. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. a. Removal of existing pavement slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, the joint between the removal area and adjoining pavement to stay in place, shall first be cut full depth with a standard diamond -type concrete saw. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches (600 mm) from the joint and at least 12 inches (300 min) from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lbs. (14 kg) or less, or the approved light -duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. Where dowels are present, care shall be taken to produce an even, vertical joint face below the dowels. If the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. All this shall be at no additional cost to the Owner. Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inches (12 rnrn) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12-foot (3.7-m) straightedge. b. Edge repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner. (1) Spall repair. SpalIs shall be repaired where indicated and where directed by the Engineer. Repair materials and procedures shall be as previously specified in subparagraph 501- 4.19f. (2) Underbreak repair. All underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. City of Forth Worth Project No. 101172 P-501 - 29 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 15015370-1OG Prior to placing concrete, the. underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. (3) Underlying material. The underlying material adjacent to the edge and under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be Dept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph 501-4.20b(2). The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. MATERIAL ACCEPTANCE 501-5.1 Acceptance sampling and testing. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 50t-5.la(3), and coring and filling operations, per paragraph 501 5.1b(l). Testing organizations performing these tests shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of a day's production not to exceed 2,000 cubic yards (1530 cubic meters) or 5142 square yards. a. Flexural strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665. The concrete shall be sampled in accordance with ASTM C172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C31 and the flexural strength of each specimen shall be determined in accordance with ASTM C78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension; height, depth, and length, at the mid -point of the specimen and reported to the nearest 1/10 inch (3 mm). The weight of the specimen shall be reported to the nearest 0.1 pound (45 gm). The sample unit weight shall be calculated by dividing the sample weight by the calculated City of Forth Worth Project No. 101172 P-501 - 30 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG volume of the sample. This information shall be reported as companion information to the measured flexural strength for each specimen. The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated lime water method. Slump, air content, and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples, per ASTM C31. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60' to 80°F (16' to 27C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. b. Pavement thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, n=5 or n-6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E 178, at a significance level of 5%. Outliers shall be discarded, and the percentage of material within specification limits (PWL) shall be determined using the remaining test values. City of Forth Worth Project No. 101172 P-501 - 31 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG 501-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-5.2e: (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating PWL. Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501 -5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may tale a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. h. Flexural strength. Acceptance of each lot of in place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. e. Pavement thickness. Acceptance of each lot of in -place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of material within Iimits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for flexural strength and thickness shall be: Lower Specification Tolerance Limit (L) Flexural Strength 0.93 x strength specified in paragraph 501-3.1 Thickness Lot Plan Thickness in inches, - 0.50 in City of Forth Worth Project No. I 01172 P-501 - 32 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 15015370-1OG e. Acceptance criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the Iot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable_ Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (3) Smoothness. As soon as the concrete has hardened sufficiently, but not later than 48 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The finished surface of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. When the surface smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the pavement, full depth removal and replacement of pavement shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. (a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer. (i) Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501- 4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer. Maximum gap on final pavement surface > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. (b) Longitudinal measuvements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving City of Forth Worth Project No. 101172 P-501 - 33 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370--1OG lanes when widths of paving lanes are less than 20 feet (6m); and at the one third points of paving lanes when widths of paving lanes are 20 ft. (6m) or greater. (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet (4.5m) of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement surface > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) ProfiIograph Testing. Profrlograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E 1274. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch (5 mm) blanking band. The bump template must span one inch (25 mm) with an offset of 0.4 inches (10 mm). The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator. Profilograms shall be recorded on a longitudinal scale of one inch (25 mm) equals 25 feet (7.5 m) and a vertical scale of one inch (25 mm) equals one inch (25 mm). A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. The pavement must have an average profile index meeting the requirements of paragraph 501-8.1 c. Deviations on final surface in longitudinal direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Where corrections are necessary, second profilogiraph runs shall be performed to verify that the corrections produced an average profile index of 15 inches (38 cm) per mile or less. If the initial average profile index was less than 15 inches (38 cm), only those areas representing greater than 0.4 inch (10 mm) deviation will be re -profiled for correction verification. Smoothness testing indicated in the above paragraphs shall be performed within 48 hours of placement of material. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective City of Forth North Project No. 101172 P-501 - 34 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. (a) Lateral deviation. Lateral deviation from established alignment of the pavement edge shall not exceed -L0.10 feet (30 mm) in any lane. (b) Vertical deviation. Vertical deviation from established grade shall not exceed 10.04 feet (12 nun) at any point. (5) Edge slump. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer in accordance with paragraph 501-4.8a. L Removal and replacement of concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled Iongitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in accordance with paragraph 501-4.20. CONTRACTOR QUALITY CONTROL 501-6.1 Quality control program. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including but not limited to: a. Mix Design b. Aggregate Gradation c. Quality of Materials d. Stockpile Management c. Proportioning f. Mixing and Transportation g. Placing and Consolidation h.Joints City of Forth Worth Project No. 101172 P-501 - 35 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG i. Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing 1. Surface Smoothness 501-6.2 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C70 or ASTM C566. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C566. c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C172. d. Air content. Four air content tests, shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. City of Forth Worth Project No. 101172 P-501 - 36 Addendum No. 2 Taxiway P Extension Phase 1 Apzil 2, 2020 7/21/2014 AC 150/5370-1OG e. Four unit weight and yield tests shall be made in accordance with ASTM C138. The samples shall be taken in accordance with ASTM C 172 and at the same time as the air content tests. 50t-6.3 Control charts. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, moisture content and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits, or Specification limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and coarse aggregate gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in the Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall be superimposed on the Control Chart for job control. b. Slump and air content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. Control Chart Limits Control Parameter Individual Measurements Range Suspension Limit Action Limit Suspension Limit Slip Form: Slump +0 to -I inch (0-25 mm) +0.5 to -1.5 inch (13-38 mm) +1.5 inch (38 mm) Air Content +1.2% +1.8% +2.5y, Side Form: Slump +0.5 to -1 inch (13-25 mm) +1 to -1.5 inch (25-38 mm) +L5 inch (38 mm) Air Content +1.2% +1.8% +2.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 Corrective action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the process City of Forth Worth Project No. 101172 P-501 - 37 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21 /2014 AC 150/5370-1 OG into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of the specification limits in paragraph 501-2.1, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water batcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: range (1) one point falls outside the Suspension Limit line for individual measurements or OR (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: range (1) one point falls outside the Suspension Limit line for individual measurements or OR (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of reinforced or unreinforced pavement as specified in -place, completed and accepted. BASIS OF PAYMENT 501-8.1 Payment. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of smoothness, strength and thiclmess tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1 a for strength and thickness and 501-8.1 c for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below). City of Forth Worth Project No. I01172 P-501 - 38 Addendum No. 2 Taxiway P Extension Pbase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. a. Basis of adjusted payment. The pay factor for each individual Iot shall be calculated in accordance with the Price Adjustment Schedule table below. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100%. Price Adjustment Schedule' Percentage of Materials Within Lot Pay Factor Specification Limits (Percent of Contract Unit Price) (PWL) 96 — 100 106 90 — 95 PWL + 10 75 — 90 0.5 PWL + 55 55 — 74 1.4 PWL — 12 Below 55 Reject' Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501-8.1. ' The lot shall be removed and replaced. However, if the Engineer and the FAA have decided to allow the rejected lot to remain in accordance with Section 50-02 after the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%. City of Forth Worth Project No. 101172 P-501 - 39 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-IOG b. Payment. Payment shall be made under: Item P-501-8.1 19" Unreinforced Portland cement concrete taxiway pavement — per square yard Item P-501-8.2 19" Reinforced Portland cement concrete taxiway pavement - per square yard c. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule: (Square yard in section) x (original unit price per square yard) x PFm = reduction in payment for area within section Average Profile Index (Inches Per Mile) Pavement Stren th Rating Contract Unit Price Adjustment (PFm) Over 30,000 lbs. ,Short Sections 0-7 0- 15 0.00 7.1-9 15.t-16 0.02 9.1-11 16.1-17 0.04 11.1-13 17.1-18 0.06 13.1-14 18.1-20 0.08 14.1-15 20.1-22 0.10 15.1 and up 22.1 and up Corrective work required TESTING REQUIREMENTS ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer Than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine City of Forth Worth Project No. 101172 P-501 - 40 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C 13 8 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement - Aggregate Combinations (Mortar -Bar Method) ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C299 Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete ASTM C 114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C 1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar -Bar Method) ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D3665 Standard Practice for Random. Sampling of Construction Materials City of Forth Worth Project No. 101172 P-501 - 41 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 15015370-1OG ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM E178 Standard Practice for Dealing With Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM At 84 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A714 Standard Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A996 Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM At078 Standard Specification for Epoxy -Coated Steel Dowels for Concrete Pavement ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane-Forining Compounds for Curing Concrete City of Forth Worth Project No. 101172 P-501 - 42 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C881 Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete ASTM C999 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving And Structural Construction ACT 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete ACT 305R Guide to Hot Weather Concreting ACT 306R Guide to Cold Weather Concreting ACT 309R Guide for Consolidation of Concrete AC 150/5320-617 Airport Pavement Design and Evaluation PCA Design and Control of Concrete Mixtures END OF ITEM P-501 City of Forth Worth Project No. 101172 P-501 - 43 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Page Intentionally Left Blank City of Forth Worth Project No. 101172 P-501 - 44 Addendum No. 2 Taxiway P Extension Phase I Apzi1 2, 2020 7/21/2014 AC 150/5370-1OG ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, fertilizing, and seeding the areas shown on the plans or as directed by the Engineer in accordance with these specifications. All areas to be seeded shall first be prepared with topsoil in accordance with specification Item T-905 "Topsoiling" prior to the application of the seed. MATERIALS 901-2.1 Seed. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the RPR duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Wet, moldy, or otherwise damaged seed will be rejected. Provide seed from the previous season's crop meeting the requirements of the Texas Seed Law, including the testing and labeling for pure live seed (PLS = Purity x Germination). Use within 12 mo. from the date of the analysis. For permanent seeding with planting dates between March 1 and August 31: Common Bermuda, hulled (Cynodon dactylon) 60 lbs PLS / acre Common Bermuda, unhulled (Cynodon dactylon) 20 lbs PLS / acre Out of season seed mix with planting dates between September 1 and February 29: Rye Grass (Loliurn Multiflorum) 200 lbs PLS per acre Common Bermuda, unhulled (Cynodon dactylon) 80 lbs PLS per acre 901-2.2 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water- soluble potash. They shall be applied at the rate and to the depth specified herein. They shall be -furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. City of Forth Worth Project No. 101172 T-901 - 1 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-100 Starter fertilizer shall be 1-2-1 ratio of nitrogen, phosphorus and potassium commercial fertilizer and shall be spread at the rate of 1.5 pound of phosphorus per 1,000 square feet prior to seeding. Post emergent fertilizer shall be a 3-1-2 ratio of nitrogen, phosphorus and potassium commercial fertilizer and shall be spread at the rate of 1 pound of soluble nitrogen every 4 to 6 weeks or 1 '/z pounds of slow release nitrogen every 8 to 10 weeks per 1,000 square feet until acceptance. 901-2.3 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before applying fertilizer, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 in. (50 mm) in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 in. (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 in. (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 in. (125 mm). Clods shall be broken and the top 3 in. (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 Dry application method. a. Fertilizing. Following advance preparations and cleanup, starter fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3. b. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing, over the area shown on the plans at a depth of 1/8 to 1/4 inch, using a pasture or rangeland type seed drill. Plant seed along the contour of the slopes. Seeds of Iegumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. City of Forth Worth Project No. 101172 T-901 - 2 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G c. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 Not Used. 901-3.4 Maintenance of seeded areas. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by re -grading and re -seeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. The contractor shall apply water to maintain a moist seedbed with light, frequent irrigation until plants mature to a point where irrigation frequency can be reduced and amount increased. After emergence and when the sprigs/seedlings reach 1 %2 to 2 inches, the Contractor shall apply post emergent fertilizer at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3 When work is done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3 percent of the area seeded. if at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, including fertilizer, completed and accepted. BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and payment shall be full compensation for furnishing and placing all materials, including lime and fertilizer, and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item T-901-5.1 Seeding - per acre MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials ASTM D977 Standard Specification for Emulsified Asphalt City of Forth Worth Project No. 101172 T-901 - 3 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/2i/2014 AC 150/5370-10G FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural END OF ITEM T-901 City of Forth Worth Project No. 101172 T-901 - 4 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 ITEM T-904 SODDING DESCRIPTION AC 150/5370- 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. Sod shall be Bermuda sod unless otherwise shown on the plans or directed bY the Owner. MATERIALS 904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70' of the p to AAA the cut sod shall be a oft he species stated in the speetal provisions, and any Any vegetation more than 6 inches " ` in height shall be mowed to a height of 3 inches i''i or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. 904-2.2 Not used. 904-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water- soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 3-1-2 ratio of nitrogen, phosphorus and potassium -commercial fertilizer and shall be spread at the rate of 1 pound of soluble nitrogen every 4 to 6 weeks or 1 1/Z pounds of slow release nitrogen every 8 to 10 weeks per 1,000 square feet. 904-2.4 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with City of Forth Worth Project No. 101172 T-904 - 1 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 150/5370-1 subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 904-3.1 General. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 Preparing the ground surface. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches k_54-4nm4 in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 Applying fertilizer and ground limestone. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in this specification. Ff use of ground limestone is requifed� it shall then be spread at quatAity stated i the special Nfevisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm) by discing, raking, or other suitable methods. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 Obtaining and delivering sod. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches (5 Sod sections or strips shall be cut in uniform widths, not less than 10 inches ( Ste, and in lengths of not less than 18 inches (0.5 m), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 Laying sod. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen City of Forth Worth Project No. 101172 T-904 - 2 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 _ AC 150/5370-10G sot]. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches (100 immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch (25 below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v-shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches fir} in length and have a cross -sectional area of not less than 3/4 sq inch ('). The pegs shall be driven flush with the surface of the sod. 904-3.6 Watering. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 Establishing turf. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 Repairing. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3.5. City of Forth Worth Project No. 101172 T-904 - 3 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards (square mete i of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard (squares meter) for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding - per square yard (squ, e mete-' MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 City of Forth Worth Project No. 101172 T-904 - 4 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Page Intentionally Left Blank City of Forth Worth Project No. 101172 T-904 - 5 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 ITEM X-170 IRRIGATION SYSTEM (TEMPORARY) DESCRIPTION 170-1.1 This item shall consist of all materials, labor, equipment, tools, and incidentals necessary to perform the work of irrigation system installation as specified in this section. The Specifications indicate and specify a complete and efficient landscape irrigation system which will operate in accordance with the specified equipment manufacturer's recommendations and with state and local codes and regulations. Items not specified, but found to be necessary for a complete system, shall be furnished under this Contract. The irrigation system will be temporary. All pipes are to be laid above ground, except where not possible. All above ground lines will be placed as unobtrusively as possible. In areas where it is not possible or practical to extend the temporary system, supplemental water shall be provided by truck watering or hand watering (e.g., hose, gator bag). All water used shall be metered and paid for under a separate bid item. No irrigation pipes shall be laid within the Runway Safety Area (RSA). System must provide nozzles capable of shooting up to 150 feet from edge of Runway Safety Area (RSA) to water grass and sod within RSA. There are multiple phases in this project. The contractor may be required to mobilize and install temporary irrigation systems several times within the duration of the project. MATERIALS 170-2.1 Pipe and Tube. Irrigation lines shall be polyvinyl chloride pipe (PVC): rigid, un- plasticized PVC pipe, extruded from virgin parent material. Provide pipe that is homogenous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents. Purple pipe shall be used when non -potable water is used to irrigate a site. 1. Lateral: Class 200 (SDR 21). 2. Mainline: Schedule 40 PVC; Yelomine (ASTM D2241); or C900/RJ PVC. 3. Sleeves: Schedule 40 PVC (4"); SDR Class 200 (<4"). 4. Reference Standards: ASTM 1785, ASTM D2241, ASTM D2564, ASTM D2855. The irrigation system must be designed and installed so that the flow of water in the pipe will not exceed a velocity of five (5) feet per second. 170-2.2 Connections. Use PVC molded fittings of the same material and pressure rating or schedule as the adjoining PVC pipe. Use fittings suitable for solvent weld, slip joint ring tight seal, or screwed connections, as required, to properly join PVC pipe. Use PVC solvent primer (color -treated) on all PVC joints in preparation for of the solvent weld. Use solvent cement of a type approved by the pipe manufacturer on all PVC connections. Cement must be National Sanitation Foundation (NSF) approved and meet ASTM D2564 specifications. 170-2.3 Swing Joints. All risers and swing joint nipples shall be unplasticized polyvinyl - chloride, Schedule 80, threaded pipe. City of Forth Worth Project No. 101172 X-170-1 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 170-2.4 Isolation Valves. Isolation Valves shall have threaded or bolted flange attachments. Install isolation valve between the water meter and backflow prevention device. This valve shall be iron body gate valve with resilient seat, non -rising stem with square key on 2-inch or larger. Where required, install an isolation valve upstream of each remote -control valve. Isolation valves upstream of remote control valves can be plastic ball valve construction. 170-2.5 Remote Control Valves. Remote control valves shall be electrically operated, normally closed, diaphragm type, and be installed following published recommendations of the manufacturer. Valves shall be slow closing and opening and shall have manual flow control and manual bleed. 170-2.6 Quick Coupler Valves. Where required, provide a quick coupler valve with two-piece heavy cast bronze body and rubber cover. Provide single -lug bronze keys with compatible swivel hose ells. Coupler shall be in a covered purple valve box. Install an isolation valve immediately upstream of each quick coupler. 170-2.7 Gate Valves. As manufactured by Nibco or approved equal. 170-2.8 Check Valves. In -head check valves shall be installed next to paved areas where elevation differences may cause low head drainage. 170-2.9 Backflow Prevention Devices. Provide a double check backflow prevention (DCA) or reduced pressure backflow prevention device (RPZ) as required in the plans. Backflow prevention assembly shall consist of a bronze body, 909 Celcon check seats, stainless steel relief valve seats and bronze test cocks. All internal parts are of corrosion resistant materials. Backflow prevention assembly will be constructed so that all internal parts can be serviced without removing the device from the line. These assemblies are rated to 175 psi water working pressure and water temperatures from 32°F to 140' . All backflow devices must be tested by a Licensed Backflow Prevention Device Tester. Backflow device may be in an enclosure, appropriately located and sized to ensure accessibility for testing. 170-2.10 Valve Boxes. Provide plastic valve box for enclosure of all valves, ten (10) inch minimum or larger. 170-2.11 Gravel. Provide gravel as needed. 170-2.12 Emission Devices. Provide new heads and nozzle assemblies as manufactured by Rainbird, Hunter, or approved equal. Provide drip tubing by Netafim or Rainbird, or approved equal, or as specified in the plans. All emission devices within a zone must irrigate at the same precipitation rate (matched precipitation rate). Emission devices of different types (i.e., spray head, bubblers, drip tubing) shall not be used together within the same zone. 170-2.13 Controller. A weather -based ET controller is typically required per code for irrigation systems, although for temporary irrigation systems, a battery -operated controller such as the I-1iunter Node is acceptable. City of Forth Worth Project No. 101172 X-170-2 Addendum No. 2 Taxiway P Extension Phase 1 ApriI 2, 2020 An automatic rain shut-off device (wired or wire -less) shall be associated with the controller. It must terminate operation of the irrigation system after not more than one-half inch rainfall. This sensor must be mounted in an open location, not obscured by tree branches, roofs, and other overhead obstructions. The controller must be in a secure, weather and vandal resistant enclosure mounted in a location approved by the Engineer. One copy of the seasonal water schedule shall be placed in a plastic sleeve inside the controller enclosure and one copy shall be provided to the Engineer. In the event of mandated water restrictions, the controller shalt be set according to the restrictions mandated by the regulatory agency and kept in compliance until the restrictions change. It may be possible to water outside the mandated schedule providing that the appropriate variance is obtained from the Local Municipality. 170-2.14 Pressure Regulation. The irrigation system shall be designed and installed to operate within adequate pressure conditions. Available static pressure shall be determined by the Contractor before installation. If available static pressure is excessive, the Contractor shall install pressure reducing valve. Pressure reducing valves must be installed in valve boxes. 170-2.15 Water. Source of water may be potable (e.g., fire hydrant) or non -potable (e.g., stream, lake, reclaimed water) if the supply is readily available and dependable. The Contractor shall determine the temporary watering equipment appropriate to meet the performance requirements set forth in this specification. 170-2.16 Qualification of Installer. A Texas -licensed landscape irrigator in good standing, approved by the Owner or his agent, with a minimum of 5 years continuous experience in designing and installing systems of this type, and who is regularly engaged in installing landscape irrigation systems shall be employed by contractor for this Work. 170-2.17 Permits and Inspections. The Contractor shall obtain necessary permits, tests, and inspections, and pay any related fees and taxes required by governing agencies. 170-2.18 Submittals. The submittal requirements for this specification item shall include: 1. Copy of Irrigator's license issued by the Texas Commission on Environmental Quality (TCEQ). 2. Per State of Texas code (Title 30, Texas Administrative Code, Chapter 344, Rules for Landscape Irrigation) the Contractor shall provide the Owner with a watering schedule. This schedule shall be a chart listing zone number, zone flow (gpm), run time (minutes/month), type of vegetation irrigated per zone and type of emission device per zone 3. In the event of mandated watering restrictions, provide a completed variance request approved by Local Municipality. 4. As -built irrigation plan showing all emission devices, valves, controller, backflow prevention device, and sized pipes. 5. Completed irrigation system maintenance checklist (Attachment A). The first sheet of Attachment A is due after the irrigation system is completed, during time of inspection with Owner. The second sheet of Attachment A is due yearly, in the spring when the system is reinitiated during the extended landscape maintenance period. If City of Forth Worth Project No. 101172 X-170-3 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 accepted grass stand is established in less than a year second sheet of Attachment A shall not be required. CONSTRUCTION METHODS 170-3.1 Scope of Work. Design and install a complete and efficient landscape irrigation system which will operate in accordance with the specified equipment manufacturer's recommendations and with state and local codes and regulations. The irrigation system will include: • Temporary meter, backflow prevention, valves. • Rotors or rotary nozzles for seeded revegetation areas. For sloping bank areas, install irrigation at the top of the bank and spray down on to the slope. • All other elements necessary to provide a fully functioning, efficient irrigation system. Temporary irrigation will be kept in place for the entire maintenance/warranty period, and then removed (above ground sections) or abandoned (subsurface sections) by Contractor 170-3.2 Damage to Property. Repair or replace any property damage inflicted during the irrigation installation, without additional charge and before final payment. Included are damages to building, paving, structures, equipment, piping, pipe covering, utilities, sewers, walls, signs, sidewalks and landscaping. The Irrigation Installer is responsible for damage caused by leaks in the piping systems and shall make repairs without charge. 170-3.3 Existing Conditions. Field verify all existing site conditions. By bidding this Work, the Contractor acknowledges that they have satisfied themselves as to the nature of the Work and to the quality of surface and subsurface materials and obstacles insofar as this data is reasonably ascertainable from a site inspection. Failure of the Contractor to acquaint themselves with the available information will not relieve their responsibility of proper estimation of the difficulty or cost of successful performance of the Work. Contractor shall locate all utilities in work area before installation_ Any damage to existing utilities occurring during irrigation installation requiring repair or replacement shall be the Contractor's responsibility. This replacement clause extends to existing trees and other landscape materials proposed for preservation. Verify water supply static pressure and volume as adequate before system installation. Report inadequacies immediately to the Owner or Irrigation Designer of record for resolution. In cases of high pressure, pressure reduction equipment shall be used. The irrigation installation shall account for elevation changes on the site as part of pressure considerations. Irrigation layout shall account for slope on a site. Pipes should run perpendicular to a slope where possible. For temporary irrigation systems, above ground pipes should be secured to slopes every 10 feet in a manner that does not create a safety hazard. Stake temporary, above ground lateral pipes at end points. Determine and verify the location and size of the irrigation meter to be used for this project. Contractor is responsible for the tap, for following state and municipal regulations regarding connection to the water supply, and for obtaining all required permits and inspections. City of Forth Worth Project No. 101172 X-170-4 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 170-3.4 System Design and Layout. Verify location and source of the water meter or tap for irrigation. Perform tests as needed to verify the pressure and volume are adequate to run the system as designed and with full, even and complete coverage. If volume and pressure are less than 50 gpm and 60 psi respectively, notify the Engineer or Irrigation designer immediately before proceeding with the work. When necessary, supplemental water, in addition to the permanent and/or temporary sources, can be provided via water truck or other. This may be needed during times of mandatory water restrictions to provide sufficient water to the landscape. Perform all Work and provide material in aca force at the job site. Where provisions of these specifications shall govern. rdance with the local codes and ordinances in Specifications exceed such requirements, these Installer is responsible for locating valves, piping and fittings relative to existing conditions as the Drawings may show schematic layout only. If a discrepancy in the size and shape of areas to be watered becomes apparent in the drawings at the time of installation, such discrepancy shall be discussed with the Irrigation designer or Engineer before commencement of the installation. Work shall not proceed until design changes have been approved. Should such changes create extra cost, a Change Order for extra compensation shall be obtained in writing from the Engineer before commencing Work. Should such changes create a savings in cost, a written reduction in the contract price shall be approved by the Engineer in writing before commencing Work. All materials shall be installed in strict accordance to the manufacturer's installation specifications. The maximum spacing between emission devices must not exceed the radius of throw recommended by the manufacturer. 170-3.5 Excavation. Excavate as necessary to meet local codes and to complete work. Dig trenches no wider than necessary to lay pipe. Provide trenches of sufficient depth to provide minimum cover above the top of pipe according to manufacturer's specification. If no published specification minimum depth, coverage of 12 inches over lateral lines and 15 inches over main lines. Clearly and visibly flag all open trenches, hole and depressions until adequately filled or repaired. A minimum of two inches of sand bedding may be installed completely around the pipe. Fill to match adjacent grade elevations with approved sandy loam backfill free from rocks and debris in layers not greater than six inches depth. 170-3.5 Pipe Fitting and Assembly. Keep ends of pipe securely closed when Work is not in operation to prevent water and other matter from entering the lines. The routing of the pressure supply lines shall avoid large tree roots and other existing items. Deviate where necessary and install lines to provide coverage without off -setting assemblies from pressure supply lines. The Installer is responsible for being familiar with any and all methods of assemblage, joining and installation of various types of pipe to be used. Adhere in strict accordance with the manufacturer's recommendations. City of forth Worth Project No. 101172 X-170-5 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 Exercise care in handling, loading, unloading and storing plastic pipe and fittings. Make all changes in direction of pipe with fittings, not by bending pipe. Solvent joints. Make sure pipe is cut square and all connecting surfaces are properly cleaned and dry. Apply an even coat of solvent to the outside and inside of the fitting. Insert the pipe quickly into the fitting and turn pipe approximately 1/4 turn to distribute the solvent and remove air bubbles. Hold the joint for approximately 15 seconds so the fitting does not push off the pipe. Using a clean rag, wipe off all excessive solvent to prevent weakening at joint. Exercise care in going to the next joint so that the pipe is not twisted, thereby disturbing the last completed joint. Allow at least 15 minutes set- up time for each solvent welded joint before moving. 170-3.6 Valves. Install valves in 10-inch minimum size plastic valve boxes. Isolation valves shall be set vertically. Remote control valves should be adjusted to provide the proper pressure at the emission device. 170-3.7 Backflow Prevention Devices. Install backflow prevention device as per requirements of Uniform PIumbing Code and Local Municipality Requirements. Provide testing and coordinate inspection of the backflow preventer as required by state statute and as per Local Municipality Requirements. 170-3.8 Sleeves. Provide new sleeves for all locations as needed at pavement or walls before their installation. Install sleeves before the installation of pavement or walls. Extend sleeve pipes 12 inches beyond edges of pavement and cap. Mark locations of sleeves with paint of the pavement or other approved marking. For areas of existing pavement, install sleeves by boring under the hardscape. Sleeves shall be at least twice the diameter of the pipe or wire to be encased. 170-3.8 Emission Devices. Spray heads shall be set back at least six (6) inches from impervious surfaces. In the right-of-way, sprays heads shall be set back two (2) feet from the back of curb. No spray irrigation heads shall be installed on areas less than six (6) feet wide. Instead, drip irrigation is permitted. Sprinklers shall not directly overspray onto non -irrigated areas (e.g., parking lots, sidewalks). All emission devices shall be installed, where applicable, in plumb position, with proper spacing and in locations shown on the plans. 170-3.9 Controller. A weather -based ET controller and associated rain shut-off sensor shall be mounted in locations approved by the Engineer. The controller must be in a secure, weather and vandal resistant, lockable enclosure mounted in a location approved by the Engineer. Contract shall put a sticker on the controller with their company contact information. For temporary irrigation system where access to electricity is a limiting factor, a battery -operated controller such as the Hunter Node is acceptable. 170-3.10 Control Wiring. Control wire shall be of the size and type recommended by the valve manufacturer, with a minimum gauge of 14 AWG. Waterproof connectors shall be used at each splice and placed in a sufficiently sized valve box. 170-3.11 Watering Schedule. Contractor shall provide the Engineer with a chart listing information for each zone, including precipitation rate, gallons per minute (gpm), and run time for each season. City of Forth Worth Project No. 101172 X-170-6 Addendum No. 2 Taxiway P Extension Phase I April 2, 2020 170-3.12 Inspection, Testing and Approval. Do not enclose or cover any Work until it has been inspected, tested and approved per local codes. Where required, contact the Engineer to arrange an inspection. In the presence of the Engineer hydrostatically test the mainline piping system. Test to a minimum psi of 100. Test period shall not be less than 4 hours. Pipe may be tested in sections to expedite the work. Test is acceptable if no leakage occurs during test period. Repair all leaks and retest system for another 4-hour period if necessary. Continue this procedure until all leaks are repaired. After all equipment is installed, test the system for coverage, flow and pressure in the presence of the Owner. Test is acceptable if system operates satisfactorily, with adequate pressure and flow and if all irrigated areas are receiving proper coverage with no overspray onto pavement or buildings. After all required adjustments are made, coordinate with Engineer to obtain an inspection by a Local Municipality Irrigation Inspector, if required. Final Acceptance may be given when all punch list items are satisfactorily completed and, if required, a Local Municipality Irrigation Inspector has approved the job (with all comments acceptable addressed). 170-3.13 Cleanup. Maintain a clean work area during the progress of the Work within reasonable limits of the installation area. Periodically remove all rubbish, debris, etc., from Work site and dispose legally. Upon completion of the Work, remove all construction and installation equipment from the premises; make ground surface level where it has been affected by irrigation system installation; and remove excess materials, rubbish and debris. Immediately replace and thoroughly hand water any plant material and groundcover which may be displaced during installation. METHOD OF MEASUREMENT 170-4.1 Irrigation System (Temporary) shall be measured as a complete system in working order with all the elements necessary to fulfill the landscape design intent. 170-4.2 Water used in the irrigation system and for any truck irrigation of grass and sod shall be measured by the Centum Cubic Foot measured a metered standpipe. BASIS OF PAYMENT 170-5:1 Irrigation System (Temporary) shall be paid at the contract unit price per lump sum, which price shall be full compensation for designing, furnishing and installing all components, flushing and testing waterlines; furnishing and operating equipment;; and labor, tools, incidentals and subsequent removal of system to complete the item as specified. 170-5.2 Water for irrigation will be paid at the contract unit price per Centum Cubic Foot. City of Forth Worth Project No. 101172 X-170-7 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 Payment will be made under: Item X-170-5.1 Irrigation System (Temporary) - per lump sum (LS) Item X-170-5.2 Water for Irrigation — per Centu n Cubic Foot (CCF) MATERIAL REQUIREMENTS ASTM D1785 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and t20 ASTM D2241 Standard Specification for Poly(VinyI Chloride) (PVC) Pressure -Rated Pipe (SDR Series) ASTM D2564 Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping Systems ASTM D2855 Standard Practice for the Two -Step (Primer and Solvent Cement) Method of Joining Poly (Vinyl Chloride) (PVC) or Chlorinated Poly (Vinyl Chloride) (CPVC) Pipe and Piping Components with Tapered Sockets END OF ITEM X-170 City of Forth Worth Project No. 101172 X-170-8 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 ATTACHMENT A TO ITEM X-170 -- IRRIGATION SYSTEM MAINTENANCE CHECKLIST Inrtalliation Corn pletion Data: ^� IFI. P NO-: Project Name:- Addross: TFie frrllc lrr0 Iterns have been provided aad explained to the Irrigation system owner or systern awner's representative. D The manufacturer's manual for the control let. n A seasonal watering schredule. n A list of components that require maintenance and the recommended frequency of maintenance is attached. €:s A permanent. sticker has been attached to the controller indimting the warranty pariad for the irrigation systarn and contact inforrriafi-on. The corrected or n orarin deli r-t plans indicating the actual linslailati0r" and components of the systarrl. n Lotation avid operation of the Isolation WIN, I rrtga.tian system ournedropr€esentatim Date This irrigation system has Ixeen installed in. accordance with all applicable state and local laws, ordinances, rules, regulations or orders. I have tested the system ,and determinedthat it has been installed awarding to the irrigatifon Plan and is properly adjusted for the most efficient applicaWn of w .-ter at this time. 9rir�gat�r's �igroaf�+re do T91-hirilolanSignature- -_ — Bate 1rYxg Irrigation in Texas is regulated by the Texas Commission on F-uvironmental Quality (TCEO) (1,4C -178). P..0. Box 13087, Austin, Texas 78711-3087- TC EQ s web s' is: MWd.tesa.stata.lx_us City of Forth Worth Project No. 101172 X-170-9 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 ATTACHMENT A TO ITEM X-170 — IRRIGATION SYSTEM MAINTENANCE CHECKLIST (CONTINUED) Components Requiring Maintenance Irrigation System: ❑ Winterization ❑ Return to normal service Sprinkler Heads: ❑ Missing heads ❑ Broken heads ❑ Clogged heads ❑ Tilted heads ❑ Heads spraying in wrong direction ❑ Heads too far in or above the ground or vegetation ❑ Water constantly seeping from head(s) ❑ Water spraying in a fine mist ❑ Uneven and incomplete sprinkler coverage u Blocked or misdirected spray pattern ❑ Water spray onto sidewalks, decks, buildings, driveways or the street Controller: ❑ Controller cabinet lock broken ❑ Loose wires (Take care with wires of 110 volt) ❑ Worn wires (Take care with wires of 110 volt) ❑ Dead or old battery ❑ Run time(s) and day incorrect ❑ Rain or moisture sensor (or other technology) disconnected from the controller or ground wire ❑ Controller not programmed for the appropriate season Valves: ❑ Broken or missing valve boxes and covers ❑ Faulty valve electrical connections or dead batteries Back Flow Prevention Device: ❑ Not tested per requirements Drip/Micro Irrigation: ❑ Emitters unconnected from flex line ❑ Flex line unconnected from riser ❑ Micro adjustment nozzle unconnected from flex line and nozzle not intact ❑ Filter strainer clogged ❑ Automatic flush valves not operating properly ❑ Operational pressure is too high City of Forth Worth Project No. 101172 X-170-10 Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 - , 1 FORT WORT" ALLIANCE AIRPORT TAXIWAY P DESIGN FORT WORTH, TEXAS GE©TECHNICAL DATA REPORT Fort Worth Alliance Airport Taxiway P Design Fort Worth, Texas Prepared by: Gorrondona & Associates, Inc. Prepared for: CP&Y, Inc. 1820 Regal Row, Suite 200 Dallas, -texas 75235 Attention: Mr. James A. McKenzie, P.P. October 22, 2018 G&Al Project No. CPY18-0359 GORRONDONA & AsSOCIATES, INC. -TEXAS ENGINEERING FIRM REGISTRATION No. F-7933 Gorrondona & Associates, Inc. October 22, 2018 Mr. James A. McKenzie, P.E. CP&Y, Inc. 1820 Regal Row, Suite 200 Dallas, Texas 75235 Re: GEOTECHNICAL DATA REPORT Fort Worth Alliance Airport Taxiway P Design Fort Worth, Texas G&AI Project No. CPY18-0359 Dear Mr. McKenzie: Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Data Report for the referenced project. We appreciate the opportunity of working with you. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, P.E. Project Engineer Vivek Chikyala, P.E Geotechnical Engineering Manager -Transportation .1/7-Z/,J,oI g 7524lack Newell Blvd. South m Fort Worth, Texas 76118 m 817.496,1424 o Fax 817.496.1768 Gorrondmia tie As-indales. Inc. -Texas Engineering Firm Registration No. F-7933 TABLE OF CONTENTS Page 1.0 Introduction.................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing.......................................................................................................... 3 4.0 Site Conditions................................................................................................................ 4 4.1 General........................................................................................................................4 4.2 Geology....................................................................................................................... 5 4.3 Soil/Rock......................................................................................................................5 4.4 Groundwater............................................................................................................... 7 5.0 General Comments......................................................................................................... S APPENDICES Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - Aerial Photographs Appendix E - USGS Topographic Map Appendix F - Geologic Information Appendix G - Unified Soil Classification System GEOT'ECHNICAL DATA REPORT Fort Worth Alliance Airport Taxiway P Design Fort Worth, Texas 1.0 INTRODUCTION Protect Location. The project is located at the Fort Worth Alliance Airport near Haslet, Texas. The general location and orientation of the site are provided in Appendix A Project Location Diagrams. Protect Description. The project involves the planned construction of a new taxiway located at the western end of the airport. This geotechnical data report comprises the results from the geotechnical field investigation and laboratory testing for the proposed Taxiway P, E and F extensions. Protect Authorization. This geotechnical investigation was authorized by Mr. Christopher D. Coons, P.E. with CP&Y, Inc. and performed in accordance with G&Al Proposal No. P18-0177 dated March 5, 2018. Purpose and Methodology. The principal purposes of this investigation were to evaluate the soil conditions at the proposed site using geotechnical soil borings, perform laboratory testing on the soil samples as directed by the Client and to provide a Geotechnical Data Report containing the general characterization of site geology, geotechnical soil boring logs and the results of laboratory tests. Neither engineering assessments nor engineering analyses were required of Gorrondona & Associates under this scope. Cautionary Statement Regarding Use of this Re ort. As with any geotechnical data report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&AI for clarification. Clarification will be provided verbally and/or issued by G&Al in the form of a report addendum, as appropriate. Report S ecificit . This report was prepared to meet the specific needs of the client for the specific project identified. G&AI Project No. CPY18-0359 Page 1 2.0 FIELD INVESTIGATION Subsurface Investi ation. The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B Boring Location Diagram. 6o,-ina Eosvng Surface papth, Date Drilled GP5 Locatlbn' Nfis: Eiev;Won feet Latitude Longitude Above trnsil bgs' (feet) �32°58'53.53"N J 97°19'12.02"W TB-01 - 679.21 10 7/17/2018 TB-02 679.36 10 7/17/2018 32°58'55.57"N 97°19'11.94"W TB-03 680.15 9 7/17/2018 32°58'57.36"N 97°19'13.37"W TB-04 681.88 10.5 7/17/2018 32°58'59.36"N 97"19'13.19"W TB-0-5 683.40 10 7/17/2018 32°59'1.38"N 97°19'13.16"W TB-06 685.05 10 7/17/2018 32°59'3.18"N 97°19'14.53"W TB-07 686.44 10 7/17/2018 32°59'5.31"N 97°19'14.41"W TB-08 68857 10 7/16/2018 32°59'7.22"N 97°19'14.31"W TB-09 690.42 10.5 7/16/2018 32°5919.04"N 97°19'15.70"W TB-10 693.01 10 7/16/2018 32°59'11.03"N 97°19'15.57"W TB-11 695.90 10.5 7/16/2018 32°59'13.06"N 97°19'15_51"W TB-12 697.21 10 7/16/2018 32°59'14.85"N 97°19'16.84"W TB-13 699.90 10 7/16/2018 32°59'16.85"N 97°19'16.7711W TC-1 686.02 10 7/17/2018 32°59'5.87"N 97°19'12.74"W TC-2 698.11 10 7/16/2018 32°59'17.57"N 97°19'15.13"W TC-3 692.93 10 7/16/2018 32°59'18.29"N 97°19'9.66"W TC-4 691.87 10 7/16/2018 32°59'18.62"N 97°19'7.65"W AR-1 675.95 9 7/16/2018 32°58'50.31"N 97°19'12.96"W AR -2 687.79 10.5 7/17/2018 32°59'5.38"N 97°19'16.06"W AR-3 699.14 10.5 7/17/2018 32°59'17.04"N 97°19'18.47"W Notes: 1. msi = mean sea level. 2. bgs = below ground surface. 3. Boring TC-4 was offset 40-feet to the west to avoid underground utility. Boring Logs. Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Sampling. Cohesive soil samples were generally obtained using Shelby tube samplers in general accordance with American Society for Testing and Materials (ASTM) D1587. 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 undisturbed soils by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. G&AI Project No. CPY18-0359 Page 2 Consistency of Cohesive Soils. 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 undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Sampling. Granular soil samples were generally obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration Test Tex-132-E : Texas Cone Penetration (TCP) test was generally performed in accordance with Tex-132-E, to assess the apparent in -place strength characteristics of the subsurface materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone was driven by a 170-pound hammer dropped 24 inches (340 ft- pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Groundwater Observations. Groundwater observations are shown on the boring logs. Borehole Plugging. Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORY TESTING G&Al performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated below. Test Procedure _I)e'w'iption ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants G&AI Project No. CPY18-0359 Page 3 4.0 SITE CONDITIONS 4.1 General Review of Aeriai Photographs. Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past fill on site. Aerial photographs reviewed for this study are identified below and are included in Appendix D - Aerial Photographs. Aerial Phatographs Revhew&d yg,ar Obw rva lions Since Prior Aerial Photograpl, 1995 N/A 2001 Taxiway G Addition 2003 Taxiway P Addition 2005 Unchanged. 2008 Unchanged. 2009 Unchanged. 2011 Unchanged. 2013 Unchanged. 2015 Unchanged. 2016 Unchanged. 201$ Unchanged. _ G&Al Project No. CPY18-0359 Page 4 Site Fills. Aerial photographs indicate that some areas of the site may have been used for agricultural purposes. Therefore, we would expect surficial disturbance of site soils. our review revealed no obvious areas of significant fill on -site. Limitations. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. Topograph1. A United States Geological Survey (USGS) topographic map of the site is provided in Appendix E - USGS Topographic Map. 4.2 Geology Geologic Formation. Based on available surface geology maps and our experience, it appears this site is located in the Fort Worth Limestone and Duck Creek Formation, undivided near a mapped contact with Pawpaw Formation, Weno Limestone, and Denton Clay, undivided. A geologic atlas and USGS formation description are provided in Appendix F - Geologic Information. Soils and rock within the Fort Worth Limestone and Duck Creek Formation, undivided can generally be characterized as limestone and marl with residual lean-to fat clays. Soils and rock within the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided can generally be characterized as limestone and marl with residual lean-to fat clays. Geologic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil/Rock Strati&raphy. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USGS are presented in Appendix G - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. SPACE LEFT INTENTIONALLY BLANK G&AI Project No, CPY18-0359 Page 5 Generalized 5tjbs{arfaLe GondMons along the proposed Taxlway P rxtenslon '(Aft-2, AR-3, T8-01 to T$-13 and IC-1) Ngnainal Depth. fieeC hgs {.Except as Noted General Detailed oescrlptloe of top of Bo#torn of pescriPtlnn Soils/Materials rznmunter&d yer Layer -.. 0 3 to 10 FAT CLAY Stiff to hard FAT CLAY (CH) / SANDY FAT CLAY (CH). 3 9 to 10.5 LEAN CLAY Stiff to hard LEAN CLAY (CL) / SANDY LEAN CLAY (CL). EXCEPTION: TB-11 - Very dense CLAYEY GRAVEL WITH SAND (GC from 5 to 6.5 feet. Note: Boring Termination Depth = 9 to 10.5 feet Gaper ilized Subsurface Conditions along the ProRosed Taxlveay P Extension (AR-1, TC-2, TC-3:and TC-4) Momirral Depth, feet fags (Exce#t as Note) General Description Detailed DescrfP#inn of Soils/Materials Encountered Top of Elettom of Layer Layer LEAN CLAY - — -- - — — - -- stiff to hard LEAN CLAY (CL) / SANDY LEAN CLAY (CL) and 0 5 to 10 FAT CLAY hard FAT CLAY (CH). 5 9 to 10 VARIABLE Stiff to hard LEAN CLAY (CL) / SANDY LEAN CLAY (CL), dense to very dense CLAYEY GRAVEL WITH SAND (GC), hard FAT CLAY (CH) and firm to hard CLAYEY SAND (SC). Nate: Boring Termination Depth = 9 to 10 feet bgs. Swell Potential based on Atterberg Limits. Atterberg (plastic and liquid) limits were performed on 37 shallow soil samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 11 and 60 with an average of 33 indicating that the soils have a moderate to high potential for shrinking and swelling with changes in soil moisture content. Linear Shrinkage. Bar linear shrinkage tests were performed (TEX-107-E) for this project. The results are included in Appendix C - Boring Logs and Laboratory Results. Soluble Sulfate Testing. Soluble sulfate testing (TEX-145-E) was performed for this project. The results are included in Appendix C - Boring Logs and Laboratory Results. Based on the results of laboratory testing, the soluble sulfate content measured on the samples tested is considered relatively low. Soil Lime Testing. Results of the admixing lime to reduce the plasticity index of soils per (TEX-112-E) are included in Appendix C - Boring Logs and Laboratory Results. CBR Test Results. G&AI performed five California Bearing Ratio (CBR) tests in accordance with ASTM D1883 on two composite subgrade samples obtained within the upper 3-feet of soil along the proposed project alignment. The method of compaction was in accordance with ASTM D1557. The samples were compacted near optimum moisture content and soaked prior to penetration. Results of the CBR test performed for this project are G&AI Project No. CPY18-0359 Page 6 summarized in the table below. CBR test results are also provided in Appendix C - Borings Logs and Laboratory Test Results. Lncatl xn Source Description Maxlmurn Dry Optimum Mojsture Ven5ity+ (pcfi Content (%) AR-1 and TB-1 Composite Sample FAT CLAY 107.0 16.4 J (0 to 3 feet) TB-4 and AR-2 Composite Sample FAT CLAY 106.9 16.1 (0 to 3 feet) Location Source Onw .ription percent {V Wa Wre MdMlinum S%VelI cult Maximum Content Ivry Qenslty AR-1 and TB-1 Composite FAT CLAY 97.4 16.0 0 3 9 (0 to 3 feet) Sample 1 4 6 3 2 AR-1 and TB4 Composite FAT CLAY 97.2 17.5 (0 to 3 feet) Sample 2 4.3 3.1 AR-1 and TB-1 Composite FAT CLAY 98.1 17.6 (0 to 3 feet) Sample 3 IS 2 6 TB-4 and AR-2 Composite FAT CLAY 97.4 14.9 (0 to 3 feet) Sample 1 14.4 7.7 2.3 TB-4 and AR-2 Composite FAT CLAY 97.5 (0 to 3 feet) Sample 2 Subgrade Modulus. Per the 2016 FAA advisory circular (AC) 150/5320-61' provided by the client, the strength of the subgrade may be measured from CBR tests. For rigid pavements, the strength of the subgrade is ideally measured by a plate load test, which gives the modulus of subgrade reaction (k-value). The elastic modulus E can be estimated from the k-value using the equation provided in paragraph 2.5.4. In lieu of the plate bearing test, the k-value may be estimated from the CBR per section 3.14.4 of the AC. 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No, TB-02 TB-03 TB-04 deptkr'Gtuundwater Irilxially l Groundwater pepth after 15 Minutes En�auntered lteet, bgs) _ {feet. bgs) _ Not Encountered Not Encountered Not Encountered Not Encountered Not Encountered Not Encountered Not Encountered Not Encountered G&AI Project No. CPY18-0359 Page 7 Daring No. Depth Groundwater Initially Ennauntered (feed, bgs) [groundwater aeptl7 after 15 Minutes _ (feet, bgs) _ TB-05 Not Encountered Not Encountered TB-06 Not Encountered Not Encountered TB-07 Not Encountered Not Encountered TB-08 Not Encountered Not Encountered TB-09 Not Encountered Not Encountered TB-10 Not Encountered Not Encountered TB-11 Not Encountered Not Encountered TB-12 Not Encountered Not Encountered TB-13 Not Encountered Not Encountered TC-1 Not Encountered Not Encountered TC-2 Not Encountered Not Encountered TC-3 Not Encountered Not Encountered TC-4 Not Encountered Not Encountered AR-1 Not Encountered Not Encountered AR-2 Not Encountered Not Encountered AR-3 Not Encountered Not Encountered Long-term Groundwater Monitoring. Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings. Groundwater Fluctuations. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. 5.0 GENERAL COMMENTS The observations contained in this report are based on site conditions as they existed at the time of the field investigation and 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 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 should be promptly informed and retained to review our report to determine the applicability of the data, considering the changed conditions and/or time lapse. This data report has been prepared for the exclusive use of the Client and their designated agents for the specific application to design this project. We have used that degree of care G&AI Project No. CPY18-0359 Page 8 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. G&AI Project No. CPY18-0359 Page 9 Appendix A - Project Location Diagrams aT IL lop IL 21. x �' d. �•.. Yam+ * �_ r#`` .,0� - r' ; .4;7A1 - •_ t� i. ;tier,_ rt.a 7 ,r w pr- fD CLVr 10 " may'' _ "'�' ° .r �• ,� " � rl VhL =a, ; a #� I rl, ' •9 -r : �, Top' ie ��".�• ...- _'*i•"`-� Lam' '� n� � sa [7 ' ' i f 7f J t - Appendix B - Boring Location Diagram � N N N N N N CMH N N N Z 0 QE F. 1!) m�nv�onnmMla N lC! V I{� Ul Ifs N z a O ❑ 0 Z U U U U � a of W W N H F H 4 a a O m co (q M N M M N N M M N N M M N N M M N N M N Q U z o o rn m rn m w rn n n J K �On1=�I�nl�nnnn z Q' O ❑ m U�Nm v; conmrn� a m y52i "1gER194..AMa �1 LL ��-V�Uif 2fbEf19334 hM-� . I 1 I M N U i i l Ami 0 U 2 Q Fsnsi �v 3n I (if Of f I.I. 0 IIIF I z O O F- ' M "! pis Q�. \ i \ j1 I 3 W \ O Izz aa� j 1 ¢ 3 �\ 1 _ ... z o N o W 4.. w 1 O AMi , ." ... ... ...... - 'if Gilt r (Y) k , ODO- ' I LM p tij o is5 !I ii I� i II O, la A av n `�� n' ° r e H ti + u -- rr ce-ri] oa co 4fJ j � �� rn k Appendix C - Boring Logs and Laboratory Results Boring Lags Gorrondona & Associates, Inc. BORING NUMBER ► R-1 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport TaxiwaV P Design PROJECT NUMBER OPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7116/18 COMPLETED 7/16/18 GROUND ELEVATION 675.95 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32'58'50.31" N Longitude: 97'19'12.96"W AFTER 24 HR Not Measured ATTERBFR(3 r U w o �- F� z a Z� a) atia �F LIMITS w o a O MATERIAL DESCRIPTION �w 0� ' 0_ U Lu > 0 z-i 0 ¢ H u3 Q ,a~ N Q m F z 7 z L5 uJ M U F r c� W z 0 ov g cL� ~ O� na0� Ue pv E a N �" OF- cam ¢J f--0 C) W ¢z < W UZ O U0 U o �O �w ¢Z o ° a c� a a z LL ❑.0 LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Stiff to hard, brown, with weathered limestone seams. ST 4.50+ 12 SS 17-19-20 4 42 20 22 (39) 2.5 SS 13-11-11 9 (22) 5.0 ST 4.50+ 17 SS 43-16-16 13 79 (32) 7.5 .50+ ST 9 32 17 15 67 Bottom of hole at 9.0 feet. CP 50(1.25") 50(0.25"11 c� w g LL w CL U H w s w ir a a LL w a U H Gorrondona & Associates, Inc. 7524 Jack Newell Boulevard South, PAGE 1 OF 1 �G Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth Texas. DATE STARTED 7117118 COMPLETED 7117118 GROUND ELEVATION 687.79 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN, Not Encountered NOTES Latitude: 32°59'5.38" N Longitude: 97°19'16.06"W AFTER 24 HR Not Measured ATTERBERG w o z N w o LIMITS W U o > _ cqw Lu d ui Z NV mn _ �F z Uj a O MATERIAL DESCRIPTION w U gy p¢ OUP w 1 Q rn Z Q m m U w U �J �z mOZ CYiv p v U ? C) C U) �� CO d 0 U fA a li 0.0 FAT CLAY (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 4.50+ 18 2.5 ST 4.50+ 24 26 77 26 51 92 5.0 ST 2.25 LEAN CLAY (CL)1 LEAN CLAY WITH SAND (CL) - Stiff to very stiff, light brown, with calcareous nodules. ST 3.25 19 75 7.5 ST 2.75 16 SS 12-11 A 0 22 35 20 15 88 10.0 Bottom of hole at 10.5 feet. 0 c� ui r a- w a 0 a U W 0. U U a J c9 a m r z c9 M 9 0 U 0 LU Of Uj Uj a Uj r- d c} Gorrondona & Associates, Inc. BORING NUMBER AR--3 �7524 Jack Newell Boulevard South, PAGE 1 OF 1 . Fort Worth, TX 76118 I Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design. PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Arr ort Fort Worth Texas. DATE STARTED 7/17/18 COMPLETED 7117118 GROUND ELEVATION 699.14 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'17.04"N Longitude: 97°19'18.47"W AFTER24 HR Not Measured ATTERBERG (� w o i- _ 0)CL1 z w w m �� �, w o OfZ LIMITS z ua t a.O xC7 MATERIAL DESCRIPTION �00 w O U w❑ � 0 6ZJ O � ¢ ♦- w � ¢y � � NLw rn � � �— z n =Z rp w � t- U � � U UU w ¢� � a❑ O� m0� X" Q E m o ❑U Oz ❑� �� �uXi Fo cn ❑ 2Z wV Uz UO Or Uc� Ua �O q-' Jz z a ❑ U ngJ d ii 0.0 FAT CLAY (CH) - Stiff, dark brown, with calcareous nodules. ST 3.00 12 56 21 35 95 2.5 ST 3.00 24 LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Very stiff to hard, light brown, with calcareous nodules and weathered limestone seams. 5.0 ST 4.50 + 22 ST .50+ 16 7.5 4.50+ ST 16 43 18 25 68 SS 11-17-19 12 10.0 (36) Bottom of hole at 10.5 feet. BORING NUMBER TB-0 i Gorrondona & Associates, Inc. 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport TaxiwaV P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Air art Fort Worth Texas. DATE STARTED 7117118 COMPLETED 7117l18 GROUND ELEVATION 679.21 ft HOLE SIZE CONTRACTOR Strata Bore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Stratabore CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32`58'53.53"N Longitude: 97'19'12.02"W AFTER 24 HR Not Measured ATTERBERG W a z W W a ? m Wit- LIMITS z t=- ac7 Wrn v w� oz3 o- � Z N� a S :� z �W W ❑� r� % Ux z o0 is ¢ p MATERIAL DESCRIPTION ii ? F O CY m o W V "¢ o N S A of ww V ¢Z U? p vio U T 2O J aJ J z U) 0' n. o v a ii 0.0 FAT CLAY (CH) - Hard, dark brown, with CalCareouS nodules. ST 4.50+ 16 2.5 ST .50+ 17 69 26 43 85 SS 19-33- 9 LEAN CLAY WITH SAND (CL) - Stiff to hard, light brown, with calcareous nodules and 48/6" weathered limestone seams. 5.0 8-13-10 SS 29 (23) 7.5 SS 6-33-5012" 17 35 18 17 18 SS 9-13-50/2" 10.0 Bottom of hole at 10.0 feet. BORING NUMBER TB 02 Gorrondana &Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth Texas. DATE STARTED 7117118 COMPLETED 7117/18 GROUND ELEVATION 679.36 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD _Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Stratabore CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°58'55.57" N Longitude: 97a19'11.94"W AFTER 24 HR Not Measured ATTERBERG 1-- ua o z w w �, r o > a 67 Q 5 W LIMITS } W � _ � a_} F W Wm OZ W Q U ~JX 0 \' U a MATERIAL DESCRIPTION LLI > � > Oz WO a O� Z 0 W 0 a~hi7Z CO) �O mz W❑ Z U a U a LL 0.0 FAT CLAY WITH SAND (CH) - Hard, dark brown, with calcareous nodules and limestone fragments from 2 to 4 feet. ST 4.50+ 18 2.5 ST 19 62 25 37 82 LEAN CLAY WITH SAND (CL) - Stiff to hard, F light brown and tan, with calcareous nodules and weathered limestone seams. 16-14-11 15 SS (25) 5.0 0 h Q C7 ui H 3 > SS 6014" 9 u.i a a 0 U 7.5 F 'a 6 O a Z K O ro z SS 11-8-33 21 M (41) W } 10.0 Bottom of hole at 10.0 feet. Uj Uj 3 a w LLLL-1-1 a U r BORING ivUMBERTB-03 Gorrondona&Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, ( Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth Texas. DATE STARTED 7/17118 COMPLETED 7117/18 GROUND ELEVATION 680.15 ft HOLE SIZE CONTRACTOR Strata Bore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°58'57.36"N Longitude: 97'19'13.37"W AFTER 24 HR Not Measured ATTERBERG t— w o z CO) LIMITSLu = U �w w w w❑ �z� ¢L °' ?z U �X 0Oro a a o- O MATERIAL DESCRIPTION _ a 0 > C7 0� a ¢ w � Y ci �' _ '� m F ❑ ~ co w v w� ¢� a❑ <z ~ O� MO> [�z O O E o Oz Ua �O 0; ¢� r~n❑ ' Z cn ❑ O ¢ w a 6� ❑ U �J a � z a u 0.0 - FAT CLAY WITH SAND (CH) - Stiff to hard, dark brown, with calcareous nodules. ST 4.50+ 2.5 ST 4.50+ T a L� 5.0 ST 2.00 w LEAN CLAY WITH SAND (CL) - Stiff to hard, light brown, with calcareous nodules and weathered limestone seams. w F- +Q- Q O 4.50+ 'a r 0 z SS 12-27- 5013" 0 a F 7.5 z c� M 0 a6 SS 5 5015" 0 w 5 w Bottom of hole at 9.0 feet. r Q a ul w r a 0 BORING NUMBER TB-04 Gorrondona &Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, t� tf Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7117/18 COMPLETED 7/17118 GROUND ELEVATION 681,88 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: Flight Auger INITIALLY METHOD Continuous ENCOUNTERED Not Encountered Braden Fleet CHECKED BY LG AFTER LOGGED BY 15 MIN. Not Encountered NOTES Latitude: 32°58'59.36" N Longitude: 97'19'13.19"W AFTER 24 HR Not Measured ui o �^ F� z a Z y� �n r m o D~ ATTERBERG LIMITS r w O^ } 2 F U� = C9 m D_ ill U DESCRIPTION Wd ]0 �Z� OZQ w Q m.«L+ .� m Z n FW t/) O� (,� �— IU-X W U` o p r MATERIAL �? O o' m O� v_ 0O v U m } z ¢ Ch U) 0 �Z U W UZ O r o U (A d �O U - -aJ p QZ Z z 0- Q~ 0.0 FAT CLAY (CH) - Hard, dark brown, with calcareous nodules. ST 4.50+ 17 2.5 ST 4.50+ 18 71 24 47 96 17 5.0 ST 4.50+ a N H LEAN CLAY WITH SAND (CL)1 SANDY LEAN w 3 CLAY (CL) - Very stiff to hard, light brown, with calcareous nodules and weathered limestone seams. ST 4.50+ 15 a ra - � 7.5 r a c� 0 Z ST .50+ 14 48 19 29 51 a 0 m z c� 12-12-12 7 m SS (24) 10.0 a c] ❑ w Bottom of hole at 10.5 feet. w a w F a u BORING NUMBE'41 TH-05 Gorrondona &Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, tau 11 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport TaxiwaV P Desi n PROJECT NUMBER OPY18-0359 PROJECT LOCATION Alliance Airport Fort Worth Texas. DATE STARTED 7117118 COMPLETED 7/17118 GROUND ELEVATION 683.40 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: Continuous Flight Auger METHOD INITIALLY ENCOUNTERED Not Encountered Braden Fleet CHECKED BY LG LOGGED BY AFTER 15 MIN. Not Encountered NOTES Latitude: 32'59'1 38" N Longitude: 97°19'13.16"W AFTER 24 HR Not Measured w a ar — =z- ATTERBERG LIMITS 1— =a U n 2ww D� pWz Q DESCRIPTION � 0� C'ca ° } � � — vMATERIAL ~❑ LU z O U Oz 20 C¢ =i Z WU¢❑ C7 a zQ 0.0 FAT CLAY (CH) - Hard, dark brown and brown, with calcareous nodules and iron nodules. ST 4.50+ 14 2.5 ST 4.50+ 17 66 25 40 90 4.50+ 17 92 5.0 ST N O f' ❑ c� W g ul W ST 4.50+ 19 LEAN CLAY (CL) - Hard, light brown, with o U 7.5 calcareous nodules. a C7 U i U Z D r ST .50+ 13 48 19 29 86 z c� 4 S 10.0 0 Bottom of hole at 10.0 feet. W LU g 0. LU W H a U H BORING NLIMBFR iS-06 Gorrandona&Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMSER CPY18-0359 PROJECT LOCATION Alliance Airport Fort Worth Texas. DATE STARTED 7117/18 COMPLETED 7/17/18 GROUND ELEVATION 685.05 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'3.18" N Longitude: 97'19'14.53"W AFTER 24 HR Not Measured ATTERBERG r w Z w w a_ z_ m e �.Q � w o ? LIMITS r H ce w 7Cn O w � n r F- FUaw❑z C)¢ a aMATERIAL DESCRIPTION � O mD E n Oz a¢ a z d O o —o Cn < z 0.0 FAT CLAY (CH) - Hard, dark brown, with calcareous nodules and iron nodules. ST 50+ 17 2.5 ST 4.50+ 19 84 25 59 90 5.0 ST 4.50+ 21 a 0 C- a q W Uj ST 4.50+ 22 73 24 49 93 a U 7.5 H a C7 °o Light brown below 8 feet. J Z K 0 ST 4.50+ 22 m 4 ao 10.0 Bottom of hole at 10.0 feet. 3 a a U r BORING NUMBER TB,07 Gorrondona &Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 PROJECT NAME Alliance Airport Taxiway P Design _ CLIENT CP&Y Inc. PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas, DATE STARTED 7/17/18 COMPLETED 7117118 GROUND ELEVATION 686.44 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'5.31"N,Longitude: 97°19'14.41"W AFTER 24HR Not Measured 77 ATTERBERG w o z �, N 7r ul C'� ~Z LIMITS z LU _ 1—� i7 �m w dLu 0 �ZJ ��` Q U °�Q W >� �L '�- Z to "j j} U j Q� FF Uw O� U- is 0-0 MATERIAL DESCRIPTION a? >° M O m O> Y` p u E m p v D— O z ¢ U) 0 CO 0 �Z UV °? p h a o U a� 20 °W U �1 iJ �Z a Z N ° a 0.0 FAT CLAY (CH) - Hard, dark brown, with calcareous nodules. ST 4.50+ 16 2.5 ST 4.50+ 19 93 LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Stiff to hard, light brown, with calcareous nodules and weathered limestone 17-17-14 9 seams. SS (31) 5.0 A V L SS 14-31-18 14 29 18 11 69 (49) g 4 7.5 SS 15-40- 17 .y 5013" EL c� 0 0 J Z 0 m SS 13 12 20 48 22 26 82 N (9 22 O m 10.0 Bottom of hole at 10.0 feet. Q 5 w a W UjJ—LLLLU H 0. U F- BORING NUMBER TB-08 Gorrondona &Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, ..' Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECTNAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Air ort Fort Worth Texas. DATE STARTED 7116118 COMPLETED 7116/18 GROUND ELEVATION 688.57 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Fncountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32"59'7.22"N, Longitude: 97°19'14.31"W AFTER 24 HR Not Measured ATTERBERG w o z �, �.0 w o LIMITS r �? �U DESCRIPTION W 0 OlN >a � ~D�2U~ua X O � C) a_ a O MATERIAL OmO> L) O U O z (3 7i ¢.1- O C7 7iZ ¢ U UZ u1 O O N �O U (4 a V 7 JJ ¢Z a_ Z co a a_ U- 0.0 FAT CLAY WITH SAND (CH) - Hard, dark brown, with calcareous nodules. ST 4,50+ 15 2,5 S.T .50+ 16 68 25 43 84 LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Stiff to hard, light brown, with calcareous nodules and weathered limestone 18-20-13 7 seams. SS (33) 5.0 9-7r9 13 m SS (16) a N O W 3 F SS 3-7-12 (19) 13 h 0 U 7.5 H SS 3-5014" 12 42 16 26 63 c� 0 z z W a m M SS 12-5013" 13 a 57 10.0 11 Bottom of hole at 10.0 feel. Q CP 12(6") uWi 11(6") cr tE J R LU W H a U H BORING NUMBER TB-09 Gorrandona &Associates, Inc. PAGE 1 OF 1 7524 Jack Newell Boulevard South, Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 PROJECT NAME Alliance Air ort Taxiway P Design CLIENT CP&Y Inc. PROJECT LOCATION Alliance Airport, Fort Worth Texas. PROJECT NUMBER CPY18-0359 DATE STARTED 7116118 COMPLETED 7/16/18 GROUND ELEVATION 690.42 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: INITIALLY ENCOUNTERED Not Encountered METHOD Continuous Flight Au er LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32"59'9.04"N Longitude: 97°19'15.70"W AFTER 24 HR Not Measured ATTERBERG w o W ? w a �- LIMITS F- n- w W rqW 0.. 'mv c-' �. �H }. ZCL = a.p MATERIAL DESCRIPTION wm Lu.� U iC1 O�Q W �, zt- f- r � Y` m `rn ❑ Z n r~nw o Q� Uw t- d �� z p O z U p- U m o U m 0 zz 0 J g ¢ z -Z w U ¢ wv a Ucn " U a k 0.0 FAT CLAY WITH SAND (CH) - Hard, dark brawn, with calcareous nodules. ST 4.50+ 14 2.5 ST 4.50+ 16 65 24 41 80 ST 4.50+ 17 5.0 With gravel from 5 to 6 feet. N Q ST 4.50+ 12 ❑ w LEAN CLAY WITH SAND (CL)1 SANDY LEAN CLAY (CL) - Stiff to hard, light brown, with w calcareous nodules and weathered limestone 8-10-14 16 49 19 30 84 Uj seams. SS (24) a a CL 7.5 a SS 7-32-5014" 4 0 J Z Q m 18-13-12 m SS (25) 10.0 U ❑ Bottom of hole at 10.5 feet. s w a Uj w L a U F - 0 D a w H J a tu w a U F- Gorrondona & Associates, Inc. BORING NUMBER TB-10 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0369 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7/16118 COMPLETED 7116118 GROUND ELEVATION 693.01 ft HOLE SIZE CONTRACTOR Strata Bare GROUND WATER LEVELS: METHOD Continuous Flight Auger_ INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'11.03°N Longitude: 97'19'15.57"W AFTER 24 HR Not Measured ATTERBERG � o z w W a LIMITS w } U m aOf wo oI-- u,W a z N n. �aH Z ^o a W a p w MATERIAL DESCRIPTION U 7 a o� Oz—j u wO U a mom O ��U ❑ ZWO Q cn❑ Cl) a v U -j 0.0 FAT CLAY (CH) - Hard, dark brown, with calcareous nodules. ST .50+ 22 2.5 ST 4.50+ 21 73 25 48 88 LEAN CLAY WITH SAND (CL) ! SANDY LEAN CLAY (CL) - Stiff to hard, light brown and tan, with calcareous nodules and weathered limestone seams. 5.0 ST 4.50+ 20 ST 7.5 SS 10-13-16 16 37 15 22 80 9-19-21 11 SS (40) 10.0 Bottom of hole at 10.0 feet. Gorrondona & Associates, Inc. 13OR! G NUMBERTB-11 7524 Jack Newell Boulevard South, PAGE 1 OF 1 { Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7/16/18 COMPLETED 7/16118 GROUND ELEVATION 695.90 ft HOLE SIZE CONTRACTOR Strata Bore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'13.06" N Longitude: 97'19'15.51"W AFTER 24 HR Not Measured ATTERBERG F— a 2 LIMITS 0 I�a0—�1 C7 m > W(3 oz ¢ ¢ -E a) z z ^ ° OMATERIAL DESCRIPTION > � ZD ¢ w ¢ a } w af U U z O 0— CO ? COnw a �� o �0 ¢w 0.0 a u. FAT CLAY (CH) - Hard, dark brown, with calcareous nodules. ST 4.50+ 13 2.5 ST 4.50+ 15 55 21 34 94 With gravel from 4 to 5 feet. ST 4.50+ 17 5.0 CLAYEY GRAVEL WITH SAND (GC) - Very dense, tan. SS 22-35-28 5 53 18 35 22 (63) LEAN CLAY WITH SAND (CL) - Very stiff to hard, light brown, with calcareous nodules. SS 13-17-19 12 7.5 (36) ST 4.50+ 10 SS 16-24-32 13 10.0 (56) Bottom of hole at 10.5 feet. Gorrondona&Associates, Inc, BORING NUMBER TB-12 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER OPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7116118 COMPLETED 7/16/18 GROUND ELEVATION 697.21 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59`14.85"N, Longitude: 97°19'16.84"W AFTER 24 HR Not Measured ATTERBERG f W a o z v N W o LIMITS w U a � m a Lu uaru �z� a E z ¢= U �a �` �z z z O W a o MATERIAL DESCRIPTION a O o j Y U V Q 5, c N Q Q r r U o ❑ ¢z w moz 0 U O C Q Qz ul a O a a o C) a a 0.0 FAT CLAY (CH) I FAT CLAY WITH SAND (CH) - Hard, brown and tan, with calcareous nodules and iron nodules. ST .50+ 10 2.5 ST 4.50+ 16 69 22 47 87 5.0 ST ,50+ 15 4.50+ 18 72 ST 7.5 CLAYEY GRAVEL WITH SAND (GC) - Very dense, tan, with weathered limestone fragments, ST 4.50+ 14 54 20 34 20 10.0 Bottom of hole at 10.0 feet. n w a w J a LU w F- a U F- - -� Gorrondona & Associates, Inc. 13©RING NUMBER TB-13 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7116/18 COMPLETED 7/16/18 GROUND ELEVATION 699.90 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32'59'16.85"N, Longitude: 97°19'16.77"W AFTER 24 HR Not Measured ATTERBERG C}L o Z uj a LIMITS w 0 Ljj E Z O o Ua O -SCRIPTIONm omO v n �, C N HL F w oZ J ¢ O a 20z � ¢z €uG N ' a s EL 0.0 FAT CLAY (CH) - Very stiff to hard, dark brown, with calcareous nodules. ST 4.50+ 19 2.5 ST 3.75 21 70 20 50 94 5.0 4.50+ ST 18 LEAN CLAY WITH SAND (CL) - Hard, light brown and tan, with calcareous nodules and weathered limestone seams. ST 4.50+ 18 42 19 23 77 7.5 ST 4.50+ 18 10.0 Bottom of hole at 10.0 feet. a W ii cc W J IL W W I - a U F- Gorrondona & Associates, Inc. BORING NUMBER TCd1 7524 Jack Newell Boulevard South, PAGE 1 OF 1 r , Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport Fort Worth Texas. DATE STARTED 7117/18 COMPLETED 7117/18 GROUND ELEVATION 686.02 If HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'5.87"N, Longitude: 97°19'12.74"W AFTER 24 HR Not Measured ATTFRBFRG r CL w � m N w o LIMITS w U � ~ E- �w �^ F-� ti_ ua Z N� �Q �� of z 0-0 MATERIAL DESCRIPTION W 00 �� U W i� O Z ��Q n W»-. 7 ...._. �' .c a� �' cN z Z �W F �_.� x UW O U� W ❑ J o r o� mO� E ur o �Q _� �� I—❑ (7 ¢Z W VZ O 0 U 2i0 TiJ gJ aZ p1 fn a a A U o a 0.0 LL FAT CLAY (CH)1 SANDY FAT CLAY (CH) - Stiff to hard, dark brown to light brown, with calcareous nodules and weathered limestone seams below 8 feet. ST 4.50+ 17 2.5 ST 4.50+ 19 76 24 52 86 SS 12-36-12 9 5.0 (48) SS 15-11-9 17 (20) 7.5 SS 20-15-14 21 (29) V-9 20-5016" 18 51 20 31 61 10.0 Bottom of hole at 10.0 feet. Gorrondona & Associates, Inc. ®RING NUMBER TCa2 7524 Jack Newell Boulevard South, PAGE 1 OF i Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7116118 COMPLETED 7116118 GROUND ELEVATION 698.11 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auqer INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'17.57"N, Longitude: 97'19'15.13"W AFTER 24 HR Not Measured ATTERBERG I — a z m y a LIMITS w c} > t �� c� �w a of W a ��� �z a- z a Nv ._� E �, �� �F �z z p MATERIAL DESCRIPTION m a 2 F o m j H Y ti �-F o N ?� r j� Lu o o< (7 o a Q Ua �J COZ Qz Q Ufa �U �J � W cn tY a C) U e Z 0.0 d u- FAT CLAY (CH) - Hard, dark brown. ST 4.50+ 14 LEAN CLAY WITH SAND (CL) - Hard, light brawn, with calcareous nodules. ST 50+ 5 SS 19-23 29 8 37 15 22 74 2.5 (52) SS 18-26-38 6 (64) 5.0 CLAYEY GRAVEL WITH SAND (GC) - Dense SS 5016" 11 to very dense, tan and brown, with weathered limestone and clay seams. SS 13-17-22 10 18 (39) 7.5 SS 19(57)28 11 44 17 27 20 ST 1.25 7 10.0 Bottom of hole at 10.0 feet. - Gorrondona & Associates, Inc. BORING NUMBER TCd3 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth Texas. DATE STARTED 7/16118 COMPLETED 7116118 GROUND ELEVATION 692.93 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32"59'18.29"N, Longitude: 97°19'9.66"W AFTER 24 HR Not Measured ATTERBERG F- } z m N w o LIMITS uzi �D a- Z a �n FZ JUi yyIU-. X z aO MATERIAL DESCRIPTION m U wC� oZJ ] z a¢ a w U ffOo o O z�z a mV CY¢z wa 0 20 <— z O o 0.0 d ii LEAN CLAY (CL) - Hard, light brown, with calcareous nodules. ST 4.50+ 12 ST 4,50+ 12 2.5 ST 4.50+ 11 40 17 23 86 FAT CLAY (CH) - Hard, light brown and tan, with calcareous nodules and iron nodules. ST 4.50+ 13 5.0 N ry O_ ST 4.50+ 13 ui D- LU LU o LEAN CLAY (CL) - Very stiff, light brown and n 7.5 tan, with calcareous nodules and iron nodules_ ~ 9-15-21 11 41 16 25 87 �? SS (36) 0 0 J Z 0 O CO Z SS 7-12-22 12 M (34) r 10.0 Bottom of hole at 10.0 feet. LU rw- a a w f- a U H Gorrondona &Associates, Inc. BORING NUMBER TC-4 ` ' 7524 Jack Newell Boulevard South, PAGE 1 OF 1 Fort Worth, TX 76118 Office: 817-496-1424; Fax: 817-496-1768 CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Design PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas. DATE STARTED 7/16118 COMPLETED 7/16/18 GROUND ELEVATION 691.87 ft HOLE SIZE CONTRACTOR StralaBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Latitude: 32°59'18.64" N, Longitude: 97'19'6.95"W AFTER 24 FIR Not Measured ATTERBERG F �� }_ cnu� Z N �a Eu� LIMITS w ]---.� 2� a O MATERIAL DESCRIPTION -j 2 0. V uia > d 0ZJ O ¢ >-� w� m �� a, C N - � z �Z w❑ F U t— �� i- U X Z O La.0 oy �� a- ~ O� J m�Z Yv �V Em N a cn� �� �W U� u p O U `' 2' �d J QJ aZ W U[q Z �.� d LEAN CLAY (CL) - Stiff to hard, light brown, with calcareous nodules. ST 4.50+ 9 ST 4.50+ 9 42 16 26 90 2.5 SS 7-12-12 11 (24) ST 4.50+ 15 5.0 ST .50+ 13 I CLAYEY SAND (SC) - Firm to hard, light brown and tan, with weathered limestone i fragments and clay seams. ST 1.25 17 42 7.5 SS 12-9-10 10 (19} ST 4.50+ 17 43 19 24 30 10.0 _ Bottom of hole at 10.0 feet. Sieve Analysis Particle Size Distribution Report doo C C O P P O O V O 4t *k 100 I I I I I I I I I I I I I I I I I I I I 3 I I I I I I I I I I I I I E I I I I I I I I I I I I I I I I I I I I I I I I go 1 II 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 1 I I I I I I I I E 3 I I I I I I I I I I E I I I I 1 I 3 I I I I I I I I I I I I I f I I I ! I I I I I I I I I I I I I I I I I T I 1 1 ! I I I I I I I 1 I 1 I I I I I I I I I I I I I ] 3 - 70 w 60 z LL 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 1 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 E I E I I I I I I I I I I I I I I I I Z 50 Lu UOf I I I I I I I I I 1 I I I 1 I I I I I I I I I I f I I I I I I I f f I ! 1 1 ! I I I I I I I I I I I W 30 20 I I I I 1 f [ I I 1 I I I I I I I I I I I I I I I I I I I I I 1 ! 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 3 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 1 I I I I I I I I I I I I I 1 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 10 0 I I I I I I I I I I I I I I I I 1 I f I I I I I I I I I I I I I I I I I I I I T I I I I 1 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 % Fines Coarse Fine Coarse Medium Fine Silt Clay O 0.0 0.0 6.1 4.9 5.4 5.0 78.6 LL PL D D D50 D D15 D1A C O 0.6880 Material Description USCS AASHTO O Brown, LEAN CLAY WITH SAND (CL) Project No. CPY18-0359 Client: CP&Y, Inc. Project: Part Worth Alliance Airport Taxiway P Design O Location: AR-1 Depth: 6-7.5 ft. Remarks: Figure Gorrondona & Associates, Inc. Houston, Texas 100 90 80 70 W 60 Z LL 50 LU 0 ry LU 40 a 30 20 1C C Particle Size Distribution Report l7RHI1V Jlh� " I I ICI I. % Gravel % Sand % Fines %+3" Coarse Fine Coarse Medium Fine Silt Ciay 0.0 0.0 3.4 5.3 5.5 3.7 82� PAJ- LL PL D D D50 D3SL_ D WLJSC8 48 22 0.2875 Material Description ASHTO Brown, LEAN CLAY WITH SAND (CL)-7-6{22) Project No. CPY18-0359 Client: CP&Y, Inc. Remarks; Project: Fort Worth Alliance Airport Taxiway P Design 0 Location: TB-07 Depth: 8.5-10 ft. Gorrondona & Associates, Inc. Houston, Texas Figure E Particle Size Distribution Report o00 h i'(HIIV JI�C " I lln�. % Gravel % Sand % Fines %+3' Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 1.8 3.3 5.6 5.4 83.9 LL PL — D-a5- 49 19 0.1004 Material Description Brown, LEAN CLAY W1TH SAND (CL) ProjectNo. CPY18-0359 Client: CP&Y, Inc. Project: Fort Woith Alliance Airport Taxiway P Design Location: TB-09 Depth: 6-7.5 ft. Gorrondona & Associates, Inc. USCS AASHTO CL A-7-6(26) Remarks: Figure Particle Size Distribution Report _ o00 C O 4 O O O a O \ 100 I I I I I I f I I I ! I I I I I I I I I E I I I I I I I I I I I I 1 I I I I I I I I I I I 1 ! I I I I I I I I I - sa I I I E I I I I I I I I I I I I I I I ! E 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 E I I I I I I I I I I I t ! I ! I I 1 ! ! I I I I I I I I I I I I I 1 ! I I 1 I I I I I I 3 ! ! 1 I I I I I I I I I I I I I I I I ! I I I I I I I 1 I f I I I I I I 7O I J I I I I I I I I I I I I I I I I I I I ] 7 I I I I I I I I I I I I 60 I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I 1 I 1 ! I I I I I 1 I I ! I 1 I ! I ! I 1 I 1 1 I I 1 I LL z 50LU LLI I I I I I 3 I 7 I I I 1 E f I I I I I I I I I I I TI I I I I I I I I I I I I I I I I I I I I I 1 I E 1 1 I I I 1 1 i ! 1 I 3 I I I I I I I I I I I I I I ! I I I I _ a 40 i- I I I I I I I I IW 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 E I I I E E I I I I I I I I I I I I ! ! I I I I I I I I I f I € 30 I I ! ! I 1 1 I 1 1 1 1 I I I I I I I I ! ! I 1 1 I I I I ! ! I ! f ! I I 1 c I I 2O I I I I I I I E I ! I ! I ! I I I I I I I I ! I I I 3 1 ! I I ! t 1 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 E 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 7 I I I I I I I I I I I I I I I I I a I I I I I I 1 i ! ! I I I ! I I I I I I I I I I I I 1 f l E I I I I E I I I 100 10 1 OA 0.01 0.001 GRAIN SIZE - mm. % +3" % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay O _ 0.0 0.0 8.4 3.6 5.2 10.5 72.3 LL PL D D60 D15 D1n C 0.8031 Material Description USCS AASHTO O Brown, FAT CLAY WITH SAND (CH) Project Igo. CPY18-0359 Client: CP&Y, Tnc. Remarks: Project: Fort Worth Alliance Aiipoit Taxiway P Design O Location: TB-12 Depth: 6-8 ft. Gorrondona & Associates, Inc. Houston Texas Figure Particle Size Distribution Report C Q Q 0 C W M # 4k it it YG at it _U 100 I I I I I I I I 1 I I I I I I 3 I I I 1 I I I I I I I I I I I I I I I ] I I I f I I 1 1 I I I I I I I I I 1 I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I ! 80 I I I I I I i I 1 I I I I I I I I I I I I i I ! 1 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 f I I I I I I I I I I I I I 1 I E I I I ! I I I I 70 I I 1 I I I I I I ] I I I I I I I I I 1 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 1 W 60 zLL I ! I I I I I I I I 7 I f I ! I I I I I I I 1 I ! I I I I I I I ! I I I I I I I I I I I I I Z I 1 I I I I I I I I I I I 50 0 LL I I I I I I 1 I I I I I I I I I I ! f ! I I ! I I I I I I I I I 1 I I I I I I 1 I I I I I I I I I d 40 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 1 f I I I I I I I I i I f I I I I I I I I I I 30 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 E I I I 1 1 I i I 1 I I I I I I I I I I I I f I I I I I I I I I I I I I I I I I I I I I 20 I I I I I 1 I I I I I I I I I I I I I I I I - 1 I I I I I I I I I 3 I I I I ! I I I I I 10 I I I I I I I I I I I I I I I E I I I I I I I I I f I I 0 1 I I I I I I I i E I I I 1 I I I I I f I i I f 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. %+31. % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay O 0.0 21.4 33.7 8.2 13.7 4.8 _ 18.2 LI I PL D&S D D5fl DIO D1,i D C C11 O 22.2108 11,4375 7.2916 0.9717 Material Description U_S_CS AASHTO O Tan, CLAYEY GRAVEL WITH SAND (GC) Project No. CPY18-0359 Client: CP&Y, Inc. Remarks: Project: Fart Worth Alliance Ai port Taxiway P Design O Location: TC-02 Depth: 6-7.5 ft. Gorrondona & Associates, Inc. Houston Texas Figure Z U- raw Par title Size Distribution Report C O O O (TRAIN S17F - mm Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay O 0.0 0.0 0.0 2.1 16.3 39.7 41.9 ILL PL D D D D D C 11 O 0.4792 0.2351 0.1619 _1310 Material Description USCS AASHTO O Brown, CLAYEY SAND (SC) Project No. CPY18-0359 Client: CP&Y, Inc. Project: Fort Worth Alliance Airport Taxiway P Design O Location: TC-04 Depth: 5-8 ft. Remarks: Figure Gorrondona & Associates, Inc. Houston, Texas GORRON®®NA & ASSOCIATES., INC. -.J11■ Laboratory Sulfate Content [Tex-145-E) Project Name, Fort Worth Alliance Airport Taxiway P Design Project No.: CPY18-0359 Date : 10/12/2018 Sample Location Depth (ft.) Sulfate Content Ippm} -- — - AR-1 1-2.5 280 AR-1 8-9 40 AR-2 2-4 120 AR-2 8-9 40 AR-3 2-4 120 AR-3 6-8 120 TB-1 7.5-9 120 TB-1 9-10 120 TB-2 2-3 100 TB-2 8.5-10 100 TB-4 2-4 200 TB-4 8-9 220 TB-5 2-4 150 TB-5 8-10 120 TB-6 2-4 200 TB-6 8-10 140 TB-7 5.5-7 Below Reporting Limit TB-7 8.5-10 Below Reporting Limit TB-8 3-4.5 180 TB-8 6-7.5 160 TB-9 2-4 180 TB-9 5-6 160 TB-10 2-4 180 TB-10 6-8 160 TB-11 0-2 180 TB-11 5-6.5 Below Reporting Limit TB-12 0-2 Below Reporting Limit TB-12 4-6 160 TB-13 2-4 200 TB-13 6-8 160 TC-1 2-4 667 TC-1 5.5-7 Below Reporting Limit TC-2 1-2 Below Reporting Limit TC-2 4.5-6 Below Reporting Limit TC-3 1-2 Below Reporting Limit TC-3 5-7 20 TC-4 2.5-4 Below Reporting Limit TC-4 8-9.5 Below Reporting Limit Determination Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E) Project Number; CPY18-0359 Boring: TM4 Depth: 9-10 fr. 'A• LIrne B Weight 0% 1Vet + tare 11.7 di a dre 8.52 tone 0.41 VAC 39.2 Blows 24 U 39 A7P, L 4 39 0% 12.67 9.21 0.41 38.8 25 39 2% 12.05 8.58 0.41 42.5 22 42 42 2% 10.98 7.84 0.41 42.3 23 42 4% 11.85 8.39 0.41 43.4 25 43 43 11.68 8.28 0.42 43.3 26 43 12.13 8.63 0.41 42.6 26 43 43 M6-A 11 7.84 0.41 42.5 27 43 10.48 7.41 0.41 43.9 22q3 43 11.42 8.07 0.41 43.7 22 43 %LIMO By Weight wet, dry t iara �1'ara PL A�e� pl 0% _ 7.02 5.95 0.41 19 19 0% 6.78 5.74 0.41 20 2% 6.83 5.36 0.41 30 30 2% 6.93 5.45 0.41 29 4% 6.88 5.27 0.41 33 33 4% 6.89 5.28 0.41 33 6% 7.08 5.36 0.41 35 34 6% 7.17 5.45 0.41 34 8% 7.01 5.33 0.41 34 34 8% 6.88 5.24 0.41 34 44IimeBywekht '0% [k 39 PI. 19 r'I w 19 2% 42 30 12 4% 43 33 10 6% 43 34 $ 8% 43 34 9 r� Admixing lime to Reduce Plasticity Index of Soils (TEX-112-E) Project Number: CPY18-0359 Boring: TB-06 Depth: 4-6 ft. '.R Ume Etv welght _ Wet # Turf' pry + tarn. TaYi� WC Blow, LL I Asq. U 0% 10.28 6.33 0.42 6518 21 65 65 0% 10.42 6.46 0.41 65.5 21 64 2% 13.29 8.22 0.41 64.9 28 66 66 2% 12.94 7.96 0.41 64.6 29 66 4% 11.50 749 0.41 63.6 22 63 62 4% 12.76 7.99 0.41 62.9 23 62 6% 12.08 7.46 0.41 1 65.5 23 65 1 65 6% 11.26 6.96 0.41 6S.6 24 65 8% 12.8 8.05 0.41 62.2 21 61 61 8% 10.78 6.81 0.41 62.0 1 23 61 1. Lime By wa t wM • tare Pro + turd Tare P4 J4 '. P.l 0% 6.67 5.51 0.41 23 22 0% 6.84 5.67 0.41 22 2% 6.78 5.13 0.41 35 35 2% 7.08 5.35 0.41 35 4% 7.4 5.35 0.41 41 41 4% 7.42 5.37 0.41 41 6% 6.88 4.88 0.41 45 45 6% 7.05 5.01 0.41 44 8% 6.99 4.99 0.41 44 44 8% 7.05 5.04 0.41 43 % LIm� arti :t 1l NL Y+1 0% 65 22 42 2% 66 35 31 4% 62 41 21 6% 65 45 21 8% 61 44 38 Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E) Project Number: CPY18-0359 Boring: TB-10 Depth: 4-6 ft. W 11n)e �Y Jh ht WUI + taro ory+ rare Tare WE BIUws IL Avg,EL 0% 14.01 10.17 0.41 39.3 25 39 40 0% 14.33 10.39 0.42 39.5 27 40 2% 12.24 8.72 0.41 42.4 23 42 42 2% 12.76 9.08 0.41 42.4 24 42 4% 12.44 8.69 0.41 45.3 21 44 44 4% 11.21 7.86 0.41 45.0 1 22 1 44 6% 12A2 8.25 0.41 48.1 21 47 47 6% 12.44 8.57 0.41 47.4 22 47 8% 11.92 8.35 p.41 45.0 24 45 45 8% 10.71 7.51 0.42 45.1 25 45 % Urne R'OMOrgh" wit 4 tars I]rq+ rbr! Twe PL AvIF. PL 0% 6.76 5.8 0.41 18 18 0% 7.41 6.38 0.41 17 2% 7.19 5.74 0.41 27 27 2% 7.09 5.64 0.41 28 4% 6.84 5.25 0.41 33 33 4% 6.81 5.2.1 0.41 33 6% 6.7 5.05 0.41 36 35 6% 6.72 5.07 0.41 35 8% 6.74 5.12 0.41 34 34 8% 6.73 5.11 0.41 34 0% 40 18 22 2% 42 27 15 4% 44 33 11 6% 47 35 11 8% 45 34 11 Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E) Project Number: CPY18-0359 Boring: TC-02 Depth; 0-1 ft. 'A Lhrnr, Oyu weight Wel +late d +fare Tara WC tRo;is _ li _ Avg, LL 0% 13.31 8.8 0.41 53.8 28 54 55 0% 13.22 8.74 0.41 53.8 29 55 2% 12.34 8.28 0.41 51.6 25 52 52 2% 10.9 7.33 0.41 51.6 26 52 4% 12.00 7.83 0.41 56.2 24 55 56 4% 11.42 7.46 1 0.41 1 56.2 25 56 6% 10.96 7.22 0.41 54.9 25 55 55 6% 11.99 7.87 0.41 55.2 26 55 8% 11.57 7.68 0.41 53.5 23 53 53 8% 11.66 7.75 0.41 53.3 24 53 '➢i Weir fly Weight 1Nel +tare U r teas Taro PL Avg. K 0% 6.74 5.48 0.41 25 25 0% 6.93 5.63 0.41 25 2% 7.22 5.42 0.41 36 36 2% 6.64 5 0.41 36 4% 6.82 4.94 0.41 42 41 4% 6.85 4.97 0.41 1 41 6% 7.07 5.02 0.41 44 6% 6.84 4.87 0.41 44 8% 7.04 5.02 0.41 44 A44 8% 7.77 5.52 0.41 44 %thmBY_yf+lght LL FL W 0% 55 25 30 2% 52 36 16 45. 56 41 15 6% 55 44 11 8% 53 44 9 Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E) Project Number: CPY18-0359 Baring: TC-04 Depth: 0-2 ft. % Llmn RY WgI9141 w aq +tare • LME! tare .. 91owy. LL Ave, L4 0% 11.91 8.72 0.41 38.4 28 39 , 0% 11.99 8.8 0.41 38.0 29 39 39 2% 11.38 8.15 0.41 41.7 24 42 2% 12.86 9.2 0.41 41.6 25 42 42 4% 12.11 8.78 0.41 39.8 24 40 4% 13.24 1 9.57 0.41 40.1 25 1 40 40 6% 13.68 9.96 0.41 39.0 25 39 6% 12.09 8.83 0.41 38.7 26 39 39 8% 12.09 8.78 0.42 39.6 27 40 8% 12.83 9.31 0.41 39.6 28 40 40 LInEeBy WmiKht fillet 1 two Dry • rare Tare PL n , PL 0% 6.67 5.62 0.41 20 0% 6.76 5.7 0,41 20 20 2% 6.85 5.43 0.41 28 2% 7.23 5.71 0.41 29 28 4% 7.94 6.11 0.41 32 4% 7.39 5.71 0.41 1 32 32 5% 7.78 6.08 0.41 1 30 6% 7.08 5.55 0.41 30 30 8% 8 6.21 0.41 31 8% 7.18 5.6 0.41 30 31 N Elms Uy Wnlight ? LL p1 pi 0% 39 20 19 2% 42 28 13 4% 40 32 8 6% 39 30 9 8% 40 31 9 Bar Linear Shrinkage Oar Linear Shrinkage {Tex-107-E} Project Number: CPY1.8-0359 Baring Nurnher Depth (ft.) Llnear Sfna Inkage'( .) TB-8 3-4.5 18 TB-7 8.5-10 18 TC-4 2-2.5 13 TC-3 2-3 12 TC-1 5.5-7 18 AR-2 9-10 14 TS-10 6-8 16 TB-7 2-4 18 TB-12 2-4 19 TB-4 4-6 13 TB-13 6-8 13 TB-5 8-10 13 TC-2 2-3 11 AR-3 8-9 13 TB-6 6-8 20 TR-11 2-4 13 Proctor and California Bearing Ratio Bi Gorrondona Engineering Services, Inc. 4641 Kennedy Commerce Drive Houston,Texas 77032 Phone: (281) 469-3347 Client: CP&Y Project: CPY18-0359 Project Number: Test Date: 1010812018 Report Date: 36 Report Number: PROCTOR 1 PLAS fICITY INDEX Services: Obtain a sample of material from the jobsite, bring the sample back to the laboratory and perform a moisture density relationship test in accordance with ASTM Standards. Proposed Use: Paving Material Preparation: Wet Rammer Type. Mechanical Material Description: 4200 = 74%, Source of Material: On -site bark Brown, CH wl sand Test Method: ASTM D-1557 - B Sample Location: AR-1 and TB-1 (0-3 FT.) Liquid Limit: 58 Plastic Limit: 20 Plasticity Index: 38 How Curve fit% 51 �6 0 60% 59% 58% 57% 10 15 20 2.5 30 35 40 Nurnber of Blows Maximum Dry Density (pef): 107.0 Optimum Moisture Content {%): 16.4 Garrondona Engineering Services, Inc. -Texas Board of Professional Engineers Finn Registration No. F-17076 LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appearance, performance, etc.) or any other feature or similar subject matter provided by persons or conditions over which we have no control. Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written approval of Gorrondona Engineering Services, Inc.. Page 1 BEARING RATIO TEST REPORT ASTM D1883-16 100 4.3 �566lows 3.8 80 a [� 3.3 m U O 2.8 56 blows 56 blows W 64 U T7 2.3 103.6 104 104.4 104.8 105.2 105.6 Molded Density (pcf) O 5 i 44 � 4 d F 3 20 3 � 2 1 0 0 0.1 0 0.5 0 24 48 72 9 0.2 0.3 0.4 Penetration Depth (in.) Elapsed Time (hrs) Molded Soaked CBR % Linearity Surcharge Max. Density Percent of Moisture Density Percent of Moisture 0 1fl m. 6.20 in. Correction (in) lbs. ( ) Swell (off) (pcf) Max. Dens. (%) (pcf) Max. Dens. (/°) 1 O 104.2 97.4 16.0 104.2 97.4 23.2 3. 33.6 0.000 10 0 2 0 104.0 97.2 17.5 99.4 92.9 24.0 3.2 3.1 0.000 10 4.6 3 ❑ 105.0 98.1 17.6 100.7 94.1 22.3 2.9 3.1 0.000 10 4.3 Material Description USCS Max. Dens. Pc optimum Moisture °/a I-L PI CH 107.0 16.4 58 38 Dark brown, Fat Clay w/ sand (CH) Test Description/Remarks: Project No: CPY18-0359 Project: Alliance Airport Taxiway P Design Composite Sample Location: AR-1, TB-1 Depth: (0-3.0) ft. Date: 10/17/2018 BEARING RATIO TEST REPORT Gorrondona & Associates lnq.l Figure Gorrondona Engineering Services, Inc. Project Number: 4641 Kennedy Commerce Drive Test Date: 1010812018 Houston,Texas 77032 Report Date: Phone: (281) 469-3347 Report Number: &,� 35 PROCTOR 1 PLASTICITY INDEX Client: CP&Y Project: CPY18-0359 Services: Obtain a sample of material from the jobsite, bring the sample back to the laboratory and perform a moisture density relationship test in accordance with ASTM Standards. Proposed Use: Paving Material Preparation: Wet Rammer Type: Mechanical Material Description: 4200 = 89%, Source of Material: On -site Dark Brown, CH Test Method: ASTM D-1557 - B Sample Location: TBA and AR-2 (0-3 FT.) Liquid Limit: 55 Plastic Limit: 20 Plasticity Index: 35 Flown Curare 55% 0 CD 54% 53% 10 15 20 25 30 55 401 Nunibei' of 131o,uc Maximum Dry Density (pcf): 106.9 Optimum Moisture Content (%): 16.1 Zero Air Voids Curve - Specific Gravity (assumed) = 106 104 LI 102 104 13 14 15 15 17 10 19 20 21 22 Moisture Content (%) Gorrondona Engineering Services, lno. -Texas Board of Professional Engineers Firm Registration No. F-17076 LIMITATIONS: The test results presented herein were prepared teased upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appaamnce, performance, etc.) or any other feature of similar subject manor provided by persons or conditions over which we have no control. Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written approval o(Gorrand°na Engineering Services, Inc., Page 1 BEARING RATIO TEST REPORT ASTM D 1883-16 100 2.7 56 blows 2.55 T 2.4 m U N g 2.25 - 56 blows a 60 - u c 49 2.1 104.125104,15 104.175 104.2 104.225 104.25 Molded Density (pcf) c � ;s.. 10 L 40 4 L: a 8 .� 6 a 20 3 en 4 2 4 0 0.2 0.3 0.4 0 0.1 0.5 0 24 4 72 96 Penetration Depth (in.) Elapsed Time (hrs) Molded Soaked - CBR % Linearity Surcharge Max. Density Portent of Moisture Density Percent of Moisture 0.10 in. 0.211 in. Correction (Ibs.) Swell fpcf) Max. Dens. {%) (pcf) Max. Dens. {%) (in.) 1 0 104.1 97.4 14.9 100.7 94.2 23.1 2.6 2.5 0.000 10 3.5 2 A 104.2 97.5 14.4 96.8 90.6 23.4 2.3 2.2 0.000 10 7.7 3 ❑ Material Description Max. Optimum USCS Dens. pc Moisture LL PI CH 106.9 16.1 55 35 Dark brown, Fat Clay (CH) Test Description/Remarks: Project No: CPY18-0359 Project: Alliance Airport Taxiway P Design. Composite Sample Location: TB-4, AR-2 Depth: (0-3.0) ft. Date: 10/17/2018 BEARING RATIO TEST REPORT Gorrondona & Associates Inc. Figure Appendix D - Aerial Photographs r r L LU I AL- V1.5 *Wyk, I b % rq N El m m fL Q 0 LLI Q 4 El Ol L.n m 0 00 U O Z U 41 0 L CL ON 1 5 r r- „per f6 Ed Q) Ln m 0 co u 0 z U O L Ln 0 0 fq E, a•l 4.+ter I IL EO CD N LI) (V) Q 00 Q U 0 Z 4- U a L Ln Cl (3) V-4 20 Appendix E - USGS Topographic Map 14 r_ Lw X u El Appendix F - Geologic Information 19 6 R Z6.: t1L31 Id.5 0 t {r}7 4. cnL 4 r �og I (https://www.usgs.gov/) Mineral Resources (https:llminerals.usgs.gov/) 1 Online Spatial Data (1) I Geology (/geology/) 1 by state (Igeologylstate/) 1 Texas (Igeology/state/state.php?state=TX) Pawpaw Formation, Weno Limestone, and Denton Clay, undivided XML (IgeologylstatelxmI/TXKpd;0) JSON (IgeologylstateljsonFTXKpd;0) Pawpaw Formation, Weno Limestone, and Denton Clay, undivided State Texas (Igeologylstatelstate.php?state=TX) Fame Pawpaw Formation, Weno Limestone, and Denton Clay, undivided Geologic Early Cretaceous age Lithologic Major constituents Sedimentary > Clastic > Mudstone > Claystone (Bed) Minor Sedimentary > Carbonate > Limestone (Bed) Sedimentary > Carbonate > Marlstone (Bed) Comments Pawpaw --calcareous marl, near middle soft ledge -forming limestone bed, unit as a whole recessive; thickness as much as 10 ft, thins southward. Weno Limestone, some very thin marl interbeds, thin to medium bedded, white to grayish yellow, basal 2-4- ft-thick resistant ledge forms uplands; thickness 6-45 ft. Denton clay alternating clay, marl, and limestone. Thickness 6-25 ft thins southward. References Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000. NGIVIDB NGMDB product page for 68390 product (https://ngmdb.usgs.gov/Prodesc/proddesc-68390-htm) Counties Cooke (Igeologylstatelfips-unit.php?code=f48097) - Denton (Igeologylstatelfips- unit.php?code=f48121) - Grayson (Igeologylstatelfips-unit.php?code=f48181) - Tarrant (Igeolog ylstatelfips-unit. php ?code =f48439) DO] Privacy Policy (https:llwww.doi.gov/privacy) I Legal (https://www.usgs.gov/laws/policies_notices.htmi) Accessibility (https://www2.usgs.gov/laws/accessibility.htmi) I Site Map (https://www.usgs.gov/sitemap.html) Contact USGS (https:l/answers.usgs.gov/) U.S. Department of the Interior (https:l/www.doi.govl) J DOI Inspector General (https://www.doioig.gov/) J White House (https:llwww.whitehouse.gov/) I E-gov (https:/lwww.whitehouse.gov/omb/ma nagementlegov/) No Fear Act(https://www.doi.gov/pmb/eeo/no-fear-act) I FOIA (https://www2.usgs.gov/foia) (https://www.usgs.gov]) Mineral Resources (https:llminerals.usgs.govl) I Online Spatial Data (1) 1 Geology (/geology/) I by state (Igeologylstatel) I Texas (lgeologylstatelstate.php?state=TX) Fort Worth Limestone and Duck Creek Formation, undivided XML (IgeologylstatelxmllTXKfd;O) JSON (/geology/statefjson/TXKfd;O) Fort Worth Limestone and Duck Crook Formation, undivided State Texas (/geo logy/state/state. ph p ?state =TX) Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic Early Cretaceous age Lithologic Major constituents Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Marl (Bed) Unconsolidated > Fine -detrital > Clay (Bed) Comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25-35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. References Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000, Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000. NGMDR NGMDB product page for 68390 product(https://ngmdb.usgs.gov/Prodesc/proddesc-68390.htm) Counties Cooke (/geologylstatelfips-unit.php?code=f48097) - Denton (/geologylstatelfips- unit.php?code=f48121) - Grayson (/geologylstatelfips-unit.php?code=f48181) - Montague (/geologylstatelfips-unit.php?code=f48337) - Tarrant (/geologylstate/fips- unit.php?code=f48439) - Wise (/geology/state/fips-unit.php?code=f48497) DOI Privacy Policy (https://www.doi.govlprivacy) I Legal (https:llwww.usgs.gov/laws/policies_notices.htm]) I Accessibility (https:llwww2.usgs.gov/lawslaccessibility.html) I Site Map (https://www.usgs.gov/sitomap.htm]) I Contact USGS (https://answers.usgs.gov/) U.S. Department of the Interior (https:llwww.dol.gov/) I DOI Inspector General (httpsalwww.doioig.gov/) White House (https:llwww.whitehouse.gov/) I E-gov(https://www.whitehouse.gov/omb/managementlegov/) I No Fear Act(https://www.doi.gov/pmb/eeo/no-fear-act) I FOIA (https:llwww2.usgs.govlfoia) Appendix G - Unified Soil Classification System UNIFIED SOIL CLASSIFICATIO14 SYSTEM U14I=1Ede0fl-C«.ASSWI 110.fiJAND x1`MBOLCHART S UNASEZ'F3M ED 902S (mW t o &a% aiF1ti1twbi n t3Tjx rqm ML 2w �fl iZQ•� �Ira37 G�t�i3 Lce-s+ai�a 6`i6 `_=r�� 6 ti�ii`�IFilifd �.s�Y4f-� !�wlse-�1SE �� •;�. ffLii 2i�rti l-�.:'l OC[I]�i�"�. L�AC(Cl LF71'10- _Qpi�dnli)>aldud'JYvF� gri•8�r-ld of onrm CRF3:FGe, I't. 70rna Erik �a4a�fi aC`'...1a'i�X�9n�s,}�,r:'�.-a�r►d•sEFlm[�.Jc�S 'i��f�YS�'�T=�s.�aYss�IceJ•ci�} s1���ny �friln �des4`Las'_'c3,•I �rFa'1,d !it'tr 4gcidod nods, gravr��{ end;. -()eW-ddd kd ,gra"?e mandy, r g,,n. ' S�tjci3 via;t 'i.7a if%l a tun 12d6:zr>•. f doykver ED1-m mm Slyrumiss, %snd..--ilenuums �'ikjKl}''-.]dF�7. l:�fEd�C87�•iTf:IL'.:fd+Lt� ViW�EGRAINED SOILS Q �C[!X{ldirm:W16L=rotsrislC.fQf1.G ?,dtpm aft agid Y.T.je Ea, L •and3, roctc r«r,��yoisds}�rjrgmazmndadrC4—xv SUShit -its wim phwvtj ,i 74 ZF.Sa chp 4 fAw w m-ndim MAYS Ujudkml dfs dy,gwmlycivkx,4, kd as z, f s ,gin dmp.la�ndu� 6 - - C�aand dija iG s3 jr sG d1 — Pt�'-dty amrgarra e;.t%. Or rani GMrmcuvtu 947rIL]D�?lil�rrr Y'Bl -Wi4 .!4yffdar, AM Cu. lw.-E7tra"scdhghp -AcAy,` i CLAYS Lqud hnd3 cbn $Qiib` e i Qyaicday atmvdacn Yy kigr u A 14GHIN $ .rJCi��} � PT Pail and ff+6w ft@Y)` dC$s3z.mzia �0112 y{{••. S_3 1ABO YCLASSLFI ItIDiiCfAnr=RIA D B o £lrny' !-!'�"i�i b:'fi`G = !i".19n'+7 1 i :'k7 3 aMV u14iao ! Ndr Fj oUrig 3L gd:l .'�1 r@QlJ LPIl�Fi,,'i 8J€C Lz'i'tj G�i Q�� CmU ba4mw 's.` �Ia OT t k343' �klm A.haia iA`LiFs'ia':,'1 p-t� 4 id 7 am bmdl&i G.w,s raq-c,--gus7Gid•-i&symkres GG fO im[sabmfa f3` Lta �, 1}.1. qma,c:� Via, 7 �^' '"'iJ = " Diu Swv Dip 0101' ( Sp Hot ms;AbgJ-!Tab unrWjr,71arimbrGW 1 O �raar� in beaiz'N' Um spi'at:j] laa3udrda7rrn Ina 3rPL1k3Bs,-,m4 veerF.I.b€-nmom4-aid 7�reu bcr&flu kv.M u4v dfdt 3�"i[i[iat. lY r irn ab s�xj 'i�' Imna %VLMI Pi. queue Elan Tm D,=..x vz,p-x!,etgm de r" GFiL1 gzuviftm 'w'iC3 I titf5?}. mp—n6m S+PWO:'IV................................ 4:aY{GF sw. att' r,63 12p,,t['FR ......... ... .. '8dk#,.Ny]i d3d� rialRirfr3�Gk�7dCYc'`1 005=1111ONIO■ TERMS DESCRFB.1RS SOIL CONSISTENCY Fhe Gsain;-*d Soils Coarse Gm Ene d .arms Pen2turneW Penetration Resistanoe Description soft Reading ftst !b1❑lr tf$1 0 to 4 DeSCri21i 20 Vey Louse Relive 00s D.CD to 1.D 0 to ZB% rrun t.[D to1-5 4to 10 .Loose 2tito40% stiff 1.5 to 3.0 1010 30 f4edium Dense 40 to 70 4& vm Siff F hrd 3.0 to 4L5 4_5•f- 30 to 51k Over 50 Dense Veay [Tense 70 to 034 91) to 10 11111111 a a m �-r. �rrirrirrii " Y l II ' l \Y\\CY...... \a1Y.Y1...\.Y r � � a i m m m i � � a w n � E I r io u rc r a I I � I ¢jm z w F TI is :w I � �, r � a x [Y j A + W _!'• lo F �`drNlL 11 u� mW w 4LL eD [wl rc �O �qop U a pwpa w a r��ao o w u¢iz�az� �zwwz� o� y _ rcaax¢m p � � pp SL apw pdwax �zi�m�woa �c+wPaazw� a w�O<aop�w ua �mu�n sS'a5za�w a»oHw�zzm� c�a ���z�aWaz�°u3 wOwx¢pzwaa W ���wuot-¢paatl� F Z ?C w U) O J U z UO X w K m 0 J U Y 11 s zrco zG � � �Ju v3.n �rr� �omzi 'z a imp w N Um�m N �� NLON wLi onY�O OZN���w�am No o`o p aaOV rc�a a' a¢r wowm wp NYO o� zp fio¢m�Op OF p9 w�a�p atl a oww y 3thU¢¢`°)wzSrJv cwi ug w�a `r6a�zzz�wwww dF�s�oa¢ ���°azP�c_zfzo'�ua ¢�dwm��dF » rc ¢ u�.zsw a n w w m� pYwOwiizinia0p-K�pa dn�0ioa w ¢ o ZU "oo ago Pml6z.mo¢ 'Nuj �3wzr�n3m�waw ¢'�awg waz �ww and of Via_ixw ¢ �urcz a cNziz w HQ LL0 1Ri n pu3 Fim 4F wz Gza'�pw¢z mow_ a aow�w F zoaam?oz �oa�Qaar[a �zp �d aCFC rcw- iuwF °1r- � wc' 'x Co z Ozq 6 U¢N w y .�ii 22 w �ow�nazu, FFNN a� 6� yE�a 2�2�� �' 3 domes>6z'- ���zFF ❑w O_m]hOa�4woK¢pp �ma .a"YpU2fww�ei ao�¢�¢ GGF c] S f"a z0 r aoa!a�; ma Wr° r 4 w "x 2O WW�n¢ 2 ¢g 1` 4 ozwa -,�� "'``W, wU a ¢z R. ��w.-��wzaahoa'm oa¢z�zazz��uwNo i�LLZ act. � o F m¢ � V az q s� p os,; rc� m���� a � ciPzzo d� oo�a�Qao�z�oso¢ oo�N�o W< s sJa3 ow¢a4Y�uwa¢rgzGJ ¢d f ps �a,Y pa ooA. �w 'wand ao oz�^_ �zaw LLco wo6 �o-o�g vp.a mo o .o uuioO4s ��o na.a �����o nrQ uO�.o rcau�zawzo WTH rc� o a o zdwp m w w � Jo ozaa rc ��n zPao �¢p- p miz zrw 3 p��°p�o 3w i rc �N Ko 0 awazrm z�a- <oQoxz�p�¢w��u 5 Vs�� �oW. Q p �LL aa�Naa� » 3m¢¢a w��oop ""w ¢ oz z�¢OR P6 -a n0000a_ 5 ¢¢zoom _ a w�aa"3¢¢rc sw w $�5 - s�'z� R�� �wm pia �aazaN�aa� wpgo� _}} �za � zmr�ZwZNpZzo�o� woa�zam a��c�s3o2o Zu- ¢ azou �o¢�z 2 Ho�iaop coin ° zzzc�e 2o❑ wm�i p mtiz¢ um 6�i0 o �a3 z 0.� m��2Wf miiU Y wNyza�N �¢m_ wm`"z.�z 0`ui~rc jOpO Kww¢P�0¢P25' ¢2 Fmw�zy} 4am�ttoom LL cs c�mpwLL Tuwud c a �wgLLu_ Ssr �r �¢u uu"�c� Jed>w m air c w'w'oa �wza �¢w oNz�¢pwwau��a ozo rc�� 5r-,:o omo:op�zTgaz`�'"'n �usum Qo¢�a ��ooA x rc �waa ��z o�suaio y �i mF��woFa vio°dac�ouziao�mzxzsp���3 xow�wJ❑ zou cFim<zo��m a-_zw��a�a�z� lz x wo pozo� zw.- biz w ..� wwwmm ww aupw "¢w i<¢<$oza'psd� olaaO 5� c30m�i [p]mp S�3yd n¢m[9ZOw>jEVII THEwazwoww U?yst�OPf'wWZ��xNYO a3� waw �jQU�% agN ¢NS�SxSSw z pa m6a6daua ��wm o pouf rsda O H. or�i_,p T atuu�m-yz�"pwrcrcrw�c�WWW YOOLL EF uotpi dimaw¢cmi 3 t�<?r��m¢�urrcuaii iwoulm�6Un� rc �v'OSoo�e o xPo3 Y�mm ®6aw00 o � r 0 � o m nw❑ a�¢ Zuaw U) 62Q Z x�w adZ� Q8 F g a a E a f - m o p W - U uLL<apin 3 as w xa zg w zq¢ zOm �il [�� �Q xt¢i m '��d gam �w 81,Oz�S ihi.� VAN o uw zz t3,-2 awc`iu °z mww �o oom w�sw ao owa wj ¢O �4 WVr VN .�o a w64 mS �� °p4 iwi zQ fl}a ~zy¢ ''� zn Fm°C zF F a22m 's G ° o UUNZ°h wQ q 0 z, wrc az o o�p n rrN rcza of� Gs i� mo �z MM ° zoo n� w� h� o6 wwa uuw 3 OK°f 6Kw N g FK pON 1°.-o FOU f°U w.z P0 wpm ow ��z �� w wy y��4 'uSrc z waP Fa za 2 CF1zzz r "Bi � o �ojaV' 24 �U +u UN VwIm FY- �.`th 4 rcW0Y w� aw �i rcrc� w ¢az � 'rc U WZVio Z�m M m w�frc ar ao a_z Pwz� al a � n wa% iS ° rP Mg P�w °uYin K�K_wa 4m �U qrP �N n z Fp aw uOr-m ��IY Ow w (W m wKw Wq _ FT 2°w ❑O ` Y' WO z ¢ �K ZNZ j F 7 wo° tt�€w �u (�O y�yUZYz Kz LL�K4y� A p�Owt -b.W In m y �wupi�� m W� yp N6p yy rc a ww P Two t0 p SO� K� P i arils 2 ¢ -o p p N wrc t2� wV'[Fq O wo� §n2 wSm O LL O V %O Rq2 KK ?U $b WiLUUV i OK Ogrcq� j ¢�a�p aoOOZ [`i} r Y 10-< i}'U 6rc U F�� O �u F zw awoi P�6C�C�aoitt Wymwp �� oF� p x z-w I. o� w2 ON aN sMUd wa p S SC U K Uktiwz zwrc �3 o Qa zn y oa�°Cu H Om O� w yN5 Cq mw '�'- OO w �N€�� w+zrcz jzrLL- Ya wCC ms Po° LLF_a a �0a NE as . H.�� awl �� - 6Z rcif z�3w QJ"z Ei O[wfpo ZomiNUi�= V4UrK y�a� ° ma� - GGia ¢3 HTnl� r°q `ice° O g J Q i��Swm dA�z gww3=w h4mOi wn��5 ... rz w�;e5 Fp3 po YFh ?w ��w�w a�Gz goPo]]pOF�m �MO�y �Gti��w mim f2°2ISN t .. u¢¢l�w¢ Sf mN Yw 2P °q�wK W�2 oro 4Wx mV4 a0(w9�� yLLy�� m ahwe hutiw u� i �' UxFE Yr`n gJ �N L9y w pof] rc y� iN G YO ¢cl wrczKmi� 7YQp¢ LLOIp9K m<W Oo¢Y N 56�po� p[Piww mF� 4 rcnZs oF4FN m n [� �_? FP O= C oU 1 E-V}p mj K aFZ wOm ¢_ w2_°�~ NF6 =Sw CKmw " ¢ U FN�y� HC�w K�m w_w �w6~� wkum �U� atw-wY j w' ¢ �L'UU4 6 �a �Zd 52 >ww z pp m Fp V m3t9Ex ow�ozwz $�]x�z �mwS� m- ppCC 'n msi~ a n my3m O w�ph rcU ww g�� aow z zdw dw�az � uooa � src � azU i P��sh. Fp��jWgm oNWa_� a�mp� �n � ia�o m g wz x�wao �z y a3¢i u°LLz��go�� �aawzrcp oim a�i,zmna m.nw mNo �a� �g wao wrc �� z x��tz'�=z p c�i °rq 20 `z a owaoo w¢ayo a3o"I jaop� Ko J4y F a �rc � ai jCmC i ¢�12 �WUw�Fm ¢ tea'Ph; Ji w ¢?¢Jww Nww x�Jaf ¢rwao 4 i oti�9pq pya o3�F No' "Wi �tQ-z 1-E ziwm2 O pm �o FTFoai'N O �c-am pwp¢wrc YYw Y �= Pp i p qq �oi1O rc �mZu F rc l9mq¢h Y¢wwupiw - iiZZ ¢`�a 7H. w<rc a a pwz q�Um maaY f�ff FFoW > n zam ti 6X�OUFY� 2 .3 v�m.H. a 4 a o o u a m aiz z 'a w a r11 i11~%txu a� u� zz p Wm w H p a p O w a w ' P n o ijij ¢z w22z w. H Wx ua o a� mi h oo��� <m w°8 � wpm ..Nzz~ w 3�3 G� < `z W o N a 'oo ° `� m i - z�wz'a mh uW, zur���� a� �+ � 3n Q q w.°z�Ozo �_ �w �. Q lo ¢z �wway�a ym zp ° my mq uc�i i �waoa ___mp�Zaz oN y� oa wa a wo xOw o a Wa OO O ffl Uo_ �4rmUi4 z o?,� v=i 6 F q z mi N gQ Rr '- w wA o P U a uN mar a l� p Quxu orc000zz z h 9p o m Eq o �a w: w zu ° w U - a ox 9 mN F m wmN z, 2 °pmaLL4 a`a y w- ¢z p F wh rc w >w1`d > uaiw o o a wo 0 S `7 = a o•nwazaw u P �xxwxo w Q m agaRwz°wrc gw�°aFmF Uw3` Mw w- a ¢yr°,r K.jFgLL�Wzmm 4rt UZ�VFyV4 U w z wU 0.`YN U ° Q nUu�-i2 �J imYww[IAPw p t] a_ moz ¢ ¢a¢�.pi. c°im'� 4vi� p m NF3 rq z w°' w._ w y w �1i1m'nNn 110.�1 W esi�mmHo mzl I I I I Iwl l N t Z aN�Z � 4 44.J J Up�Za 6 W F YWF Z$ as >� WA 4�a � ~� u a �B2 E; Zd�E 2� / �A �j �§� I M •_ _ _ - «,VIRd_wIVVJ |=t---�-- 2 �/ ) ) ) K \ §/! #S\ � ~ �2 \ - §7 \_ 1 §a § § WHO _>` , Ga2 - \ . $ \§4 [ WHO � §) 89 4 p w w fiw g 4 axa 4 6 C1' o - o' L. N 4 s1'e9s I er 99 pg-gg9 Z9'L9tL9 �S�h3 W' 5 599 WIGS d 6 99 u 9 BO Z999�9t'S�h9 -- 96'999:A313 Lrsa.el vas 68989 �F 3 y � 6659 � S 9B'489mAM3 9E'8w9! Y19 'L9S " 69'L99 Zb' I 8Z'b89 4 - I SS'E89 69'869 9@56*£G -A313 tl1S "' EE'8fi9 � [89 54'LS9 98'169'h313 Z959+16 �V19--- d x� OG'Lfi9 _ Q f K `u �LLF CL- e9 sss V LL' I 1 59'969 @Y9fi9 yy'CCe1B S�h3 r qm � _ EL'969 3Nw 1 89'Yfi9 u'ew9e �s�ne � �i 4 O 00'OO+L6 V1S �d AML am. P P y 4 4 i 3NHH�IVW 1 `P W� MOOR P , /1 I � `41441f l ��� �- Vfl l� } li h— III I� �` I �•11� � ��-1 I1 � Ili 1 I � ; + I� — — �—' \� I•\ � __ I I !1 , a ! I II -fil III I + I r 111 ill 111. I "owllIIII 1M�, ow ld _. 00'00+Z£ VjS d AML 3NIIHnIVW w CD m a Q _ CD U LFW 0 Q A 4�w ow zm" QU~ � ¢ Y aJR� =a� � 3 ?o N 0 r a 0 FONT WORT FORT WORTH ALLIANCE AIRPORT ADDENDUM NO. 3 FOR Taxiway P Extension Phase 1 City Project No. 101172 April 9, 2020 The Request for Bids for the above is hereby revised as follows: Technical Specification Revisions 1. Replace Section 00 00 00 Table of Contents page 3 with the page included in this Addendum No. 3. Added Item P-606, Adhesive Compounds, Two -Component for Sealing Wire and Lights in Pavement. 2. Insert attached City of Fort Worth Disadvantaged Enterprise Specifications Special Instructions to Offers after Section 00 45 41, Disadvantaged Business Enterprise Specifications. 3. Replace Item P-403, Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course), labeled "Issued for Bid". Dated March 16, 2020 with Item P-403, Hot Mix Asphalt (HMA) Pavements (Base, Leveling or Surface Course), dated April 9, 2020 included in this Addendum No. 3. Table 3, Aggregate — HMA Pavements, is revised. 4. Add Item P-606, Adhesive Compounds, Two -Component for Sealing Wire and Lights in Pavement, dated April 9, 2020 included in this Addendum No. 3. Plan Sheet Revisions 1. Replace sheet G01-010 Phasing Notes and Details dated 3/1612020 with Sheet G01-010 Phasing Notes and Details dated 4/2/2020 included in this Addendum No. 2. Phasing Note 1 is revised to identify individual phase durations for each bid schedule. 1. NA. Schedule Revisions RFB Revisions 1. The City of Fort Worth Request for Listing form referenced during the pro -bid meeting is attached to this Addendum. 2. Contractor questions are no longer being accepted. 3. No change from Addendum No 2. Included for reference only: City of Forth Worth Project No. 101172 t Addendum No. 3 Taxiway P Extension Phase 1 April 9, 2020 FORT Bids will be opened and read aloud publicly at 2 p.m. CST in the City Hall Council Chambers, and the livestream will be available on the city's FWTV page(http://fortworthtexas.gov/fwtvl). The general public will not be allowed inside. Bids will also be accepted: By U.S. Mail at "City of Fort Worth Purchasing Division, 200 Texas St., Fort Worth, TX 76102". By courier, FedEx, or hand delivery from 8:30 a.m.-1:30 p.m. on Thursdays in the south lobby of City Hall. A Purchasing Department staff member will accept the bid and provide a time - stamped receipt. Bidders who want to submit a bid before the bid deadline on a different date should contact Purchasing during normal business hours at 817-392-2462. Solicitation Questions (Q) and Answers A Q28: Do you have a current list of pre -bid attendees/plan holders? A28: The pre -bid meeting was held online; therefore, there is no sign in sheet. The City of Fort Worth Purchasing system does not log who downloads the bid package; therefore, there is no plan holders list. Q29: If Bid Schedule #2 is awarded, will the contract be a total of 137 days PLUS 215 days or just the 215 days total for both schedules 1 & 2? Please clarify. A29: if Bid Schedule No. 2 is awarded, the contract will be 216 calendar days. Bid Schedule No. 2 includes all scope in Bid Schedule No. 1 plus the taxiway paving, lighting, marking, and signage and will be completed in 215 calendar days. Q30: When is the anticipated start date? A30: Notice to proceed for construction is anticipated to be issued to the successful bidder between mid -June 2020 to early July 2020. Q31: Is there an estimate for the project? A31: The Engineer's estimate will not be available publicly. 032: I have couple more questions regarding the HMA mix design/gradations. Is this mix design specific for this particular job? Our QC manager was commenting on the gradations and mentioned that is was a bit different from a P-403 we used at DFW, for example. The following is a breakdown of a recent P-403 design we used: 314 inch (19 mm) 100 112 inch (12 mm) 79-99 318 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.600 mm) 14-30 No. 50 (0.300 mm) 9-21 No. 100 (0.150 mm) 6-16 No. 200 (0,076 mm) 3-6 City of Forth Worth Project No. 101172 2 Addendum No. 3 Taxiway P Extension Phase 1 April 9, 2020 FoRTWORTH AC content was between 5.0 and 7.5 Also, it was mentioned that materials to meet the gradation in the proposal are not readily available. If a mix were to be made using the gradations in the proposal, it would be a more open graded mix with a very high AC content, around 7%. Would you please consider allowing us to use a design with the gradations as shown above? A32: P-403 is revised in this Addendum No. 3 to conform to more current guidance from FAA regarding the aggregate gradation for surface courses. City of Forth Worth Project No. 101172 3 Addendum No. 3 Taxiway P Extension Phase 1 April 9, 2020 000000--2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 78 39 Project Record Documents Division 03 32 01 02 TxDOT Reference FAA Mandatory Contract Provisions MCP-1 Access to Records and Reports MCP-2 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity MCP-3 Breach of Contract Terms MCP-4 Buy American Preference MCP-5 General Civil Rights Provisions MCP-6 Compliance with Nondiscrimination Requirements MCP-7 Clean Air and Water Pollution Control MCP-8 Contract Workhours and Safety Standards Act Requirements MCP-9 Copeland "Anti -Kickback" Act MCP-10 Davis -Bacon Requirements MCP-11 Debarment and Suspension MCP-12 Disadvantaged Business Enterprise MCP-13 Texting When Driving MCP-14 Energy Conservation Requirements MCP-15 Equal Employment Clause and Specification) MCP-16 Federal Fair Labor Standards Act (Federal Minimum Wage) MCP-17 Certification Regarding Lobbying MCP-18 Prohibition of Segregated Facilities MCP-19 Occupational Safety and Health Act of 1970 MCP-20 Procurement of Recovered Materials MCP-21 Right to Inventions MCP-22 Termination of Contract MCP-23 Trade Restriction Certification MCP-24 Veteran's Preference FAA General Provisions Section 10 Definition of Terms Section 20 Proposal Requirements and Conditions Section 30 Award and Execution of Contract Section 40 Scope of Work Section 50 Control of Work Section 60 Control of Materials Section 70 Legal Regulations and Responsibility to Public Section 80 Prosecution and Progress Section 90 Measurement and Payment Section 100 Contractor Quality Control Program Section 105 Mobilization Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised Februaty 2, 2016 Addendum No. 3, April 9, 2020 FORT i' O Rt 114 City of Fort forth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY IN the total dollar value of the contract is $50,000.01 or more, then a DBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises {DBE} in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE Project Goals The City's DBE goal on this project is 16 % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $50,000.01 or more where a DBE subcontracting goal is applied, bidders are required to comply with the intent of the City's DBE policy by either of the following: 1. Meet or exceed the above stated DBE goal through DBE subcontracting participation, or 2. Meet or exceed the above stated DBE goal through DBE Joint Venture participation, or; 3. Good Faith Effort documentation, or, 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Ofkror Shall de!wver 141-e DRE docurnel7118110n In persr,r -=niployee of tha Isuivi,kaslrio dlvisinti and obtaln a daldfflr t7 rrrepipl. Sur h racelpt shall Lie cVKJerlce Mat. the Qdy ,ecelVed tine doaunertlaUorl In IheI titre .;�Ilocated. A faxed 4ndlor ernalled copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no DBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WiTH THE C ITTS DBE POLICY, WILL RESULT IN THE BID BEING CONSIDERED NON- RESPONISIVE TO SPECIFIC'A''fIONS - FAILURE TO SUBMIT THE REQUIRED DBE DOCUMENTATION WILL RESULT IN THE IND SE!NG CONSIDERED NON -RESPONSIVE. A SECOND FAWURE V;rlt,l, [RESULT IN THE OFFEROR BEING DI-SQUAi IFIED FOR A PERIOD OF ONE YEAR. T14REE FAILURES IN A DIVE YEAR PERIOD %NIt_L RESULT IN A DISQUALIFICATION PERIOD OF T14REE YEARS Any questions, please contact the UTnce oT musiness uiversiiy at to 1 r 1 one-corY. Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Rev. 5115119 Phone: (817) 392-2674 L LL 4- 0 All 10 p,o CL \tl W M L to 0) wM W � d O Z z L ❑ a U LU A /�•� a 1 Q L m� X ❑ u a U W Q z r z a a O U Ix O w aL sL O _w O•- �V _+S+ GC1 N, 0 m Im wNW•Uo =G a O m WN O a� r OLn COL Ca —Ea) a 4n oaO '0o 0 rn •+ a •L CL a _� .E. a 0) L N� R N CD C ei o 0- L •O C C C •� a m v A C .a a C N a , 'C a 0 MS+ O C i0,1 � L `� 7 a Z y 3� C� •� E fG C a a 0 N a E S +a S 4- aNi O 0 O N C a t- C T 0^ 00 LU W a oa :es.3 �,� ° Y o m a, o a mm N SCL IM N O L 0 a Im=w a ro a w i A C {G s.. O a N C Q C a O-0 0- 0 d 0 V •N C "a C w a R l6 a W .a ftl a E U (q L y a L o a w O C O C .N 'fro �a RC,_=Na N a to C 0 a''t3 a w = V a a N N N L N_ o u- m {a �'L N a w Q o_ o C a C a� wa o o y•.G :gym- r-o 5o 'T ayao u E-0 .0T3 CL ca O!0 r,►. us „L `a' •CJ CL N CTa (a r 0d L N •a O 0 0 a 7 C In 00 0 aO L N Rw C 0 a a -(O O E - = Qm O O 00O. a O. O a{LLC c CL ,i+ C CL N l0 0 C al 0 O aS.+ 7 a .i� ++ C e cr N Q k 0 1wC 7 7 7 •� C N R L '+0r. 01 O N C '*- a O C E a N O - 3 O a O t07 O a a � O U 7 lC O C C LL! ram+ O t w C C r CL Cc L a ro 0 U ,� "' O 0 N a N C v 0 N O a En V C C a a O'r.. `C C Am m a dm a N $ y acaN 5Y �s j= td p 0 CL- o ti o� mom oa3snN a� atn� Em�T°0 m � y ❑tea? oi�o6 N a 0ML) Q.Q `�N a 0 R 0 a Cw � ;2 w- O ;6 7 O N 7 '^nin N u mo o °&;,cn U a E L Y a L o a '- V a. LM q� a a M `� W ra ° 0 C o d a sa µ- o a N a to s., p v N ' m O +. U C N M C O M '- L S O W a EIf cs ' � 0 a ti. S ro Z 0 CL 0-0 L^ CiIt= in o w N u a m N to - f Yj LA 43 CO 4u AS7 "� lC C C E our � odL G-- m QUO 0 y _ � ,- rn n ism r,Ia Z ai `o r`uT3 c pis n 0 47S .G :.�+ .O+ J. 7 N G! C to @ Liu q O 4V fli o C T a ! U a-oo J •3 •R A t O. C N .� C C g -C U N� A: C o Q ,k;v Gila aw 41 a IA C Nma C N L a s .: to w E a CL CL mfi� to a c a w a G4 t y o 0 0 2 m E C 4. a ray S a (! 0 r.+ *a N L C a :1 IA i^ 17 (v a C N C i0 u a w Q LLB a :� a LU y' yM C "-� 0 G' R _ N N CA y is q d i; E- O is •- c O m !L Qj �y C a m N 2C U 0 C T u, ;u �u cs °' O�j nin d) EaNi �� �� yr$ sa in 'A O J ' a Q. y O ZS 0dP M A. 0 O O v 7Y J a D Z N CL o E Yo E o - E Qo to w aw � _ E � _ _ E� E E N — E Ln W C N V3 M C fig w �i C N in Y1 C fA N C � :1] C efl R C Aft R R } cn to cn N s .0 }' R Y __ +, R Y w v +. Y L ++ to OO Oi> o E N o d E 4F1 o` 60 4 T E to)-i% E 6% 69 fH W L1. 0 0 00 ❑ ❑ ❑0 ❑ ❑0❑ 00❑❑ ❑ ❑ ❑ 0 �=- 0 0 0 ❑ H m - F F } ❑ W ❑ m 0 0 m 00 ❑❑ ❑❑ ❑❑ w� LLI Sw �w ww U y O z d U U z CD } O z m U U z (D O } z N U U z N O } z d U U z 0 Q� rL F- LU m ow O �O LL W _;� i W a O z f- O z z a y Q 00 p O O 0 O F^ a � a �; a d ;; a E- 16% r ter F r ,n N U. OW cn-J W 0. 0) M U W � N In a� ❑ U z a as F wp c o 0 20 am O F O i2 w p zU) CL a a CL ei aNi ti _ es ai _ 40 � c " ui m c u m O cd 13 0 w = E O "La m o = E O z a = E 0.LLW0 z a = ME MlL LLItU z a dlLWU Fa a.L.lidU M Ln Y_ a �, OD LL •CL W 0 .� 4) a�• o r W 0 m I� J a zN c Ln — E in a _LO W t t r U) U) O �• N o O E o O d O d E N � to E ❑00❑ ❑❑0❑ 0 0 O ti O o Q LU ~ Q LU ❑� M m d V U N z ai U y O z ai U C) z U Z C1 Qs cLF- U) W ca OLU 0a O �O LL re se x uuii � C ° z z CL o M p o 0 ai LL OYi CO —1 LL] 0. uj s. w o� 00 pU a� H Ll0 p O z a C U)to QS tlyi O O __ R C Qi E M N -:- R ro C w O O = w E O 'a 0 z txtl E O z a a u_ w ca z a IL LL Lu m 03 G M O C R � C 0.0 CL a c s c O o G O t U � N C U N A '10 a� N rA o L w C N ,2 LU CL L � 6 4i N 3 �c 0 a 0 G! J9 ca C ro� Ewa y. O y CC +d G _ CL L 49 Or q Z7 rt� R L ,a o � � Q m 4 ss O7.0 m GY Lp w Lii U LU to N w an L J J a mm R 0 c � �s Q. R m o a N S df E �. ¢' 0 a ca a N x s © V (V U N 0 co C M m E00 O U @ N C O 0 w ATTACHMENTIB FO FAT Why RT H Page 1 of 1 City of Fort Worth Disadvantaged Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable box to describe Offerors Certification MIWIDE_= NON-ilM/W/DBE PROJECT NAME: BID DATE City's DBE Project Goal: Offeror's DBE 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 1 C. This form is only applicable if botYt answers are yes. Fadure to complete this form in its o difety and be TOCeived by the Purehasin Divi&IOn no later than 2:00 p_rn. on -the second CIty business day after bid *pen./", exclusive of the bid opening date, will result In the bid being considered non-respons;ve to bid spe6ficat•ions. 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 DBE(s) on this contract, the payment thereof and any proposed changes to the original DBE(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 DBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Printed Signature Contact Name (if different) Phone Number Fax Number Address Email Address City/Statelzip Date Office of Business Diversity Rev. 6115119 Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 FORT WORTH City of sort Worth Disadvantaged Business Enterprise DBE Good Faith Effort Form ATTACHMENT 'IC Page 1 of 4 OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification MIWIDBE11 NON-MIWIDBE PROJECT NAME: BID DATE City's DBE Project Goal: Offeror's DBE Project Commitment: PROJECT NUMBER if the Offeror did not meet or exceed the DBE subcontracting goal for this project, the Offeror must complete this form. I If the Offeror's method of compliance with the DBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m, on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considprpd nnn-rpaponsive to bid specifl- ions_ 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 DBE or non -DBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (use aaarrronat sneers, rr necessary) List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 5115119 ATTACHMENT IC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of DBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing ❑ No 3.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (if yes, attach DBE mail listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of DBE firm, person contacted, phone number and date and time of contact.) ❑ No 5.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of DBE 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" ElNO documentation may render the GFE non -responsive.) 6-) Did you solicit bids from DBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of DBE 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 andlor "undeliverable message" documentation may render the GFE non -responsive.) ❑ No NOTE: The four methoeic identified above are acceptable for soliciting bids, and each selected method must be :applied to the applicable contract. The [offeror must document that either at least two attempts were made using two of flee four methods or that at least one successful contact was made us,"a one of the four methods In order to deemed responsive to the Good Faith Effort requirement. NOTE: The Offerer must wontact the entire DBE 18st specific to each subcontracting and guppliPr opportunity to he in Coml±liance With questions 3 th-ru S. 7.) Did you provide plans and specifications to potential DBEs? ❑ Yes ❑ No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the DBEs? ❑ Yes ❑ No Rev. 5/15119 ATTACHMENT 1G Page 3 of 4 9.) Did you prepare a quotation for the DBEs to bid on goodsiservices specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 10.) Was the contact information on any of the listings not valid? ❑ Yes (if yes, attach the information that was not valid in order for the office of Business Diversity to address the corrections needed.) El No 11.}Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain DBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 5115119 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Title Company Name Address City/State/Zip office of Business Diversity Email• mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 5115119 7/21/2014 AC 150/5370-1OG ITEM P -403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING OR SURFACE COURSE) DESCRIPTION 403--1.1 This item shall consist of a taxiway shoulder surface course composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 403-21 Aggregate. Aggregates shall consist of crushed stone, crushed gravel crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent for surface course when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay Lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C 142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 7511/o of the smallest mid -sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. City of Forth Worth Project No. 101172 P-403 - 1 Addendum. No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-10G The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0 percent, by weight, when tested in accordance with ASTM C142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D 1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 403-2.2 Mineral filler. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 403-2.3 Asphalt cement binder. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 64-28. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 403-2.4 Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials: a. Coarse aggregate: (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent of fractured faces (s) Flat and elongated particles b. Fine aggregate: (1) Liquid limit and Plasticity index City of Forth Worth Project No. 101172 P-403 - 2 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-1OG (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral filler d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 403-2.5 Anti -stripping agent. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 403-3.1 Composition of mixture. The HMA plant mix shall be composed of a mixture of well - graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 403-3.2 Job Mix Formula (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table 1 and the flow shall be targeted close to the mid -range of the criteria in order to meet the acceptance requirements. The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 403-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: Stability = 270 lbs (1200 N); Flow (0.01 inch (0.25 mm)) = 1.5 inches (38 mm); Air Voids = 0.65%. Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70- City of Forth Worth Project No. 101172 P-403 - 3 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-IOG 80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the JMF. b. Percent of asphalt cement. c. Asphalt performance, grade, and type of modifier if used. d. Number of blows per side of molded specimen. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on the 0.45 power gradation curve. i. Graphical plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific gravity and absorption of each aggregate. k. Percent natural sand. 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial City of Forth North Project No. 101172 P-403 - 4 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 15015370-100 production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Marshall Design Criteria applicable to the project shall be as specified in Table 1. Table 1. Marshall Design Criteria Test Property Value Number of blows 75 Stability, pounds (Newtons) minimum 1800 (8006) Flow, 0.01 inch (0.25 mm) 8-16 Air voids (percent) 3.5 Percent voids in mineral aggregate, minimum See Table 2 'The flow requirement is not applicable for Polymer Modified Asphalts. Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16 Gradation 2 15 Gradation 1 14 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C 13 6 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements City of Forth Worth Project No. 101172 P-403 - 5 Addendum No. 3 Taxiway P Extension April 9, 2020 7/2 U2014 AC 150/5370-1OG Sieve Size Percentage by Weight Passing Sieves Gradation 2 (Taxiway Shoulder Surface Course) 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1 /2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.600 mm) 14-30 No. 50 (0.300 mm) 9-21 No. 100 (0.150 mm) 6-16 No. 200 (0,075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 403-3.3 Reclaimed asphalt concrete (RAP). RAP shall not be used. 403-3.4 Job Mix Formula (JMF) laboratory. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 403-3.5 Test section. Prior to full production, the Contractor shall prepare and place a quantity of HMA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 long and 30 wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F (71°C). The cold joint must be cut back using the same procedure that will be used during production in accordance with 403-4.12. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. City of Forth Worth Project No. 101172 P-403 - 6 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-10G The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 403-5.1 and 403-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if the average mat density of the test section cores is greater than or equal to 96% and the average joint density of the test section cores is greater than or equal to 94%. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance witb paragraph 403-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If the aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of paragraph 403-6.1, has been approved, in writing, by the Engineer. CONSTRUCTION METHODS 403-4.1 Weather limitations. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Base Temperature (Minimum) Mat Thickness Degrees F Degrees C 3 inches (7.5 cm) or greater 40 4 Greater than 2 inches (50 nun) 45 7 but less than 3 inches (7.5 cm) 403-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: City of Forth Worth Project No. 101172 P-403 - 7 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 15015370-1OG a. Requirements for all plants include: (1) Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and scaled as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. (2) Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications and masonry saw with diamond blade for trimming pavement cores and samples. The plant testing Iaboratory shall have a floor space area of not less than 200 square feet (18.5 sq. m), with a ceiling height of not less than 7-1/2 feet (2 m). The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70°F f5°F (21 °C ±2.3°C). The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (a) Adequate artificial lighting. (h) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (c) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (d) Work benches for testing. (e) Desk with chairs and file cabinet. (f) Sanitary facilities convenient to testing laboratory. (g) Exhaust fan to outside air. (h) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended City of Forth Worth Project No. 101172 P-403 - S Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-1OG immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. (3) Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: (a) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (b) Stored in insulated storage bins for a period of time not to exceed eight (S) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 403-4.3 Hauling equipment. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 403-4.3.1 Material Transfer Vehicle (MTV). Material transfer vehicles shall be required due to the improvement in smoothness and decrease in both physical and thermal segregation. To transfer the material from the hauling equipment to the paver, use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 403-4.4 HMA Pavers. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the 13MA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. City of Forth Worth Project No. 101172 P-403 - 9 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-JOG 403-4.4.1 Automatic grade control. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screcd at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within f0.1 %. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9 m) in length b. Taut stringline (wire) set to grade C. Short ski or shoe d. Laser control 403-4.5 Rollers. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 403-4.5.1 Density device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 403-4.6 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F (160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F (175°C) when added to the aggregate. 403-4.7 Preparation of mineral aggregate. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. City of Forth Worth Project No. 101172 P-403 - 10 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-1OG 403-4.8 Preparation of HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the mimmum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 403-4.9 Preparation of the underlying surface. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A prime coat and tack coat shall be applied in accordance with hems P-602 and P-603, respectively, if shown on the plans. 403-4.10 Laydown plan, transporting, placing, and finishing. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 403-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 403-4.4.1, provided grades of the first lift of bituminous surface course meet the tolerances of paragraphs 403-5.2b(5) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 403-5.2b (5) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F (121°C). Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated City of Forth Worth Project No. 101172 P-403 - I l Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-1OCT to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one- way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 15 feet (m) except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot (30 cm); however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches (50 mm) deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet (3 m) long. 403-4.11 Compaction of HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened using a water soluble asphalt release agent approved by the Engineer. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds (125 kg), have a tarriping plate width not less than 15 inches (38 cm), be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 403-4.12 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of City of Forth Worth Project No. 101172 P-403 - 12 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC I50/5370-10G placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any Fresh HMA against the joint. Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 1757 (80°C); or are irregular, damaged, uncompacted or otherwise defective shall be cut back 3 inches (75 mm) to 6 inches (150 mm) to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. An asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 403-4.13 Diamond grinding. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch (3-mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1/2 inch (13mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 403-4.14 Nighttime paving requirements. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safely complete the work. b. Minimum illumination level shall be 20 horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet (9 m) wide by 30 feet (9 m) long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet (4.5 m) wide by 30 feet (9 m) long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet (4.5 m) wide by 15 feet (4.5 m) Iong at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. City of Forth Worth Project No. 101172 P-403 - 13 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-100 d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. e. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non-payment HMA, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to leave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. MATERIAL ACCEPTANCE 403- 5.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids and stability and flow on a lot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes to stabilize to compaction City of Forth Worth Project No. 101172 P-403 - 14 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-1OG temperature. The compaction temperature of the specimens shall be as specified in the SMF. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 403-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 403-5.2. b. in -place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). (1) Mat density. The lot size shall be the same as that indicated in paragraph 403-5.1 a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinaljoints constructed by a lot of HMA as defined in paragraph 403-5.Ia. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores City of Forth Worth Project No. 101172 P-403 - 15 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-10G for joint density shall betaken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches (125 mm). (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches (125 mm). Samples that are defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling_ Laitance produced by the coring operation shall be removed immediately. The top most lift of bituminous material shall be completely bonded to the underlying layers of bituminous material. If any of the cores reveal that the surface is not bonded to the bituminous layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 403-5.1b to determine the extent of any delamination. All delamnnated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulls specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 403-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed F MA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b (1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b (2). c. Partial lots HAM. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n = 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 403-5.2 Acceptance criteria. City of Forth Worth Project No. 101172 P-403 - 16 Addendum No. 3 Taxiway P Extension April 9, 2020 AC 150/5370-10G 7/21 /2014 a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement and test results: (1) Air Voids (2) Mat density (3) Joint density (4) Thickness (5) Smoothness (6) Grade (7) Stability (S) Flow Mat density will be evaluated for acceptance in accordance with paragraph 403-5.2b (1). Stability and flow will be evaluated for acceptance in accordance with paragraph 403- 5.1. Joint density will be evaluated for acceptance in accordance with paragraph 403- 5.2b (2). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 403-5.2b (3). Acceptance for smoothness will be based on the criteria contained in paragraph 403-5.2b (4)_ Acceptance for grade will be based on the criteria contained in paragraph 403-5.2b (5). The Engineer may at any time reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance criteria. (1) Mat density. Acceptance of each lot of plant produced material for mat density shall be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 96%, the lot shall be acceptable. If the average mat density of the lot is below 96%, the lot shall be removed and replaced at the Contractor's expense. (2) .hint density. Acceptance of each lot of plant produced HMA for joint density shall be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 94%, the lot shall be acceptable. If the average joint density of the lot is less than 94%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction. (3) Thickness. Thickness of each course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density City of Forth Worth Project No. 101172 P-403 - 17 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 15015370-100 measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch (6 mm) less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shalt not be less than the indicated thickness. Where thickness deficiency exceeds the specified tolerances, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (4) Smoothness. The final surface shall be free from roller marks. After final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each pavement lot such that the finished surface course of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. The Contractor shall apply a surface treatment per Item P-608 to all areas that have been subject to grinding as directed by the Engineer. a. Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer. 1) Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 403-4.13 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. 2) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement City of Forth Worth Project No. 101172 P-403 - 18 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-10G surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer. Deviations on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 403- 4.13 or by removing and replacing full depth of surface course. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. 3) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet (6m); and the third points of paving lanes when widths of paving lanes are 20 ft. (6m) or greater. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 403- 4.13 or by removing and replacing fall depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (5) Grade. Grade shall be evaluated on the first day of placement and then every day to allow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished City of Forth Worth Project No. 101172 P-403 - 19 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-106 surface of the pavement shall not vary from the gradeline elevations and cross - sections shown on the plans by more than 1/2 inch (12 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards (square meters). When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch (19 mm) or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Skin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yard (12.5 sq. m). The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches (2 and 3.5 mm) wide. The peaks and ridges shall be approximately 1/32 inch (1 mm) higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Areas in excess of 15 square yard (12.5 sq. m) will require removal and replacement of the pavement in accordance with the limitations noted above. Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Density outliers. If the tests within a lot include a very large or a very small value that appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E178, at a significance level of 5%, to determine if this value should be discarded. 403-5.3 Resampling Pavement for Mat Density. a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-5.1. Only one resampling per lot will be permitted. (1) A redefined mat density shall be calculated for the resampled lot. The number of tests used to calculate the redefined mat density shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for resampled lots. The redefined mat density for a resampled lot shall be used to evaluate the acceptance of that lot in accordance with paragraph 403-5.2. e. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%. 403-5.4 Leveling course. Any course used for trueing and leveling shall meet the aggregate gradation in Table 3, paragraph 403-3.2. The trucing and leveling course shall meet the City of Forth Worth Project No. 101172 P-403 - 20 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-10G requirements of paragraph 403-3.2, 403-5.1 for air voids and for stability and flow, but shall not be subject to the density requirements of paragraph 403-5. L The leveling course shall be compacted with the same effort used to achieve density of the test section. The trueing and leveling course shall not exceed the maximum lift thickness associated with each gradation in Table 3, paragraph 403-3.2. The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses. CONTRACTOR QUALITY CONTROL 403-6A General. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3, including but not limited to: a. Mix Design b. Aggregate Grading c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints i. Compaction j. Surface smoothness k. Personnel 1. Laydown plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 403-6.2 Contractor testing laboratory. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 403-6.3 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. City of Forth Worth Project No. 101172 P-403 - 21 Addendum No. 3 Taxiway p Extension April 9, 2020 7/21/2014 AC 150/5370-1OG a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM Cl 17. c. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture content of HMA. The moisture content of the HMA shall be determined once per lot in accordance with ASTM D1461 e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. f. In -place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 403-6.4 Sampling. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 403-6.5 Control charts. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: City of Forth Worth Project No. 101172 P-403 - 22 Addendum No. 3 Taxiway P Extension April 9, 2020 AC 150/5370-106 7/21/2014 b. Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch (19 mm) +6% ±9% 1/2 inch (12 mm) f6% +9% 3/8 inch (9 nun) j:6% f9% No. 4 (4.75 mm) f6% -L9% No. 16 (1.18 mm) ±5% ±7.5% No. 50 (0.30 mm) ±3% +-4.5% No. 200 (0.075 mm) ±2% f3% Asphalt Content ±0.45% +0.70% -1.00% -1.5% Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. Control Chart Limits Based On Range (Based On n = 2) Sieve Sus erasion Limit 1 /2 inch (12 mm) 11 3/8 inch (9 mm) 11 % No. 4 (4.75 mm) 11% No. 16 (1.18 mm) 9% No. 50 (0.30 nun) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0.8% C. Corrective action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. City of Forth Worth Project No. 101172 P-403 - 23 Addendum No. 3 Taxiway P Extension April 9, 2020 AC 150/5370-1OG 7/21/2014 403-6.6 Quality control reports. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT 403-7.1 Measurement. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 403-8.1 Payment. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 403-5.2 shall be made at the contract unit price per square yard (sy) for HMA. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: item P-403-8.1 5" Bituminous Surface Course — per square yard TESTING REQUIREMENTS AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-pm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures City of Forth Worth Project No, 101172 P-403 - 24 Addendum No. 3 April 9, 2020 Taxiway P Extension AC 150/5370-1OG 7/21 /2014 ASTM D 1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D1074 Standard Test Method for Compressive Strength of Bituminous Mixtures ASTM D 1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous inch -Diameter Specimen) Mixtures Using Marshall Apparatus (6 ASTM D6307 Standard Test Method for Asphalt Content of Hot -Mix Asphalt by Ignition Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus City of Forth Worth Project No. 101172 P-403 - 25 Addendum No. 3 April 9, 2020 Taxiway P Extension 7/21/2014 AC 15015370-10G ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Gmb) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens). Asphalt Institute Handbook MS-26 Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-403 City of Forth Worth Proj ect No. 101172 P-403 - 26 Addendum No. 3 Taxiway P Extension April 9, 2020 FORT WORTH Name of City project: CITY OF FORT WORTH _DBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. A joint venture -m must be completed on each project RFPBid/Project Nu tuber: Joint Venture Page 1 of 3 Rev. 5115119 Joint Venture Page 2of3 3. What is the percentage of DBE 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) 6. Identify by name, race, sex and firm of 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. -_- — ------------------ ------------------ 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 Office of Business Diversity will review your joint venture submission and will have final approval of the DBE 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 Office of Business Diversity 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 DBE Program. Rev. 5115119 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -malting 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 DBE firth Name ofnon-DBE 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 State of Notarization 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 Rev. 5115119 7/21/2014 AC 150/5370-1OG ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT DESCRIPTION 606-1.1. This specification covers two types of material; a liquid suitable for sealing electrical wire in saw cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of material are two -component filled formulas with the characteristics specified in paragraph 606-2.4. Materials supplied for use with bituminous concrete pavements must be formulated so they are compatible with the bituminous concrete. EQUIPMENT AND MATERIALS 606-2.1 Curing. When pre -warmed to 77°F (25°C), mixed, and placed in accordance with manufacturer's directions, the materials shall cure at temperatures of 45'F (7°C) or above without the application of external heat. 606-2.2 Storage. The adhesive components shall not be stored at temperatures over 86°F (30°C). 606-2.3 Caution. Installation and use shall be in accordance with the manufacturer's recommended procedures. Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and flush with water. If taken internally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well -ventilated areas. Keep in cool place. Keep away from children. 606-2.4 Characteristics. When mixed and cured in accordance with the manufacturer's directions, the materials shall have the following properties shown in Table 1. SAMPLING, INSPECTION, AND TEST PROCEDURES 606-3.1 Tensile properties. Tests for tensile strength and elongation shall be conducted in accordance with ASTM D638. 606-3.2 Expansion. Tests for coefficients of linear and cubical expansion shall be conducted in accordance with ASTM D 1169, Method B, except that mercury shall be used instead of glycerine. The test specimen shall be mixed in the proportions specified by the manufacturer, and cured in a glass tub approximately 2 inch (50 mm) long by 3/8 inch (9 mm) in diameter. The interior of the tube shall be precoated with a silicone mold release agent. The hardened sample shall be removed from the tube and aged at room temperature for one (1) week before conducting the test. The test temperature range shall be from 35°F (2°C) to 140°F (60°C). 606-3.3 Test for dielectric strength. Test for dielectric strength shall be conducted in accordance with ASTM D149 for sealing compounds to be furnished for scaling electrical wires in pavement. City of Forth Worth Project No. 101172 P-606 - 1 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-100 Table 1. Property Requirements Physical or Electrical Property Minimum Maximum ASTM Method Tensile Portland cement concrete 1,000 psi D 638 (70 kg/sq cm) 500 psi Bituminous concrete (35 kg/sq cm) Elongation Portland cement concrete See note 1 D 638 Bituminous concrete 50% D 638 Coef of cub. exp. 0.00090 0.00120 D 1168 cu. cm/cu. cm/°C Coe£ of lin. exp. 0,000030 0.000040 D 1168 cm/cm/°C Dielectric strength, short time test 350 volts/mil. D 149 Arc resistance 125 sec Pull -off Adhesion to steel 1,000 psi (70 kg/sq cm) Adhesion to Portland cement concrete 200 psi. (14 kg/sq cm) Adhesion to asphalt concrete No test available. Adhesion to aluminum 250 psi ' 20% or more (without filler) for formulations to be supplied for areas subject to freezing. 606-3.4 Test for are resistance. Test for are resistance shall be conducted for sealing compounds to be furnished for sealing electrical wires in pavement. 606-3.5 Test for adhesion to steel. The ends of two smooth, clean, steel specimens of convenient size (1 inch by 1 inch by 6 inch) (25 mm. by 25 min by 150 mm) would be satisfactory when bonded together with adhesive mixture, and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure on a Riehle (or similar) tensile tester. The thickness of adhesive to be tested shall be 1/4 inch (6 mm). 606-3.6 Adhesion to Portland cement concrete a. Concrete test block preparation. The aggregate grading shall be as shown in Table 2. City of Forth Worth Project No, 101172 P-606 - 2 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370-10G The coarse aggregate shall consist of crushed rock having a minimum. of 75% of the particles with at Ieast one fractured face and having a water absorption of not more than 1.5%. The fine aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete shall have a water -cement ratio of 5.5 gallons (21 liters) of water per bag of cement, a cement factor of 6, ±0.5, bags of cement per cubic yard (0.76 cubic meter) of concrete, and a slump of 2-1/2 inch (60 mm), ±1/2 inch (60 min ±12 mm). The ratio of fine aggregate to total aggregate shall be approximately 40% by solid volume. The air content shall be 5.0%, 7L0.5%, and it shall be obtained by the addition to the batch of an air -entraining admixture such as Vinsol© resin. The mold shall be of metal and shall be provided with a metal base plate. Means shall be provided for securing the base plate to the mold. The assembled mold and base plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall be such that several one inch (25 mm) by 2 inch (75 mrn) by 3 inch (25 mm by 50 min by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be prepared and cured in accordance with ASTM C192. Table 2. Aggregate For Bond Test Blocks Type Sieve Size Percent Passing Coarse Aggregate 3/4 inch (19 mm) 97 to 100 1/2 inch (12 mm) 63 to 69 3/8 inch (9 mm) 30 to 36 No. 4 (4.75 mm) 0 to 3 Fine Aggregate No. 4 (4.75 mm) 100 No. 8 (2.36 ram) 82 to 88 No. 16 (1.18 mm) 60 to 70 No. 30 (600 µm) 40 to 50 No. 50 (300 µm) 16 to 26 No. 100 (150 µm) 5 to 9 b. Bond test. Prior to use, oven -dry the test blocks to constant weight at a temperature of 220°F to 230°F (104°C to 110°C), cool to room temperature, 73.4°F ±3°F (23°C 11.6°C), in a desiccator, and clean the surface of the blocks of film or powder by vigorous brushing with a stiff -bristled fiber brush. Two test blocks shall be bonded together on the one inch by 3 inch (25 mm by 75 min) sawed face with the adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure in a Riehle (or similar) tensile tester. The thickness of the adhesive to be tested shall be 1/4 inch (6 mm). 606-3.7 Compatibility with asphalt concrete. Test for compatibility with asphalt in accordance with ASTM D5329. City of Forth Worth Project No. 101172 P-606 - 3 Addendum No. 3 Taxiway P Extension April 9, 2020 7/21/2014 AC 150/5370--1OG 606-3.8 Adhesive compounds - Contractor's responsibility. The Contractor shall fiirnish the vendor's certified test reports for each batch of material delivered to the project. The report shall certify that the material meets specification requirements and is suitable for use with Portland cement concrete and bituminous concrete pavements. The report shall be delivered to the Engineer before permission is granted for use of the material. In addition the Contractor shall obtain a statement from the supplier or manufacturer that guarantees the material for one year. The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily on other projects. 606-3.9 Application. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles. The method of mixing and application shall be in strict accordance with the manufacturer's recommendations. When used with Item P-605, such as light can installation, Item P-605 shall not be applied until the Item P-606 has fully cured. METHOD OF MEASUREMENT 606-4.1 When required in the installation of an in -pavement lighting system or portion thereof, no measurement will be made for direct payment of adhesive, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the installation of an in -pavement lighting system or portion thereof. BASIS OF PAYMENT 606-5.1 No separate payment shall be made for the adhesive as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the installation of an in -pavement lighting system or portion thereof. TESTING REQUIREMENTS ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM D 149 Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D 1168 Standard Test Method for Hydrocarbon Waxes Used for Electrical Insulation ASTM D5329 Standard Test Methods for Sealants and Fillers, Hot -applied, for Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements END OF ITEM P-606 City of Forth Worth Project No. 101172 P-606 - 4 Addendum No. 3 Taxiway P Extension April 9, 2020 w1LL `52 aw m� aLL w Ha � wu� 6C 4¢ <Z n a f w w -A P. �a � jm wa zp zz �� i3 ai � 07 au m J wq 4~� m�S Yz Jap a pw uz r�CO ms DU pUo pF w xg g- Pr W} ��o � az zrc a2z2� HE m men °~ �w o¢ O `�cWi °�ttp z� P w wOLL O Nqm F p �rc�FaF �Wi r3 zz?zg�A F Zci��} wOw _m u.a i1Ogd p0 �uoQ� o�z 33a gS�aogrc �i. sa �wLL �oa�u z�� waF z�wFwEa. ¢°o a'��FaF shy o�� auN FF°rccWi �w�JJ� Z mom¢ Wzy w� Wa�¢nYZ� <�rof Z F W w a�p 2U Uw! Ra¢ ¢ ygom o 44 u �y a flzO� ~�5 NH �ns M U' yyi rl g grb! '[ $�LL�w Mp -P� NM -or 1P z a"'nmei- J� m p!z+�o Ge¢ G'���$z� rc� _ m 4¢{{!¢!�� .O KONa �NU Nn2 and ��o O F g� Y NN ON W¢w a zo'u� tiF WU w¢ e-ap 2Ja_ Fm }o4iW¢ a�W kF3U� w �a�°o as ao N a w rr a } z 0 CI 1 W Lq Ul �f P �m LLa _ w z¢ �dpp U�Wr� vz7U m �Fwowjiz€ w z OU�OO�om � �<rc=wucoo �d'�nzi�m>�ao na EH-3-1�'Nw�Pym <w o�p igoa�'z�%GLL�LL� 3x � owl fiil rc��wuo€�ua"za'�E r X w q U } �i 9/ ?C w rr U Z ae C01 F YO¢° Oo G o f aP2r¢ a�x56 v�-ioQ< W`�$$`�Y m Y H2, w �¢ m P PQ a yy a� uu��aoaa��Z���wawG�o ~ d�uiGoarc 'a pOW- ��„o o�rc$ w yz�q O z �r cpi �pzwN uz°oaaaa g'a- wg�z m �003 �� Fpapq �3 wi�9F�mF¢pw�ap gaw-3Yw KaKu°io aO6rcLLi��U�q°�J�6Kj mYUr�2aO�� 6¢00 � KLL NF Wm Fw ��� EW �roOOtiawUW0Qp¢SY0w w(�Zay DU o a oo zma�z w�axz�`r2 as °0 .,�6oSa¢ti¢¢az Umr m ° sw W y 5 n� Fa.ma w 3HP Y�<pzG 6a0C1 �nwF°M�!'�t°uUi�owOWw�mp 65H5 a� U w UZ ¢moG �z��zfa�Uda Y�Y��ooN�Z�wgzza¢c'gya � 0 yq�� r U v w oo �o K dap P Ow a ¢�oKaiwm0�rcyoovi wa- uSwpo Us 80�owS0pzzwpaatiu¢gwx�O¢aUu� G�� �U m Y Fa qru �yUr¢¢U�F 2�2wF �-�aaw�aF-xOpLL¢ U2�y N pU�KS �wz U ��w z rzrc°� G� F Z o Om w wW J m� m ¢% mz�aoa�� �a �Yma w�aw $0-8< itl1aww¢�"dmoyo�'��pz�tt°w oo�ssao��¢¢ '�N$S ��om�oo�mw �oap��F� w�zwa P g 5 zz���ao a°wa". 8� z pam�o¢�azF f�$oFmp�a�swa� Noo�w _caiV rycg Rio �arcv.�rcjj{�jj{GLLLLLLi�= s � �KozoFzw��a °m�zzu.w€�5 wi 'd-a < zw�°zz�� �5F5F¢ ap �.rc FwzwFW-zmp u°""j~aOUw?y�tiaWwmK w�wgm 5 q.WaNOzf Sw cSw °U� LSD 4nso a°¢awama¢a 2 F V gq¢ iJ F¢wn 24 PHI q4o aW �O w w �..11mazop o A OwaU p S o<awwG �5 UK?f�wmF4�EUt-rc ul¢iumimwmza(9gE owwow �d1O Z00Uq as �9y m ttzo ®aawu� Y:n COMPANY NAME: ADDRESS: CITY/STATE/ZIP: REQUESTER'S NAME: PHONE: Request for Listing FURT WORTH City of Fort Worth Office of Business Diversity 1000 Throckmorton St. Fort Worth TX 76102 Office: (817) 392-2674 Fax: (817) 392-2681 MBE Construction CBE SBE Professional A&E MBE AA Professional � MWBE (cools&servcesj PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING FAX: EMAIL: IS THIS A CITY OF FORT WORTH FUNDED PROJECT? Yes or No IF YES, PLEASE PROVIDE PROJECT NAME. IS THIS A FEDERAL FUNDED PROJECT? IF YES PLEASE PROVIDE PROJECT NAME SO THAT WE CAN PROVIDE A DBE LISTING BID OPENING DATE: PROPOSAL DA TYPE OF PROJECT: CONSTRUCTION PROFESSIONAL PROFESSIONAL (RFP) PROFESSIONAL (RFQ) PURCHASING PLEASE INDICATE HOW YOU WOULD LIKE TO RECIEIVE YOUR REQUEST: FAX EMAIL ULTANT OPPORTUNITIES SUPPLIER OPPORTUNITIES This listing inclusive of the commodities you requested can be utilized for two months from the date of this letter as outlined in the Business Diversity Ordinance #20020-12-2011. If additional commodities are needed within this two month period please call the MIWBE Office at (817) 392-2674 or fax (817) 392-2681 or email your request to the MIWBE Office at: mwbeoffice@fortworthtexas.gov. 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 01 1100 SUMMARY OF WORK 01 if00-1 SUMMARY OF WORK Page I of F4 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 4 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 unobsti acted 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 11 00 _3 SUMMARY OF WORK Page 3 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 1.1.1 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 14 END OF SECTION Revision Lag DATE NAME SLMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 011100-4 SUMMARY OF WORK Page 4 of 4 10 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of F4 I SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- 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 perfonnance 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 t2 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, CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised duly 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 I 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 I 1 Contract Documents l2 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) IIIustration 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. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July t, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 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 witb the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL 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 malting 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 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in BIanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended. Recommended Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July t, 2011 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 01 31 19 PRECONSTRUCTION MEETING 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of4 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 jNOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination I. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 17, 2012 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 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 4 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1, Insurance Renewals In. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Taxiway P Extension Phase 1 City Project No. 101172 1 2 3 4 5 6 7 8 9 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS ]NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 17, 2012 01 31 19 - 4 PRECONSTRUCTION MR11TING Page 4 of 4 fH 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 4 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1- 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 CITY OF FORT WORTH Taxiway P Extension Phase t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 31 20-2 PROJECT MEETINGS Page 2 of 4 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 - II 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 c. 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 1. 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 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 172 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 01 31 20 - 3 PROJECT MEETINGS Page 3 of 4 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings maybe held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS ]NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OP FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 31 20 - 4 PROJECT MEETINGS Page 4 of 4 to 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE. Page I of 6 1 SECTION 01 3216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI- GENERAL 4 LI 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 I --- General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2, Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 101172 Revised duly 1, 20I I 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 6 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document, 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a, No additional cost for such work will be considered. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 t72 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 6 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 off) 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed ]order this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. l5 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through BIM 360. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORT►I Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCI3EDUL,E Page 5 of 6 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/17/2020 J.Duke Revised references to Buzzsaw to BIM 360 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICA"i'ION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 6 lul 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised duly 1, 2011 I 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of2 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: I 1 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 SUBMITTALSANFORMATIONAL 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] 30 110 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] CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 33 00 - 1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- 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 Iimited 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x I I inches to 8 % inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Taxiway P Extension Phase I City Project No. 101172 01 33 00 - 3 SUBMITTALS Page 3 of 8 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 CITY OF FORT WORTI3 Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 I 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: I 1 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 BIM 360 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 I 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) CITY OF PORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Is I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. SubmittaIs will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Taxiway P Extension Phase City Project No. 101172 013300-6 SUBMITTALS Page 6 of 8 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 necessaiy 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 Ieast 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of S 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 fiom 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 "RFP' 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] 36 111 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED) 3 END OF SECTION 4 01 33 00 - 8 SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE I2120/2012 D. Johnson IAK.8. Working Days modified to Calendar Days 3/17/2020 J. Duke 1.4.J. La. Buzzsaw revised to BIM 360 CITY OF FORT WORTFI Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 172 Revised December 20, 2012 0135 H -i SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days l 1 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 -- General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials fui-nished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the pen -nit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements asset forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if - a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Taxiway P Extension Ph= 1 City Project No. 101172 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 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 4t 42 43 44 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) L At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Taxiway P Extension Phase I City Project No. 101172 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Cade, 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 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 172 Revised December 20, 2012 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 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> M Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4.30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Taxiway P Extension Phase 1 City Project No. 101172 I 2 4 IWa EXHIBIT B ORT WORT DOLE NO. ki7EZXX 01 35 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NoTlelrk OF °HEMP® Y WATER SIERVICIE 1EUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, "CONTRACTOR CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 0145 23- 1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- 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 S 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 City's BIM 360 site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 014523.2 TESTING AND INSPECTION SERVICES Page 2 of 2 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) 'Pests 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 infonnation: 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 28 WE Of] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/17/2020 J. Duke 1.4A.3.a.I. Buzzsaw modified to BTM 360 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase 1 City Project No. 101172 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- 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. 21 No 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 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 weep before water for construction is desired CITY OF PORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 l 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 6 testing 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 9 maintain operations during scheduled shutdown. 10 11 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel 12 and 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 23 24 problem. d. Flaul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] I I 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 _ EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as,needed. 24 3.5 [REPAIR] 1 [RESTORATION] 25 3.6 REINSTALLATION 26 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 311 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101172 Revised July 1, 2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 l 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 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1,2011 01 55 20 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 4 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit g 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 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. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 39 Transportation and Public Works Department. CITY OF FORT WORTHTaxiway P Extension Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10I 172 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of4 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. g 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control I I plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 F. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found at 26 httys://apps.fortworthtexas.gov/ProjectResources/ 02 — Construction 27 Documents/Construction Plans/Construction Details/600 - Traffic CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 t72 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 OI5526-3 STREET USE PERMIT AND MODTFiCATIONS TO TRAFFIC CONTROL Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/17/2020 J. Duke 1.4.F.1 Revised location of traffic control details CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase 1 City Project No. 101172 Ot5526-4 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 4 of 4 10 1 L Page intentionally left blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase i City Project No. 101172 01 57 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 4 1 SECTION O1 5713 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 Port 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 3125 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 I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 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 S. 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 4 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 3125 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 3125 00 t7 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 c) 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 N01 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 3125 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 0133 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 CITY OF FORT WORTR Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 t 172 Revised July 1, 2011 0157 13 .3 STORM WATER POLLUTION PREVENTION Page 3 of 4 I B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 6 7 8 9 10 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase I City Project No. 101172 01 57 13 -- 4 STORM WATER POLLUTION PREVENTION Page 4 of 4 10 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised duly 1, 2011 015813-I TEMPORARY PROJECT SIGNAGE Page I of 4 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTI- 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. WorIc 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 SUBMITTALSANFORMATIONAL 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 4 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-ineb 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 1 RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD JoR] 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 31 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101172 Revised July 1, 2011 015913-3 TEMPORARY PROJECT SIONAGE Page 3 of F4 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 58 13 -4 TEMPORARY PROJECT SIGNAGE Page 4 ofel 10 11 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 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 located at 16 ht s:ila s.fortworthtexas. ov/Pro'ectRcsoarces,' as follows: 17 Resources102 - 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 SUBMITTALSANFORMATIONAL 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] CITY OF FORT WORTH Taxiway P Fxtension Phase 1 STANDARD CONSTRUCTION SPECIFJCATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 6000-2 PRODUCT REQUIREMENTS Page 2 of 2 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 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/17/2020 J. Duke Modified Location of City's Standard Product List CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 OI6600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- 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 I — 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 SUBMITTALSANFORMATIONAL 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 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 I 1 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. PIace 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. l0 t 172 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 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 31 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 1 RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD loR] 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 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 016600-4 PRODUCT STORAGE AND DANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 4 5 C 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 017000-1 MOBILIZATION AND REMOBILIZATION Page I of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from I location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. RemobiIization a. RemobiIization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Taxiway P Extension Phase I City Project No. 101 t72 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating 11 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment [Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the 29 appropriate Section 1.2 A. 1.1 30 1. Mobilization and Demobilization 31 a. Measure 32 1) Measurement for this Item shall be as lump sum. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 will be paid for at the unit price in accordance with Contract Documents. 36 2. Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" will be paid for at the unit 43 price per each "Specified Remobilization" in accordance with Contract 44 Documents. 45 c. The price shall include: 46 1) Demobilization as described in Section 1.1.A.2.a.1) CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised November 22, 2016 1 2 3 4 5 6 7 8 9 10 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 017000-3 MOBILIZATION AND REMOBTLTZATION Page 3 of 4 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement I) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or Iost profits associated this Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of4 1 19 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USE, S PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 8 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE t 1/22/16 Michael Owen I ' 2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 172 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 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 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Construction Staking a. Measurement b. 1) This Item is considered subsidiary to the various Items bid Payment l) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. c. The work shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a, Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump suln price bid for "As -Built Survey". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1) Field measurements and survey shots to identify location of completed 2 facilities. 3 2) Documentation and submittal of as -built survey data onto contTactor redline 4 plans and digital survey files. 5 6 1.3 REFERENCES 7 A. Definitions 8 1. Construction Survey - The survey measurements made prior to or while 9 construction is in progress to control elevation, horizontal position, dimensions and 10 configuration of structures/improvements included in the Project Drawings. 11 2. As -built Survey —The measurements made after the construction of the 12 improvement features are complete to provide position coordinates for the features 13 of a project. 14 3. Construction Staking — The placement of stakes and markings to provide offsets 15 and elevations to cut and fill in order to locate on the ground the designed 16 structures/improvements included in the Project Drawings. Construction staking 17 shall include staking easements and/or right of way if indicated on the plans. 18 4. Survey "Field Checks" — Measurements made after construction staking is 19 completed and before construction work begins to ensure that structures marked on 20 the ground are accurately located per Project Drawings. 21 B. Technical References 22 1. City of Fort Worth -- Construction Staking Standards (available at 23 ht!ps://apps.forLwortbtexas.gov/ProiectResources — 01 71 23.16.01— Attachment 24 A Survey Staking Standards 25 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available at 26 https•//apps fortworthtexas.gov/ProiectResources/ ). 27 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 28 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 29 Surveying in the State of Texas, Category 5 30 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. The Contractor's selection of a surveyor must comply with Texas Government 33 Code 2254 (qualifications based selection) for this project. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section 01 33 00. 36 B. All submittals shall be received and reviewed by the City prior to delivery of work. 37 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 38 A. Field Quality Control Submittals 39 1. Documentation verifying accuracy of field engineering work, including coordinate 40 conversions if plans do not indicate grid or ground coordinates. 41 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 42 (refer to 01 71 23.16.01 Attachment A Survey Staking Standards). CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1.7 CLOSEOUT SUBMITTALS 2 B. As -built Redline Drawing Submittal 3 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 4 constructed improvements signed and sealed by Registered Professional Land 5 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 —Attachment A 6 — Survey Staking Standards) . 7 2. Contractor shall submit the proposed as -built and completed redline drawing 8 submittal one (1) week prior to scheduling the project final inspection for City 9 review and comment. Revisions, if necessary, shall be made to the as -built redline 10 drawings and resubmitted to the City prior to scheduling the construction final 11 inspection. 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Construction Staking 15 1. Construction staking will be performed by the Contractor. 16 2. Coordination 17 a. Contact City's Project Representative at least one week in advance notifying 18 the City of when Construction Staking is scheduled. 19 b. It is the Contractor's responsibility to coordinate staking such that 20 construction activities are not delayed or negatively impacted. 21 3. General 22 a. Contractor is responsible for preserving and maintaining stakes. If City 23 surveyors are required to re -stake for any reason, the Contractor will be 24 responsible for costs to perform staking. If in the opinion of the City, a 25 sufficient number of stapes or markings have been lost, destroyed disturbed or 26 omitted that the contracted Work cannot take place then the Contractor will be 27 required to stake or re -stake the deficient areas. 28 B. Construction Survey 29 1. Construction Survey will be performed by the Contractor. 30 2. Coordination 31 a. Contractor to verify that horizontal and vertical control data established in the 32 design survey and required for construction survey is available and in place. 33 3. General 34 a. Construction survey will be performed in order to construct the work shown 35 on the Construction Drawings and specified in the Contract Documents. 36 b. For construction rnethods other than open cut, the Contractor shall perform 37 construction survey and verify control data including, but not limited to, the 38 following: 39 1) Verification that established benchmarks and control are accurate. 40 2) Use of Benchmarks to furnish and maintain all reference lines and grades 41 for tunneling. 42 3) Use of line and grades to establish the location of the pipe. 43 4) Submit to the City copies of field notes used to establish all lines and 44 grades, if requested, and allow the City to check guidance system setup prior 45 to beginning each tunneling drive. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised Februnq 14, 2018 017123--4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 5) Provide access for the City, if requested, to verify the guidance system and 2 the line and grade of the carrier pipe. 3 6) The Contractor remains fully responsible for the accuracy of the work and 4 correction of it, as required. 5 7) Monitor line and grade continuously during construction. 6 8) Record deviation with respect to design line and grade once at each pipe 7 joint and submit daily records to the City. 8 9) If the installation does not meet the specified tolerances (as outlined in 9 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 10 the installation in accordance with the Contract Documents. 11 C. As -Built Survey 12 1. Required As -Built Survey will be performed by the Contractor. 13 2. Coordination 14 a. Contractor is to coordinate with City to confirm which features require as- 15 built surveying. 16 b. It is the Contractor's responsibility to coordinate the as -built survey and 17 required measurements for items that are to be buried such that construction 18 activities are not delayed or negatively impacted. 19 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 20 to physically measure depth and mark the location during the progress of 21 construction and take as -built survey after the facility has been buried. The 22 Contractor is responsible for the quality control needed to ensure accuracy. 23 3. General 24 a. The Contractor shall provide as -built survey including the elevation and 25 location (and provide written documentation to the City) of construction 26 features during the progress of the construction including the following: 27 1) Water Lines 28 a) Top of pipe elevations and coordinates for waterlines at the following 29 Iocations: 30 (1) Minimum every 250 linear feet, including 31 (2) Horizontal and vertical points of inflection, curvature, 32 etc. 33 (3) Fire line tee 34 (4) Plugs, stub -outs, dead-end lines 35 (5) Casing pipe (each end) and all buried fittings 36 2) Sanitary Sewer 37 a) Top of pipe elevations and coordinates for force mains and siphon 38 sanitary sewer lines (non -gravity facilities) at the following locations: 39 (1) Minimum every 250 linear feet and any buried fittings 40 (2) Horizontal and vertical points of inflection, curvature, 41 etc. 42 3) Stormwater — Not Applicable 43 b. The Contractor shall provide as -built survey including the elevation and 44 location (and provide written documentation to the City) of construction 45 features after the construction is completed including the following: 46 1) Manholes 47 a) Rim and flowline elevations and coordinates for each manhole 48 2) Water Lines 49 a) Cathodic protection test stations CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b) Sampling stations 2 c) Meter boxes/vaults (All sizes) 3 d) Fire hydrants 4 c) Valves (gate, butterfly, etc.) 5 f) Air Release valves (Manhole rim and vent pipe) 6 g) Blow off valves (Manhole rim and valve lid) 7 h) Pressure plane valves 8 i) Underground Vaults 9 (1) Rim and flowline elevations and coordinates for each 10 Underground Vault. 11 3) Sanitary Sewer 12 a) Cleanouts 13 (1) Rim and flowline elevations and coordinates for each 14 b) Manholes and Junction Structures 15 (1) Rim and flowline elevations and coordinates for each 16 manhole and junction structure. 17 4) Stormwater -- Not Applicable 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD ISITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 PART 2 - PRODUCTS 22 A. A construction survey will produce, but will not be limited to: 23 1. Recovery of relevant control points, points of curvature and points of intersection. 24 2. Establish temporary horizontal and vertical control elevations (benchmarks) 25 sufficiently permanent and located in a manner to be used throughout construction. 26 3. The location of planned facilities, easements and improvements. 27 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 28 areas, utilities, streets, highways, tunnels, and other construction. 29 b. A record of revisions or corrections noted in an orderly manner for reference. 30 c. A drawing, when required by the client, indicating the horizontal and vertical 31 location of facilities, easements and improvements, as built. 32 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 33 construction staking projects. These cut sheets shall be on the standard city template 34 which can be obtained from the Survey Superintendent (817-392-7925). 35 5. Digital survey files in the following formats shall be acceptable: 36 a. AutoCAD (.dwg) 37 b. ESRT Shapefile (.shp) 38 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 39 standard templates, if available) 40 6. Survey files shall include vertical and horizontal data tied to original project 41 control and benchmarks, and shall include feature descriptions 42 PART 3 - EXECUTION CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 3.1 INSTALLERS 2 A. Tolerances: 3 1. The staked location of any improvement or facility should be as accurate as 4 practical and necessary. The degree of precision required is dependent on many 5 factors all of which must remain judgmental. The tolerances listed hereafter are 6 based on generalities and, under certain circumstances, shall yield to specific 7 requirements. The surveyor shall assess any situation by review of the overall plans 8 and through consultation with responsible parties as to the need for specific 9 tolerances. 10 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 11 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 12 1.0 ft. tolerance. 13 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 14 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 15 walkways shall be located within the confines of the site boundaries and, 16 occasionally, along a boundary or any other restrictive line. Away from any 17 restrictive line, these facilities should be staked with an accuracy producing no 18 more than 0.05ft. tolerance from their specified locations. 19 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 20 electric lines, shall be Iocated horizontally within their prescribed areas or 21 easements. Within assigned areas, these utilities should be staked with an 22 accuracy producing no more than 0.1 ft tolerance from a specified location. 23 e. The accuracy required for the vertical location of utilities varies widely. Many 24 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 25 should be maintained. Underground and overhead utilities on planned profile, 26 but not depending on gravity flow for performance, should not exceed 0.1 ft. 27 tolerance. 28 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 29 specifications or in compliance to standards. The City reserves the right to request a 30 calibration report at any time and recommends regular maintenance schedule be 31 performed by a certified technician every 6 months. 32 1. Field measurements of angles and distances shall be done in such fashion as to 33 satisfy the closures and tolerances expressed in fart 3.1.A. 34 2. Vertical locations shall be established from a pre -established benchmark and 35 checked by closing to a different bench mark on the same datum. 36 3. Construction survey field work shall correspond to the client's plans. Irregularities 37 or conflicts found shall be reported promptly to the City. 38 4. Revisions, corrections and other pertinent data shall be logged for future reference. 39 40 3.2 EXAMINATION jNOT USED] CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 017123-7 CONSTRICTION STAKING AND SURVEY Page 7 of 8 1 3.3 PREPARATION [NOT USED 2 3.4 APPLICATION 3 3.5 REPAIR / RESTORATION 4 A. If the Contractor's work damages or destroys one or more of the control 5 monuments/points set by the City, the monuments shall be adequately referenced for 6 expedient restoration. 7 1. Notify City if any control data needs to be restored or replaced due to damage 8 caused during construction operations. 9 a. Contractor shall perform replacements and/or restorations. 10 b. The City may require at any time a survey "Field Check" of any monument 11 or benchmarks that are set be verified by the City surveyors before further 12 associated work can move forward. 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL 15 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 16 City in accordance with this Specification. This includes easements and right of way, if 17 noted on the plans. 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or Yd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal 8/31/2017 M. Owen requirements; modified 1.4 Quality Assurance; added PART 2 --- PRODUCTS ; Added 3.1 installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TOC 2/14/2018 M Owen 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 3/17/2020 J. Duke Revised location of files in 1.3.B.1 and 1.3.B.2. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised February 14, 2018 Folvi WORTH.. Section 01 71 23.01 o Attachment A Survey Staking Standards February 2017 Page 1 of 22 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. Far 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 1. 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 VI I. Storm Staking Vlll. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey Page 2 of 22 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. utilitv Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL 'FELLOW TELEPHONE/FIBER OPTIC CR,ANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK GiMN PLI1RPLE SANITARY SEWER IRRIGATION AND RECLAIMED WATER 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 Page 3 of 22 Ill. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: htt fortworthtexas. ov 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=O C. Geoid model used, Example: GEOID12A Page 4 of 22 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. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4282_Feet Projection: Lam bert—Conformal_Conic False —Lasting: 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, Lasting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street —Grid NAD83 TXSP 4202.csv File 2: C1234 As -built of Water on Main Street —Project Specific Datum.csv Page S of 22 Q m 1616 CP #1 Example Control Stakes y It rn J w w m 0 0 M w J W EL.. = 100.0O° cn w z C) 0 0 c-) N=5000.00 E=500MO a w w 0� r 0 �a � w D _ I w w x m� w Or,0 Page 6 of 22 V. Water Staking Standards 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 1. 7.0' perpendicular offset is preferred to the center of the box IL 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 lII. 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 Page 7 of 22 Example Water Stakes � K\ \� 3% o kLU » G� g8 \ 0 / O/ f »/ | = +m I \ 2 m Page 8J22 V1. Sanitary Sewer Staking 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 Vill. 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 Ill. RIM grade should only be on the stake when provided in the plans Page 9 of 22 Example Sanitary Sever Stakes nI- r "` cn �a r Laa w� w5l � u 7' /S S3 �z c-ate c-o� W �z �LL za a � I2' 0/5 55 5rA C-3 C-6 _ _ L Co z z L U-4 C7 ww x a 2, Q LL 7' 0/S CL SS a=1tg$ C�4m w (} W ZIV w Lj Cl o F- Z 1 0z �a c9 a hi a Q n - o i WWp W U- p L» 0 Y = p '�Q Gla w W W = f �60 = H F F F.. F� F F�wY t i r Neb o> i a F3 n z� OZ O n� tip O O ea3p� c-sm c_s Pt4 0" W �/ a a : LL X, 4 5�zc �, a =mi [] h 7a !J c-ate �6 LLm LLJ a r s L a "m Wx ~�&! 0 p Simi ox Ali NQ Z9! W `¢ N p� EL C Y m =5 n G _ W 0 Page 10 of 22 V11. 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 IL 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 11. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans Page 11 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING) (SIDE FACING ) _ o NQ FLAGGING I F'?�JIF:Ek 0 IN LIEU OF PIN1-;: PAINTED .LATH � � 4E C7 m� � m r BACK BACK z z (RNE FAM C R.MW.) f (SIDE FAINNC RAM) f*IIDENTIFIESH111CFf IDENTIFIES vL1-licn paw + END # ME iSiNG BEING STAKED F'OLNr WING BEING STAKEDEND OF THE: sue ELVanrn P, � INLET STATION FlU9 8S1yL'EION c m ' (IF NOTED ON PLANS) TfC IDENTIFIES GRACE To TOP OF CURS TfC,, IDENTIFIES GRADE TO FLOMINE I" DISTANCES FDR INLETS STANDARD 10' - 16' RECESSED 1tY - 20' S3'ANDMV D13USLE 10' o ZB.Si' HUB IMTH TACK — — — — — ..... MCESSED DOUBLE 10' _3Q_67- — — — — — — — — ,_,_, _ I f ••ri's r i..• �.. L ` BACK OF INLET 3 •.1: .}: .iI •• I FI {I VlE M. �� G1 �I MANFE4lE o I b I RIM BACK OF CURB— BACK CF GURD ,; — — — — -- FL{Y/LINE FACE OF INLET F, ✓CE OF~INLET FLOWUNE .... EDGE OF FFAVDAENT EDGE OF PA%MAENT EDCE 4F PAVEMENT EDCrE # PA4EMENT Page 12 of 22 VIII. Curb and Gutter Stakin 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 VI I. 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 Example Curb & Gutter Stakes FRONT (SIDE FACING (�) jA FRONT IDFNnRES END FRONT {SDE FACIRC TT OF g14CENT a/c FRONT a (SIDE FACING ) IDENTAT Pc (SIDE FACING t) FONT FF VJR 9JRVSTTURR BACK a i ;U ;LT I # BACK �' '�'� 1DeNnFles o�rseT Ism o (SIDE FACING R.O.'N) BACK Cr CURB OR F/C r/o o q FM FACE OF' CUFS a ^F A III k JOINT g $'€ 9/C r III E III I .11FlEs GRADE IS I I I T TO TUP Of We ND GRACE 4N HUB ELEVATION { RAoiu3 PgNTS I I {y 11 f 0 Its LIEU EQF RNK PAINTED LATH f �vrrf j� f Ji \4� • f r r � TOP OF CURB BACK Or CURB FACE OF CURB L FLOViLI NE EDGE OF PAVEMENT Page 13 of 22 Example Curb & Gutter Stakes at Intersection 2� B a 3 a � _� & e � � \ ± � Q§ ym q§ b�m� / ■»k t. > , 01 w® W/ aZ e®� 2 ƒ Z /6 _V�-XIVM-9 -1 _u § \\ � � k�0ga ea |ab> >L,� \ \R\ k § \ - k § \ ka )z , z \� 7 14 of 22 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) Date: Staking Method LOCATION: ❑ GPS CONSULTANT/CONTRACTOR SURVEY CREW INITIALS Standard City Cut Sheet ❑ TOTAL STATION City Project Number: Project Name: ❑ OTHER PT # ALL GRADES STATION ARE TO TET OFFSET FLOWLINE OR TOP OF CURB DESCRIPTION UNLESS Ul PROP. GRADE HI=KVVlst NV STAKED ELEV. I cu. _ CUT +FILL Page 15 of 22 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 G15 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 Page 16 of 22 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 , 3UNL)" to notify the City. I " Y6IXg6'!1 z!�la.�fl A /leg O(Ghh'0 yA' fJilWd AlO �li15M 6Y8 JJItl1N(IJ 1Y31l3J11d3tl tllM15 .WI11IH5 OM tl31VM 2IIIIJ a ;cgs ' r I � E 3 L ij ■ still 5 iujai:� Y ' C Page 17 of 22 SI'A.Oyaw - tZW4 }W'.IXAMJ AM ST& D57M - Z WL MM A41 SI'AO•Cm a LPWL MWD DR) EXIST y.SWE IN "� P>LDP.! NATFR GTE SL REDUCER IXiS'NMT TO EXIST.IPWATFR STA&9 W- T£E — INSTALL PM- f,= SLEEVE I-IrY ATRE�Lb1ER /rWL lias7FLL, L+gr r1P l5 Ha�BESD 1-CGATE VAWE PW lWvFsw P!'ru.76 - 8'taL. J rx.�g47 NO x nv�sxsw x TLwISL2s AU, E•22%3A.5R0 ` E y gg E2fS6 3i1794 X (rANVM ME WZ VALVE FlA1. �{ MS RYLY2Ai7 !�6 L�xYDRAYT LFAD VAIr2 Y-, ,(�7 4 /fj' "v9 Fotwona �' LOT I � • JMcrGF r4 W.Fwwb.i 1'6'.ITD3L?9100 p LLrt' 2 31FL" WR'NW i1FPYY'YAi � b � A'MlWry REME EX15I. $'wF rt _ 3rar I?WAMA q. rP �! �} TBl1 •2 l� O ., rz Ime 12,WATER h - - � L•srr� ez sss-______ i all PROPOSED & S"AEE WWVE SEE SHE EXIST. WE PATE STA O�iR&7 -10 I LDT A I '45'VEM BEND r A-09077AS94 q.rrr uc ------------ SrAr 00 LC1-• IYWL LFLDYD aV STit 0,5M - Ir N STA [Pa9D.58 - L2 - IILSM. WAUA kYSTALt. I-a"SO L)SL.EWYE FLr¢riVEMBEA'D I.045NW.BEWD 57 LF OF JrWIXER PIFE x'CMO-'`559-ff m4w052-%w COMMmEff TO EYL57', LrWA7reit E-2295303MI3 E2k9Fwi(kd.TJO N-6WI4SS219 E-229ffi09OM P Page 18 of 22 d., gl Ne ,��geg E 22M 1�% V 3ND S5.'"d 09 d � k - w,a o U 4� � l N _ _ 5 z s Ei F a LE—E r. .... ......... .... t' Page 19 of 22 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. POINT NO, NORTHING EASTING ELEV. DESCRIPTION 1 6946257,189 2296079.165 726,09 SSMH RIM I� ZG� L Fs� 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307,399 2296038,306 726.85 GV RIM r�i(7�-D17- t Es 4 6946220,582 2296011.025 723.358 SSMH RIM I tj 5 6946195.23 2296015.11E 722.123 GV RIM 6 6946190.528 2296022,721 722,325 FH 7 6946136.012 2295992.115 719,448 WM RIM 8 69460G2.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM SON C(2-oZ 10 6945984.677 2295880,52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM �' Ue-i�C 0 L 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM OG �-b �( S 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295927.011 708.392 SSMH RIM 18 6945759,776 2295758,643 711.218 SSMH RIM oo } `j} /,r), �j(} 19 6945768.563 2295778.424 710,086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GVRIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669,471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM (y C -l2r" 25 6945571.059 2295655.195 727.514 SSMH RIM f4� 26 6945539,498 2295667.803 729.123 WM RIM `jrJ 27 6945519.834 2295619.49 732,689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM t ST �cta� 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387356 2295597.101 740.756 GV RIM 31 6945370,688 2295606.793 740,976 GV RIM S v2 K 32 6945383.53 2295610.559 740.408 FM 33 6945321.229 2295551.105 746.34 WM RIM 34 6945319.3G5 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233,624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIMP Ir 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM T 42 6945038,878 2295552.147 751.88 WM RIM Aij., -5,"Y_ 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752,801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM Page 21 of 22 C. other preferred as -built dwierable Some vendors have indicated that R§easier mdeliver AR|97mationinad«e»m format. Below isanexample spreadsheet that R also acceptable and can heobtained by request from the survey superintendent. — :. . | !, ( k $ ,& £ ° & f , \K f | -t ( � � $ t 7 f& I t$ . | — � !/@ |$ I .■ ) a , < . � !, § ■ ; f � -- — — -- � � — -- m e . _ — — !,■ � . ■ m : i ! | k ■ k § § - & � � » � � ` � & k . ■ § t � \2!- � � �&°- � 2 ! , , � § ■ Page 2Zw2 017423-1 CLEANING Page 1 of 4 I SECTION 0174 23 2 CLEANING 3 PARTI- 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: 1 I 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements I3 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. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 101172 Revised July 1, 2011 017423--2 CLEANING Page 2 of4 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 t5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase I City Project No, t01172 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 017423-3 CLEANING Page 3 of4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10, Do not burn on -site. B. fntermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior- areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase I City Projcet No. 101172 01 74 23 - 4 CLEANING Page 4 of4 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] S 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 SECTION 01 7719 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 4 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 I — 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 4 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 31 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice fiom the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will mare a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Taxiway P Extension Phase I City Project No. 101172 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 W. 29 30 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 4 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation I . Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase 1 City Project No. 101172 01 77 19 - 4 CLOSEOUT REQUIREMENTS Page 4 of 4 10 1 l Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July I, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 6 1 SECTION 0178 23 2 OPERA"PION AND MAINTENANCE DATA 3 PART1- 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 fiu-nished 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 0133 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 '/z 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 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 6 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 I I 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. CITY OF FORT WORTH Taxiway P Extension Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 6 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 £ 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 CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projoct No. 101172 Revised December 20, 2012 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 017823-4 OPERATION AND MAINTL-.NANCE DATA Page 4 of 6 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent 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 CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 6 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 111 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 m Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised December 20, 2012 01 78 23 - 0 OPERATION AND MAINTENANCE DATA Page 6 of6 7 Page intentionally left blank CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 101172 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 I SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERA. 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. CITY OF FORT WORTH Taxiway P Extension Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 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 heal 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 [oR1 OWNER -SUPPLIED PRODUCTS [NOT USED] l9 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". CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101172 Revised July t, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 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 7123, 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. CITY OF FORT WORTH Taxiway P Extension Phase 1 STANDARD CONSTRUCTION SVECIFICATION DOCUMENTS City Project No, 101172 Revised July 1, 2011 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 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS f NOT USED] END OF SECTION Revision Log DATE F NAME I SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Taxiway P Extension Phase 1 City Project No. 101 172 3201 02 - 1 TXDOT REFERENCE Page 1 of2 1 SECTION 32 0102 2 TXDOT REFERENCE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. It is the intent of these plans and specifications to ensure that construction, demolition, 6 and all associated materials, equipment, and appurtenances are completed and installed in 7 compliance with all applicable local, state, and federal regulations. Throughout the plans 8 and specifications there may be times in which the plans and/or specifications have 9 discrepancies or conflicting information. This specification will provide guidance in 10 regards to which document governs when discrepancies or conflicting information is 11 present. 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 ORDER OR GOVERNING MEASUREMENT AND PAYMENT 18 A. In general, plans shall supersede any conflicting information which was provided in the 19 specifications. It is the intent that the plans shall be a site specific representation of the 20 various specifications provided by each individual reviewing agency. The specifications 21 shall be used to provide additional information which may not be displayed in the plans. 22 B. Throughout the referenced specifications, conflicting information may arise from the 23 various reviewing agencies. The following order of governance shall define which 24 information governs unless otherwise noted. 25 1. Federal Specifications (i.e. FAA Item X-XXX) 26 2. TxDOT Specifications (i.e. TxDOT Item XXX) 27 The Contractor shall immediately notify the Engineer through a written Request for 28 Information (RFI) prior to completing any work should additional clarification be 29 required. If an RFI is not submitted the more stringent of the conflicting information shall 30 be assumed. 31 C. There may be times in which a less stringent specification may be used for certain 32 items. During these instances, additional notes will be provided in the plans clarifying 33 which version shall be used for the various items which may have multiple specifications 34 provided. If no note is provided the contractor shall use the more stringent specification 35 unless written authorization is provided by the engineer. 36 1.3 SPECIFICATIONS 37 A. All referenced City and TxDOT specifications, utilizing the version mentioned below, 38 designated in the plans/specifications are hereby adopted and shall be assumed as 39 included in these specifications. Taxiway P Extension Phase 1 City Project No. 101172 320102-2 TXDOT REFERENCE Page 2 of 2 1 1, North Central Texas Standard Specifications for Public Works Construction, latest 2 edition 3 2. TxDOT Standard Specifications for Construction and Maintenance of Highways, 4 Streets, and Bridges (2014) 5 Excerpts of the significant specifications related to this project have been included 6 directly in the specifications for ease of use. The provided specifications may not be all 7 inclusive. 8 1.4 DEFINITION OF TERMS 9 A. Deviations from the requirements of TxDOT Items are as follows: 10 1. Department" sha11 mean the Engineer or Owner's representative 11 2. "Commissioner" shall mean Engineer 12 3. "Engineer" shall mean the designated representative of the Owner 13 4. "Laboratory" shall mean the Engineer or the Owner's designated testing firm 14 5. "Division of Materials and Tests" shall mean the Engineer 15 6. "State" shall mean the Owner 16 PART 2 - MEASUREMENT AND PAYMENT 17 2.1 METHOD OF MEASUREMENT 18 This item will not be measured for separate payment. 19 2.2 BASIS OF PAYMENT 20 No payment shall be made for this item. Taxiway P Extension Phase 1 City Project No. 101 172 MCP-1 ACCESS TO RECORDS AND REPORTS (Reference 2 CFR § 200.333, 2 CFR § 200.336, FAA Order 5100.38) The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. MCP-2 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Reference: 41 CFR part 60-4, Executive Order 11246 ) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 18.2% Goals for female participation in each trade: 6.9% These goals are applicable to all of the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non -federally involved construction, The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. City of Forth Worth Project No. 101172 MCP - 1 Taxiway P Extension Phase l issued for Construction June 19, 2020 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Fort Worth, Tarrant County, Texas. MCP-3 BREACH OF CONTRACT TERMS (Reference 2 CFR § 200 Appendix II(A)) Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. MCP-4 BUY AMERICAN PREFERENCE (Reference: Title 49 USC § 50101) The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. City of Forth Worth Project No. 101172 MCP - 2 Taxiway P Extension Phase I Issued for Construction June 19, 2020 MCP-5 GENERAL CIVIL RIGHTS PROVISIONS (Reference: 49 USC § 47123) The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title Vl of the Civil Rights Act of 1964. MCP-6 COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS (Reference: 49 USC § 47123) During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title Vl List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or Ieases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or City of Forth Worth Project No. 101172 MCP - 3 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and ]eases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities (Reference: FAA Order 1400.11) During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -assisted programs of the Department of Transportation —Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub - recipients and contractors, whether such programs or activities are Federally funded or not); • Titles 11 and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 — 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must City of Forth Worth Project No. 101172 MCP - 4 Issued for Construction Taxiway P Extension Phase I June 19, 2020 take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 0 Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). MCP-7 CLEAN AIR AND WATER POLLUTION CONTROL (Reference: 2 CFR § 200, Appendix II(G)) Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. MCP-8 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (Reference: 2 CFR § 200, Appendix II(E) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shalt be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum. of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. City of Forth Worth Project No. 101172 MCP - 5 Taxiway P Extension Phase I Issued for Construction June 19, 2020 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. MCP-9 COPELAND "ANTI -KICKBACK" ACT (Reference: 2 CFR § 200, Appendix II(D), 29 CFR Parts 3 and 5) Contractor must comply with the requirements of the Copeland "Anti -Kickback" Act (18 USC 874 and 40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Federal Aviation Administration. MCP-10 DAVIS-BACON REQUIREMENTS (Reference: 2 CFR § 200, Appendix II(D), 29 CFR Part 5) t. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be City of Forth Worth Project No. 101172 MCP - 6 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) hi the event the Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program: Provided that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other City of Forth Worth Project No. 101172 MCP - 7 Issued for Construction Taxiway P Extension Phase 1 dune 19, 2020 federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I (b)(2)(B) of the Davis -Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section. I (b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and that show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at www.dol.gov/whd/forms/wh347instr.htrn or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit them to the applicant, sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with City of Forth Worth Project No. 101172 MCP - 8 Issued for Construction Taxiway P Extension Phase I June 19, 2020 prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, Sponsor, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) The payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) Each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) Each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the sponsor, the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State City of Forth Worth Project No. 101172 MCP - 9 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices trust be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. City of Forth Worth Project No. 101172 MCP _ 10 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 (iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph I through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001. City of North Worth Project No. 101172 MCP - 11 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 "General Decision Number: TX20200025 01/03/2020 Superseded General Decision Number: TX20190025 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/goveontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-007 08/03/2011 Rates City of Forth Worth Project No. 101172 MCP - 12 Taxiway P Extension Phase 1 Fringes Issued for Construction June 19, 2020 CONCRETE FTNISHER (Paving and Structures) ... ................... $ 14.12 ELECTRICIAN ......................$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 13.16 Structures ..................$ 13.84 LABORER Asphalt Raker ...............$ 12.69 Flagger.....................$ 10.06 Laborer, Common .............$ 10.72 Laborer, Utility ............ $ 12.32 Pipelayer...................$ 13.24 Work Zone Barricade Servicer....................$ 11.68 POWER EQUIPMENT OPERATOR: Asphalt Distributor ......... $ 15.32 Asphalt Paving Machine ...... $ 13.99 Broom or Sweeper ............ $ 11.74 Concrete Pavement Finishing Machine ........... $ 16.05 Concrete Saw ................$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less.. ...... $ 17.27 Crane Operator, Lattice Boom over 80 Tons ........... $ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.12 Crawler Tractor .............$ 14.07 Excavator, 50,000 pounds or less .....................$ 17.19 Excavator, over 50,000 pounds... ................... $ 16.99 Foundation Drill , Truck Mounted .....................$ 21.07 Foundation Drill, Crawler Mounted .....................$ 17.99 Front End Loader 3 CY or Less ........................$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe..............$ 15.18 Mechanic ....................$ 17.68 Milling Machine .............$ 14.32 Motor Grader, Fine Grade .... $ 17.19 Motor Grader, Rough ......... $ 16.02 Pavement Marking Machine .... $ 13.63 Reclaimer/Pulverizer........ $ 11.01 Roller, Asphalt .............$ 13.08 Roller, Other ...............$ 11.51 Scraper .....................$ 12.96 Small Slipform Machine ...... $ 15.96 Spreader Box ................$ 14.73 Servicer ......... ................ $ 14.58 City of Forth Worth Project No. 101172 MCP - 13 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 Steel Worker (Reinforcing) ....... $ 16.18 TRUCK DRIVER Lowboy --Float .... ............ $ 16.24 Off Road Hauler .............$ 12.25 Single Axle .................$ 12.31 Single or Tandem Axle Dump Truck.. ..................... $ 12.62 Tandem Axle Tractor with Semi Trailer ................$ 12.86 Transit -Mix .................$ 14.14 WELDER__ ..................... $ 14.84 WELDERS -- Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts, Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). City of Forth Worth Project No. 101172 MCP - 14 Issued for Construction Taxiway P Extension Phase I June 19, 2020 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or "UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/OI/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates_ LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014, UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. City of Forth Worth Project No, 101172 MCP - is issued for Construction Taxiway P Extension Phase 1 June 19, 2020 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should he with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2_) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 City of Forth Worth Project No. 101172 MCP - 16 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION City of Forth Worth Project No. 101172 MCP - 17 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 MCP-ll DEBARMENT AND SUSPENSION (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5) CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: Checking the System for Award Management at website: http://www.satn.gov. Collecting a certification statement similar to the Certification of Offerer Bidder Regarding Debarment, above. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. MCP-12 DISADVANTAGED BUSINESS ENTERPRISE (Reference: 49 CFR part 26) Contract Assurance (§ 2613) — The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non -responsible. Prompt Payment (§26.29) — The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime contractor receives from the City of Fort Worth. The prime contractor agrees further to return retainage payments to each subcontractor within 10 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Fort Worth. This clause applies to both DBE and non -DBE subcontractors. City of Forth Worth Project No. 101172 MCP - 18 Taxiway P Extension Phase 1 Issued for Construction June I9, 2020 MCP-13 TEXTING WHEN DRIVING (Reference: Executive Order 13513, DOT Order 3902.10) In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the ;Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. MCP -14 ENERGY CONSERVATION REQUIREMENTS (Reference: 2 CFR § 200, Appendix II(H)) Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC 6201 et seq). MCP-15 EQUAL OPPORTUNITY CLAUSE AND SPECIFICATION (Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3) EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. City of Forth Worth Project No. 101172 MCP - 19 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of ,September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will tape such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and City of North Worth Project No. 101172 MCP - 20 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period and the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and. shall implement affirmative action steps at least as extensive as the following: City of Forth Worth Project No. 101172 MCP - 21 Taxiway P Extension Phase I Issued for Construction June 19, 2020 a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. c. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to City of Forth Worth Project No. 101172 MCP - 22 Issued for Construction Taxiway P Extension Phase I .tune 19, 2020 and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. City of Forth Worth Project No. 101172 MCP - 23 Taxiway P Extension Phase I Issued for Construction June 19, 2020 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally), the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order It 246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). MCP-16 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) (Reference: 29 USC § 201, et seq) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. City of Forth Worth Project No. 101172 MCP - 24 Issued for Construction Taxiway P Extension Phase 1 rune 19, 2020 The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor -- Wage and Hour Division. MCP-17 CERTIFICATION REGARDING LOBBYING (Reference: 31 USC § 1352 — Byrd Anti -Lobbying Amendment, 2 CFR part 200, Appendix II(J), 49 CFR part 20, Appendix A) The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification sball be subject to a civil penalty of not Iess than $10,000 and not more than $100,000 for each such failure. MCP -18 PROHIBITION OF SEGREGATED FACILITIES (Reference: 41 CFR § 60) (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing City of Forth Worth Project No. 101172 MCP - 25 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom.. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. MCP-19 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference: 29 CFR part 1910) All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration, MCP-20 PROCUREMENT OF RECOVERED MATERIALS (Reference: 2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act) Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: 1) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or 2) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA -designated items is available at www.epa.gov/smm/comprehensive-procurement- guidelines-construction-products. Section 6002(c) establishes exceptions to the preference for recovery of EPA -designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. MCP-21 RIGHT TO INVENTIONS (Reference. 2 CFR § 200, Appendix II(F), 37 CFR §401) Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small City of Forth Worth Project No. 101172 MCP - 26 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the -patent and inventions rights as specified within 37 CFR §401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental, or research work. MCP-22 TERMINATION OF CONTRACT (Reference: 2 CFR § 200 Appendix II(B), FAA Advisory Circular 150/5370-10, Section 80-09) TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work, and as directed in the written notice. Complete performance of the work not terminated by the notice. 6. Take action as directed by the Owner to protect and preserve property and work related to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; 3) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4) reasonable and substantiated expenses to the Contractor directly attributable to Owner's termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR DEFAULT (CONSTRUCTION) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights, and remedies associated with Owner termination of this contract due to default of the Contractor. City of Forth Worth Project No. 101172 MCP - 27 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 MCP-23 TRADE RESTRICTION CERTIFICATION (Reference: 49 USC § 50104, 49 CFR part 30) By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the j urisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous City of Forth Worth Project No. 101172 MCP - 28 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. MCP-24 VETERAN'S PREFERENCE (Reference: 49 USC § 47112(c)) In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. City of Forth Worth Project No. 101172 MCP - 29 Taxiway P Extension Phase I Issued for Construction June 19, 2020 Page intentionally left blank City of Forth Worth Project No. 101172 MCP - 30 Taxiway P Extension Phase 1 issued for Construction June 19, 2020 Certificate of Buy American Compliance for Manufactured Products As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States; b) Installing manufactured products for which the Federal Aviation Administration (FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: I. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing U.S. domestic product. 3. To furnish U.S. domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. 0 The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: I . To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that supports the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver —The cost of the item components and subcomponents produced in the United States is more that 60 percent of the cost of all components and subcomponents of the "item". The required documentation for a Type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100 percent U.S. domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non - domestic products in their entirety). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using U.S. domestic source product exceeds the total project cost using non -domestic product by 25 percent. The required documentation for a Type 4 of waiver is: a) Detailed cost information for total project using U.S. domestic product b) Detailed cost information for total project using non -domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fict' ous or frau n ertification may render the maker subject to prosecution under Title 18, United S e October 22, 2020 Date Signature Robert L. Stevens Mario Sinacola & Sons Excavating, Inc. Vice President Company Name Title Title VI Solicitation Notice: The City of Fort Worth, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, select disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) The applicant represents that it is ( ) is not ( X ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The applicant represents that it is ( ) is not ( X ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction ineans a conviction within the preceding twentyfour (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony tinder 18 U.S.C. S 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed. for which all ,judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 7/21/2014 AC 150/5370-10C SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIRPORT IMPROVEMENT PROGRAM (AIP). A grant-in-aid program, administered by the Federal Aviation Administration (FAA). 10-05 AIR OPERATIONS AREA (AOA). For the purpose of these specifications, the term air operations area (AOA) shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM INTERNATIONAL (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 AWARD. The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of --way together with all airport buildings and facilities located thereon. Section 10 Definition of Terms 1 of 6 7/21/2014 AC 150/5370-10G 10-11 CALENDAR DAY. Every day shown on the calendar, 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: Advertisement, Contract Form, Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firth, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 CONTRACTOR'S LABORATORY. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-18 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-21 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-22 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. Section 10 Definition of Terms 2 of 6 7/21/2014 AC 15015370-10G 10-23 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-24 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 FORCE ACCOUNT. Force account work is planning, engineering, or contraction work done by the Sponsor's employees. 10-26 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 INTENTION OF TERMS. Wbenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of life import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-28 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-29 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-30 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-31 MATERIALS. Any substance specified for use in the construction of the contract work. 10-32 NOTICE TO PROCEED (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. Section 10 Definition of Terms 3 of 6 7/21/2014 AC 150/5370-1OG 10-33 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 PASSENGER FACILITY CHARGE (PFC). Per 14 CFR Part 158 and 49 USC § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-36 PAYMENT BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the Work. 10-37 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-39 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-41 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-43 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-44 SPONSOR. A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public -use airport that submits to the FAA an application for an AIP grant for the airport. Section 10 Definition of Terms 4 of 6 7/21/2014 AC 150/5370-10G 10-45 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 SUBGRADE. The soil that forms the pavement foundation. 10-47 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-48 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 TAXIWAY, For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-51 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 Section 10 Definition of Terms 5 of 6 7/21/2014 AC 15015370-1OG Intentionally Left Blank Section 10 Definition of Terms 6 of 6 7/21/2014 AC 150/5370-1OG SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (NOTICE TO BIDDERS). The Notice to Bidders was published at such places and in such times as are required by local law and ordinances. 20-02 QUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a prospective bidder. c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES, Section 20 Proposal Requirements and Conditions I of 4 AC 150/5370-1OG 7/21/2014 An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, Iocation, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shaII satisfy themselves as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which the bidder may make or obtain from his or her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his or her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which they propose to do for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. 20-08 RESPONSIVE AND RESPONSIBLE BIDDER. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 49 CFR § 18.36(b)(8). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: 2 of 4 Section 20 Proposal Requirements and Conditions 7/21/2014 AC 150/5370-10G a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. e. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-11 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-12 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. Section 20 Proposal Requirements and Conditions 3 of 4 AC 150/5370-10G 7/21/2014 c. If the bidder is considered to be in "default" for any reason specified in the subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 4 of 4 Section 20 Proposal Requirements and Conditions 7/21/2014 AC 15015370- IOG SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless Section 30 Award and Execution of Contract I of 2 AC 150/5370-10G 7/21/2014 otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 2 of 2 Section 30 Award and Execution of Contract 7/21/2014 AC 150/5370-1OG SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIR Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non -performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA. WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements Section 40 Scope of Work 1 of 4 AC 150/5370-1OG 7/21/2014 specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. , Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.thwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. 2 of 4 Section 40 Scope of Work 7/21/2014 AC 150/5370-1OG Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at his or her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANUP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 Section 40 Scope of Work 3 of 4 AC 150/5370-10G 7/21/2014 PAGE INTENTIONALLY LEFT BLANK 4 of 4 Section 40 Scope of Work 7/21/2014 AC 150/5370-1OG SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross -sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. Section 50 Control of Work 1 of 6 AC 150/5370-1OG 7/21/2014 The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. LIST OF SPECIAL PROVISIONS Sponsor special sections are included in this contract. In the event of conflict with FAA General or Mandatory Provisions, the strictest interpretation shall apply. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with twocopies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the 2 of 6 Section 50 Control of Work 7/21/2014 AC 150/5370-IOG part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): AutoCAD 2016 or newer. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot (30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot (15-m) stations Subgrade blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway minimum five (5) per station b. Taxiways minimum three (3) per station c. Holding apron areas — minimum three (3) per station d. Roadways — minimum three (3) per station Base Course blue tops at 25-foot (7.5-m) stations and 25-foot (7.5-m) offset distance (maximum) for the following section locations: a. Runway — minimum five (5) per station b. Taxiways — minimum three (3) per station c. Holding apron areas minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100-foot (30-m) stations. b. Between Lifts at 25-foot (7.5-m) stations for the following section locations: (1) Runways -- each paving lane width (2) Taxiways — each paving lane width (3) Holding areas — each paving lane width c. After finish paving operations at 50-foot (15-m) stations: (1) All paved areas — Edge of each paving lane prior to next paving lot Section 50 Control of Work 3 of 6 AC 150/5370-IOG 7/21/2014 d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot (15-m) offsets. e. Fence lines at 100-foot (30-m) stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach SIope Indicators (VASIs), Precision Approach Path Indicators (PAPIs), Runway End Identifier Lighting (REIL), Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot (7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet (120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to mare a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's 4 of 6 Section 50 Control of Work 7/21/2014 AC t50/5370-10G representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection 70-14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. Section 50 Control of Work 5 of 6 AC 150/5370-1OG 7/21/2019 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of fizrther responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of his or her intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with Iocal laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 6 of 6 Section 50 Control of Work 7/21/2014 AC 150/5370-100 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. 1f it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. The airport lighting equipment is included in the Bid Form and is to be furnished by the Contractor in accordance with the requirements of this subsection: AC 150/5345-53, Airport Lighting Equipment Certification Program current edition.60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on -site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All Section 60 Control of Materials 1 of 4 AC 150/5370-10G 7/21/2014 the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 2 of 4 Section 60 Control of Materials 7/21/2014 AC 15015370-IOG 60-05 ENGINEER'S FIELD OFFICE. An Engineer's field office is not required, 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his or her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -finished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner-furnisbed material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 Section 60 Control of Materials 3 of 4 AC 15015370-10G 7/21/2014 Intentionally Left Blank 4 of 4 Section 60 Control of Materials 7/21/2014 AC 150/5370-10G SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Federal Aviation Administration POC: Angela Danner, Systems Support Center Coordinator Phone: (817) 321-7200 City of Fort Worth POC: Ruseena Johnson, Phone: (817) 392-5400 National Weather Service POC. Lewis Harrington, Regional Systems Specialist Phone: (682) 703-3743 Alliance Airport POC: Christian Childs, Airport Manager Section 70 Legal Regulations and Responsibility to Public 1 of 8 AC 150/5370-10G 7/21/2014 Phone: (817) 837-4921 Oncor Electric Delivery POC: Ralph Schroeder, P.E. Phone: (817) 988-8904 Atmos Energy POC: John Crane Phone: (817) 201-2831 Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his or her health or safety. 10-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. 2 of 8 Section 70 Legal Regulations and Responsibility to Public 7/21/2014 AC 150/5370-IOG The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section SO hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. Open -flame type lights shall not be permitted. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of his or her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. Section 70 Legal Regulations and Responsibility to Public 3 of 8 AC 150/5370-1OG 7/21/2.014 The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non -execution thereof by the Contractor, the Contractor shall restore, at his or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his or ber surety may be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work 4 of 8 Section 70 Legal Regulations and Responsibility to Public 7/21/2014 AC 150/5370-IOG so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before fmal acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his or her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the Owners are indicated as follows: Federal Aviation Administration POC: Angela Danner, Systems Support Center Coordinator Phone: (817) 321-7200 City of Fort Worth POC: Ruseena Johnson, Phone: (817) 392-5407 Section 70 Legal Regulations and Responsibility to Public 5 of 8 AC 150/5370-10G 7/21/2014 National Weather Service POC: Lewis Harrington, Regional Systems Specialist Phone: (682) 703-3743 Alliance Airport POC: Christian Childs, Airport Manager Phone: (817) 837-4921 Oncor Electric Delivery POC: Ralph Schroeder, P.E. Phone: (817) 988-8904 Atmos Energy POC: John Crane Phone: (817) 201-28311t is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70- 04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner's assistance is needed to locate the utility service or facility or the presence of a representative of the Owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (I m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. 6 of 8 Section 70 Legal Regulations and Responsibility to Public 7/21/2014 AC 150/5370-1OG The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his or her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airportmanagera minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point -of -Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or .FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of - Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a Iocation that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. Section 70 Legal Regulations and Responsibility to Public 7 of 8 AC 150/5370-100 7/21/2014 The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic PIaces published by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 8 of 8 Section 70 LegaI Regulations and Responsibility to Public 7/21/2014 AC 150/5370-1OG SECTION 80 EXECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT, The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 EXECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport. When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the Section 80 Execution and Progress 1 of 6 AC 150/5370-1OG 7/21/2014 subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: As shown on the project phasing plans. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors' operations shall be conducted in accordance with the project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. 2 of 6 Section 80 Execution and Progress 7/21/2014 AC 150/5370-1OG When the methods and equipment to be used by the Contractor in accomplishing the work arc not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to mare the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the Section 80 Execution and Progress 3 of 6 AC 150/5370-1O0 7/21/2014 number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the following considerations: (l) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. e. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this 4 of 6 Section 80 Execution and Progress 7121/2014 AC 150/5370-100 subsection, the Contractor may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION .AND EXTENSION OF CONTRACT TIME of this Section) the sure specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Schedule Liquidated Damages Cost Allowed Construction Time Base Bid $6,000 per calendar day 97 Calendar Days from Notice to over contract time Proceed Base Bid plus $6,000 per calendar day 136 Calendar Days from Notice to Alternate 1 over contract time Proceed for Phase 1 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. Section 90 Execution and Progress 5 of 6 AC 150/5370-1OG 7/21/2014 If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job wiII be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 400feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 400 feet of an active runway at any time. END OF SECTION 80 6 of 6 Section 80 Execution and Progress 7/21/2014 AC 150/5370-10C SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Section 90 Measurement and Payment 1 of 8 AC 150/5370-10G 7/21/2014 Bituminous materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F (I6°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight (km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard Manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight tbroughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one tenth of 1 % of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kin) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales trust be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting -accuracy test will be reduced by the percentage of error in excess of one-half of 1 %. 2 of 8 Section 90 Measurement and Payment 7/21/2014 AC 150/5370-100 In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, Ioss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non -perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. Section 90 Measurement and Payment 3 of 8 AC 150/5370-10G 7/21/2014 90-05 PAYMENT FOR EXTRA WORK. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. 90-06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the work performed and materials complete and in place, in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than 30 days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FIENDS of this section. The balance of the arnount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least 95% of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 4 of 8 Section 90 Measurement and Payment 7/21/2014 AC 150/5370-i0G 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. e. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of hens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for famishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment wilt be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or Section 90 Measurement and Payment 5 of 8 AC 150/5370-1OG 7/21/2014 supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50- 16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 CONSTRUCTION WARRANTY. a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. h. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. c. The Owner will notify the Contractor, in writing, withinseven (7) days after the discovery of any failure, defect, or damage. L If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall. (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and. (3) Enforce all warranties for the benefit of the Owner. 6 of 8 Section 90 Measurement and Payment 7/21/2014 AC 150/5370-1OG b. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-1.1 PROJECT CLOSEOUT. Approval of final payment to the Contractor is contingent upon completion and submittal of the items Iisted below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for Iabor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g. When applicable per state requirements, return copies of sales tax completion forms. It. Manufacturer's certifications for all items incorporated in the work. i. All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. END OF SECTION 90 Section 90 Measurement and Payment 7 of 8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 9 of 8 Section 90 Measurement and Payment 7/21/2014 AC 150/5370-1OG SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $500,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-02 DESCRIPTION OF PROGRAM. a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any Section 100 Contractor Quality Control Program I of 6 AC 150/5370-10G 7/21/2014 production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least 5 calendar days before the preconstruction conference. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan E Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time I on -site ] employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. (2) Engineer -in -training with two (2) years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. 2 of 6 Section 100 Contractor Quality Control Program 7/21/2014 AC 150/5370-1OG (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shaII have a minimum of two (2) years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROTECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. Section 100 Contractor Quality Control Program 3 of 6 AC 150/5370-1OG 7/21/2014 The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-06INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item., as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility (for example, plant technician) 4 of 6 Section 100 Contractor Quality Control Program 7/21/2014 AC 150/5370-1OG g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection Section 100 Contractor Quality Control Program 5 of 6 AC 150/5370-1OG 7/21/2014 (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 6 of 6 Section 100 Contractor Quality Control Program 7/21/2014 AC 150/5370-10G SECTION 105 MOBILIZATION 105-1 DESCRIPTION. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. 105-1.1 POSTED NOTICES. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of .Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster (WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis -Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 BASIS OF MEASUREMENT AND PAYMENT. BASED UPON THE MOBILIZATION SPECIFICATION INCLUDED IN THE PROJECT SPECIIi ICATIONS.END OF SECTION 105 Section 105 Mobilization 1 of 2 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 2 of 2 Section 105 Mobilization 7/21/2014 AC 150/5370-1OG SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN ,SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S„) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification Iimits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and mane the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X= (XI +xz+xs+...z„)/n Where: X = Sample average of all sublot values within a lot xl, x2 = Individual sublot values n = Number of sublots Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 1 of 8 AC 150/5370-100 7/21/2014 e. Find the sample standard deviation (%) by use of the following formula: S. _ f(di2 + d22 + d32 + .. A"2)/(n 1)11r2 Where: S„ — Sample standard deviation of the number of sublot values in the set d,, d2 — Deviations of the individual sublot values xi, x2, ... from the average value X that is: d, _ (xi - X), d2 = (x2 - X) ... d. _ (xn - X) n = Number of sublots f For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL= (X-L)/S„ Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of QL faIls between values shown on the table, use the next higher value of PWL. g. For double -sided specification limits (that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL=(X-L)/S„ and Qu=(U-X)IS„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (Pu + PL) -100 Where: PL = percent within lower specification limit Pu — percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 2 of 8 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 7/21/2014 AC 150/5370-106 1. Density of four random cores taken from Lot A. A-1 - 96.60 A-2 - 97.55 A-3 - 99.30 A-4 = 98.35 n=4 2. Calculate average density for the lot. X=(Xl+x2+X3+...Xn)/n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95% density 3. Calculate the standard deviation for the lot. S. = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35-97.95)2)) / (4 - 1)1'/2 S„= [(1.82+0.16+ 1.82 + 0.16) / 31 "2 S„ = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L) / S. QL = (97.95 - 96.30) / 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 = 3.25 2. Calculate the average air voids for the lot. X=(Xi +x2+x3 ...n)/n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57% 3. Calculate the standard deviation S„ for the lot. S„ = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57-3.25)2) / (4 - 1)] 1r2 S„ = [(2.04 + 0.03 + 1.62 + 0.10) / 311J2 S„ = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL=(X-L)/S„ QL = (3.57 - 2,00) 11.12 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 3 of 8 AC 150/5370-1OG 7/21/2014 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n = 4. Pr = 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) QU=(U-X)/S. QU=(5.00-3.57)I1.12 QU = 1.2702 7. Determine Pu by entering Table I with Qu = 1.29 and n = 4. Pu = 93 8. CalcuIate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 — 99.30 A-4 = 98.35 A-2 = 97.55 A-1 = 96.60 2. Use n=4 and upper 5% significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If (measurement - average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% 4 of 8 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 7/21/2014 AC 150/5370-1O0 OR less than (97.95 - 1,463 x 1.15) = 96.27%. Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 5 of 8 AC 150/5370-10G 7/21/2014 Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Positive Values of Q (QL and Qu) Limits (PL and Pu) n=3 n-4 n=5 n=6 n=7 n=8 11=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.,wo 1.6016 1,6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4997 1.5497 1.5871 1.6127 1.6313 1.6454 95 1,1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1,1342 1.3200 1.3946 1.4329 1 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 9I 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1,2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1,2075 1.2098 1,2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 11653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1,0119 1.0200 1.0124 1,0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 09281 0.9258 0,9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0,9124 0.8700 0.8478 0,8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0,8662 0.9100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0,7800 0.7535 0.7401 1 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0,6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0,6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.54t9 0,5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0,4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0,4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0,3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 1 0,3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0,3107 0.3016 0.2964 0.2931 0.2908 02892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0,2872 0.2400 0.2254 0,2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0,1688 0.1636 1 0.1607 0,1589 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0,1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0,0900 0.0843 0.0817 0.0802 0.0793 0.0786 0,0781 52 1 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0,0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 1 0.0260 50 0.0000 0.0000 0.0000 1 0.0000 1 0.0000 0.0000 0.0000 0.0000 6 of 8 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 7/21/2014 AC 150/5370-1OG Percent Within Negative Values of Q (Qr, and Qu) Limits (Pi, and Pu) n=3 n=4 u=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 1 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.I636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0,1840 --0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2f05 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3569 -0.3000 -0.2822 -0.2738 _0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -03793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0,4280 -0,4257 33 45878 45100 -0.4836 -0.4710 -0.4633 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 1 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 1 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.57t9 -0.5582 -0.5504 -0.5454 -0.5419 -M394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -05712 -0,5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0,6282 26 -0.7904 -0.7200 -0.6921 1 -0,6781 -0.6701 -0,6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0,8533 19 -0.9550 -0.9300 -0.9123 -0.90251 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 70.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.96t0 16 -1.0119 -1.0200 -1.0124 -1,0071 -1.0037 --1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0799 13 -1.0597 -1.1100 -1,1173 -1.1192 -1,1199 -1.1204 -1.1208 -1.1212, 12 -1.0736 -1.1400 -1.1537 -1.15871 -1.1613 -1.1630 -1.16431 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1,2964 -1.3032 --1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3354 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.41121 -1.4199 4.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -I.49I4 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5I81 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -I.0313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 --1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 4.6714 -1.9008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 Section. 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 7 of 8 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank 8 of 8 Section 110 Method of Estimating Percentage of Material Within Specification Limits (PWL) ITEM G-100 MOBILIZATION DESCRIPTION 100-1.1 This item consists of mobilization and demobilization of personnel, facilities, equipment, materials and supplies, costs of payment and performance bonds as required, all being in preparation for the start-up and completion of the "Work" under this Contract. The contractor shall be responsible for providing his own project office, toilet facilities and other necessary shelters. The Owner will not provide any facilities to the contractor during construction. METHOD OF MEASUREMENT 100-2.1 Measurement of the mobilization as specified herein will be as a Lump Sum. BASIS OF PAYMENT 100-3.1 Progress payment of the Lump Sum bid for mobilization will be as follows. The adjusted Contract amount for construction items as used below is defined as the total Contract amount less the lump sum bid for mobilization. a. Upon presentation of a paid invoice for the payment bond and performance bond, the Contractor will be paid that cost fiom the amount bid for mobilization. b. When 1% of the adjusted Contract amount for construction items is earned, 15% of mobilization lump sum price will be paid upon receipt of a "certified statement of expenditure" of this amount. Previous payments under this item will be deducted from this amount. c. When 25% of the adjusted Contract amount for construction items is earned, 50% of mobilization lump sum price will be paid upon receipt of a "certified statement of expenditure" of this amount. Previous payments under this Item will be deducted from this amount. d. When 50% of the adjusted Contract amount for construction items is earned, 90% of mobilization lump sum price will be paid upon receipt of a "certified statement of expenditure" of this amount. Previous payments under this item will be deducted from this amount. e. Payment for the remainder 10% of the lump sum bid for mobilization will be made after final inspection, staging area clean-up and delivery of all project closeout documents listed in the FAA Specification Section 90. City of Forth Worth Project No. 101172 G-100 - 1 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 Payment: will be wade under: Item G-100-3.1 Mobilization - per lump sum END OF ITEM G-100 City of Forth Worth Project No. 101172 G-100 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ITEM G-200 CONSTRUCTION BARRICADES AND TRAFFIC CONTROL DESCRIPTION 200-1.1 This Item provides for furnishing, placement, maintenance, relocation, and removal of items needed for traffic control within the Air Operations Area (AOA). These include, but are not limited to, mobile lighted closed runway markers, lighted barricades, taxiway closure markers, and controlled area flags as required by the Plans and the Engineer to provide for the safety of the public and Contractor personnel. This Item shall also provide for furnishing, placement, maintenance, relocation, and removal of items needed for vehicle traffic control. These include, but are not limited to, signage and striping, cones, flag persons, and any additional traffic control devices in accordance with the U.S. Department of Transportation's Federal Highway Administration Manual on Uniform Traffic Control Devices, as indicated on the Plans, or as directed by the Engineer to provide for the safety of the public and Contractor personnel. MATERIALS 200-2.1 TEMPORARY RUNWAY CLOSURE MARKERS. Mobile lighted closed runway markers shall be in accordance with the Plans. 200-2.2 BARRICADES WITHIN THE AOA. Barricades shall be produced by the identified manufacturers indicated in the Plans or an approved equal meeting the requirements of Federal Aviation Administration Advisory Circular 150/5370-2G. 200-2.3 LIGHTS FOR BARRICADES. Lights shall be provided and attached to barricades used within the AOA. Each barricade shall have two lights, one at each end. The lights shall be red, solar powered, and will be flashing as shown on the Plans or as directed by the Engineer. 200-2.4 TEMPORARY TAXIWAY CLOSURE MARKINGS. Materials for taxiway closure markings shall be in accordance with the Plans. 200-2.5 CONTROLLED AREA FLAGS. Controlled area flags shall consist of a 30-inch long, 2-inch by 2-inch wood post or 2-inch diameter PVC pipe; and two, 6-inch by 6-inch, rigid colored squares. The two squares shall be fixed on opposite sides of the post or pipe. The proposed configuration shall be submitted for approved by the Engineer. The color of the squares shall be in accordance with the area being defined. Red flags delineate the limits of a runway safety area. Yellow flags delineate the limits of a taxiway object free area or navigational aid critical area. 200-2.6 VEHICLE TRAFFIC CONTROL. Items for vehicle traffic control shall be constructed of materials in accordance with the details shown on the Plans or in accordance with the U.S. Department of Transportation's Federal Highway Administration Manual on Uniform Traffic Control Devices, current edition. City of Forth Worth Project No. 101172 G-200 - I Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 CONSTRUCTION METHODS 200-3.1 BARRICADES WITHIN THE AOA. A. Placement. Placement of barricades shall be in accordance with the plans as approved by the Engineer or to the extent directed by the Engineer. Barricades shall be in place prior to commencing construction operations in the impacted area. The barricades shall be secured in accordance with the details shown on the Plans or as recommended by the manufacturer and approved by the Engineer. It shall be the Contractor's responsibility to secure barricades in non -pavement areas in a stable manner. If the Contractor fails to place barricades and lights as required or directed, it shall be cause for the suspension of work until the placement of the barricades and lights has been fulfilled to the satisfaction of the Engineer. B. Maintenance. Barricade lights shall be operative at all times. It shall be the Contractor's responsibility to immediately repair or replace any light that is not operating. If the Contractor fails to maintain the barricades and lights, it shall be cause for the suspension of work until the proper maintenance of the barricades and lights has been fulfilled to the satisfaction of the Engineer. C. Relocation. Barricades shall be relocated as required to accommodate progress of the work or as directed by the Engineer. D. Removal. When barricades are removed for relocation or are removed from the site, any holes in the pavement shall be filled with epoxy grout and finished flush with the existing pavement. 200-3.2 RUNWAY CLOSURE MARKERS. Install, maintain, and relocate mobile lighted closed runway markers in accordance with the Plans and as required to sequence the construction. The mobile closed runway markers shall be in place prior to construction in the associated area. 200-3.3 TAXIWAY CLOSURE MARKINGS. Not used. 200-3.4 CONTROLLED AREA FLAGS. Controlled area flags delineate the non -pavement boundaries between contractor areas and operational aircraft areas and/or navigational aid critical areas to preclude intrusion by contractor personnel. The flags shall be placed at the boundary between the Contractor's work area and any operational aircraft area and/or navigational aid critical area. Spacing of the flags shall be a maximum of 50-feet. The controlled area flags shall be in place prior to construction in the associated area. City of Forth Worth Project No. 101172 G-200 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 200-3.5 VEHICLE TRAFFIC CONTROL. Items for the control of vehicle traffic shall be placed in accordance with the U.S. Department of Transportation's Federal Highway Administration Manual on Uniform Traffic Control Devices, current edition, at locations shown on the Plans, or as directed by the Engineer. 200-3.6 VEHICLE TRAFFIC CONTROL PLAN. The Contractor shall develop a vehicle traffic control plan for the work based on the Contractor's specific construction sequencing. The plan shall be submitted to the Engineer for approval. 200-3.7 OWNERSHIP. All traffic control items shall remain the property of the Contractor. METHOD OF MEASUREMENT 200-4.1 The furnishing, installation, maintenance, relocation, and removal of lighted barricades, mobile lighted temporary runway closure markers, temporary taxiway closure markings, and vehicle traffic control shall be measured separately as a lump sum for each item. The furnishing, installation, maintenance, relocation, and removal of controlled area flags shall not be measured, but will be subsidiary to this Item_ BASIS OF PAYMENT 200-5.1 Payment will be made at the contract lump sum price for each item, prorated on a daily basis, in accordance with the Contractor's approved schedule for item usage. The price shall be full compensation for all labor, equipment, materials, and incidentals associated with the furnishing, installation, maintenance, relocation, and removal of lighted barricades, lighted temporary runway closure markers, temporary taxiway closure markings, and vehicle traffic control. Payment will be made under: Item G-200-5.1 Install, Maintain, and Remove Traffic Control and Barricades— per lump sum END OF ITEM G-200 City of Forth Worth Project No. 101172 G-200 - 3 Taxiway P Extension Phase I Issued for Construction June 19, 2020 Page Intentionally Left Blank City of Forth Worth Project No. 101172 G-200 - 4 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM P-101 SURFACE PREPARATION DESCRIPTION 101-1.1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable drawings. EQUIPMENT 101-2.1 All equipment shall be specified here and in the following paragraphs or approved by the Engineer. The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 Removal of existing pavement. a. Concrete pavement. The existing concrete pavement to be removed shall be freed from the pavement to remain by sawing through the complete depth of the slab one foot (30 cm) inside the perimeter of the final removal limits or outside the dowels, whichever is greater when the limits of removal are located on the joints. The pavement between the perimeter of the pavement removal and the saw cut shall be carefully broken up and removed using hand-held jackhammers, weighing 30 pounds (14 kg) or less, or other light -duty equipment which will not cause distress in the pavement which is to remain in place. The Contractor shall have the option of sawing through the dowels at the joint, removing the pavement and installing new dowels. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, then the perimeter shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods suitable to the Engineer which will not cause distress in the pavement which is to remain in place. If the material is to be wasted on the airport site, it shall be reduced to a maximum size designated by the Airport Owner. The Contractor's removal operation shall not cause damage to cables, utility ducts, pipelines, or drainage structures under the pavement. Concrete slabs that are damaged by under breaking shall be removed. Any damage shall be repaired at the Contractor's expense. b. Asphalt concrete pavement. Asphalt concrete pavement to be removed shall be cut to the full depth of the bituminous material around the perimeter of the area to be removed. The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot (30 cm) from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil. If the material is to be wasted on the airport site, it shall be broken to a maximum size designated by the Airport Owner. 101-3.2 Preparation of joints and cracks. Remove all vegetation and debris from cracks to a minimum depth of 1 inch (25 mm). If extensive vegetation exists treat the specific area with a concentrated solution of a water -based herbicide approved by the Engineer. Fill all cracks, ignoring hairline cracks (< 1/4 inch (6 mm) wide) with a crack sealant per ASTM D6690. Wider City of Forth Worth Project No. 101172 P-101 - I Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG cracks (over 1-1/2 inch wide (38 mm)), along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced as stated below. Any excess joint or crack sealer on the surface of the pavement shall also be removed from the pavement surface. Cracks and joints may be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone, volcanic ash, sand, or other material that will cure to form a hard substance. The combined gradation shall be as shown in the following table. Gradation Sieve Size Percent Passing No. 4 100 No. 8 90-100 No. 16 65-90 No. 30 40-60 No. 50 25-42 No. 100 15-30 No. 200 10-20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natural sand without approval in writing from the Engineer. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Normally, these proportions will be approximately one part asphalt emulsion to five parts aggregate by volume. The material shall be poured or placed into the joints or cracks and compacted to form a voidless mass. The joint or crack shall be filled within 0 to 1/8 inches (0-3 mm) of the surface. Any material spilled outside the width of the joint shall be removed from the pavement surface prior to constructing the overlay. Where concrete overlays are to be constructed, only the excess joint material on the pavement surface and vegetation in the joints need to be removed. 101-3.3 Removal of paint and rubber. All paint and rubber over 1 foot (30 cm) wide that will affect the bond of the new overlay shall be removed from the surface of the existing pavement. High-pressure water, cold milling, or sandblasting may be used. Any methods used shall not cause major damage to the pavement. Major damage is defined as changing the properties of the pavement or removing pavement over 1/8 inch (3 mm) deep. No material shall be deposited on the runway shoulders. All wastes shall be disposed of off Airport Property. 101-3.4 Concrete spall or failed asphaltic concrete pavement repair. a. Repair of concrete spalls in areas to be overlaid with asphalt. The Contractors shall repair all spalled concrete as shown on the plans or as directed by the Engineer. The perimeter of the repair shall be saw cut a minimum of 2 inches (50 mm) outside the affected area and 2 inches (50 mm) deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphaltic concrete with a minimum Marshall stability of 1,200 lbs (544 kg) and maximum flow City of Forth Worth Project No. 101172 P-101 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G of 20 (units of 0.01 in). The material shall be compacted with equipment approved by the Engineer until the material is dense and no movement or marks are visible. The material shall not be placed in lifts over 4 inches (100 mm) in depth. This method of repair applies only to pavement to be overlaid. b. Asphaltic concrete pavement repair. The failed areas shall be removed as specified in paragraph 101-3.1b. All failed material including surface, base course, subbase course, and subgrade shall be removed. The base course and subbase shall be replaced if it has been infiltrated with clay, silt, or other material affecting the load -bearing capacity. Materials and methods of construction shall comply with the other applicable sections of this specification. 101-3.5 Cold milling. Milling shall be performed with a power -operated milling machine or grinder, capable of producing a fmished surface that provides a good bond to the new overlay. The milling machine or grinder shall operate without tearing or gouging the under laying surface. The milling machine or grinder shall be equipped with automatic grade and slope controls. All millings shall be removed and disposed off Airport property, unless otherwise specified. If the Contractor mills or grinds deeper or wider than the plans specify, the Contractor shall replace the material that was removed with new material at no additional cost to the Owner. a. Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The Engineer shall layout the area to be milled with a straightedge in increments of 1 foot (30 cm) widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall not be included in the measurement for payment. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 7 feet (2m) and it shall be equipped with electronic grade control devices that will cut the surface to the grade and tolerances specified. The machine shall cut vertical edges. A positive method of dust control shall be provided. The machine shall have the ability to remove the millings or cuttings from the pavement and load them into a truck. c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual aggregate and fines are removed from the pavement surface. Prior to paving, the Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove any remaining aggregate or fines. 101-3.6. Preparation of asphalt pavement surfaces. Existing asphalt pavements indicated to be treated with a surface treatment shall be prepared as follows: a. Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt concrete similar to that of the existing pavement in accordance with paragraph 101-3.4. b. Repair joints and cracks in accordance with paragraph 101-3.2. City of Forth Worth Project No. 101172 P-101 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG c. Remove oil or grease that has not penetrated the asphalt pavement by scraping or by scrubbing with a detergent, then wash thoroughly with clean water. After cleaning, treat these areas with an oil spot primer. d. CIean pavement surface immediately prior to placing the surface treatment by sweeping, flushing well with water leaving no standing water, or a combination of both, so that it is free of dust, dirt, grease, vegetation, oil or any type of objectionable surface film. 101-3.7 Maintenance. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the Engineer. The surface shall be kept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 101-3.8 Preparation of Joints in Rigid Pavement. 101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch (2 mm) from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. Allow sufficient time to dry out joints prior to sealing. 101-3.8.2 Cleaning prior to sealing. Immediately before sealing, joints shall be cleaned by removing any remaining laitance and other foreign material. Clean joints by sandblasting, or other method approved by the Engineer, on each joint face with nozzle held at an angle and not more than three inches (75 mm) from face. Following sandblasting, clean joints with air free of oil and water. Joint surfaces will be surface -dry prior to installation of sealant. 101-3.9 Preparation of Cracks in Flexible Pavement. 101-3.9.1 Preparation of Crack. Widen crack with router by removing a minimum of l/16 inch (2 mm) from each side of crack. Immediately before sealing, joints will be blown out with a hot air lance combined with oil and water -free compressed air. 101-3.9.2 Removal of Existing Sealant. Existing sealants will be removed by routing. Following routing any remaining debris will be removed by use of a hot lance combined with oil and water -free compressed air. METHOD OF MEASUREMENT 101-4.1 The quantity of demolition and removal of concrete or asphalt pavement shall be measured by the square yard for concrete or asphalt pavement as measured in place to neat lines and actually removed, as shown on the plans. 101-4.2 The quantity of demolition of inlets, manholes, sloped end sections and headwalls shall be measured per each, measured in place and actually removed, as shown on the plans. This shall include capping pipes at structures to remain. City of Forth Worth Project No. 101172 P-101 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG 101-4.3 The quantity of demolition and removal of existing utilities lines shall be measured by the linear foot, measured in place and actually removed, as shown on the plans. This shall include capping pipes at structures to remain. 101-4.4 The quantity of demolition and removal of existing telecommunications and electrical risers and racks shall be measured per each and actually removed, as shown on the plans. 101-4.3 The quantity of removal of 8' chain -link fencing with mow strip and installed temporary fencing shall be measured per linear foot measured in place and actually removed as shown on the plans. Any pipe material used as a fence buttress or strengthening removed as part of the fence shall be considered incidental to the removal of fence. BASIS OF PAYMENT 101-5.1 Payment for demolition and removal of concrete pavement will be made at the contract unit price per square yard. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. 101-5.2 Payment for demolition and removal of asphalt pavement will be made at the contract unit price per square yard. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item. 101-5.3 Payment for removal of drainage inlets, sloped end sections, and headwalls will be made at the contract unit price per each. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. 101-5.4 Payment for removal of 24" RCP, 21" RCP, and 2" RCP will be made at the contract unit price per each. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. 101-5.5 Payment for removal of underground telephone cable and underground electric cable will be made at the contract unit price per each. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. 101-5.6 Payment for removal of electrical racks and telephone risers will be made at the contract unit price per each. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. 101-5.6 Payment for removal of 8' chain -link fencing and mow strip will be made at the contract unit price per linear foot. This price shall be full compensation for all preparation, excavation, removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. 101-5.7 Payment for removal of installed temporary fencing will be made at the contract unit price per linear foot. This price shall be frill compensation for all preparation, excavation, City of Forth Worth Project No. 101172 P-101 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG removal, labor, equipment, tools, and incidentals necessary to complete the item and disposal of unsuitable material offsite. Payment will be made under: Item P 101-5.1 Remove 7" PCC Roadway Pavement — per square yard Item P-101-5.3 Remove Drainage Inlet— per each Item P-101-5.7 Remove 12" Sloped End Section — per each Item P-101-5.8 Remove 12" Headwall and Wingwalls — per each Item P-101-5.4 Remove 24" RCP — per liner foot Item P-101-5.5 Remove 2 1 " RCP per linear foot Item P-101-5.6 Remove 12" RCP — per linear foot Item P-101-5.9 Remove Underground Telephone Cable— per linear foot Item P-101-5.10 Remove Underground Electric Cable per linear foot Item P-101-5.11 Remove Existing Electric Rack — per each Item P-101-5.12 Remove Existing 8' Chain Link Fencing and Mow Strip — per linear foot Item P-101-5.13 Remove installed Temporary 8' Chain Link Fence— per linear foot MATERIAL REQUIREMENTS ASTM D6690 Standard Specification For Joint And Crack Sealants, Hot Applied, For Concrete And Asphalt Pavements END OF ITEM P-101 City of Forth Worth Project No. 101172 P-101 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/2I/2014 AC 150/5370-IOG ITEM P-151 CLEARING AND GRUBBING DESCRIPTION 151-11 This item shall consist of clearing or clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Engineer. a. Clearing shall consist of the cutting and removal of all trees, stumps, brush, logs, hedges, the removal of fences and other loose or projecting material from the designated areas. The grubbing of stumps and roots will not be required. b. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of strips, pavements, or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing. CONSTRUCTION METHODS 151-2.1 GENERAL. The areas denoted on the plans to be cleared or cleared and grubbed shall be staked on the ground by the Engineer. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. All spoil materials removed by clearing or by clearing and grubbing shall be disposed of in the designated waste disposal area except when otherwise directed by the Engineer. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry that cannot be used in construction and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits, the Contractor shall obtain and file with the Engineer permission in writing from the property owner for the use of private property for this purpose. Blasting shall not be allowed. The removal of existing structure and utilities required to permit orderly progress of work shall be accomplished by Iocal agencies, unless otherwise shown on the plans. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, the Contractor shall advise the Engineer who will notify the proper local authority or owner to secure prompt action. City of Forth Worth Project No. 101172 P-151 - I Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-10G 7/21/2014 151-2.2 CLEARING. The Contractor shall clear the staked or indicated area of all objectionable materials. Trees unavoidably falling outside the specified clearing limits must be cut up, removed, and disposed of in a satisfactory manner. To minimize damage to trees that are to be left standing, trees shall be felled toward the center of the area being cleared. The Contractor shall preserve and protect $•om injury all trees not to be removed. The trees, stumps, and brush shall be cut flush with the original ground surface. The grubbing of stumps and roots will not be required. Fences shall be removed and disposed of as directed by the Engineer. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a location designated by the Engineer if the fence is to remain the property of a local owner or authority. 151-2.3 CLEARING AND GRUBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet (105 cm) in depth will be constructed outside of paved areas. For embankments constructed outside of paved areas, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off flush with the original ground and allowed to remain. Tap roots and other projections over 1-1/2 inches (38 mm) in diameter shall be grubbed out to a depth of at least 18 inches (0.5 m) below the finished subgrade or slope elevation. Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials shall be disposed of by removal from the site. The cost of removal is incidental to this item. The remaining or existing foundations, wells, cesspools, and like structures shall be destroyed by breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material that cannot be used in backfilI shall be removed and disposed of at the Contractor's expense. The holes or openings shall be backfilled with acceptable material and properly compacted. All holes under embankment areas remaining after the grubbing operation shall have the sides of the holes flattened to facilitate filling with acceptable material and compacting as required in Item P-152. The same procedure shall be applied to all holes remaining after grubbing in areas where the depth of holes exceeds the depth of the proposed excavation. METHOD OF MEASUREMENT 151-3.1 The quantities of clearing or clearing and grubbing as shown by the limits on the plans or as ordered by the Engineer shall be the number of acres (square meters) or fractions thereof, of land specifically cleared or cleared and grubbed. BASIS OF PAYMENT 151-4.1 Payment shall be made at the contract unit price per acre for clearing and grubbing. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-151-4.21 Clearing and Grubbing - per acre END OF ITEM P-151 City of Forth Worth Project No. 101172 P-151 - 2 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 Classification. All material excavated shall be classified as defined below: a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature which is not otherwise classified and paid for under one of the following items. CONSTRUCTION METHODS 152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed at waste areas shown on the plans. All waste areas shall be graded to allow positive drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the plans or approved by the Engineer. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued, and the Engineer notified per subsection 70-20. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the limits of the pavement areas where the top layer of soil material has become compacted by hauling or other Contractor activities shall be scarified and disked to a:depth of 4 inches (100 mm), to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor, at his or her expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor's operations during the period of the contract. 152-2.2. Excavation. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the City of Forth Worth Project No. 101172 P-152 - I Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G Engineer. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes shown on the plans. All unsuitable material shall be disposed at a location determined by the contractor. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be disposed offsite at a location determined by the contractor When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. a. Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the Engineer shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches (300 mm) below the subgrade or to the depth specified by the Engineer. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed off the airport property. This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for unsuitable excavation. The excavated area shall be backf Iled with suitable material obtained from the grading operations or borrow areas or with materials shown on the plans and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. c. Overbreak. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. All overbreak shall be graded or removed by the Contractor and disposed of as directed by the Engineer. The Engineer shall determine if the displacement of such material was unavoidable and his or her decision shall be final. Payment will not be made for the removal and disposal of overbreak that the Engineer determines as avoidable. Unavoidable overbreak will be classified as "Unclassified Excavation." d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by others unless otherwise show on the plans. All existing foundations shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the Engineer. All foundations thus excavated shall be backfilled with suitable material and compacted as specified. e. Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth and to a density as shown in Table 1 for cohesive and non -cohesive soils. The maximum dry density is determined by ASTM D1557. The material to be compacted shall be within +0-3% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). Table 1 — Subgrade Compaction Requirements for Paved Areas City of Forth Worth Project No. 101172 P-152 - 2 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G Depth of Compaction from Top of Pavement (Inches) Percent Maximum Dry Density {%) For Cohesive Soils 0-14 > 95 14-17 > 90 17-20 > 85 20-68 > 80 The areas outside of paved areas shall be compacted to a depth and to a density as shown in Table 2. The maximum dry density is determined by ASTM D 1557. Table 2 -- Soil Compaction Requirements Outside of Paved Areas Depth of Compaction from Top of Subgrade (Inches) For Cohesive Soils 0-18 Percent Maximum Dry Density (%) ► '1 The in -place field density shall be determined in accordance with ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the Subgrade. The finished grading operations, conforming to the typical cross-section, shall be completed and maintained at least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer. All loose or protruding rocks on the back slopes of cuts shall be pried loose or otherwise removed to the slope finished grade line. All cut -and -fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. Blasting shall not be allowed. f. Proof rolling. After compaction is completed, the Subgrade area shall be proof rolled with a heavy pneumatic -tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds (13.6 metric tons) and inflated to a minimum of 125 psi (0.861 MPa) in the presence of the Engineer. Apply a minimum of 1 coverage, or as specified by the Engineer, to all paved areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than I inch (25 mm) or show permanent deformation greater than I City of Forth Worth Project No. 101172 P-152 - 3 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G inch (25 mm) shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. 152-2.3 Borrow excavation. Not used. 152-2.4 Drainage excavation. Not used. 152-2.5 Preparation of embankment area. Where an embankment is to be constricted to a height of 4 feet (1.2 m) or less, all sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted as indicated in paragraph 152-2.6. When the height of fill is greater than 4 feet (1.2 m), sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12 inches (300 mm) and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.6 Formation of embankments. Embankments shall be formed in successive horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the cross-section, unless otherwise approved by the Engineer. The layers shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the Engineer. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each layer shall be within +0-3% of optimum moisture content before rolling to obtain the prescribed compaction. To achieve a uniform moisture content throughout the layer, the material shall be moistened or aerated as necessary. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 1,000 square yards (840 square meters) of material placed per layer. Based on these tests, the Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. Rolling operations shall be continued until the embankment is compacted to the density as listed in Table 1-Subgrade Compaction Requirements for Paved Areas for cohesive and non -cohesive soils; and Table 2- Soil Compaction Requirements Outside of Paved Areas. City of Forth Worth Project No. 101172 P-152 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G The maximum dry density is determined using ASTM D 1557. The material to be compacted shall be within +0-3% of optimum moisture content before rolled to obtain the specified compaction (except for expansive soils). On all areas outside of the pavement areas, no compaction will be required on the top 4 inches (100 mm). The in -place field density shall be determined in accordance with ASTM 6938 using Procedure A, the direct transmission method, and ASTM D693 8 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. The Contractor's laboratory shall perform all density tests in the Engineer's presence and provide the test results upon completion to the Engineer for acceptance. Compaction areas shall be kept separate, and no layer shall be covered by another layer until the proper density is obtained. During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each layer is placed. Layer placement shall begin in the deepest portion of the embankment fill. As placement progresses, the layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6 inches (150 mm) of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall he used to fill the voids with forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated on the plans or by the Engineer. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The layer shall not be constructed above an elevation 4 feet (1.2 m) below the finished subgrade. There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in layers, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items. 152-2.7 Finishing and protection of subgrade. After the subgrade is substantially complete, the Contractor shall remove any soft or other unstable material over the full width of the subgrade that will not compact properly. All low areas, holes or depressions in the subgrade shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic City of Forth Worth Project No. 101172 P-152 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7 21 2014 AC 150 5370-10G essential for construction purposes. All ruts or rough places that develop in the completed subgrade shall be graded and recompacted. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 152-2.9 Tolerances. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 12-foot (3.7-m) straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch (12 mm), or shall not be more than 0.05 feet (15 mm) from true grade as established by grade hubs. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and recompacting. On safety areas, intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 feet (3 mm) from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 Topsoil. When topsoil is specified or required as shown on the plans or under Item T- 905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 400 feet of runway pavement or 200 feet of taxiway pavement and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. No direct payment will be made for topsoil under Item P-152. The quantity removed and placed directly or stockpiled and placed at a later date shall be paid for at the contract unit price per square yard for topsoiling as provided in Item T-905. METHOD OF MEASUREMENT 152-3.6 The quantity of unclassified excavation to be paid for shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not include the quantity of materials excavated without authorization and/or beyond designated limits by the Engineer. BASIS OF PAYMENT 152-4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. City of Forth Worth Project No. 101172 P-152 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7 21 2014 AC 150 5370-10G Payment will be made under: Item P-152-d.1 Unclassified Excavation — per cubic yard TESTING REQUIREMENTS ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN_M/M3)) ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-152 City of Forth Worth Project No. 101 I72 P-152 - 7 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7 21 2014 AC 150 5370-10G PAGE INTENTIONALLY LEFT BLANK City of Forth Worth Project No. 101172 P-152 - 8 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 14 ITEM P-155 LIME -TREATED SUBGRADE DESCRIPTION AC 150I53 155-1.1 This item shall be used for soil modification to achieve specific needs that require strength gain to a specific level. This item shall consist of constructing one or more courses of a mixture of soil, lime, and water in accordance with this specification, and in conformity with the lines, grades, thicknesses, and typical cross -sections shown on the plans. MATERIALS 155-2.1 Lime. Quicklime and hydrated lime, either high -calcium dolomitic, or magnesium lime, as defined by ASTM C51, shall conform to the requirements of ASTM C977. Lime not produced from calcining limestone shall not be permitted. 155-2.2 Commercial lime slurry. Commercial lime slurry shall be a pumpable suspension of solids in water. The water or liquid portion of the slurry shall not contain dissolved material in sufficient quantity naturally injurious or objectionable for the purpose intended. The solids portion of the mixture, when considered on the basis of "solids content," shall consist principally of hydrated lime of a quality and fineness sufficient to meet the following requirements as to chemical composition and residue. a. Chemical composition. The "solids content" of the lime slurry shall consist of a minimum of 70%, by weight, of calcium and magnesium oxides. b. Residue. The percent by weight of residue retained in the "solids content" of lime slurry shall conform to the following requirements: (1) Residue retained on a No. 6 (3360 micron) sieve = maximum 0.0% (2) Residue retained on a No. 10 (2000 micron) sieve = maximum 1.0% (3) Residue retained on a No. 30 (590 micron) sieve maximum 2.5% c. Grade. Commercial lime slurry shall conform to one of the following two grades: (1) Grade 1. The "dry solids content" shall be at least 3 1 % by weight, of the slurry. (2) Grade 2. The "dry solids content" shall be at least 35%, by weight, of the slurry. 155-2.3 WATER. Water used for mixing or curing shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 155-2.4 SOIL. City of Forth Worth Project No. 101172 P-155 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG 7/2112014 The soil for this work shall consist of inorganic natural materials on the site or selected materials from other sources; uniform in quality and gradation; and shall be approved by the Engineer. The soil shall be free of roots, sod, weeds, and stones larger than 2-1I2 inches (60 mm). COMPOSITION 155-3.1 SOIL -LIME MIXTURE. Lime shall be applied at the rate of 8 percent by weight of soil to a depth of 8" or 12" as shown on the plans. 155-3.2 TOLERANCES At final compaction, the lime and water content for each course of subgrade treatment shall conform to the following tolerances: Material Tolerance Lime + 0.5% Water + 2%, -0% WEATHER LIMITATIONS 155-4.1 WEATHER LIMITATION. Do not construct subgrade when weather conditions detrimentally affect the quality of the materials. Do not apply lime unless the air temperature is at least 40°F (4°C) and rising. Do not apply time to soils that are frozen or contain frost. If the air temperature falls below 35°F (2°C), protect completed lime -treated areas by approved methods against the detrimental effects of freezing. Remove and replace any damaged portion of the completed soil -lime treated area with new soil -lime material in accordance with this specification. EQUIPMENT 155-5.1 EQUIPMENT. The equipment required shall include all equipment necessary to complete this item such as: grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pneumatic or vibrating rollers, sprinkling equipment, and trucks. CONSTRUCTION METHODS 185-6.1 GENERAL. This specification is to construct a subgrade consisting of a uniform lime mixture which shall be free from loose or segregated areas. The subgrade shall be of uniform density and moisture content, well mixed for its full depth, and have a smooth surface suitable for placing subsequent courses. The Contractor shall be responsible to meet the above requirements. City of Forth Worth Project No. TBD P-155 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG Before beginning time treatment, the subgrade shall be constructed as specified in Item P-152, Excavation, Subgrade and Embankment, and shaped to conform to the typical sections, lines, and grades as shown on the plans. If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. The machine must give visible indication at all times that it is cutting the material uniformly to the proper depth over the entire width of the cut. If a cutting and pulverizing machine is not used, the material to be treated shall be excavated to the secondary grade (proposed bottom of time treatment) and removed or windrowed to expose the secondary grade. The excavated material shall then be spread to the desired cross-section and uniformly mixed and compacted. 155-6.2 APPLICATION. Lime shall be spread only over an area where the initial mixing operations can be completed during the same work day. The application and mixing of lime with the soil shall be accomplished by the methods described as "Dry Placing" or "Slurry Placing." The Contractor may use either method when hydrated lime is specified. a. Dry placing. The lime shall be spread uniformly over the subgrade by an approved screw -type spreader box or other approved spreading equipment. The amount of lime spread shall be the amount required for mixing to the specified depth that will result in the amount determined in the soil -lime mixture or as specified on the plans. The material shall be sprinkled until the specified moisture content has been reached. The lime shall be distributed in a manner that will minimize scattering by wind. Lime shall not be applied when wind conditions, in the opinion of the Engineer, are detrimental to proper application. A motor grader shall not be used to spread the lime. b. ,Slurry placing. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Commercial lime slurry shall be applied with a lime percentage not less than that applicable for the grade used. The distribution of lime shall be by successive passes over a measured section of subgrade until the specified amount of lime has been spread. The amount of lime spread shall be the amount required for mixing to the specified depth that will result in the amount determined in the soil -lime mixture or as shown on the plans. The distributor truck shall continually agitate the slurry to keep the mixture uniform. 155-6.3 MIXING. The mixing procedure shall be the same for "Dry Placing" or "Shury Placing" as described below: a. Preliminary mixing. The full depth of the treated subgrade shall be mixed with an approved mixing machine. Lime shall not be left exposed for more than six (6) hours. The mixing machine shall make two coverages. Water shall be added to the subgrade during mixing to provide a moisture content approximately 5% above the optimum City of Forth Wofth Project No. 101172 P-155 - 3 Issued for Construction Taxiway P Extension Phase I June 19, 2020 AC 150/5370-IOG 7/21/2014 moisture of the material and to ensure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture. The water content of the subgrade mixture shall be maintained at a moisture content above the optimum moisture content for a minimum of 48 hours or until the material becomes friable. During the curing period, the material shall be sprinkled as directed by the Engineer. b. Final mixing. After the required curing time, the material shall be uniformly mixed by approved methods. If the mixture contains clods, they shall be reduced in size by blading, discing, harrowing, scarifying, or the use of other approved pulverization methods so that the remainder of the clods shall meet the following requirements when tested dry by laboratory sieves. After curing, pulverize lime treated material until soil particles pass a one inch (25 mm) sieve and 60% pass the No. 4 (4.75 mm) sieve. If resultant mixture contains clods, reduce their size by scarifying, remixing, or pulverization to meet specified gradation. 155-6.4 COMPACTION. Compaction of the mixture shall immediately follow the final mixing operation with no part of the mixture uncompacted more than 30 minutes after final mixing. The material shall be aerated or sprinkled as necessary to provide the optimum moisture content during compaction. The field density of the compacted mixture shall be at least 93% of the maximum density of laboratory specimens prepared from samples taken from the material in place. The specimens shall be compacted and tested in accordance with ASTM D698 to determine maximum density and optimum moisture content. The in -place field density shall be determined in accordance with ASTM D6938, Procedure A, direct transmission method. Testing frequency shall be a minimum of one compaction test per 500 square yards (420 square meters) of stabilized base or as directed by the Engineer. The material shall be sprinkled and rolled as directed by the Engineer. All irregularities, depressions, or weak spots that develop shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and recompacting. The surface of the subgrade shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed on it or the work is accepted by the Engineer. The full depth of the material shown on the plans shall be compacted to remain firm and stable under construction equipment. All testing shall be done by the Engineer's representative.. Perform in -place density test to determine degree of compaction between 24 and 72 hours after final compaction and 24 hour moist cure period. If the material fails to meet the density requirements, it shall be reworked to meet the density requirements. The shape of the course shall be maintained smooth and shall conform to the typical section shown on the plans and the established lines and grades. If the material loses the specified stability, density, and finish before the next course is placed or the work is accepted by the Engineer, the material shall be recompacted and refinished by the Contractor, and the cost shall be incidental to this item. 155-6.5 FINISHING AND CURING. After the final layer or course of lime -treated subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling, as directed by the Engineer, with a pneumatic or other suitable roller City of Forth Worth Project No. TBD P-155 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG sufficiently light to prevent hairline cracking. The finished surface shall not vary more than 3/8 inch (9 rnm) when tested with a 12 feet (3.7 m) straightedge applied parallel with and at right angles to the pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor in a manner satisfactory to the Engineer, and the cost shall be incidental to this item. The completed section shall be moist -cured for a minimum of seven (7) days before further courses are added or any traffic is permitted, unless otherwise directed by the Engineer. Subsequent courses shall be applied within 14 days after the lime -treated subgrade is cured. 155-6.6 THICKNESS CONTROL. The thickness of the final lime -treated subgrade shall be not less than the thickness specified. Thickness shall be determined by depth tests or cores taken at intervals so that each test shall represent no more than 300 square yards (250 sq m). When the base deficiency is more than 1/2 inch (12 mm), the Contractor shall correct such areas in a manner satisfactory to the Engineer. The Contractor shall replace the base material where borings are taken for test purposes. This cost shall be incidental to this item. 155-6.7 MAINTENANCE. The Contractor shall protect and maintain the lime -treated subgrade from yielding until the lime - treated subgrade is covered by placement of the next layer. The cost of this maintenance shall be incidental to this item. 155-6.8 HANDLING AND SAFETY. The Contractor shall obtain and enforce the lime supplier's instructions for proper safety and handling of the lime to prevent physical eye or skin contact with lime during transport or application. METHOD OF MEASUREMENT 155-7.1 Lime -treated subgrade shall be paid for by the square yard in the completed and accepted work. 155-7.2 Lime shall be paid by the number of tons (kg) of Hydrated Lime, or the calculated equivalent, used in the completed and accepted work. "Calculated Equivalent" will be determined by the Engineer as follows: a. Hydrated lime delivered to the project in dry form will be measured according to the actual tonnage either spread on the subgrade or batched on site into a slurry, whichever is applicable. b. Lime delivered to the project in slurry form will be paid for on the basis of certified chemical composition tickets and batch weight tickets. The Owner shall reserve the right to have the dry lime content verified by an independent testing laboratory. If the City of Forth Worth Project No. 101172 P-155 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG . _ 7/21/2014 chemical composition is reported on the basis of Pebble Quicklime, the equivalent hydrated lime will be determined in accordance with paragraph c. below. c. If Pebble Quicklime is delivered to the project in dry form it will be measured for payment on the basis of the following formula: Total Quicklime Total Quicklime (CaO)(Tons) (CaO)(Tons) Equivalent ( x } + ( x ) = Hydrated Lime % Purity x 1.32 % Impurities x 1.00 Factor Ca(OH)2(Tons) Factor The above will apply whether the quicklime is spread dry (if allowed) or batched into a slurry. BASIS OF PAYMENT 155-8.1 Payment shall be made at the contract unit price per square yard for the lime -treated subgrade at the thickness specified. The price shall be full compensation for furnishing all material, except the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment, tools and incidentals necessary to complete this item. 155-8.2 Payment shall be made at the contract unit price per ton of lime (application rate is based on dry weight of soil). This price shall be full compensation for furnishing, delivery, and placing this material. Payment will be made under: Item P-155-8.1 8" Lime -treated subgrade - per square yard Item P-155-8.2 12" Lime -treated subgrade — per square yard Item P-155-8.3 Lime per ton TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) (600 kN-m/m3) ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) MATERIAL REQUIREMENTS ASTM C51 Standard Terminology Relating to Lime and Limestone (as used by the Industry) ASTM C977 Standard Specification for Quicklime and Hydrated Lime for Soil Stabilization City of Forth Worth Project No. TBD P-155 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG ASTM D3551 Standard Practice for Laboratory Preparation of Soil -Lime Mixtures Using Mechanical Mixer END OF ITEM P-155 City of Forth Worth Project No. 101172 P-155 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 70-I OG Page Intentionally Left Blank 7121 City of Forth Worth Project No. TBD P-155 - S Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/2I/2014 AC 150/5370-IOG ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL DESCRIPTION 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be design, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public -use airports. MATERIALS 156-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T-901 shall be a quick -growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 156-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per ItemT- 908. Mulches shall not create a wildlife attractant. 156-2.3 Erosion Control Logs. Erosion Control Logs shall be furnished as shown on the plans. 156-2.4 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.5 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.6 Silt fence. The silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. 156-2.7 Other. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. CONSTRUCTION REQUIREMENTS 156-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. City of Forth Worth Project No. 101172 P-156 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. Typical methods of controlling dust and other air pollutants may include among others: • Exposing the minimum area of erodible earth. • Applying temporary mulch with or without seeding • Using water sprinkler truck. • Using covered haul trucks. • Using dust palliatives or penetration asphalt on haul roads. • Using plastic sheet coverings. 156-3.3 Construction details. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the accepted schedule. Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise, temporary erosion control measures may be required. The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. City of Forth Worth Project No. 101172 P-156 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals, temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 156-3.4 Installation, maintenance and removal of silt fences. Silt fences shall extend a minimum of 16 inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet (3 m) on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch (300-mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mm) deep by 4 inches (100 mm) wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by the Engineer. Completed and accepted work will be measured by the lump sum. The temporary seeding and mulching; temporary slope drains; temporary benches, dikes, dams, and sediment basins; all fertilizing; installation and removal of silt fence will not be measured for separate payment. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156-5.1 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control — per lump sum Where other directed work falls within the specifications for a work item that has a contract price, the units of work shall be measured and paid for at the contract unit price bid for the various item. City of Forth Worth Project No. 101172 P-156 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 15015370-1OG Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05 Payment for Extra work. MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials AC 150/5200-33B Hazardous Wildlife Attractants END OF ITEM P-156 City of Forth Worth Project No. 101172 P-156 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross sections shown on the plans. MATERIALS 209-2.1 Crushed aggregate base. Crushed aggregate shall consist of clean, sound, durable particles of crushed stone, crushed gravel, or crushed slag and shall be free from coatings of clay, silt, organic material, or other objectionable materials. Aggregates shall contain no clay lumps or balls. Fine aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the coarse aggregate crushing operation. If necessary, fine aggregate may be added to produce the correct gradation. The fine aggregate shall be produced by crushing stone, gravel, or slag that meet the coarse aggregate requirements for wear and soundness. The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of not less than 70 pounds per cubic foot (1120 kg/cubic meter) when tested per ASTM C29. The coarse aggregate portion, defined as the material retained on the No. 4 (4.75 mm) sieve, shall not have a loss of greater than 45% when tested per ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. The aggregate shall contain no more than 15%, by weight, of flat, elongated, or flat and elongated particles per ASTM D4791. A flat particle is one having a ratio of width to thickness greater than 3; an elongated particle is one having a ratio of length to width greater than three (3). The aggregate shall have at least 90% by weight of particles with at least two fractured faces and 100% with at least one fractured face per ASTM D5821. The area of each face shall be equal to at least 75% of the smallest mid -sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. a. Sampling and testing for initial aggregate base requirements. Samples shall be taken by the Contractor in the presence of the Engineer. Material shall meet the requirements in paragraph 209-2.1 and 209-2.2. This sampling and testing will be the basis for approval of the aggregate base quality requirements. In lieu of testing, the Engineer may accept certified state (VDOT) test results indicating that the aggregate meets specification requirements. Certified test results shall be less than 6 months old. 209-2.2 Gradation requirements. The gradation of the aggregate base material shall meet the requirements of the gradation given in the following table when tested per ASTM C117 and ASTM C136. The gradation shall be well graded from coarse to fine as defined by ASTM D2487 and shall not vary from the lower limit on one sieve to the high limit on an adjacent sieve or vice versa. The fraction of material passing the No. 200 (0.075mm) sieve shall not exceed one-half the fraction passing the No.40 (0.45mm) sieve. City of Forth Worth Project No. 101172 P-209 - I Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/2I/2014 AC 150/5370-106 Table 1 Requirements For Gradation Of Aggregate Sieve Size Design Range Percentage by Weight Contractor's Final Gradation Job Control Grading Band Tolerances for Contractor's Final Gradation Percent 2 in. (50.0 mm) 100 0 1-1/2 in. (37.0 mm) 95-100 +/- 5 1 in. (25.0 mm) 70-95 +/- 8 3/4 in. (19.0 mm) 55-85 +/- 8 No. 4 (4.75 mm) 30-60 +/- 8 No. 40 (0.45 mm) 10-30 +/- 5 No. 200 (0.075 mm) 0-8 +/- 3 if environmental conditions (temperature and availability of free moisture) indicate potential damage due to frost action, the material finer than 0.02 mm shall be limited to a maximum of 3% and the maximum allowable material passing the No. 200 sieve shall be reduced from 0-8% to 0- 5%. Testing per ASTM D422 will be required for the percentage passing the 0.02 mm particle size once per lot. The "Job Control Grading Band Tolerances for Contractor's Final Gradation" in Table 1 shall be applied to "Contractor's Final Gradation" to establish a job control grading band. The full tolerance still applies if application of the tolerances result in a job control grading band outside the design range. a. Sampling and testing for gradation. Gradation tests shall be performed by the Engineer per ASTM C136 and sieve analysis on material passing the No. 200 sieve (75 mm) per ASTM C 117. The Engineer shall take at least two aggregate base samples per lot to check the final gradation. Sampling shall be per ASTM D75. The lot will be consistent with the lot size used for density. The samples shall be taken from the in -place, un-compacted material in the presence of the Engineer. Sampling points and intervals will be designated by the Engineer. CONSTRUCTION METHODS 209-3.1 Preparing underlying subgrade and/or subbase. The underlying subgrade and/or subbase shall be checked and accepted by the Engineer before base course placing and spreading operations begin. Re -proof rolling of the subgrade or proof rolling of the subbase in accordance with P-152, at the Contractor's expense, may be required by the Engineer if the Contractor fails City of Forth Worth Project No. 101172 P-209 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/53 to ensure proper drainage or protect the subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or any other cause, shall be corrected before the base course is placed. To ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one- way slope. 209-3.2 Production. The aggregate shall be uniformly blended and, when at a satisfactory moisture content per paragraph 209-3.4, the approved material may be transported directly to the spreading equipment. 209-3.3 Placing. The aggregate base material shall be placed on the prepared underlying subgrade and/or subbase and compacted in layers to the thickness shown on the plans. Work shall progress without interruption. The material shall be deposited and spread in lanes in a uniform layer without segregation to such loose depth that, when compacted, the layer shall have the specified thickness. The aggregate base course shall be constructed in layers of uniform thickness of not less than 3 inches (75 mm) nor more than 6 inches (150 mm) of compacted thickness. The aggregate as spread shall be of uniform grading with no pockets of fine or coarse materials. The aggregate, unless otherwise permitted by the Engineer, shall not be spread more than 2,000 square yards (1700 sq. m) in advance of the rolling. Any necessary sprinkling shall be kept within these limits. Care shall be taken to prevent cutting into the underlying layer during spreading. No material shall be placed in snow or on a soft, muddy, or frozen course. The aggregate base material shall be spread by spreader boxes or other approved devices. This equipment shall have positive thickness controls that spread the aggregate in the required amount to avoid or minimize the need for hand manipulation. Dumping from vehicles that require re- handling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. 209-3.4 Compaction. Immediately after completion of the spreading operations, compact each layer of the base course, as specified, with approved compaction equipment. The number, type, and weight of rollers shall be sufficient to compact the material to the required density within the same day that the aggregate is placed on the subgrade. The moisture content of the material during placing operations shall be within ±2 percentage points of the optimum moisture content as determined by ASTM D 1557. If nuclear density machines are used for density determination, the field density shall be determined in accordance with ASTM D6938 using Procedure A, the direct transmission method and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated per ASTM D6938. 209-3.5 Acceptance sampling and testing for density. Aggregate base course shall be accepted for density on a lot basis. A lot will consist of one day's production if it does not exceed 2,400 square yards (2000 sq. m). A lot will consist of one-half day's production if a day's production consists of between 2,400 and 4,800 square yards (2000 and 4000 sq. m). The Engineer shall perform all density tests. City of Forth Worth Project No. 101172 P-209 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG Each lot shall be divided into two equal sublots. One test shall be made for each sublot and shall consist of the average of two random locations for density determination. Sampling locations will be determined by the Engineer on a random basis per ASTM D3665. Each lot will be accepted for density when the field density is at least 100% of the maximwn density of laboratory specimens. The specimens shall be compacted and tested per ASTM D1557. The in place field density shall be determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. If the specified density is not attained, the entire lot shall be reworked and/or recompacted and two additional random tests made at the Contractor's expense. This procedure shall be followed until the specified density is reached. 209-3.6 Surface tolerances. After the course has been compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75 mm), reshaped and recompacted to grade until the required smoothness and accuracy are obtained and approved by the Engineer. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer. a. Smoothness. The finished surface shall not vary more than 3/8 inch (9 mm) when tested with a 12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously at half the length of the 12-foot (3.7-m) straightedge for the full length of each line on a 50-foot (15-m) grid. b. Accuracy. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within +0 and -1/2 inch (12 mm) of the specified grade. 209-3.7 Thickness control. The thickness of the base course shall be within +0 and -1/2 inch (12 mm) of the specified thickness as determined by depth tests taken by the Contractor in the presence of the Engineer. Tests shall be taken at intervals representing no more than 300 square yards (250 sq. m) per test. Sampling Iocations will be determined by the Engineer per ASTM D3665. Where the thickness is deficient by more than 1/2 inch (12 mm), the Contractor shall correct such areas at no additional cost by scarifying to a depth of at least 3 inches (75 mm), adding new material of proper gradation, and the material shall be blended and re -compacted to grade. Additional test holes may be required to identify the limits of deficient areas. The Contractor shall replace, at his expense, base material where depth tests have been taken. 209-3.8 Protection. Perform construction when the atmospheric temperature is above 35°F (2°C). When the temperature falls below 35°F (2°C), protect all completed areas by approved methods against detrimental effects of freezing. Correct completed areas damaged by freezing, rainfall, or other weather conditions to meet specified requirements. When the aggregates contain frozen materials or when the underlying course is frozen or wet, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided na damage results. Equipment shall be routed over the full width of the base course to avoid rutting or uneven compaction. The Engineer will stop all hauling over completed or partially City of Forth Worth Project No. 101172 P-209 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/2I/2014 AC 150/5370-10G completed base course when, in the Engineer's opinion, such hauling is causing damage. Any damage to the base course shall be repaired by the Contractor at the Contractor's expense. 209-3.9 Maintenance. The Contractor shall maintain the base course in a satisfactory condition until the full pavement section is completed and accepted by the Engineer. The surface shall be kept clean and free from foreign material and properly drained at all times. Maintenance shall include immediate repairs to any defects and shall be repeated as often as necessary to keep the area intact. Any base course that is not paved over prior to the onset of winter shall be retested to verify that it still complies with the requirements of this specification. Any area of base course that is damaged shall be reworked or replaced as necessary to comply with this specification. Equipment used in the construction of an adjoining section may be routed over completed base course, if no damage results and the equipment is routed over the full width of the base course to avoid rutting or uneven compaction. The Contractor shall remove all survey and grade hubs from the base courses prior to placing any bituminous surface course. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course will be determined by measurement of the number of square yards (square meters) of material actually constructed and accepted by the Engineer as complying with the plans and specifications. Base materials shall not be included in any other excavation quantities. BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per square yard (square meter) for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-209-5.1 21" Crushed Aggregate Base Course - per square yard TESTING REQUIREMENTS ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing City of Forth Worth Project No. 101172 P-209 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-i0G ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 13 6 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D 15 57 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-209 City of Forth Worth Project No. 101172 P-209 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM P-304 CEMENT -TREATED BASE COURSE DESCRIPTION 304-1.1 This item shall consist of a cement -treated base (CTB) course composed of mineral aggregate and cement, uniformly blended and mixed with water. The mixed material shall be spread and shaped with a mechanical spreader, and compacted with rollers in accordance with these specifications and in conformance to the lines, grades, dimensions, and cross -sections shown on the plans. MATERIALS 304-2.1 Aggregate. The aggregate shall be select granular materials, comprised of crushed or uncrushed gravel and/or stone, or recycled crushed and graded Portland Cement Concrete (PCC). The material shall be free of roots, sod, and weeds. The crushed or uncrushed aggregate shall consist of hard, durable particles of accepted quality, free from an excess of soft, flat, elongated, or disintegrated pieces, and objectionable matter. The method used in producing the aggregate shall ensure the finished product is as consistent as practicable. All stones and rocks of inferior quality shall be wasted. If recycled PCC is used as the aggregate, it must meet the requirements for virgin aggregate. The percentage of wear of the crushed aggregate retained on the No. 4 (4.75-mm) sieve shall not be greater than 40 percent when tested in accordance with ASTM C 131. The sodium sulfate soundness loss shall not exceed 10 percent, or the magnesium sulfate soundness loss shall not exceed 15 percent, after five cycles, when tested in accordance with ASTM C88. When tested in accordance with ASTM C136, the aggregate shall conform to the gradations shown in Table 1. An aggregate blend that meets the requirements of Table 1 shall be selected by the Contractor and used in the final mix design. The final aggregate blend shall be well graded from coarse to fine within the limits designated in the table and shall not vary from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. The portion of final aggregate blend passing the No. 40 (425 }rm) sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with ASTM D4318. Table 1. Aggregate Gradation for CTB Material Sieve Size Percentage by Weight Passing Sieves Gradation A Gradation B 2 in (51 mm) too, too, No. 4 (4.75 mrn) 45 - 100 55 - 100 No. 10 (1.80 mm) 37 - 80 45 - 100 No. 40 (450 µm) 15 - 50 25 - 80 No. 80(210µm) 0-25 10-35 'Maximum size of aggregate is 1 inch (25.4 mm) City of Forth Worth Project No. 101172 P-304 - 1 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG All aggregate samples required for testing shall be furnished by the Contractor at the expense of the Contractor. Sampling shall be performed by the Contractor in accordance with ASTM D75. 304-2.2 Cement. Cement shall conform to the requirements of ASTM C 150, Type I or 11 304-2.3 Cementitious additives. Pozzolanic may be added to the CTB mix. If used, each material must meet the following requirements: a. Pozzolanic materials must meet the requirements of ASTM C 618, Class F, or N with the exception of loss of ignition, where the maximum shall be less than 6 percent. The supplementary optional physical Requirements of Tables 3 contained in ASTM C 618 shall apply. 304-2.4 Water. Water used in mixing or curing shall be potable, clean and free of oil, salt, acid, alkali, sugar, vegetable, or other deleterious substances injurious to the finished product. 304-2.5 Curing materials. Curing materials shall conform to the requirements provided below, as defined by the type of pavement surface to be placed on top of the CTB layer. 304-2.5.1 Portland Cement Concrete (PCC) Pavement. For curing CTB placed under PCC pavement, use white -pigmented, liquid membrane -forming compound conforming to ASTM C 309, Type 2, Class A or Class B (wax -based). 304-2.5.2 Hot Mix Asphalt (HMA) Pavement. For curing CTB placed under HMA pavement, use emulsified asphalt conforming to ASTM D977 or ASTM D2397 (Table 2). Table 2 Emulsified Asphalt Curing Material Type and Grade Specification Application Temperature Emulsified Asphalt RS-1, SS-1 ASTM D 977 75 — 130 °F 25 - 55 °C CRS-1 ASTM D 2397 75 - 130 OF 25 - 55 °C 304-2.6 Sand blotter. If emulsified asphalt is used as a curing material, sand shall be applied, when required, to prevent tracking of the emulsion curing materials. The sand materials shall be clean, dry and non -plastic. COMPOSITION OF MIXTURE 304-3.1 General. The CTB material shall be composed of a mixture of aggregate, Portland cement, and water. Flyash may be used as a partial replacement for Portland cement. 304-3.2 Mix design. The mix design shall use a cement content that, when tested in the laboratory according to ASTM D1633, produces a 7-day compressive strength meeting the following requirements: City of Forth Worth Project No. 101172 P-304 - 2 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 15 a. For CTB placed under PCC pavement: 500 psi (3,447 kPa) minimum and 1,000 psi (6,895 kPa) maximum. b. For CTB placed under HMA pavement: 750 psi (5,170 kPa) minimum and 1,000 psi (6,895 kPa) maximum. c. Wet -dry and/or freeze -thaw tests shall be performed in accordance with AASHTO T135 and American Association of State Highway and Transportation Officials (AASHTO) T136 respectively. The weight loss for each type of test shall not exceed 14 percent after 12 cycles. However, if a 7-day compressive strength of 750 psi (5,170 kPa) is achieved, the wet -dry and freeze -thaw tests are not necessary. The mix design shall include a complete list of materials, including type, brand, source, and amount of cement, fine aggregate, coarse aggregate, water, and cementitious additives, if used. It shall also contain the 7-day compressive strength test results and the results of the wet -dry and/or freeze -thaw tests. Should a change be made in aggregate sources or type of cement, or if cementitious additives are added or deleted from the mix, production of the CTB mix shall be stopped and a new mix design shall be submitted. 304-3.3 Submittals. At least fifteen (15) days prior to the placement of the CTB, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction, as well as the mix design information for the CTB material. Tests older than six months shall not be used. The certification shall show the ASTM or AASHTO specifications or tests for the material, the name of the company performing the tests, the date of the tests, the test results, and a statement that the material did or did not comply with the applicable specifications. The submittal package shall include the following: a. Sources of materials, including aggregate, cement, cementitious additives, curing, and bond -breaking materials. b. Physical properties of the aggregates, cement, cementitious additives, curing, and bond - breaking materials. c. Mix design • Mix identification number • Aggregate gradation • Cement content • Water content • Cementitious materials content d. Laboratory test results • Compaction and strength testing procedures • Laboratory compaction characteristics (maximum dry density and optimum moisture content) • Compressive strength at seven (7) days City of Forth Worth Project No. 101172 P-304 - 3 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-100 Wet -dry and/or freeze -thaw weight loss, if applicable No CTB material shall be placed until the submittal is accepted in writing by the Engineer. During production, the Contractor shall submit batch tickets for each delivered load. EQUIPMENT All equipment necessary to mix, transport, place, compact, and finish the CTB material shall be furnished by the Contractor. The equipment shall be inspected and approved by the Engineer at the job site prior to the start of construction operations. 304-4.1 Mixing. The mixer shall be a batch or continuous -flow type stationary mixer and shall be equipped with calibrated metering and feeding devices that introduce the aggregate, cement, water, and cementitious additives (if used) into the mixer in the specified quantities. If necessary, a screening device shall be used to remove oversized material greater than 2 in. (50 min) from the raw aggregate feed prior to mixing. The Engineer shall have free access to the plant at all times for inspection of the plant's equipment and operation and for sampling the CTB mixture and its components. 304-4.2 Hauling. The mixed CTB material shall be transported from the plant to the job site in trucks or other hauling equipment having beds that are smooth, clean, and tight. Truck bed covers shall be provided and used to protect the CTB from rain. CTB material that becomes wet during transport shall be rejected. 304-4.3 Placing. CTB material shall be placed using a mechanical spreader box or a machine capable of receiving, spreading, and shaping the mixture without segregation into a uniform layer or lift. The equipment shall be equipped with a strike -off plate capable of being adjusted to the specified layer thickness. It shall also be equipped with two end gates or cut off plates, so that the CTB may be spread in widths varying up to lane width. 304-4.4 Compaction. Compaction of the CTB layer shall be accomplished using one or a combination of the following pieces of equipment: o Tamping or grid roller • Steel -wheeled roller • Vibratory roller • Pneumatic -tire roller • Vibrating plate compactor (for areas inaccessible to rollers) The number, type, and weight of rollers and/or compactors shall be sufficient to compact the mixture to the required density. 304-4.5 Finishing. Final trimming of the compacted CTB to meet surface requirements shall be accomplished using a self-propelled grader or trimming machine, with a mold board cutting edge, which is at least 12 ft. (3.7 m) wide and is automatically controlled by sensors in conjunction with an independent grade control from a taut stringline. Stringline will be required City of Forth Worth Project No. 101172 P-304 - 4 Issued for Construction Taxiway P Extension June 19, 2020 7/21 /2014 AC 15015370-1 OG on both sides of the sensor controls for the pilot lane. For all other lanes, a single stringline on the outside and grade matching with previously completed adjacent lanes is permissible. CONSTRUCTION METHODS 304-5.1 Weather limitations. 304-5.1.1 Cold Weather. Do not construct base when weather conditions will detrimentally affect quality of the finished course. Apply cement when the ambient temperature is a minimum of 40'F (4°C) and rising. Do not apply cement to aggregate materials that are frozen or contain frost. If ambient temperature falls below 40°F (4°C), protect completed cement -treated areas against freezing. Reprocess, reshape, and recompact damaged material. The CTB shall not be placed on frozen surfaces. Provide drainage to prevent water from collecting or standing on stabilized areas, and on the pulverized, mixed, or partially mixed materials. 304-5.1.1 Rain. The CTB may not be placed when it is raining. If unexpected rain occurs during placement, the layer should be quickly compacted. CTB material that becomes wet by rain during transport or placement shall be evaluated by the Engineer, and may be rejected. 304-5.2 Preparation of underlying course. The underlying course shall be checked by the Engineer before placing and spreading operations are started, in order to ensure that it is free of any ruts, depressions, or bumps and is finished to the correct grade. Any ruts or soft yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected before the CTB mixture is placed. The underlying course shall be wetted in advance of placing the CTB layer. The final prepared grade prior to placing the CTB should be in a firm and moist condition free of frost. Use of chemicals to eliminate frost will not be permitted. To ensure proper drainage, placement of the base shall begin along the centerline of the pavement on a crowned section or on the highest elevation contour of a pavement with variable cross slope. 304-5.3 Grade control. Grade control between the edges of the CTB shall be accomplished at intervals of 50 ft. (15 m) or less on the longitudinal grade and at 25 ft. (7.5 in) or less on the transverse grade. 304-5.4 Handling, measuring, and batching. The continuous flow central plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Aggregate stockpiles shall be constructed in a manner that prevents segregation and intermixing of deleterious materials. Aggregates that are segregated or mixed with earth or foreign material will not be accepted. Continuous flow plants shall be equipped with feeders to automatically and accurately proportion aggregates and bulk cement, by weight. When bulk cement is used, the Contractor shall use a suitable method of handling the cement such as a chute, boot or other device, to prevent loss of cement between the weigh hopper and mixer. The device shall provide positive assurance that the specified cement content is present in each batch. City of Forth Worth Project No. 101172 P-304 - 5 1swed for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG 304-5.5 Mixing. Aggregate and cement may be proportioned either by weight or volume, and shall be mixed sufficiently to prevent the forming of cement balls when water is added. The mixing time shall be that required to secure a well -blended, uniform mixture of aggregate, cement, water, and pozzolan (if used). The minimum mixing time will be based on the uniformity and consistency of the mixture. 304-5.6 Placing. The CTB mixture shall be deposited on the moistened subgrade or subbase and spread into a uniform layer of such width and thickness that, when compacted and trimmed, conforms to the required line grade and cross-section. The Contractor may install the CTB layer in single or multiple compacted lifts; however, each compacted lift must be no greater than 6 in. (150 mm.) thick. In multi -lift construction, the surface of the compacted lift shall be kept moist until covered with the next lift. Successive lifts shall be placed and compacted so that the required total depth of the CTB layer is completed within 12 hours. A single spreader may be used, provided it is capable of placing a uniform, full -depth layer of material across the full width of the base in one pass. Otherwise, two or more spreaders will be required, and shall be operated so that spreading progresses along the full width of the base in a uniform manner. 304-5.7 Compaction. Immediately upon completion of the spreading operations, the CTB material shall be thoroughly compacted using approved compaction equipment. At the start of compaction, the moisture content shall be within +/-2 percentage points of the specified optimum moisture. 304-5.8 Finishing. Upon completion of compaction, the surface of the CTB layer shall be shaped to the specified lines, grades, and cross-section. During the finishing process, the surface shall be kept moist by means of fog -type sprayers. Compaction and finishing shall produce a smooth, dense surface, free of ruts, cracks, ridges, and loose material. All placement, compaction, and finishing operations shall be completed within (2) hours from the start of mixing. Material not completed within the 2-hour time limit shall be removed and replaced at the Contractor's expense. CTB layer limits that extend beyond the edges of the new PCC surface course shall be rolled down or shaped to ensure the drainage is away from the new PCC surface course edge. 304-5.9 Construction joints. At the end of each day's construction, a transverse construction joint shall be formed that is a true vertical face (perpendicular to the centerline) and is free of loose material. Longitudinal construction joints (parallel to the centerline) shall beformed to a consistent, well- defined near vertical edge that is free of loose material. The longitudinal joints shall be located such that there is a 2 ft. (0.6 m) minimum offset from planned joints in any overlying layer. While forming construction joints, the Contractor shall make sure the material in the joint area is adequately compacted and that the joints are finished level and even with the remainder of the CTB layer. 304-5.10 Curing. The compacted and finished CTB shall be cured with the approved curing agents as soon as possible, and in no case later than 2 hours after completion of the finishing City of Forth Worth Project No. 101172 P-304 - 6 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG operations. The layer shall be kept moist using a moisture -retaining cover or a light application of water until the curing material is applied. When asphalt emulsion is used as the curing agent, the entire surface of the CTB layer shall be uniformly sprayed with the emulsion at a rate of between 0.15 and 0.30 gal/sq. yd. (0.7 and 1.4 Um'); the exact temperature and rate of application being that required to achieve complete and uniform coverage without runoff. Should it be necessary for construction equipment or other traffic to use the asphalt -covered surface, sufficient sand blotter cover shall be applied to prevent tracking of the emulsion curing materials. When a liquid membrane -forming curing compound is used as the curing agent, the surface of the CTB layer shall be uniformly sprayed with the curing compound at the rate of one gallon (3.8 liters) to not more than 200 square feet (18.6 m2) to obtain a uniform cover over the surface. The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. The curing compound shall be thoroughly and uniformly mixed with the pigment in the storage tank. During application, the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and CTB surfaces exposed by the removal of forms is permitted. The curing seal shall be maintained and protected until the pavement is placed. Should the surface of the finished CTB and/or the curing seal become damaged, additional curing material shall be applied at the time it is damaged or when the damage is first observed. 304-5.1 t Protection. The Contractor shall protect the finished CTB against traffic. Completed portions of the CTB layer can be opened immediately to low -speed traffic and to construction equipment, provided the curing material is not damaged and the CTB is sufficiently stable to resist permanent deformation. Should the CTB be damaged, it shall be replaced using full -depth patches, and sprayed with the selected curing compound as described above. The CTB shall also be protected from freezing at all times. 304-5.12 Bond -breaker. When the CTB is to be placed directly beneath PCC. The entire surface of the CTB shall be coated with a de -bonding compound applied in a quality sufficient to prevent bonding of the PCC pavement to the base course. If an impervious membrane or asphalt emulsion is used as a curing material, additional applications of curing materials may be required. The Contractor shall be responsible for selecting the de -bonding compound and determining the necessary application rate. The de -bonding compound shall be approved by the Engineer prior to being incorporated into the work. MATERIAL ACCEPTANCE 304-6.1 Acceptance sampling and testing. All acceptance sampling and testing, with the exception of thickness determination, necessary to determine conformance with the requirements specified in this section will be performed by the Engineer. The Contractor shall provide the required CTB samples during construction for acceptance testing purposes. The samples shall be taken in the presence of the Engineer. Testing organizations performing these tests shall meet the requirements of ASTM D3666. All test equipment in Contractor -furnished laboratories shall be calibrated by the testing organization prior to the start of operations. City of Forth Worth Project No. 101172 P-304 - 7 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-IOG The CTB layer shall be tested for density, thickness, grade, and surface tolerance on a lot basis, with a lot consisting of one of the following: O One day's production not to exceed 2,000 sq. yd. (1,675 m2) or ® A half day's production, where a day's production consists of 2,000 to 4,000 sq, yd. (1,675 to 3,350 m2). Each lot shall be divided into four (4) equal sublots. Within each sublot, one (1) density test, one (1) thickness measurement, and continuous surface straightedge tests (surface tolerance testing) shall be performed, as described below. Sampling locations shall be determined by the Engineer in accordance with the random sampling procedures contained in ASTM D3665. In the event that only three (3) sublots are produced, the three sublots shall constitute a complete lot. If one (1) or two (2) sublots are produced for the same reason, they shall be incorporated into the next or previous Iot, and the total number of sublots shall be used in the acceptance criteria calculation. End -of -production sublots (that is, sublots associated with the final placement of CTB for the project and are less than a complete Iot) shall be handled as follows: a Three (3) sublots shall constitute a lot. [M ® One (1) or two (2) sublots shall be incorporated into the previous lot_ 304-6.1.1 Density Testing. CTB samples shall be taken from each sublot and used to create field test specimens representing the various sublots. The specimens shall be compacted and tested for density and moisture content in accordance with ASTM D558. Using the density results for each sublot comprising a lot, an average density for the lot shall be determined, which will serve as the basis for acceptance of the lot with regard to density. Within each sublot in the field, one (1) in -place density test shall be performed in accordance with ASTM D6938. The location of the test shall be randomly selected in accordance with the procedures contained in ASTM D3665. The in -place density results for each sublot comprising the lot shall then be averaged and compared with the corresponding average lot density. Acceptance criteria for CTB density are provided in paragraph 304-6.2.1. 304-6.1.2 Thickness Testing. The CTB shall be tested for thickness using the same lot and sublot designations established for density testing. After 3 days of curing, one (1) 4 in (102 mm) diameter core per sublot shall be obtained from a random location, as identified using the procedures contained in ASTM D 3665. The thickness of each sampled core shall be determined using the caliper measurement procedures provided in ASTM C 174. The average thickness for the lot shall be determined using the individual sublot core thicknesses. Acceptance criteria for CTB thickness are provided in paragraph 304-6.2.2. At all locations where cores have been drilled, the resulting core holes shall be filled by the Contractor with CTB or non -shrink grout. City of Forth Worth Project No. 101172 P-304 - 8 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG 304-6.1.3 Grade Testing. The elevations of the finished CTB shall be surveyed every 25 ft. (7.6 m) on both sides of the CTB lane as soon as it has hardened sufficiently. Acceptance criteria for CTB grade are provided in paragraph 306-6.2.3. 304-6.1.4 Surface Tolerance Testing. After the CTB has hardened sufficiently, it shall be tested for surface tolerance with a 16 ft. (4.9 m) straightedge or other approved measuring device. For tolerances outline in paragraph 304-6.2.4 304-6.2 Acceptance criteria. Acceptance of CTB will be based on density, thickness, grade, and surface tolerance, as described in the paragraphs below. 304-6.2.1 Density Requirements. For density, each lot of compacted material will be accepted without adjustment if the average in -place density of the lot is equal to or greater than 98 percent of the average field density determined for the lot. Each lot of compacted CTB shall be accepted and payment adjusted in accordance with Table 3. Table 3 Sliding Pay Scale Factors For Density Average Dry Density Payment {%) 98.0 and greater 100 97.0 - 97.9 95 96.0 - 96.9 90 95.0 - 95.9 75 Less than 95.0 Reject If the average density is below 95 percent, the lot will be rejected and shall be removed and replaced at the Contractor's expense. In multi -layer construction, density shall be tested for each lift, and all lifts within a rejected lot shall be removed and replaced. No payment shall be made for removed lifts. Replacement lifts shall be paid in accordance with this section. 304-6.2.2 Thickness Requirements. The completed thickness shall be as shown on the plans. When the average lot thickness is not deficient by more than '/2 in. (12.5 mm) from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than 1 in. (25.4 mm), it shall be removed and replaced at the Contractor's expense. When such measurement is deficient by more than 1/2 in. (12.5 mm) but less than 1 in. (25.4 mm) from the plan thickness, one additional core shall be taken at random from each sublot within the lot. The thickness of these additional cores shall be determined as indicated in paragraph 304-6.1.2. A new average lot thickness shall be recomputed based on these additional cores and the original cores taken from each sublot. If the recomputed average lot thickness is not deficient by more than 1/2 in. (12.5 mm) from the plan thickness, full payment shall be made. If the average lot thickness is deficient by more than %2 in. (12.5 mm) from the plan thickness, the entire lot shall be removed and replaced at the Contractor's expense or shall be permitted to remain in -place at an adjusted payment of 75 percent of the contract unit price. City of Forth Worth Project No. 101172 P-304 - 9 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG When the measured thickness is more than that indicated on the plans, it will be considered as conforming to the requirements, provided the surface of the completed CTB layer is within the established grade and surface tolerance requirements. 304-6.2.3 Grade Requirements. When the completed surface is higher than '/2 in. (12.5 mm) above the grade shown in the plans, the surface shall be trimmed, at the Contractor's expense, with an approved grinding machine to an elevation that falls within a tolerance of in. (6 mm) or less. 304-6.2.4 Surface Tolerance Requirements. The finished surface shall not vary more than % in. (9.5 mm) when tested with a 16 ft. (4.9 m) straightedge applied parallel with, or at right angles to, the centerline of the CTB area. Areas in the CTB showing high spots greater than % in. (9.5 min) over 16 ft. (4.9 m) shall be marked and immediately trimmed with an approved grinding machine. Such trimming shall be at the Contractor's expense. METHOD OF MEASUREMENT 304-7.1 Cement -treated base course. The quantity of cement -treated base course will be determined by measurement of the number of square yards (m) of CTB actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT 304-8.1 Cement -treated base course. Payment shall be made at the contract unit price per square yards (m) for cement -treated base course. This price shall be full compensation for furnishing all materials, including cement; for all preparation, manipulation, placing, and curing of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. Each lot of CTB material will be accepted for density at the frill contract price adjusted in accordance with Table 3 in paragraph 304-6.2.1. Payment will be made under: Item P-304-8.1 6" Cement -Treated Base —per square yard TESTING REQUIREMENTS ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregate City of Forth Worth Project No. 101172 P-304 - 10 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM D75 Standard Practice for Sampling Aggregates ASTM D558 Standard Test Methods for Moisture -Density (Unit Weight) Relations of Soil - Cement Mixtures ASTM D 1633 Standard Test Methods for Compressive Strength of Molded Soil -Cement Cylinders ASTM D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils AASHTO T135 Standard Method of Test for Wetting -and -Drying Test of Compacted Soil - Cement Mixtures AASHTO T136 Standard Method of Test for Freezing -and -Thawing Tests of Compacted Soil - Cement Mixtures ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate MATERIAL REQUIREMENTS ASTM C150 Standard Specification for Portland Cement ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars City of Forth Worth Project No. 101172 P-304 - 11 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG ASTM D977 Standard Specification for Emulsified Asphalt END OF ITEM P-304 City of Forth Worth Project No. 101172 P-304 12 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM P-403 HOT MIX ASPHALT (HMA) PAVEMENTS (BASE, LEVELING OR SURFACE COURSE) DESCRIPTION 403-1.1 This item shall consist of a taxiway shoulder surface course composed of mineral aggregate and asphalt cement binder (asphalt binder) mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross -sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 403-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. The portion retained on the No. 4 (4.75 mm.) sieve is coarse aggregate. The portion passing the No. 4 (4.75 mm) sieve and retained on the No. 200 (0.075 mm) sieve is fine aggregate, and the portion passing the No. 200 (0.075 mm) sieve is mineral filler. a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the bituminous material and free from organic matter and other deleterious substances. The percentage of wear shall not be greater than 40 percent for surface course when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 12%, or the magnesium sulfate soundness loss shall not exceed 18%, after five cycles, when tested in accordance with ASTM C88. Clay Lumps and friable particles shall not exceed 1.0% when tested in accordance with ASTM C142. Aggregate shall contain at least 75 percent by weight of individual pieces having two or more fractured faces and 85 percent by weight having at least one fractured face. The area of each face shall be equal to at least 75% of the smallest mid -sectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be achieved by crushing. The aggregate shall not contain more than a total of 8%, by weight, of flat particles, elongated particles, and flat and elongated particles, when tested in accordance with ASTM D4791 with a value of 5:1. h. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles produced by crushing stone, slag, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter. City of Forth Worth Project No. 101172 P-403 - 1 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-106 The fine aggregate, including any blended material for the fine aggregate, shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. Clay lumps and friable particles shall not exceed 1.0 percent, by weight, when tested in accordance with ASTM C142. Natural (non -manufactured) sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. The fine aggregate shall not contain more than 15% natural sand by weight of total aggregates. If used, the natural sand shall meet the requirements of ASTM D1073 and shall have a plasticity index of not more than six (6) and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. The aggregate shall have sand equivalent values of 45 or greater when tested in accordance with ASTM D2419. e. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. 403-2.2 Mineral filler. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D242. 403-2.3 AsphaIt cement binder. Asphalt cement binder shall conform to ASTM D6373 Performance Grade (PG) 64-28. A certificate of compliance from the manufacturer shall be included with the mix design submittal. The supplier's certified test report with test data indicating grade certification for the asphalt binder shall be provided to the Engineer for each load at the time of delivery to the mix plant. A certified test report with test data indicating grade certification for the asphalt binder shall also be provided - to the Engineer for any modification of the asphalt binder after delivery to the mix plant and before use in the HMA. 403-2.4 Preliminary material acceptance. Prior to delivery of materials to the job site, the Contractor shall submit certified test reports to the Engineer for the following materials. a. Coarse aggregate: (1) Percent of wear (2) Soundness (3) Clay lumps and friable particles (4) Percent of fractured faces (5) Flat and elongated particles b. Fine aggregate: (1) Liquid limit and Plasticity index City of Forth Worth Project No. 101172 P-403 - 2 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG (2) Soundness (3) Clay lumps and friable particles (4) Percent natural sand (5) Sand equivalent c. Mineral filler d. Asphalt binder. Test results for asphalt binder shall include temperature/viscosity charts for mixing and compaction temperatures. The certifications shall show the appropriate ASTM tests for each material, the test results, and a statement that the material meets the specification requirement. The Engineer may request samples for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 403-2.5 Anti -stripping agent. Any anti -stripping agent or additive if required shall be heat stable, shall not change the asphalt cement viscosity beyond specifications, shall contain no harmful ingredients, shall be added in recommended proportion by approved method, and shall be a material approved by the Department of Transportation of the State in which the project is located. COMPOSITION 403-3.1 Composition of mixture. The HMA plant mix shall be composed of a mixture of well - graded aggregate, filler and anti -strip agent if required, and asphalt binder. The several aggregate fractions shall be sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula (JMF). 403-3.2 Job Mix. Formula (JMF). No hot -mixed asphalt (HMA) for payment shall be produced until a JMF has been approved in writing by the Engineer. The asphalt mix design and JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.4. The HMA shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. ASTM D6926 shall be used for preparation of specimens using the manually held and operated hammer for the mix design procedure. ASTM D6927 shall be used for testing for Marshall stability and flow. If material variability exceeds the standard deviations indicated, the JMF and subsequent production targets shall be based on a stability greater than shown in Table I and the flow shall be targeted close to the mid -range of the criteria in order to meet the acceptance requirements. The design criteria in Table 1 are target values necessary to meet the acceptance requirements contained in paragraph 403-5.2b. The criteria is based on a production process which has a material variability with the following standard deviations: Stability = 270 lbs (1200 N); Flow (0.01 inch (0.25 mm)) = 1.5 inches (38 min); Air Voids = 0.65%. Tensile Strength Ratio (TSR) of the composite mixture, as determined by ASTM D4867, shall not be less than 75 when tested at a saturation of 70-80% or an anti -stripping agent shall be added to the HMA, as necessary, to produce a TSR of not less than 75 when tested at a saturation of 70- City of Forth Worth Project No. 101172 P-403 - 3 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG 80%. If an anti -strip agent is required, it shall be provided by the Contractor at no additional cost to the Owner. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The RVIF shall be developed within the same construction season using aggregates currently being produced. The submitted JMF shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Percent passing each sieve size for total combined gradation, individual gradation of all aggregate stockpiles and percent by weight of each stockpile used in the JMF. b. Percent of asphalt cement. c. Asphalt performance, grade, and type of modifier if used. d. Number of blows per side of molded specimen. e. Laboratory mixing temperature. f. Laboratory compaction temperature. g. Temperature -viscosity relationship of the PG asphalt cement binder showing acceptable range of mixing and compaction temperatures and for modified binders include supplier recommended mixing and compaction temperatures. h. Plot of the combined gradation on the 0.45 power gradation curve. i. GraphicaI plots of stability, flow, air voids, voids in the mineral aggregate, and unit weight versus asphalt content. j. Specific gravity and absorption of each aggregate. k. Percent natural sand. 1. Percent fractured faces. m. Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). n. Tensile Strength Ratio (TSR). o. Anti -strip agent (if required). p. Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. The Contractor shall submit to the Engineer the results of verification testing of three (3) asphalt samples prepared at the optimum asphalt content. The average of the results of this testing shall indicate conformance with the JMF requirements specified in Tables 1 and 3. When the project requires asphalt mixtures of differing aggregate gradations, a separate JMF and the results of JMF verification testing shall be submitted for each mix. The JMF for each mixture shall be in effect until a modification is approved in writing by the Engineer. Should a change in sources of materials be made, a new JMF must be submitted within 15 days and approved by the Engineer in writing before the new material is used. After the initial City of Forth Worth Project No. 101172 P-403 - 4 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 15015370-10G production JMF has been approved by the Engineer and a new or modified JMF is required for whatever reason, the subsequent cost of the Engineer's approval of the new or modified JMF will be borne by the Contractor. There will be no time extension given or considerations for extra costs associated with the stoppage of production paving or restart of production paving due to the time needed for the Engineer to approve the initial, new or modified JMF. The Marshall Design Criteria applicable to the project shall be as specified in Table 1. Table 1. Marshall Design Criteria Test Property Value Number of blows 75 Stability, pounds (Newtons) minimum 1800 (8006) FIow, 0.01 inch (0.25 mm) 8-16 Air voids (percent) 3.5 Percent voids in mineral aggregate, minimum See Table 2 'The flow requirement is not applicable for Polymer Modified Asphalts. Table 2. Minimum Percent Voids In Mineral Aggregate (VMA) Aggregate (See Table 3) Minimum VMA Gradation 3 16 Gradation 2 15 Gradation 1 14 The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation or gradations specified in Table 3 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 3 represent the limits that shall determine the suitability of aggregate for use from the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. Table 3. Aggregate - HMA Pavements City of Forth Worth Project No. 101172 P-403 - 5 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG Sieve Size Percentage by Weight Passing Sieves Gradation 2 (Taxiway Shoulder Surface Course) 1 inch (25 mm) -- 3/4 inch (19 mm) 100 1 /2 inch (12 mm) 79-99 3/8 inch (9 mm) 68-88 No. 4 (4.75 mm) 48-68 No. 8 (2.36 mm) 33-53 No. 16 (1.18 mm) 20-40 No. 30 (0.600 mm) 14-30 No. 50 (0.300 mm) 9-21 No. 100 (0.150 mm) 6-16 No. 200 (0.075 mm) 3-6 Asphalt Percent: Stone or gravel 5.0-7.5 The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 403-3.3 Reclaimed asphalt concrete (RAP). RAP shall not be used. 403-3.4 Job Mix Formula (JMF) laboratory. The Contractor's laboratory used to develop the JMF shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the JMF must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. 403-3.5 Test section. Prior to fill production, the Contractor shall prepare and place a quantity of HMA according to the JMF. The amount of HMA shall be sufficient to construct a test section 300 long and 30 wide, placed in two lanes, with a longitudinal cold joint, and shall be of the same depth specified for the construction of the course which it represents. A cold joint for this test section is an exposed construction joint at least four (4) hours old or whose mat has cooled to less than 160°F (71°C). The cold joint must be cut back using the same procedure that will be used during production in accordance with 403-4.12. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. City of Forth Worth Project No. 101172 P-403 - 6 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG The test section shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria in paragraph 403-5.1 and 403-5.2. The test section shall be divided into equal sublots. As a minimum the test section shall consist of three (3) sublots. The test section shall be considered acceptable if the average mat density of the test section cores is greater than or equal to 96% and the average joint density of the test section cores is greater than or equal to 94%. If the initial test section should prove to be unacceptable, the necessary adjustments to the JMF, plant operation, placing procedures, and/or rolling procedures shall be made. A second test section shall then be placed. If the second test section also does not meet specification requirements, both sections shall be removed at the Contractor's expense. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. Any additional sections that are not acceptable shall be removed at the Contractor's expense. Full production shall not begin until an acceptable test section has been constructed and accepted in writing by the Engineer. Once an acceptable test section has been placed, payment for the initial test section and the section that meets specification requirements shall be made in accordance with paragraph 403-8.1. Job mix control testing shall be performed by the Contractor at the start of plant production and in conjunction with the calibration of the plant for the JMF. If the aggregates produced by the plant do not satisfy the gradation requirements or produce a mix that meets the JMF, it will be necessary to reevaluate and redesign the mix using plant -produced aggregates. Specimens shall be prepared and the optimum asphalt content determined in the same manner as for the original JMF tests. Contractor will not be allowed to place the test section until the Contractor Quality Control Program, showing conformance with the requirements of paragraph 403-6.1, has been approved, in writing, by the Engineer. CONSTRUCTION METHODS 403-4.1 Weather limitations. The HMA shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the Engineer, if requested; however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Base Temperature (Minimum) Mat Thickness Degrees F Degrees C 3 inches (7.5 cm) or greater 40 4 Greater than 2 inches (50 mrn) 45 7 but less than 3 inches (7.5 cm) 403-4.2 HMA plant. Plants used for the preparation of HMA shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M156 with the following changes: City of Forth Worth Project No. 101172 P-403 - 7 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG a. Requirements for all plants include: (l) Truck scales. The HMA shall be weighed on approved scales furnished by the Contractor, or on certified public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of the General Provisions, subsection 90-01. In lieu of scales, and as approved by the Engineer, HMA weights may be determined by the use of an electronic weighing system equipped with an automatic printer that weighs the total HMA production and as often thereafter as requested by the Engineer. (2) Testing facilities. The Contractor shall ensure laboratory facilities are provided at the plant for the use of the Engineer. The lab shall have sufficient space and equipment so that both testing representatives (Engineer's and Contractor's) can operate efficiently. The lab shall meet the requirements ofASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications and masonry saw with diamond blade for trimming pavement cores and samples. The plant testing laboratory shall have a floor space area of not less than 200 square feet (18.5 sq. m), with a ceiling height of not less than 7-112 feet (2 m). The laboratory shall be weather tight, sufficiently heated in cold weather, air-conditioned in hot weather to maintain temperatures for testing purposes of 70OF ±5°F (21 °C ±2.3°C). The plant testing laboratory shall be located on the plant site to provide an unobstructed view, from one of its windows, of the trucks being loaded with the plant mix materials. In addition, the facility shall include the minimum: (a) Adequate artificial lighting. (b) Electrical outlets sufficient in number and capacity for operating the required testing equipment and drying samples. (c) A minimum of two (2) Underwriter's Laboratories approved fire extinguishers of the appropriate types and class. (d) Work benches for testing. (e) Desk with chairs and file cabinet. (f) Sanitary facilities convenient to testing laboratory. (g) Exhaust fan to outside air. (h) Sink with running water. Failure to provide the specified facilities shall be sufficient cause for disapproving HMA plant operations. Laboratory facilities shall be kept clean, and all equipment shall be maintained in proper working condition. The Engineer shall be permitted unrestricted access to inspect the Contractor's laboratory facility and witness quality control activities. The Engineer will advise the Contractor in writing of any noted deficiencies concerning the laboratory facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended City of Forth Worth Project No. 101172 P-403 - 8 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1 OG immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. (3) Inspection of plant. The Engineer, or Engineer's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights, proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage bins and surge bins. The HMA stored in storage and surge bins shall meet the same requirements as HMA loaded directly into trucks and may be permitted under the following conditions: (a) Stored in non -insulated bins for a period of time not to exceed three (3) hours. (b) Stored in insulated storage bins for a period of time not to exceed eight (8) hours. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the HMA due to temporary storage, no temporary storage will be allowed. 403-4.3 Hauling equipment. Trucks used for hauling HMA shall have tight, clean, and smooth metal beds. To prevent the HMA from sticking to the truck beds, the truck beds shall be lightly coated with a minimum amount of paraffin oil, line solution, or other material approved by the Engineer. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 403-4.3.1 Material Transfer Vehicle (MTV). Material transfer vehicles shall be required due to the improvement in smoothness and decrease in both physical and thermal segregation. To transfer the material from the hauling equipment to the paver, use a self-propelled, material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver, while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 403-4.4 HMA Pavers. HMA pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of HMA that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the HMA uniformly in front of the screed without segregation. The screed shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. If, during construction, it is found that the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued and satisfactory equipment shall be provided by the Contractor. City of Forth Worth Project No. 101172 P-403 - 9 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG 403-4.4.1 Automatic grade control. The HMA paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line and/or through a system of mechanical sensors or sensor -directed mechanisms or devices that will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within 7k0.1 %. The controls shall be capable of working in conjunction with any of the following attachments: a. Ski -type device of not less than 30 feet (9 m) in length b. Taut stringline (wire) set to grade C. Short ski or shoe d. Laser control 403-4.5:Rollers. Rollers of the vibratory, steel wheel, and pneumatic -tired type shall be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the HMA. The number, type, and weight of rollers shall be sufficient to compact the HMA to the required density while it is still in a workable condition. All rollers shall be specifically designed and suitable for compacting hot mix bituminous concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. Depressions in pavement surfaces caused by rollers shall be repaired by the Contractor at their own expense. The use of equipment that causes crushing of the aggregate will not be permitted. 403-4.5.1 Density device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density readings for all new HMA. These densities shall be supplied to the Engineer upon request at any time during construction. No separate payment will be made for supplying the density gauge and technician. 403-4.6 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325'F (160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F (175°C) when added to the aggregate. 403-4.7 Preparation of mineral aggregate. The aggregate for the HMA shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. City of Forth Worth Project No. 101172 P-403 - 10 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 15015370-1OG 403-4.8 Preparation of HMA. The aggregates and the asphalt binder shall be weighed or metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a -uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture, but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all HMA upon discharge shall not exceed 0.5%. 403-4.9 Preparation of the underlying surface. Immediately before placing the HMA, the underlying course shall be cleaned of all dust and debris. A prime coat and tack coat shall be applied in accordance with Items P-602 and P-603, respectively, if shown on the plans. 403-4.10 Laydown plan, transporting, placing, and finishing. Prior to the placement of the HMA, the Contractor shall prepare a laydown plan for approval by the Engineer. This is to minimize the number of cold joints in the pavement. The laydown plan shall include the sequence of paving laydown by stations, width of lanes, temporary ramp locations, and laydown temperature. The laydown plan shall also include estimated time of completion for each portion of the work (that is, milling, paving, rolling, cooling, etc.). Modifications to the laydown plan shall be approved by the Engineer. The HMA shall be transported from the mixing plant to the site in vehicles conforming to the requirements of paragraph 403-4.3. Deliveries shall be scheduled so that placing and compacting of HMA is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. The Contractor shall use a material transfer vehicle to deliver HMA to the paver. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose for the first lift of all runway and taxiway pavements. Successive lifts of HMA surface course may be placed using a ski, or laser control per paragraph 403-4.4.1, provided grades of the first lift of bituminous surface course meet the tolerances of paragraphs 403-5.2b(5) as verified by a survey. Contractor shall survey each lift of HMA surface course and certify to Engineer that every lot of each lift meets the grade tolerances of paragraph 403-5.2b (5) before the next lift can be placed. The initial placement and compaction of the HMA shall occur at a temperature suitable for obtaining density, surface smoothness, and other specified requirements but not less than 250°F (121°C). Edges of existing HMA pavement abutting the new work shall be saw cut and carefully removed as shown on the drawings and coated with asphalt tack coat before new material is placed against it. Upon arrival, the mixture shall be placed to the full width by a bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated City of Forth Worth Project No. 101172 P-403 - 11 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-10G to eliminate pulling and tearing of the HMA mat. Unless otherwise permitted, placement of the HMA shall begin along the centerline of a crowned section or on the high side of areas with a one- way slope. The HMA shall be placed in consecutive adjacent strips having a minimum width of 8 feet (m) except where edge lanes require less width to complete the area. Additional screed sections shall not be attached to widen paver to meet the minimum lane width requirements specified above unless additional auger sections are added to match. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot (30 cm); however, the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m). On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the HMA may be spread and luted by hand tools. Areas of segregation in the course, as determined by the Engineer, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of 2 inches (50 mm) deep. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet (3 m) long. 403-4.11 Compaction of HMA. After placing, the HMA shall be thoroughly and uniformly compacted by power rollers. The surface shall be compacted as soon as possible when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be equipped with a scraper and kept properly moistened using a water soluble asphalt release agent approved by the Engineer. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power driven tampers. Tampers shall weigh not less than 275 pounds (125 kg), have a tamping plate width not less than 15 inches (38 cm), be rated at not less than 4,200 vibrations per minute, and be suitably equipped with a standard tamping plate wetting device. Any HMA that becomes loose and broken, mixed with dirt, contains check -cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 403-4.12 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid HMA except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of City of Forth Worth Project No. 101172 P-403 - 12 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh HMA against the joint. Longitudinal joints which are have been left exposed for more than four (4) hours; the surface temperature has cooled to less than 175°F (804C); or are irregular, damaged, uncompacted or otherwise defective shall be out back 3 inches (75 mm) to 6 inches (150 mm) to expose a clean, sound, uniform vertical surface for the full depth of the course. All cutback material shall be removed from the project. An asphalt tack coat or other product approved by the Engineer shall be applied to the clean, dry joint prior to placing any additional fresh HMA against the joint. Any laitance produced from cutting joints shall be removed by vacuuming and washing. The cost of this work shall be considered incidental to the cost of the HMA. 403-4.13 Diamond grinding. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch (3-mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. The depth of grinding shall not exceed 1 /2 inch (13mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. Areas that have been ground will be sealed with a P-608 surface treatment as directed by the Engineer. It may be necessary to seal a larger area to avoid surface treatment creating any conflict with runway or taxiway markings. 403-4.14 Nighttime paving requirements. Paving during nighttime construction shall require the following: a. All paving machines, rollers, distribution trucks and other vehicles required by the Contractor for his operations shall be equipped with artificial illumination sufficient to safety complete the work. b. Minimum illumination level shall be 20 horizontal foot-candles and maintained in the following areas: (1) An area of 30 feet (9 m) wide by 30 feet (9 m) long immediately behind the paving machines during the operations of the machines. (2) An area 15 feet (4.5 m) wide by 30 feet (9 m) long immediately in front and back of all rolling equipment, during operation of the equipment. (3) An area 15 feet (4.5 m) wide by 15 feet (4.5 m) long at any point where an area is being tack coated prior to the placement of pavement. c. As partial fulfillment of the above requirements, the Contractor shall furnish and use, complete artificial lighting units with a minimum capacity of 3,000 watt electric beam lights, affixed to all equipment in such a way to direct illumination on the area under construction. City of Forth Worth Project No. 101172 P-403 - 13 Issued for Construction Taxiway P Extension June 19, 2020 7/21 /2014 AC 150/5370-JOG d. A lighting plan must be submitted by the Contractor and approved by the Engineer prior to the start of any nighttime work. e. If the Contractor places any out of specification mix in the project work area, the Contractor is required to remove it at its own expense, to the satisfaction of the Engineer. If the Contractor has to continue placing non-payment HMA, as directed by the Engineer, to make the surfaces safe for aircraft operations, the Contractor shall do so to the satisfaction of the Engineer. It is the Contractor's responsibility to Ieave the facilities to be paved in a safe condition ready for aircraft operations. No consideration for extended closure time of the area being paved will be given. As a first order of work for the next paving shift, the Contractor shall remove all out of specification material and replace with approved material to the satisfaction of the Engineer. When the above situations occur, there will be no consideration given for additional construction time or payment for extra costs. MATERIAL ACCEPTANCE 403-5.1 Acceptance sampling and testing. Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be performed by the Engineer at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. Testing organizations performing these tests shall be accredited in accordance with ASTM D3666. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. All equipment in Contractor furnished laboratories shall be calibrated by an independent testing organization prior to the start of operations. a. Hot mixed asphalt. Plant -produced HMA shall be tested for air voids and stability and flow on a Iot basis. Sampling shall be from material deposited into trucks at the plant or from trucks at the job site. Samples shall be taken in accordance with ASTM D979. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 1/2 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). Where more than one plant is simultaneously producing HMA for the job, the lot sizes shall apply separately for each plant. (1) Sampling. Each lot will consist of four equal sublots. Sufficient HMA for preparation of test specimens for all testing will be sampled by the Engineer on a random basis, in accordance with the procedures contained in ASTM D3665. Samples will be taken in accordance with ASTM D979. The sample of HMA may be put in a covered metal tin and placed in an oven for not less than 30 .minutes nor more than 60 minutes to stabilize to compaction City of Forth Worth Project No. 101172 P-403 - 14 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-10G temperature. The compaction temperature of the specimens shall be as specified in the JMF. (2) Testing. Sample specimens shall be tested for stability and flow in accordance with ASTM D6927. Air voids will be determined by the Engineer in accordance with ASTM D3203. One set of laboratory compacted specimens will be prepared for each sublot in accordance with ASTM D6926 at the number of blows required by paragraph 403-3.2, Table 1. Each set of laboratory compacted specimens will consist of three test specimens prepared from the same sample. The manual hammer in ASTM D6926 shall be used. Prior to testing, the bulk specific gravity of each test specimen shall be measured by the Engineer in accordance with ASTM D2726 using the procedure for laboratory -prepared thoroughly dry specimens for use in computing air voids and pavement density. For air voids determination, the theoretical maximum specific gravity of the mixture shall be measured one time for each sublot in accordance with ASTM D2041. The value used in the air voids computation for each sublot shall be based on theoretical maximum specific gravity measurement for the sublot. The stability and flow for each sublot shall be computed by averaging the results of all test specimens representing that sublot. (3) Acceptance. Acceptance of plant produced HMA for stability, flow, and air voids shall be determined by the Engineer in accordance with the requirements of paragraph 403-5.2. b. In -place HMA. HMA placed in the field shall be tested for mat and joint density on a lot basis. A standard lot shall be equal to one day's production or 2000 tons (1814 metric tons) whichever is smaller. If the day's production is expected to exceed 2000 tons (1814 metric tons), but less than 4000 tons (3628 metric tons), the lot size shall be 112 day's production. If the day's production exceeds 4000 tons (3628 metric tons), the lot size shall be an equal sized fraction of the day's production, but shall not exceed 2000 tons (1814 metric tons). (1) Mat density. The lot size shall be the same as that indicated in paragraph 403-5.1a. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. (2) Joint density. The lot size shall be the total length of longitudinal joints constructed by a lot of HMA as defined in paragraph 403-5.Ia. The lot shall be divided into four equal sublots. One core of finished, compacted HMA shall be taken by the Contractor from each sublot. Core locations will be determined by the Engineer on a random basis in accordance with procedures contained in ASTM D3665. All cores City of Forth Worth Project No. 101172 P-403 - 15 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG for joint density shall betaken centered on the joint. The minimum core diameter for joint density determination shall be 5 inches (125 mm). (3) Sampling. Samples shall be neatly cut with a diamond core drill bit. Samples will be taken in accordance with ASTM D979. The minimum diameter of the sample shall be 5 inches (125 mm). Samples that are defective, as a result of sampling, shall be discarded and another sample taken. The Contractor shall furnish all tools, labor, and materials for cutting samples, cleaning, and filling the cored pavement. Cored pavement shall be cleaned and core holes shall be filled in a manner acceptable to the Engineer and within one day after sampling. Laitance produced by the coring operation shall be removed immediately. The top most lift of bituminous material shall be completely bonded to the underlying layers of bituminous material. If any of the cores reveal that the surface is not bonded to the bituminous layer immediately below the surface then additional cores shall be taken as directed by the Engineer in accordance with paragraph 403-5.1 b to determine the extent of any delamination. All delaminated areas shall be completely removed by milling to the limits and depth and replaced as directed by the Engineer at no additional cost. (4) Testing. The bulk specific gravity of each cored sample will be measured by the Engineer in accordance with ASTM D2726. Samples will be taken in accordance with ASTM D979. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the average bulk specific gravity of all laboratory prepared specimens for the lot, as determined in paragraph 403-5.1a(2). The bulk specific gravity used to determine the joint density at joints formed between different lots shall be the lowest of the bulk specific gravity values from the two different lots. (5) Acceptance. Acceptance of field placed HMA for mat density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b (1). Acceptance for joint density will be determined by the Engineer in accordance with the requirements of paragraph 403-5.2b (2). c. Partial lots HMA. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or other minor tonnage placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. The last batch produced where production is halted will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. In addition, an agreed to minor placement will be sampled, and its properties shall be considered as representative of the particular sublot from which it was taken. Where three sublots are produced, they shall constitute a lot. Where one or two sublots are produced, they shall be incorporated into the next lot, and the total number of sublots shall be used in the acceptance plan calculation, that is, n � 5 or n = 6, for example. Partial lots at the end of asphalt production on the project shall be included with the previous lot. The lot size for field placed material shall correspond to that of the plant material, except that, in no cases, shall less than three (3) cored samples be obtained, that is, n = 3. 403-5.2 Acceptance criteria. City of Forth Worth Project No. 101172 P-403 - 16 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG a. General. Acceptance will be based on the following characteristics of the HMA and completed pavement and test results: (1) Air Voids (2) Mat density (3) Joint density (4) Thickness (5) Smoothness (6) Grade (7) Stability (S) Flow Mat density will be evaluated for acceptance in accordance with paragraph 403-5.2b (1). Stability and flow will be evaluated for acceptance in accordance with paragraph 403- 5.1. Joint density will be evaluated for acceptance in accordance with paragraph 403- 5.2b (2). Thickness will be evaluated by the Engineer for compliance in accordance with paragraph 403-5.2b (3). Acceptance for smoothness will be based on the criteria contained in paragraph 403-5.2b (4). Acceptance for grade will be based on the criteria contained in paragraph 403-5.2b (5). The Engineer may at any time reject and require the Contractor to dispose of any batch of HMA which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or improper mix temperature. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Acceptance criteria. (1) Mat density. Acceptance of each lot of plant produced material for mat density shall be based on the average of all of the densities taken from the sublots. If the average mat density of the lot so established equals or exceeds 96%, the lot shall be acceptable. If the average mat density of the lot is below 96%, the lot shall be removed and replaced at the Contractor's expense. (2) Joint density. Acceptance of each lot of plant produced HMA for joint density shall be based on the average of all of the joint densities taken from the sublots. If the average joint density of the lot so established equals or exceeds 94%, the lot shall be acceptable. If the average joint density of the lot is less than 94%, the Contractor shall stop production and evaluate the method of compacting joints. Production may resume once the reason for poor compaction has been determined and appropriate measures have been taken to ensure proper compaction. (3) Thickness. Thickness of each course shall be evaluated by the Engineer for compliance to the requirements shown on the plans. Measurements of thickness shall be made by the Engineer using the cores extracted for each sublot for density City of Forth Worth Project No. 101172 P-403 - 17 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG measurement. The maximum allowable deficiency at any point shall not be more than 1/4 inch (6 nu-n) less than the thickness indicated for the lift. Average thickness of lift, or combined lifts, shall not be less than the indicated thickness. Where thickness deficiency exceeds the specified tolerances, the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take additional cores as approved by the Engineer to circumscribe the deficient area. (4) Smoothness. The final surface shall be free from roller marks. After final rolling, but not later than 24 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The Contractor shall furnish paving equipment and employ methods that produce a surface for each pavement lot such that the finished surface course of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. When the surface course smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the surface course, full depth removal and replacement of surface course corrections shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. The Contractor shall apply a surface treatment per Item P-608 to all areas that have been subject to grinding as directed by the Engineer. a. Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15m) or more often as determined by the Engineer. 1) Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 403-4.13 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. 2) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement City of Forth Worth Project No. 101172 P-403 - 18 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall be taken at the joint every 50 feet (15m) or more often if directed by the Engineer. Deviations on final surface course > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 403- 4.13 or by removing and replacing fall depth of surface course. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. 3) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet (6m); and the third points of paving lanes when widths of paving lanes are 20 ft. (6m) or greater. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding; (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final surface course > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 403- 4.13 or by removing and replacing full depth of surface course. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. if the contractor's machines and/or methods are producing significant areas that need corrective actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (5) Grade. Grade shall be evaluated on the first day of placement and then every day toallow adjustments to paving operations if measurements do not meet specification requirements. The Contractor must submit the survey data to the Engineer by the following day after measurements have been taken. The finished City of Forth Worth Project No. 101172 P-403 - 19 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-106 surface of the pavement shall not vary from the gradeline elevations and cross - sections shown on the plans by more than 1/2 inch (12 mm). The finished grade of each lot will be determined by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the cost of surveying of the level runs that shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. The lot size shall be 2,000 square yards (square meters). When more than 15% of all the measurements within a lot are outside the specified tolerance, or if any one shot within the lot deviates 3/4 inch (19 min) or more from planned grade, the Contractor shall remove the deficient area to the depth of the final course of pavement and replace with new material. Shin patching shall not be permitted. Isolated high points may be ground off providing the course thickness complies with the thickness specified on the plans. High point grinding will be limited to 15 square yard (12.5 sq. m). The surface of the ground pavement shall have a texture consisting of grooves between 0.090 and 0.130 inches (2 and 3.5 mm) wide. The peaks and ridges shall be approximately 1/32 inch (1 min) higher than the bottom of the grooves. The pavement shall be left in a clean condition. The removal of all of the slurry resulting from the grinding operation shall be continuous. The grinding operation should be controlled so the residue from the operation does not flow across other lanes of pavement. Areas in excess of 15 square yard (12.5 sq. m) will require removal and replacement of the pavement in accordance with the limitations noted above. Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. c. Density outliers. If the tests within a lot include a very large or a very small value that appears to be outside the normal limits of variation, check for an outlier in accordance with ASTM E178, at a significance level of 5%, to determine if this value should be discarded. 403-5.3 Resampling Pavement for Mat Density. a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the Contractor requests same in writing, within 48 hours after receiving the written test results from the Engineer. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-5,1. Only one resampling per lot will be permitted. (1) A redefined mat density shall be calculated for the resampled lot. The number of tests used to calculate the redefined mat density shall include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for resampled lots. The redefined mat density for a resampled lot shall be used to evaluate the acceptance of that lot in accordance with paragraph 403-5.2. c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%_ 403-5.4 Leveling course. Any course used for trueing and leveling shall meet the aggregate gradation in Table 3, paragraph 403-3.2. The trueing and leveling course shall meet the City of Forth Worth Project No. 101172 P-403 - 20 Issued for Construction Taxiway P Extension June 19, 2020 7/2112014 AC 150/5370-1OG requirements of paragraph 403-3.2, 403-5.1 for air voids and for stability and flow, but shall not be subject to the density requirements of paragraph 403-5.1. The leveling course shall be compacted with the same effort used to achieve density of the test section. The trueing and leveling course shall not exceed the maximum lift thickness associated with each gradation in Table 3, paragraph 403-3.2. The leveling course is the first variable thickness lift of an overlay placed prior to subsequent courses. CONTRACTOR QUALITY CONTROL 403-6.1 General. The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3, including but not limited to: a. Mix Design b. Aggregate Grading c. -Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Finishing h. Joints i. Compaction j. Surface smoothness k. Personnel 1. Laydown plan The Contractor shall perform quality control sampling, testing, and inspection during all phases of the work and shall perform them at a rate sufficient to ensure that the work conforms to the contract requirements, and at minimum test frequencies required by paragraph 403-6.3 and Section 100 of the General Provisions. As a part of the process for approving the Contractor's plan, the Engineer may require the Contractor's technician to perform testing of samples to demonstrate an acceptable level of performance. No partial payment will be made for materials that are subject to specific quality control requirements without an approved plan. 403-6.2 Contractor testing laboratory. The lab shall meet the requirements of ASTM D3666 including all necessary equipment, materials, and current reference standards to comply with the specifications. 403-6.3 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. City of Forth Worth Project No. 101172 P-403 - 21 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG a. Asphalt content. A minimum of two asphalt content tests shall be performed per lot in accordance with ASTM D6307 or ASTM D2172 if the correction factor in ASTM D6307 is greater than 1.0. The asphalt content for the lot will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117. e. Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per lot in accordance with ASTM C566. d. Moisture content of HMA. The moisture content of the HMA shall be determined once per lot in accordance with ASTM D1461 e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to determine the temperatures of the dryer, the asphalt binder in the storage tank, the HMA at the plant, and the HMA at the job site. f. In -place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Additional testing. Any additional testing that the Contractor deems necessary to control the process may be performed at the Contractor's option. h. Monitoring. The Engineer reserves the right to monitor any or all of the above testing. 403-6.4 Sampling. When directed by the Engineer, the Contractor shall sample and test any material that appears inconsistent with similar material being sampled, unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 403-6.5 Control charts. The Contractor shall maintain linear control charts both for individual measurements and range (i.e., difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each sublot will be calculated and monitored by the Quality Control laboratory. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept current. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action, the Engineer may suspend production or acceptance of the material. a. Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the JMF target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: City of Forth Worth Project No. 101172 P-403 - 22 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG Control Chart Limits For Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch (19 mm) f6% ±9% 1/2 inch (12 mm) f6% -E9% 3/8 inch (9 mm) ±6% ±9% No. 4 (4.75 mm) f6% ±9% No. 16 (1.18 mm) f5% ±7.5% No. 50 (0.30 mm) ±3% f4.5% No. 200 (0.075 mm) ±2% ±3% Asphalt Content ±0.45% ±0.70% VMA -1.00% -1.5% b. Range. Control charts for range shall be established to control process variability for the test parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference between the two test results for each control parameter_ The Suspension Limits specified below are based on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4. Control Chart Limits Based On Range (Based On a = 2) Sieve Suspension Limit 1 /2 inch (12 mm) 11% 3/8 inch (9 mm) 11% No. 4 (4.75 mm) 11% No. 16 (1.18 mm) 9% No. 50 (0.30 mm) 6% No. 200 (0.075 mm) 3.5% Asphalt Content 0 8% c. Corrective action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. City of Forth Worth Project No. 101172 P-403 - 23 Issued for Construction Taxiway P Extension June 19, 2020 7/2112014 AC 150/5370-10G 403-6.6 Quality control reports. The Contractor shall maintain records and shall submit reports of quality control activities daily, in accordance with the Contractor Quality Control Program described in General Provisions, Section 100. METHOD OF MEASUREMENT 403-7.1 Measurement. Plant mix bituminous concrete pavement shall be measured by the number of tons (kg) of HMA used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. BASIS OF PAYMENT 403-8.1 Payment. Payment for a lot of HMA meeting all acceptance criteria as specified in paragraph 403-5.2 shall be made at the contract unit price per square yard (sy) for HMA. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-403 -8.1 5" Bituminous Surface Course — per square yard TESTING REQUIREMENTS AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM C29 Standard Test Method for Bulk Density ("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-dun (No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity), and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis df Fine and Coarse Aggregates ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic Cement ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures City of Forth Worth Project No. 101172 P-403 - 24 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG ASTM D 1073 Standard Specification for Fine Aggregate for Bituminous Paving Mixtures ASTM D 1074 Standard Test Method for Compressive Strength of Bituminous Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous Paving Mixtures ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous - Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the Nuclear Method ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus (6 inch -Diameter Specimen) ASTM D6307 Standard Test Method for Asphalt Content of Hot -Mix Asphalt by Ignition Method ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using Marshall Apparatus City of Forth Worth Project No. 101172 P-403 - 25 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-10G ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous Mixtures ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASTM El Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations AASHTO T030 Standard Method of Test for Mechanical Analysis of Extracted Aggregate AASHTO T110 Standard Method of Test for Moisture or Volatile Distillates in Hot Mix Asphalt (HMA) AASHTO T275 Standard Method of Test for Bulk Specific Gravity (Grob) of Compacted Hot Mix Asphalt (HMA) Using Paraffin -Coated Specimens). Asphalt Institute Handbook MS-26 Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition MATERIAL REQUIREMENTS ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity -Graded Asphalt Cement for Use in Pavement Construction ASTM D4552 Standard Practice for Classifying Hot -Mix Recycling Agents ASTM D6373 Standard Specification for Performance Graded Asphalt Binder END OF ITEM P-403 City of Forth Worth Project No. 101172 P-403 - 26 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-JOG ITEM P-501 PORTLAND CEMENT CONCRETE (PCC) PAVEMENT DESCRIPTION 501-1.1 This work shall consist of pavement composed of Portland cement concrete (PCC), with and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross -sections shown on the plans. MATERIALS 501-2.1 Aggregates. a. Reactivity. Fine and Coarse aggregates to be used in all concrete shall be evaluated and tested by the Contractor for alkali -aggregate reactivity in accordance with both ASTM C1260 and ASTM C1567. Aggregate and mix proportion reactivity tests shall be performed for each project. (1) Coarse and fine aggregate shall be tested separately in accordance with ASTM C1260. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.10% at 28 days (30 days from casting). (2) Combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates, using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If lithium nitrate is proposed for use with or without supplementary cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD) C662. If lithium nitrate admixture is used, it shall be nominal 30% -L0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C1567, modified for combined aggregates, or COE CRD C662, does not exceed 0.10% at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall ,be evaluated and tested. b. Fine aggregate. Fine aggregate shall conform to the requirements of ASTM C33. Grading of the fine aggregate, as delivered to the mixer, shall conform to the requirements of ASTM C33 and shall have a fineness modulus of not less than 2.50 nor more than 3.40. The soundness loss shall not exceed 10% when sodium sulfate is used or 15% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the fine aggregate shall not exceed the following limits: City of Forth Worth Project No. 101172 P-501 - 1 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Limits for Deleterious Substances in Fine Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C 142 1.0 Material finer than 0.075mm (No. 200 ASTM C 117 3.0 sieve) Lightweight particles ASTM C 123 using a 0.5 medium with a density of Sp. Gr. of 2.0 Total of all deleterious Material T_ 3.0 c. Coarse aggregate. Gradation, within the separated size groups, shall meet the coarse aggregate grading requirements of ASTM C33 when tested in accordance with ASTM C136. When the nominal maximum size of the aggregate is greater than one inch (25 mm), the aggregates shall be furnished in two size groups. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a combination. The aggregates should be free of ferrous sulfides, such as pyrite, that would cause "rust" staining that can bleed through pavement markings. Steel blast furnace slag shall not be permitted. The aggregate shall be composed of clean, hard, uncoated particles. Dust and other coating shall be removed from the aggregates by washing. The percentage of wear shall be no more than 40% when tested in accordance with ASTM C131. The quantity of flat, elongated, and flat and elongated particles in any size group coarser than 3/8 sieve (9 mm) shall not exceed 8% by weight when tested in accordance with ASTM D4791. A flat particle is defined as one having a ratio of width to thickness greater than 5. An elongated particle is one having a ratio of length to width greater than 5. The soundness loss shall not exceed 12% when sodium sulfate is used or 18% when magnesium sulfate is used, after five cycles, when tested per ASTM C88. The amount of deleterious material in the coarse aggregate shall not exceed the following limits: City of Forth Worth Project No. 101172 P-501 - 2 Issued for ConstructionAddendurn No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G Limits for Deleterious Substances in Coarse Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than No. 200 siege ASTM C117 1.0 (0.075mm) Lightweight particles ASTM C123 using a 0.5 medium with a density of S . Gr. of 2.0 Chert (less than. 2.40 Sp Gr.) ASTM C123 using a 1.0 medium with a density of S . Gr. of 2.40 Total of all deleterious Material 3.0 Table 1. Gradation For Coarse Aggregate (ASTM C33) Sieve Designations (square openings) Percent by Weight Passing Sieves From 1-1/2 inch to No. 4 3$ mm - 4.75 mm #4 1-1/2 inch - 3/4 inch #67 3/4 inch - No. 4 inch mm 2-1/2 60 --- --- 2 50 100-- 1-1/2 38 90-100 --- 1 25 20-55 100 3/4 19 0-15 90-100 1/2 13 --- --- 3/8 9 0-5 20-55 No.4 4.75 --- 0-10 No.8 2.36 --- 0-5 (1) Aggregate susceptibility to durability (D) cracking. Coarse aggregate may be accepted from sources that have a 20 year service history for the same gradation to be supplied City of Forth Worth Project No. 101172 P-501 - 3 Issued for Construction Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG with no durability issues. Aggregates that do not have a record of 20 years of service without major repairs (less than 5% of slabs replaced) in similar conditions without D-cracking shall not be used unless it meets the following: (a) Material currently being produced shall have a durability factor > 95 using AS TM C666 procedure B. Coarse aggregates that are crushed granite, calcite cemented sandstone, quartzite, basalt, diabase, rhyolite or trap rock are considered to meet the D-cracking test but must meet all other quality tests. Aggregates meeting VDOT material specifications may be acceptable. (b) The Contractor shall submit a current certification that the aggregate does not have a history of D-cracking and that the aggregate meets the VDOT specifications for use in PCC pavement. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the project. Certifications which are not dated or which are over one (1) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a VDOT materials laboratory or an accredited laboratory. (2) Combined aggregate gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregate and when approved by the Engineer, the combined aggregate grading shall meet the following requirements: (a) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are plotted on a diagram as described in (d.) below, the point thus determined shall fall within the parallelogram described therein. (b) The CF shall be determined from the following equation: CF = (cumulative percent retained on the 3/8 in. sieve)(100) / (cumulative percent retained on the No. 8 sieve) (c) The Workability Factor WF is defined as the percent passing the No. 8 (2.36 mm) sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic yard (335 kg per cubic meter). (d) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF-75, WF-40), (CF-45, WF-32.5), and (CF-45, WF-44.5). If the point determined by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall be changed as necessary. 501-2.2 Cement. Cement shall conform to the requirements of ASTM C 1250 Type UH. If aggregates are deemed innocuous when tested in accordance with paragraph 501-2.1.a.1 and accepted in accordance with paragraph 501-2.1.a.2, higher equivalent alkali content in the cement may be allowed if approved by the Engineer and FAA. If cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. City of Forth Worth Project No. 101172 P-501 - 4 Issued for ConstiuctionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG 501-2.3 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash for use in mitigating alkali -silica reactivity shall have a Calcium Oxide (CaO) content of less than 13% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the mix design, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Engineer. b. Slag cement (ground granulated blast furnace (GGBF). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total cementitious material by mass. c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali -Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3 %. 501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans. 501-2.5 Isolation joint filler. Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1752, Type II or III and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is required for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer_ 501-2.6 Steel reinforcement. Reinforcing shall consist of deformed billet -steel bars conforming to the requirements of ASTM A615, Grade 60. 501-2.7 Dowel and tie bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078. The dowels shall be coated with a bond -breaker recommended by the manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout hardens. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. City of Forth Worth Project No. 101172 P-501 - 5 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG 501-2.5 Water. Water used in mixing or curing shall be potable, clean, free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product, except that non - potable water, or water from concrete production operations, may be used if it meets the requirements of ASTM C 1602. 501-2.9 Material for curing concrete. Curing materials shall conform to one of the following specifications: a. Liquid membrane -forming compounds for tuning concrete shall conform to the requirements of ASTM C309, Type 2, Class B, or Class A if wax base only. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. e. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C 171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C 171. 501-2.10 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests may be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. a. Air -entraining admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air -entrainment agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be used. c. Other admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the Engineer. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set -accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as shown below: Constituent LiNO3 (Lithium Nitrate) SO4 (Sulfate Ion) Cl (Chloride Ion) Na (Sodium Ion) Limit (Percent by Mass 30 ±0.5 0.1 (max) 0.2 (max) 0.1 (max) City of Forth Worth Project No. 101172 P-501 - 6 Issued for ConstructionA.ddendum No. 2 Taxiway P Extension Phase 1 I April 2, 2020 7/21/2014 AC 150/5370-1OG K (Potassium Ion) 0.1 (max) Provide a trained manufacturer's representative to supervise the lithium nitrate admixture dispensing and mixing operations. 50t-2.11 Epoxy -resin. All epoxy -resin materials shall be two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements: a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3. b. Material for use as patching materials for complete filling of spalls and other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved_ c. Material for use for injecting cracks shall be Type IV, Grade 1. d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved. 501-2.12 Material acceptance. Prior to use of materials, the Contractor shall submit certified test reports to the Engineer for those materials proposed for use during construction. The certification shall show the appropriate ASTM test for each material, the test results, and a statement that the material passed or failed. The Engineer may request samples for testing, prior to and during production., to verify the quality of the materials and to ensure conformance with the applicable specifications. MIX DESIGN 501-3.1. General. No concrete shall be placed until the mix design has been submitted to the Engineer for review and the Engineer has taken appropriate action. The Engineer's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section. 501-3.2 Proportions. The laboratory preparing the mix design shall be accredited in accordance with ASTM C1077. The mix design for all Portland cement concrete placed under P-501 shall be stamped or scaled by the responsible professional Engineer of the laboratory. Concrete shall be proportioned to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a flexural strength of 650 psi per ASTM C78. The mix shall be developed using the procedures contained in the Portland Cement Association's (PCA) publication, "Design and Control of Concrete Mixtures". The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material (cement plus fly ash, or slag cement) shall be 600 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall not be more than 0.40 by weight. City of Forth Worth Project No. 101172 P-501 - 7 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-1OG Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a maximum allowable slump between one and two inches (25mm and 50 mm) as determined by ASTM C143. For slip -form concrete, the slump shall be between 1/2 inch (12 mm) and 1-1/2 inch (38 mm). At the start of the project, the Contractor shall determine a maximum allowable slump for slip -form pavement which will produce in -place pavement to control the edge slump. The selected slump shall be applicable to both pilot and fill-in lanes. Before the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit a mix design showing the proportions and flexural strength obtained from the concrete at seven (7) and 28 days. The mix design shall include copies of test reports, including test dates, and a complete list of materials including type, brand, source, and amount of cement, fly ash, ground slag, coarse aggregate, fine aggregate, water, and admixtures. The mix design shall be submitted to the Engineer at least 30 days prior to the start of operations. The submitted mix design shall not be more than 90 days old. Production shall not begin until the mix design is approved in writing by the Engineer. If a change in sources is made, or admixtures added or deleted from the mix, a new mix design must be submitted to the Engineer for approval. The results of the mix design shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis. Aggregate quantities shall be based on the mass in a saturated surface dry condition. The recommended mixture proportions shall be accompanied by test results demonstrating that the proportions selected will produce concrete of the qualities indicated. Trial mixtures having proportions, slumps, and air content suitable for the work shall be based on methodology described in PCA's publication, Design and Control of Concrete Mixtures, modified as necessary to accommodate flexural strength. The submitted mix design shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: a. Coarse, fine, and combined aggregate gradations and plots including fineness modulus of the fine aggregate. b. Reactivity Test Results. c. Coarse aggregate quality test results, including deleterious materials. d. Fine aggregate quality test results, including deleterious materials. e. Mill certificates for cement and supplemental cementitious materials. f. Certified test results for all admixtures, including Lithium Nitrate if applicable. g. Specified flexural strength, slump, and air content. City of Forth Worth Project No. 101172 P-501 8 Issued for ConstrnctionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG h. Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. L Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks. j. Correlation ratios for acceptance testing and Contractor Quality Control testing, when applicable. k. Historical record of test results documenting production standard deviation, when applicable. 501-3.3 Cementitious materials. a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement may be used. The slag cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total cementitious material by weight. If the concrete is to be used for slipforming operations and the air temperature is expected to be lower than 55' (IYC) the percent slag cement shall not exceed 30% by weight. c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the mix design. When pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. 501-3.4 Admixtures. a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5%. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate. b. Water -reducing admixtures. Water -reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C494. c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted on trial mixes, with the materials to be used in the work, in accordance with ASTM C 494. City of Forth Worth Project No. 101172 P-501 - 9 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC I50/5370-1OG d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501-2.10d. 501-3.5 Concrete mix design laboratory. The Contractor's laboratory used to develop the concrete mix design shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix design must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. CONSTRUCTION METHODS 501-4.1 Equipment. Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer, but does not relieve the Contractor of the responsibility for the proper operation of equipment and maintaining the equipment in good working condition. The equipment shall be at the jobsite sufficiently ahead of the start of paving operations to be examined thoroughly and approved. a. Batch plant and equipment. The batch plant and equipment shall conform to the requirements of ASTM C94. b. Mixers and transportation equipment. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. (2) Central plant mixer. Central plant mixers shall conform to the requirements of ASTM C94. The mixer shall be examined daily for changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. (5) Transfer and spreading equipment. Equipment for transferring concrete from the transporting equipment to the paving lane in front of the paver shall be specially manufactured, self-propelled transfer equipment which will accept the concrete outside the paving lane and will transfer and spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the paver to operate efficiently. City of Forth Worth Project No. 101172 P-501 - 10 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/2112014 AC 15O/5370-1OG c. Finishing equipment. The standard method of constructing concrete pavements shall be with an approved slip -form paving equipment designed and operated to spread, consolidate, screed, and float -finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hand finishing. The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. It shall weigh at least 2,200 lbs per foot (3274 kg/m) of paving lane width and powered by an engine having at least 6.0 horsepower per foot of lane width. On projects requiring less than 500 square yard (418 sq. m) of cement concrete pavement or requiring individual placement areas of less than 500 square yard (418 sq. m), or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may be placed with approved placement and finishing equipment using stationary side forms. Hand screeding and float finishing may only be used on small irregular areas as allowed by the Engineer. d. Vibrators. Vibrator shall be the internal type. Operating frequency for internal vibrators shall be between 8,000 and 12,000 vibrations per minute. Average amplitude for internal vibrators shall be 0.025-0.05 inch (0.06 - 0.13 cm). The number, spacing, and frequency shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 309, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The Contractor shall provide an electronic or mechanical means to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or when requested by the Engineer. Hand held vibrators may be used in irregular areas only, but shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete. e. Concrete saws. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. Early -entry saws may be used, subject to demonstration and approval of the Engineer. f. Side forms. Straight side forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a depth equal to the pavement thickness at the edge, and a base width equal to or greater than the depth. Flexible or curved forms of proper radius shall be used for curves of 100-foot (31 m) radius or less. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of City of forth Worth Project No. 101172 P-501 - 11 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G abutting sections together tightly for secure setting. Wood forms may be used under special conditions, when approved by the Engineer. g. Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross-section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, longitudinal or vertical instability or without displacement. The paver shall be equipped with electronic or hydraulic horizontal and vertical control devices. 501-4.2 Form setting. Forms shall be set sufficiently in advance of the concrete placement to ensure continuous paving operation. After the forms have been set to correct grade, the underlying surface shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place sufficiently to maintain the form in position for the method of placement. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/8 inch (3 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. 501-4.3 Conditioning of underlying surface. The compacted underlying surface on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the underlying surface has been placed and compacted to the required density, the areas that will support the paving machine and the area to be paved shall be trimmed or graded to the plan grade elevation and profile by means of a properly designed machine. The grade of the underlying surface shall be controlled by a positive grade control system using lasers, stringlines, or guide wires. If the density of the underlying surface is disturbed by the trimming operations, it shall be corrected by additional compaction and retested at the option of the Engineer before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. The underlying surface shall be protected so that it will be entirely free of frost when concrete is placed. 501-4.4 Conditioning of underlying surface, side -form and fill-in lane construction. The prepared underlying surface shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Damage caused by hauling or usage of other equipment shall be corrected and retested at the option of the Engineers. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor. A template shall be provided and operated on the forms immediately in advance of City of Forth Worth Project No. 101172 P-501 - 12 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G the placing of all concrete. The template shall be propelled only by hand and not attached to a tractor or other power unit. Templates shall be adjustable so that they may be set and maintained at the correct contour of the underlying surface. The adjustment and operation of the templates shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed and wasted. Low areas shall be filled and compacted to a condition similar to that of the surrounding grade. The underlying surface shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying surface shall not be permitted. The template shall be maintained in accurate adjustment, at all times by the Contractor, and shall be checked daily. 501-4.5 Handling, measuring, and batching material. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. Batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. The device shall be arranged to provide positive assurance that the cement content specified is present in each batch. 501-4.6 Mixing concrete. The concrete may be mixed at the work site, in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non -agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in non -agitating trucks, nor 90 minutes when the concrete is hauled in track mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified in the approved mix design is not exceeded, and approved by the Engineer. City of Forth Worth Project No. 101172 P-501 - 13 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-JOG 501-4.7 Limitations on mixing and placing. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. a. Cold weather. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 407 (4°C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F (2°C). The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature of the mixed concrete shall not be less than 50°F (10°C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather, water and/or the aggregates may be heated to not more than 150°F (66°C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F (30°C), the following precautions shall be taken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90°F (32°C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. The finished surfaces of the newly laid pavement shall be kept damp by applying a water -fog or mist with approved spraying equipment until the pavement is covered by the curing medium. When necessary, wind screens shall be provided to protect the concrete from an evaporation rate in excess of 0.2 psf (0.98 kg/mz per hour) per hour. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional measures as necessary to protect the concrete surface. Such measures shall consist of wind screens, more effective fog sprays, and similar measures commencing immediately behind the paver. if these measures are not effective in preventing plastic cracking, paving operations shall be immediately stopped. c. Temperature management program. Prior to the start of paving operation for each day of paving, the Contractor shall provide the Engineer with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. As a minimum the program shall address the following items: (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. City of Forth Worth Project No. 101172 P-501 - 14 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG (2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 11-8, PCA, Design and Control of Concrete Mixtures. (3) Anticipated timing of initial sawing of joint. (4) Anticipated number and type of saws to be used. 501-4.8 Placing concrete. At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet (I m). The finished concrete product must be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. All concrete shall be consolidated without voids or segregation, including under and around all load - transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches a flexural strength of 550 psi (3792 kPa), based on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed. Also, subgrade and subbase planers, concrete pavers, and concrete finishing equipment may be permitted to ride upon the edges of previously constructed pavement when the concrete has attained a minimum flexural strength of 400 psi (2757 kPa). The Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 nun) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. a. Slip -form construction. The concrete shall be distributed uniformly into final position by a self-propelled slip -form paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal, to the surface with sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit shall not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes. The spacing of internal units shall be uniform and shall not exceed 18 inches (0.5 m). The term internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be within 8000 to 12000 cycles per minute and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least one foot (30 cm). The City of Forth Worth Project No. 101172 P-501 - 15 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG frequency of vibration or amplitude shall vary proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine, except that which is controlled from the machine. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge. Not more than 15% of the total free edge of each 500 foot (150 m) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 inch (6 mm), and none of the free edge of the pavement shall have an edge slump exceeding 3/8 inch (9 mm). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, 500 feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to not more than 18 inches (0.5 m) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer. b. Side -form construction. Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used except at end closures and transverse construction joints where straight forms of other suitable material may be used. Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If such build-up is attached to the top of metal forms, the build-up shall also be metal. Width of the base of all forms shall be equal to or greater than the specified pavement thickness. Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection with adjoining forms, that springing will not occur under the weight of subgrading and paving equipment or from the pressure of the concrete. The Contractor shall provide sufficient forms so that there will be no delay in placing concrete due to lack of forms. Before placing side forms, the underlying material shall be at the proper grade. Side forms shall have full bearing upon the foundation throughout their length and width of base and shall City of Forth Worth Project No. 101172 P-501 - 16 Issued for ConstructionAddendurn No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG be placed to the required grade and alignment of the finished pavement. They shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars where these are specified. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required Iine and grade for a distance sufficient to prevent delay in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. Side forms shall be thoroughly cleaned and oiled each time they are used and before concrete is placed against them. Concrete shall be spread, screeded, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. Concrete for the full paving width shall be effectively consolidated by internal vibrators without causing segregation. Internal type vibrators' rate of vibration shall be not less than 7,000 cycles per minute. Amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete more than one foot (30 cm) from the vibrating element. The Contractor shall furnish a tachometer or other suitable device for measuring and indicating frequency of vibration. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine is stopped. The provisions relating to the frequency and amplitude of internal vibration shall be considered the minimum requirements and are intended to ensure adequate density in the hardened concrete. c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang -mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than inches (50 rnrn). Excessive vibration shall not be permitted. If the vibrators cause visible tracking in the paving lane, the paving operation shall be stopped and equipment and operations modified to prevent it. Concrete in small, odd -shaped slabs or in isolated locations inaccessible to the gang -mounted vibration equipment shall be vibrated with an approved hand -operated immersion vibrator operated from a bridge spanning the area. Vibrators shall not be used to transport or spread the concrete. Hand -operated vibrators City of Forth Worth Project No. 101172 P-501 - 17 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21 /2014 AC 150/5370-1OG shall not be operated in the concrete at one location for more than 20 seconds. Insertion locations for hand -operated vibrators shall be between 6 to 15 inches (150 to 400 mm) on centers. For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the Engineer. If a lack of consolidation of the concrete is suspected by the Engineer, referee testing may be required. Referee testing of hardened concrete will be performed by the Engineer by cutting cores from the finished pavement after a minimum of 24 hours curing. Density determinations will be made by the Engineer based on the water content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated -surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards (382 m2) of pavement, or fraction. The Contractor shall be responsible for all referee testing cost if they fail to meet the required density. The average density of the cores shall be at least 97% of the original mix design density, with no cores having a density of less than 96% of the original mix design density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed so that the density of the hardened concrete conforms to the above requirements. 501-49 Strife -off of concrete and placement of reinforcement. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than the applicable ASTM specification requirements. 501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the City of Forth Worth Project No. 101172 P-501 - 18 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/2 inch (12 mm) from their designated position and shall be true to line with not more than 1/4 inch (6 rnrn) variation in 10 feet (3 m). The surface across the joints shall be tested with a 12 feet (3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as shown in the plans. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall be securely staked or fastened into position perpendicular to the proposed finished surface. A cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. Any concrete bridging the joint space shall be removed for the full width and depth of the joint. d. Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth. When tie bars extend into an unpaved lane, they may be bent against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip -form operations call for tie bars, two-piece hook bolts can be installed. e. Dowel bars. Dowel bars or other load -transfer units of an approved type shall be placed across joints as shown on the plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an City of Forth Worth Project No. 10I 172 P-501 - 19 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-106 approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the Engineer. f. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. g. Placing dowels and tie bars. The method used in installing and holding dowels in position shall ensure that the error in alignment of any dowel from its required horizontal and vertical alignment after the pavement has been completed will not be greater than 1/8 inch per feet (3 nun per 0.3 m). Except as otherwise specified below, horizontal spacing of dowels shall be within a tolerance of±5/8 inch (16 mm). The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch (12 mm). The vertical alignment of the dowels shall be measured parallel to the designated top surface of the pavement, except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. The horizontal alignment shall be checked with a framing square. Dowels and tie bars shall not be placed closer than 0.6 times the dowel bar length to the planned joint line. If the last regularly spaced longitudinal dowel is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar length, but not closer than 6 inches (150 mm) to its nearest neighbor. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs. (1) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place, as indicated, by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor's option, in lieu of the above, dowels and tie bars in contraction joints shall be installed near the front of the paver by insertion into the plastic concrete using approved equipment and procedures. Approval will be based on the results of a preconstruction demonstration, showing that the dowels and tie bars are installed within specified tolerances. (2) Construction joints. Install dowels and tie bars by the cast -in- place or the drill -and - dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. The spacing of dowels and tie bars in construction joints shall be as indicated. (3) Dowels installed in isolation joints and other hardened concrete. Install dowels for isolation joints and in other' hardened concrete by bonding the dowels into holes drilled into the hardened concrete. The concrete shall have cured for seven (7) days or reached a minimum flexural strength of 450 psi (3.1 MPa) before drilling commences. Holes 1/8 inch (3 mm) greater in diameter than the dowels shall be drilled into the hardened concrete using rotary -core drills. Rotary -percussion drills may be used, provided that excessive spalling does not occur to the concrete joint face. Modification of the equipment and operation shall be required if, in the Engineer's opinion, the equipment and/or operation is causing excessive damage. Depth of City of Forth Worth Project No. 101172 P-501 - 20 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase I April 2, 2020 7/21/2014 AC 150/5370-1OG dowel hole shall be within a tolerance of ±1/2 inch (12 mm) of the dimension shown on the drawings. On completion of the drilling operation, the dowel hole shall be blown out with oil - free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shalt be held in alignment at the collar of the hole, after insertion and before the grout hardens, by means of a suitable metal or plastic grout retention ring fitted around the dowel. Dowels required to be installed in any joints between new and existing concrete shall be grouted in holes drilled in the existing concrete, all as specified above. h. Sawing of ,joints. Joints shall be cut as shown on the plans. Equipment shall be as described in paragraph 501-4.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. The top of the slot shall be widened by sawing to provide adequate space for joint scalers as shown on the plans. Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn. The joints shall be sawn at the required spacing. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial sawent and maintained for the remaining cure period. 501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver. Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating if used, straightedge finishing, texturing, and then edging of joints. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Any operations which produce more than 1/8 inch (3 mm) of mortar -rich surface (defined as deficient in plus U.S. No. 4 (4.75 mm) sieve size aggregate) shall be halted immediately and the equipment, mixture, or procedures modified as necessary. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment orlools, or in any other way, except for fog (mist) sprays specified to prevent plastic shrinkage cracking. a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to mebt these specified requirements shall immediately be replaced or modified as necessary. A self-propelled non -rotating pipe float may be used while the concrete is still plastic, to remove minor City of Forth Worth Project No. 101172 P-501 - 21 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G irregularities and score marks. Only one pass of the pipe float shall be allowed. If there is concrete slurry or fluid paste on the surface that runs over the edge of the pavement, the paving operation shall be immediately stopped and the equipment, mixture, or operation modified to prevent formation of such slurry. Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens. b. Machine flnishing with fixed forms. The machine shall be designed to straddle the forms and shall be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary. c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd - shaped slabs, and near buildings or trench drains, subject to the Engineer's approval. Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) and shall have a transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved. d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. Use hand finishing operations only as specified below. (1) Equipment and screed. In addition to approved mechanical internal vibrators for consolidating the concrete, provide a strike -off and tamping screed and a longitudinal float for hand finishing. The screed shall be at least one foot (30 cm) longer than the width of pavement being finished, of an approved design, and sufficiently rigid to retain its shape, and shall be constructed of metal or other suitable material shod with metal. The longitudinal float shall be at least 10 feet (3 m) long, of approved design, and rigid and substantially braced, and shall maintain a plane surface on the bottom. Grate tampers (jitterbugs) shall not be used. (2) Finishing and floating. As soon as placed and vibrated, the concrete shall be, struck off and screeded to the crown and cross-section and to such elevation above grade that when consolidated and finished, the :surface of the pavement will be at the required elevation. In addition to previously specified complete coverage with handheld immersion vibrators, the entire surface shall be tamped with the strike -off and tamping template, and the tamping operation continued until the required compaction and reduction of internal and surface voids are accomplished. Immediately following the final tamping of the surface, the pavement shall be floated longitudinally from bridges resting on the side forms and spanning but not touching the concrete. If necessary, additional concrete shall be placed, consolidated and screeded, and the float operated until a satisfactory surface has been produced. The floating operation shall be City of Forth Worth Project No. 101172 P-501 - 22 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG advanced not more than half the length of the float and then continued over the new and previously floated surfaces. e. Straightedge testing and surface correction. After the pavement has been struck off and while the concrete is still plastic, it shall be tested for trueness with a Contractor furnished 12- foot (3.7-m) straightedge swung from handles 3 feet (1 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch (3 mm) thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements of paragraph 501-5.2e (3). Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section. The use of long - handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment. This straight -edging is not a replacement for the straightedge testing of paragraph 501-5.2e (3), Smoothness. 501-4.12 Surface texture. The surface of the pavement shall be finished with either a brush or broom, burlap drag, or artificial turf finish for all newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the Engineer. a. Brush or broom finish. If the pavement surface texture is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 inch (2 nun) in depth. 501-4.13 Curing. Immediately after finishing operations are completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured for a 7-day cure period in accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately -take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. When a two-sawcut method is used to construct the contraction joint, the curing compound shall be applied to the sawcut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the,curing period has been completed_ When the one cut method is used to construct the contraction joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be kept moist for the duration of the curing period. a. Impervious membrane method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the City of Forth Worth Project No. 101172 P-501 - 23 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG rate of one gallon (4 liters) to not more than 150 sq. ft. (14 sq. m). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. When hand spraying is approved by the Engineer, a double application rate shall be used to ensure coverage. The curing compound shall be of such character that the film will harden within 30 minutes after application.. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. Curing shall be applied immediately after the bleed water is gone from the surface. b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and in position for seven (7) days after the concrete has been placed. c. Water method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be kept wet at all times and maintained for seven (7) days. When the forms are stripped, the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase. d. Concrete protection for cold weather. The concrete shall be maintained at an ambient temperature of at least 50°F (10°C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the curing time. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall be removed and replaced at the Contractor's expense. e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours. However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from drying with application of a liquid membrane -forming curing compound while the surfaces are still damp. Other curing methods may be approved by the Engineer. 501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After the forms have been removed, the sides of the slab shall be cured as per the methods indicated in paragraph 501-4.13. Major honeycombed areas shall be considered as defective work and shall be removed and replaced in accordance with paragraph 501-5.2(f). City of Forth Worth Project No. 101172 P-501 - 24 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 15015370-JOG 501-4.15 Saw -cat grooving. If shown on the plans, grooved surfaces shall be provided in accordance with the requirements of Item P-621. 501-416 Sealing joints. The joints in the pavement shall be sealed in accordance with Item P- 605. 501-4.17 Protection of pavement. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents until accepted by the Engineer. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and signs until the concrete is at least seven (7) days old, or for a longer period if directed by the Engineer. In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days and the joints have been sealed or otherwise protected, and the concrete has attained a minimum field cured flexural strength of 550 psi (37929 kPa) and approved means are furnished to prevent damage to the slab edge. All new and existing pavement carrying construction traffic or equipment shall be continuously kept completely clean, and spillage of concrete or other materials shall be cleaned up immediately upon occurrence. Damaged pavements shall be removed and replaced at the Contractor's expense. Slabs shall be removed to the full depth, width, and length of the slab. 501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 lb / square inch (3.8 kPa) when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from foreign matter intrusion. 501-4.19 Repair, removal, or replacement of slabs. a. General. New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable shall be removed and replaced or repaired, as directed by the Engineer and as specified hereinafter at no cost to the Owner. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to each original transverse joint. The Engineer will determine whether cracks extend full depth of the City of Forth Worth Project No. 101172 P-501 - 25 Issued for ConstructionAddendurn No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be 4 inch (100 mm) diameter, shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with epoxy resin, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. All epoxy resin used in this work shall conform to ASTM C881, Type V. Repair of cracks as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement surface. b. Shrinkage cracks. Shrinkage cracks, which do not exceed 4 inches (100 nun) in depth, shall be cleaned and then pressure injected with epoxy resin, Type IV, Grade 1, using procedures as approved by the Engineer. Care shall be taken to assure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the Engineer. Shrinkage cracks, which exceed 4 inches (100 mm) in depth, shall be treated as full depth cracks in accordance with paragraphs 4.19b and 4.19c. c. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches (150 mm) from either adjacent original transverse joint. The fiill slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than 4 inches (100 mm) in depth, that extend into the interior area. d. Cracks close to and parallel to joints. All cracks essentially parallel to original joints, extending full depth of the slab, and lying wholly within 6 inches (150 mm) either side of the joint shall be treated as specified here. Any crack extending more than 6 inches (150 mm) from the joint shall be treated as specified above in subparagraph c. (1) Full depth cracks present, original joint not opened. When the original un-cracked joint has not opened, the crack shall be sawed and sealed, and the original joint filled with epoxy resin as specified below. The crack shall be sawed with equipment specially designed to follow random cracks. The reservoir for joint sealant in the crack shall be formed by sawing to a depth of 3/4 inches (19 mm), ±1/16 inch (2 mm), and to a width of 5/8 inch (16 min), ±1/8 inch (3 mm). Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent such raveling or spalling. The joint sealant shall be a liquid sealant as specified. Installation of joint seal shall be as specified for sealing joints or as directed. If the joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw out has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. If filler type material has been used to form a weakened plane in the transverse joint, it shall be completely sawed out and the saw cut pressure injected with epoxy resin, Type IV, Grade 1, using approved procedures. Where a parallel crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed. City of Forth Worth Project No. 101172 P-501 - 26 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G (2) Full depth cracks present, original joint also cracked. At a joint, if there is any place in the lane width where a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced for the full lane width and length. e. Removal and replacement of full slabs. Where it is necessary to remove full slabs, unless there are dowels present, all edges of the slab shall be cut full depth with a concrete saw. All saw cuts shall be perpendicular to the slab surface. If dowels, or tie bars are present along any edges, these edges shall be sawed full depth just beyond the end of the dowels or tie bars. These joints shall then be carefully sawed on the joint line to within one inch (25 mm) of the depth of the dowel or tie bar. The main slab shall be further divided by sawing full depth, at appropriate locations, and each piece lifted out and removed. Suitable equipment shall be used to provide a truly vertical lift, and approved safe lifting devices used for attachment to the slabs. The narrow strips along doweled edges shall be carefully broken up and removed using light, hand-held jackhammers, 30 lbs. (14 kg) or less, or other approved similar equipment. Care shall be taken to prevent damage to the dowels, tie bars, or to concrete to remain in place. The joint face below dowels shall be suitably trimmed so that there is not abrupt offset in any direction greater than 1/2 inch (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12-foot (3.7-m) straightedge. No mechanical impact breakers, other than the above hand-held equipment shall be used for any removal of slabs. If underbreak between 1-1/2 and 4 inches (38 and 100 mm) deep occurs at any point along any edge, the area shall be repaired as directed before replacing the removed slab. Procedures directed will be similar to those specified for surface spalls, modified as necessary. If underbreak over 4 inches (100 mm) deep occurs, the entire slab containing the underbreak shall be removed and replaced. Where there are no dowels or tie bars, or where they have been damaged, dowels or tie bars of the size and spacing as specified for other joints in similar pavement shall be installed by epoxy grouting them into holes drilled into the existing concrete using procedures as specified. Original damaged dowels or tie bars shall be cut off flush with the joint face. Protruding portions of dowels shall be painted and lightly oiled. All four (4) edges of the new slab shall contain dowels or original tie bars. Placement of concrete shall be as specified for original construction. Prior to placement of new concrete, the underlying material (unless it is stabilized) shall be re -compacted and shaped as specified in the appropriate section of these specifications. The surfaces of all four joint faces shall be cleaned of all loose material and contaminants and coated with a double application of membrane forming curing compound as bond breaker. Care shall be taken to prevent any curing compound from contacting dowels or tic bars. The resulting joints around the new slab shall be prepared and sealed as specified for original construction. City of Forth Worth Project No. 101172 P-501 - 27 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-IOG f. Repairing spalls along joints. Where directed, spalls along joints of new slabs, and along parallel cracks used as replacement joints, shall be repaired by first making a vertical saw cut at least one inch (25 mm) outside the spalled area and to a depth of at least 2 inch (50 mm). Saw cuts shall be straight lines forming rectangular areas. The concrete between the saw cut and the joint, or crack, shall be chipped out to remove all unsound concrete and at least 1/2 inch (12 min) of visually sound concrete. The cavity thus formed shall be thoroughly cleaned with high- pressure water jets supplemented with compressed air to remove all loose material. Immediately before filling the cavity, a prime coat of epoxy resin, Type III, Grade 1, shall be applied to the dry cleaned surface of all sides and bottom of the cavity, except any joint face. The prime coat shall be applied in a thin coating and scrubbed into the surface with a stiff -bristle brush. Pooling of epoxy resin shall be avoided. The cavity shall be filled with low slump Portland cement concrete or mortar or with epoxy resin concrete or mortar. Concrete shall be used for larger spalls, generally those more than 1/2 cu. ft. (0.014 m3) in size, and mortar shall be used for the smaller ones. Any spall less than 0.1 cu. ft. (0.003 m) shall be repaired only with epoxy resin mortar or a Grade III epoxy resin. Portland cement concrete and mortar mixtures shall be proportioned as directed and shall be mixed, placed, consolidated, and cured as directed. Epoxy resin mortars shall be made with Type III, Grade 1, epoxy resin, using proportions and mixing and placing procedures as recommended by the manufacturer and approved by the Engineer. The epoxy resin materials shall be placed in the cavity in Iayers not over 2 inches (50 min) thick. The time interval between placement of additional layers shall be such that the temperature of the epoxy resin material does not exceed 140°F (60°C) at any time during hardening. Mechanical vibrators and hand tampers shall be used to consolidate the concrete or mortar. Any repair material on the surrounding surfaces of the existing concrete shall be removed before it hardens. Where the spalled area abuts a joint, an insert or other bond -breaking medium shall be used to prevent bond at the joint face. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints, or as required to be routed for cracks_ The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints. If any spall penetrates half the depth of the slab or more, the entire slab shall be removed and replaced as previously specified. If any spall would require over 25% of the length of any single joint to be repaired, the entire slab shall be removed and replaced. Repair of spalls as described in this section shall not be allowed if in the opinion of the Engineer the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of spalls shall be allowed in any panel that demonstrates segregated aggregate with a significant absence of coarse aggregate in the upper one -eight (1/8th) inch of the pavement surface. g. Diamond grinding of PCC surfaces. Diamond grinding of the hardened concrete with an approved diamond grinding machine should not be performed until the concrete is 14 days or more old and concrete has reached full minimum strength. When required, diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. The saw blades shall be assembled in a cutting head mounted on a machine designed specifically for diamond grinding that will produce the required texture and smoothness level without damage to the pavement. The saw blades shall be 1/8-inch (3-mm) wide and there shall be a minimum of 55 to 60 blades per 12 inches (300 mm) of cutting head width; the actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Each machine shall be capable of cutting a path at least 3 feet (0.9 m) wide. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The area City of Forth Worth Project No. 101172 P-501 - 28 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-106 corrected by diamond grinding the surface of the hardened concrete should not exceed 10% of the total area of any sublot. The depth of diamond grinding shall not exceed 1/2 inch (13 mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. All pavement areas requiring plan grade or surface smoothness corrections in excess of the limits specified above, may require removing and replacing in conformance with paragraph 501-4.19. 501-4.20 Existing concrete pavement removal and repair. All operations shall be carefully controlled to prevent damage to the concrete pavement and to the underlying material to remain in place. All saw cuts shall be made perpendicular to the slab surface. a. Removal of existing pavement slab. When it is necessary to remove existing concrete pavement and leave adjacent concrete in place, the joint between the removal area and adjoining pavement to stay in place, shall first be cut fiill depth with a standard diamond -type concrete saw. Next, a full depth saw cut shall be made parallel to the joint at least 24 inches (600 mm) from the joint and at least 12 inches (300 mm) from the end of any dowels. All pavement between this last saw cut and the joint line shall be carefully broken up and removed using hand-held jackhammers, 30 lbs. (14 kg) or less, or the approved light -duty equipment which will not cause stress to propagate across the joint saw cut and cause distress in the pavement which is to remain in place. Where dowels are present, care shall be taken to produce an even, vertical joint face below the dowels. if the Contractor is unable to produce such a joint face, or if underbreak or other distress occurs, the Contractor shall saw the dowels flush with the joint. The Contractor shall then install new dowels, of the size and spacing used for other similar joints, by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. All this shall be at no additional cost to the Owner. Dowels of the size and spacing indicated shall be installed as shown on the drawings by epoxy resin bonding them in holes drilled in the joint face as specified in paragraph 501-4.10g. The joint face shall be sawed or otherwise trimmed so that there is no abrupt offset in any direction greater than 1/2 inches (12 mm) and no gradual offset greater than one inch (25 mm) when tested in a horizontal direction with a 12-foot (3.7-m) straightedge. b. Edge repair. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Areas that are damaged during construction shall be repaired at no cost to the Owner. (1) Spall repair. Spalls shall be repaired where indicated and where directed by the Engineer. Repair materials and procedures shall be as previously specified in subparagraph 501- 4.19f. (2) Underbreak repair. All urrderbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recompacted, without addition of any new material. Finally, the void shall be completely filled with paving concrete, thoroughly consolidated. Care shall be taken to produce an even joint face from top to bottom. City of Forth Worth Project No. 101172 P-501 - 29 Issued for Construction -Addendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Prior to placing concrete, the underlying material shall be thoroughly moistened. After placement, the exposed surface shall be heavily coated with curing compound. (3) Underlying material. The underlying material adjacent to the edge and under the existing pavement which is to remain in place shall be protected from damage or disturbance during removal operations and until placement of new concrete, and shall be shaped as shown on the drawings or as directed. Sufficient material shall be kept in place outside the joint line to prevent disturbance (or sloughing) of material under the pavement that is to remain in place. Any material under the portion of the concrete pavement to remain in place, which is disturbed or loses its compaction shall be carefully removed and replaced with concrete as specified in paragraph 501-4.20b(2). The underlying material outside the joint line shall be thoroughly compacted and moist when new concrete is placed. MATERIAL ACCEPTANCE 501-51 Acceptance sampling and testing. All acceptance sampling and testing necessary to determine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the Engineer at no cost to the Contractor. The Contractor shall bear the cost of providing curing facilities for the strength specimens, per paragraph 501-5.1 a(3), and coring and filling operations, per paragraph 501- 5.1b(1). Testing organizations performing these tests shall be accredited in accordance with ASTM C 1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the Engineer prior to start of construction. Concrete shall be accepted for strength and thickness on a lot basis. A lot shall consist of a day's production not to exceed 2,000 cubic yards (1530 cubic meters) or 5142 square yards. a. Flexural strength. (1) Sampling. Each lot shall be divided into four equal sublots. One sample shall be taken for each sublot from the plastic concrete delivered to the job site. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665. The concrete shall be sampled in accordance with ASTM C 172. (2) Testing. Two (2) specimens shall be made from each sample. Specimens shall be made in accordance with ASTM C31 and the flexural strength of each specimen shall be determined in accordance with ASTM C78. The flexural strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. Immediately prior to testing for flexural strength, the beam shall be weighed and measured for determination of a sample unit weight. Measurements shall be made for each dimension; height, depth, and length, at the mid -point of the specimen and reported to the nearest 1/10 inch (3 mm). The weight of the specimen shall be reported to the nearest 0.1 pound (45 gm). The sample unit weight shall be calculated by dividing the sample weight by the calculated City of Forth Worth Project No. 101172 P-501 - 30 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-100 volume of the sample. This information shall be reported as companion information to the measured flexural strength for each specimen. The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated time water method. Slump, air content, and temperature tests will also be conducted by the quality assurance laboratory for each set of strength test samples, per ASTM C31. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of beams. During the 24 hours after molding, the temperature immediately adjacent to the specimens must be maintained in the range of 60' to 80°F (16' to 27C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for flexural strength will be determined by the Engineer in accordance with paragraph 501-5.2b. b. Pavement thickness. (1) Sampling. Each lot shall be divided into four equal sublots and one core shall be taken by the Contractor for each sublot. Sampling locations shall be determined by the Engineer in accordance with random sampling procedures contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, shall be excluded from sample locations. Cores shall be neatly cut with a core drill. The Contractor shall furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes shall be filled by the Contractor with a non -shrink grout approved by the Engineer within one day after sampling. (2) Testing. The thickness of the cores shall be determined by the Engineer by the average caliper measurement in accordance with ASTM C 174. (3) Acceptance. Acceptance of pavement for thickness shall be determined by the Engineer in accordance with paragraph 501-5.2c. c. Partial lots. When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot, or when the Contractor and Engineer agree in writing to allow overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots have been produced, they shall constitute a lot. Where one or two sublots have been produced, they shall be incorporated into the next lot or the previous lot and the total number of sublots shall be used in the acceptance criteria calculation, that is, n=5 or n=6. d. Outliers. All individual flexural strength tests within a lot shall be checked for an outlier (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers shall be discarded, and the percentage of material within specification limits (PWL) shall be determined using the remaining test values. City of Forth Worth Project No. 101172 P-501 - 31 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-30G 501-5.2 Acceptance criteria. a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-5.2e: (1) Flexural strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump Flexural strength and thickness shall be evaluated for acceptance on a lot basis using the method of estimating PWL. Acceptance using PWL considers the variability (standard deviation) of the material and the testing procedures, as well as the average (mean) value of the test results to calculate the percentage of material that is above the lower specification tolerance limit (L). Acceptance for flexural strength will be based on the criteria contained in accordance with paragraph 501-5.2e(1). Acceptance for thickness will be based on the criteria contained in paragraph 501-5.2e(2). Acceptance for smoothness will be based on the criteria contained in paragraph 501-5.2e(3). Acceptance for grade will be based on the criteria contained in paragraph 501-5.2e(4). The Engineer may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the Engineer, and if it can be demonstrated in the laboratory, in the presence of the Engineer, that such material was erroneously rejected, payment will be made for the material at the contract unit price. b. Flexural strength. Acceptance of each lot of in -place pavement for flexural strength shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. c. Pavement thickness. Acceptance of each lot of in -place pavement shall be based on PWL. The Contractor shall target production quality to achieve 90 PWL or higher. d. Percentage of material within limits (PWL). The PWL shall be determined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (.L) for flexural strength and thickness shall be: Lower Specification Tolerance Limit (L) Flexural Strength 0.93 x strength specified in paragraph 501-3.1 Thickness Lot Plan Thickness in inches, - 0.50 in City of Forth Worth Project No. 101172 P-501 - 32 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G e. Acceptance criteria. (1) Flexural Strength. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot shall be acceptable. Acceptance and payment for the lot shall be determined in accordance with paragraph 501-8.1. (3) Smoothness. As soon as the concrete has hardened sufficiently, but not later than 48 hours after placement, the surface of each lot shall be tested in both longitudinal and transverse directions for smoothness to reveal all surface irregularities exceeding the tolerances specified. The finished surface of the pavement shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. When the surface smoothness exceeds specification tolerances which cannot be corrected by diamond grinding of the pavement, full depth removal and replacement of pavement shall be to the limit of the longitudinal placement. Corrections involving diamond grinding will be subject to the final pavement thickness tolerances specified. (a) Transverse measurements. Transverse measurements will be taken for each lot placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (I5m) or more often as determined by the Engineer. (i) Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. Smoothness readings will not be made across grade changes or cross slope transitions; at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501- 4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) The joint between lots shall be tested separately to facilitate smoothness between lots. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface, with half the straightedge on one side of the joint and the other half of the straightedge on the other side of the joint. Measure the maximum gap between the straightedge and the pavement surface in the area between these two high points. One measurement shall betaken at the joint every 50 feet (15m) or more often if directed by the Engineer. Maximum gap on final pavement surface > 1/4 inch (6mm) in transverse direction shall be corrected with diamond grinding per paragraph 501 -4.19g or by removing and replacing full depth of surface. Each measurement shall be recorded and a copy of the data shall be furnished to the Engineer at the end of each days testing. (b) Longitudinal measurements. Longitudinal measurements will be taken for each lot placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving City of Forth Worth Project No. 101172 P-501 - 33 Issued for ConstructionA.ddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370- I OG lanes when widths of paving lanes are less than 20 feet (6m); and at the one third points of paving lanes when widths of paving lanes are 20 ft. (6m) or greater. (i) Longitudinal Short Sections. Longitudinal Short Sections are when the longitudinal lot length is less than 200 feet (60m) and areas not requiring a profilograph. When approved by the Engineer, the first and last 15 feet (4.5m) of the lot can also be considered as short sections for smoothness. The finished surface shall not vary more than 1/4 inch (6mm) when evaluated with a 12-foot (3.7m) straightedge. Smoothness readings will not be made across grade changes or cross slope transitions, at these transition areas, the straightedge position shall be adjusted to measure surface smoothness and not design grade or cross slope transitions. Testing shall be continuous across all joints, starting with one-half the length of the straight edge at the edge of pavement section being tested and then moved ahead one-half the length of the straight edge for each successive measurement. The amount of surface irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between these two high points. Deviations on final pavement surface > 1/4 inch (6mm) in longitudinal direction will be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of surface. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. (ii) Prof lograph Testing. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind" bumps and the Profile Index for the pavement using a 0.2 inch (5 mm) blanking band. The bump template must span one inch (25 mm) with an offset of 0.4 inches (10 mm). The profilograph must be calibrated prior to use and operated by a factory or State DOT approved operator. Profilograms shall be recorded on a longitudinal scale of one inch (25 mm) equals 25 feet (7.5 m) and a vertical scale of one inch (25 mm) equals one inch (25 mm). A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. The pavement must have an average profile index meeting the requirements of paragraph 501-8.1 c. Deviations on final surface in longitudinal direction shall be corrected with diamond grinding per paragraph 501-4.19g or by removing and replacing full depth of pavement. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The area corrected by grinding should not exceed 10% of the total area and these areas shall be retested after grinding. Where corrections are necessary, second profilograph runs shall be performed to verify that the corrections produced an average profile index of 15 inches (38 cm) per mile or less. If the initial average profile index was less than 15 inches (38 cm), only those areas representing greater than 0.4 inch (10 mm) deviation will be re -profiled for correction verification. Smoothness testing indicated in the above paragraphs shall be performed within 48 hours of placement of material. The primary purpose of smoothness testing is to identify areas that may be prone to ponding of water which could lead to hydroplaning of aircraft. If the contractor's machines and/or methods are producing significant areas that need corrective City of Forth Worth Project No. 101172 P-501 - 34 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 VIIN[IIi1 actions then production should be stopped until corrective measures can be implemented. If corrective measures are not implemented and when directed by the Engineer, production shall be stopped until corrective measures can be implemented. (4) Grade. An evaluation of the surface grade shall be made by the Engineer for compliance to the tolerances contained below. The finish grade will be determined by running levels at intervals of 50 feet (15 m) or less longitudinally and all breaks in grade transversely (not to exceed 50 feet (15 m)) to determine the elevation of the completed pavement. The Contractor shall pay the costs of surveying the level runs, and this work shall be performed by a licensed surveyor. The documentation, stamped and signed by a licensed surveyor, shall be provided by the Contractor to the Engineer. (a) Lateral deviation. Lateral deviation from established alignment of the pavement edge shall not exceed t0.10 feet (30 mm) in any lane. (b) Vertical deviation. Vertical deviation from established grade shall not exceed ±0.04 feet (12 mm) at any point. (5) Edge slump. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump shall be removed and replaced at the expense of the Contractor as directed by the Engineer in accordance with paragraph 501-4.8a. L Removal and replacement of concrete. Any area or section of concrete that is removed and replaced shall be removed and replaced back to planned joints. The Contractor shall replace damaged dowels and the requirements for doweled longitudinal construction joints in paragraph 501-4.10 shall apply to all contraction joints exposed by concrete removal. Removal and replacement shall be in accordance with paragraph 501 -4.20. CONTRACTOR QUALITY CONTROL 501-6.1 Quality control program. The Contractor shall develop a Quality Control Program in accordance with Section 100 of the General Provisions. The program shall address all elements that affect the quality of the pavement including but not limited to: a. Mix Design b. Aggregate Gradation c. Quality of Materials d. Stockpile Management e. Proportioning f. Mixing and Transportation g. Placing and Consolidation h. Joints City of Forth Worth Project No. 101172 Taxiway P Extension Phase 1 P-501 - 35 Issued for ConstructionAddendum No. 2 April 2, 2020 7/21/2014 AC 150/5370-1OG i. Dowel Placement and Alignment j. Flexural or Compressive Strength k. Finishing and Curing 1. Surface Smoothness 501-6.2 Quality control testing. The Contractor shall perform all quality control tests necessary to control the production and construction processes applicable to this specification and as set forth in the Quality Control Program. The testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A Quality Control Testing Plan shall be developed as part of the Quality Control Program. a. Fine aggregate. (t) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C 13 6 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C70 or ASTM C566. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2) Moisture content. If an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made in lieu of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM C566. c. Slump. Four slump tests shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. d. Air content. Four air content tests, shall be performed for each lot of material produced in accordance with the lot size defined in paragraph 501-5.1. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C23I for gravel and stone coarse aggregate and ASTM C173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C 172. City of Forth Worth Project No. 101172 P-501 - 36 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG e. Four unit weight and yield tests shall be made in accordance with ASTM C138. The samples shall be taken in accordance with ASTM C172 and at the same time as the air content tests. 501-6.3 Control charts. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, moisture content and air content. Control charts shall be posted in a location satisfactory to the Engineer and shall be kept up to date at all times. As a minimum, the control charts shall identify the project number, the contract item number, the test number, each test parameter, the Action and Suspension Limits, or Specification Iimits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the Engineer may halt production or acceptance of the material. a. Fine and coarse aggregate gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Specification limits contained in the Lower Specification Tolerance Limit (L) table above and the Control Chart Limits table below shall be superimposed on the Control Chart for job control. b. Slump and air content. The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. Control Chart Limits Control Parameter Individual Measurements Range Suspension Limit Action Limit Suspension Limit Slip Form: Slump +0 to -1 inch (0-25 mm) +0.5 to -1.5 inch (13-38 mm) 11.5 inch (38 mm) Air Content f1.2% ±2.5% Side Form: Slump +0.5 to -1 inch (13-25 mm) +1 to -1.5 inch (25-38 mm) ±L5 inch (38 mm) Air Content ±1.2% 12.5% The individual measurement control charts shall use the mix design target values as indicators of central tendency. 501-6.4 Corrective action. The Contractor Quality Control Program shall indicate that appropriate action shall be taken when the process is believed to be out of control. The Contractor Quality Control Program shall detail what action will be taken to bring the process City of Forth Worth Project No. 101172 P-501 - 37 Issued for ConstruetionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-IOG into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of the specification limits in paragraph 501-2.1, immediate steps, including a halt to production, shall be taken to correct the grading. b. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5%, the scale settings for the aggregate hatcher and water hatcher shall be adjusted. c. Slump. The Contractor shall halt production and make appropriate adjustments whenever: range (1) one point falls outside the Suspension Limit line for individual measurements or (2) two points in a row fall outside the Action Limit line for individual measurements. d. Air content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: range (1) one point falls outside the Suspension Limit line for individual measurements or M (2) two points in a row fall outside the Action Limit line for individual measurements. Whenever a point falls outside the Action Limits line, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of reinforced or unreinforced pavement as specified in -place, completed and accepted. BASIS OF PAYMENT 501-8.1 Payment. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-5.2 Acceptance Criteria shall be based on results of smoothness, strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1 a for strength and thickness and 501-8.1 c for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below). City of Forth Worth Project No. 101172 P-501 - 38 Issued for ConstructionAddenduxn No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. a. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with the Price Adjustment Schedule table below. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thickness are less than 100%. Price Adjustment Schedule' Percentage of Materials Within Lot Pay Factor Specification Limits (Percent of Contract Unit Price) (PWL) 96 — 100 106 90 — 95 PWL + 10 75 — 90 0.5 PWL + 55 55 74 1.4 PWL — 12 Below 55 Reject2 ' Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of 100% shall be subject to the total project payment limitation specified in paragraph 501-5.1. 2 The lot shall be removed and replaced. However, if the Engineer and the FAA have decided to allow the rejected lot to remain in accordance with Section 50-02 after the Engineer and Contractor agree in writing that the lot shall not be removed, it shall be paid for at 50% of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot. For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-5.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%. City of Forth Worth Project No. 101172 P -501 - 39 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G b. Payment. Payment shall be made under: Item P-501-8.1 19" Unreinforeed Portland cement concrete taxiway pavement — per square yard Item P-501-8.2 19" Reinforced Portland cement concrete taxiway pavement - per square yard c. Basis of adjusted payment for smoothness. Price adjustment for pavement smoothness will apply to the total area of concrete within a section of pavement and shall be applied in accordance the following equation and schedule: (Square yard in section) x (original unit price per square yard) x PFm = reduction in payment for area within section Average Profile Index (Inches Per Mile) Pavement Stren th Rating Contract Unit Price Adjustment (PFm) Over 30,000 lbs. Short Sections 0-7 0-15 0.00 7.1-9 15.1-16 0.02 9.1-11 16.1-17 0.04 11.1-13 17.1-18 0.06 13.1 - 14 18.1 - 20 0.08 14.1-15 20.1-22 0.10 15.1 and up 22.1 and up Corrective work required TESTING REQUIREMENTS ASTM C31 Standard Practice for Malting and Curing Concrete Test Specimens in the Field ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 Standard Test Method for Materials Finer Than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing ASTM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine City of Forth Worth Project No. 101172 P-501 - 40 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-10G ASTM C 13 6 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C 172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C 173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement - Aggregate Combinations (Mortar -Bar Method) ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C289 Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C 1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTM C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials and Aggregate (Accelerated Mortar -Bar Method) ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D3665 Standard Practice for Random Sampling of Construction Materials City of Forth Worth. Project No. 101172 P-501 41 Issued for ConstructionAddenduna No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM E178 Standard Practice for Dealing With Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph U.S. Army Corps of Engineers (USAGE) Concrete Research Division (CRD) C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A714 Standard Specification for High -Strength Low -Alloy Welded and Seamless Steel Pipe ASTM A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A996 Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM A1078 Standard Specification for Epoxy -Coated Steel Dowels for Concrete Pavement ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete City of Forth Wortb Project No. 101172 P-501 - 42 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C881 Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM D 1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving And Structural Construction ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete ACI 305R Guide to Hot Weather Concreting ACI 306R Guide to Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete AC 150/5320-617 Airport Pavement Design and Evaluation PCA Design and Control of Concrete Mixtures END OF ITEM P-501 City of Forth Worth Project No. 101172 P-501 - 43 Issued for ConstructionAddendum No. 2 Taxiway P Extension Phase 1 April 2, 2020 7/21/2014 AC 150/5370-1OG Page Intentionally Left Blank City of Forth Worth Project No. 101172 Taxiway P Extension Phase 1 P-501 - 44 Issued for ConstructionAddendum No. 2 April 2, 2020 7/21/2014 AC 150/5370-IOG ITEM P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 Bituminous material. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for prime coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 602-3.1 Weather limitations. The prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is 50°F (10°C) or above, and the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 602-3.2 Equipment. The equipment shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than -±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, fall - circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. City of Forth Worth Project No. 101172 P-602 - 1 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG A power broom and power blower suitable for cleaning the surfaces to which the bituminous coat is to be applied shall be provided. 602-3.3 AppIication of bituminous material. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material shall be uniformly applied with a bituminous distributor at the rate of 0.15 to 0.30 gallons per square yard (0.68 to 1.36 liters per square meter) depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following application of the bituminous material and prior to application of the succeeding layer of pavement, allow the bituminous coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed, by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 Trial applications. Before providing the complete bituminous coat, the Contractor shall apply three lengths of at least 100 feet (30 m) for the full width of the distributor bar to evaluate the amount of bituminous material that can be satisfactorily applied with the equipment. Apply three different trial application rates of bituminous materials within the application range specified in paragraph 602-3.3. Other trial applications will be made using various amounts of material as deemed necessary by the Engineer. 602-3.5 Bituminous material Contractor's responsibility. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted to and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The test reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. 602-3.6 Freight and weigh bills. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the Engineer City of Forth Worth Project No. 101172 P-602 - 2 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-10G certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 602-4.1 The bituminous material for prime coat shall be measured by the gallon. Volume shall be corrected to the volume at 60' in accordance with ASTM D1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measure quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measure for payment. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing all preparation, delivering, and applying the materials, and all labor, equipment, tools, and incidentals necessary to complete this item.. Payment shall be made under: P-602-5.1 Bituminous Prime Coat — per gallon TESTING REQUIREMENTS ASTM D 1250 Standard Guide for Use of the Petroleum Measurement Tables MATERIAL REQUIREMENTS ASTM D977 Standard Specification for Emulsified Asphalt ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 City of Forth Worth Project No. 101172 P-602 - 3 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 1.50/5370-1OG Page intentionally left blank City of Forth Worth Project No. 101172 P-602 - 4 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-10G ITEM P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 Bituminous materials. The bituminous material shall be an emulsified asphalt indicated in ASTM D3628 as a bituminous application for tack coat appropriate to local conditions or as designated by the Engineer. CONSTRUCTION METHODS 603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F (10°C) or above; the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the Engineer. 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the bituminous material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the bituminous material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 2.0 gallons per square yard (0.23 to 9.05 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full -circulation spray bars, tachometer, pressure gauges, volume -measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying bituminous material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the bituminous material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the tack operations shall be started and stopped on building paper. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. A power broom and/or power blower suitable for cleaning the surfaces to which the bituminous tack coat is to be applied shall be provided. 603-3.3 Application of bituminous material. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before the overlying mixture is placed on the tacked surface. City of Forth Worth Project No. 101172 P-603 - I Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-100 The bituminous material including vehicle shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.10 gallons per square yard (0.20 to 0.50 liters per square meter) depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the Engineer. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. 603-3.4 Bituminous material contractor's responsibility. The Contractor shall provide a statement of source and character of the proposed bituminous material which must be submitted and approved by the Engineer before any shipment of bituminous materials to the project. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The tests reports shall be provided to and approved by the Engineer before the bituminous material is applied. If the bituminous material does not meet the specifications, it shall be replaced at the Contractor's expense. Furnishing the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. 603-3.5 Freight and weigh bills. The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the Engineer certified waybills and certified delivery tickets for all bituminous materials used in the construction of the pavement covered by the contract. Do not remove bituminous material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The bituminous material for prime coat shall be measured by the gallon. Volume shall be corrected to the volume at 60' in accordance with ASTM D 1250. The bituminous material paid for will be the measured quantities used in the accepted work, provided that the measured quantities are not 10% over the specified application rate. Any amount of bituminous material more than 10% over the specified application rate for each application will be deducted from the measure quantities, except for irregular areas where hand spraying of the bituminous material is necessary. Water added to emulsified asphalt will not be measure for payment. BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per gallon for bituminous tack coat. This price shall be full compensation for furnishing all preparation, delivering, and applying the materials, and all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-603-5.1 Bituminous Tack Coat -- per gallon City of Forth Worth Project No. 101172 P-603 - 2 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-10G MATERIAL REQUIREMENTS ASTM D633 Standard Volume Correction Table for Road Tar ASTM D977 Standard Specification for Emulsified Asphalt ASTM D 1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2028 Standard Specification for Cutback Asphalt (Rapid -Curing Type) ASTM D2397 Standard Specification for Cationic Emulsified Asphalt ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-603 City of Forth Worth Project No, 101172 P-603 - 3 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-106 Page Intentionally Left Blank City of Forth Worth Project No. 101172 P-603 - 4 Taxiway P Extension Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM P-605 JOINT SEALANTS FOR CONCRETE PAVEMENTS DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint scaling material capable of effectively sealing joints and cracks in rigid pavements. MATERIALS 605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D5893. Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605-2.2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, non -absorbing material that is non -reactive with the joint sealant. The material shall have a water absorption of not more than 5% when tested in accordance with ASTM C509. The backer -rod material shall be 25% 15 % larger in diameter than the nominal width of the crack. 605-2.3 Backup materials. Provide backup material that is a compressible, nonshrinking, nonstaining, nonabsorbing material, nonreactive with the joint sealant. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The material shall have a water absorption of not more than 5% of the sample weight when tested in accordance with ASTM C509. The backup material shall be 25 ±5% larger in diameter than the nominal width of the crack. 605-2.4 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, nonshrinkable, nonabsorbing, nonstaining, and nonreacting adhesive -backed tape. The material shall have a melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch (3 mm) wider than the nominal width of the joint and shall not bond to the joint sealant_ CONSTRUCTION METHODS 605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50°F (10°C) and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. 605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 15 days prior to use on the project. City of Forth Worth Project No. 101172 P-605 - 1 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-JOG a. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified or for refacing joints or cleaning sawed joints where sandblasting does not provide a clean joint. b. Sandblasting equipment. Sandblasting is not allowed. c. Waterblasting equipment. Include with the waterblasting equipment a trailer -mounted water tank, pumps, high-pressure hose, wand with safety release cutoff control, nozzle, and auxiliary water resupply equipment. Provide water tank and auxiliary resupply equipment of sufficient capacity to permit continuous operations. The nozzle shall have an adjustable guide that will hold the nozzle aligned with the joint approximately one inch (25 mm) above the pavement surface. Adjust the height, angle of inclination and the size of the nozzle as necessary to obtain satisfactory results. A pressure gauge mounted at the pump shall show at all times the pressure in psi (kPa) at which the equipment is operating. d. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. e. Cold -applied, single -component scaling equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air -powered equipment (i.e., caulking guns) may be used for small applications. 605-3.3 Preparation of joints. a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by flushing with a jet of water, and by use of other tools as necessary. b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by waterblaster as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch (12 mm) from the joint edge shall be waterblasted clean_ Waterblasting shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. c. Back-up material. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a back-up material to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backup material is placed at the specified depth and is not stretched or twisted during installation. City of Forth Worth Project No. 101172 P-605 - 2 Issued for Construction Taxiway P Extension. Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -breaker separating tape to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant. 605-3.4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before scaling is allowed. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a final cleaning with compressed air. Fill the joints from the bottom up to 1/4 inch (6 mm) ±1/16 inch (2 nun) below the pavement surface. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the Contracting Officer. When a primer is recommended by the manufacturer, apply it evenly to the joint faces in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. The use of a backup material or bond breaker in the bottom of the joint to be filled is recommended to control the depth of the sealant, to achieve the desired shape factor, and to support the sealant against indentation and sag. Backup materials and bond breakers should be compatible with the sealant should be compressible without extruding the sealant, and should recover to maintain contact with the joint faces when the joint is open. Jute, paper, or other moisture absorbing material shall not be used for the backing material_ The backing material shall be rubber, butyl rubber, or other approved material that will not react with the joint sealer and will not form a gas when the hot joint sealer is applied. 605-3.5 Inspection. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 Clean-up. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition. METHOD OF MEASUREMENT 605-4.1 No direct measurement will be made for the work to be performed under this item, but this item shall be considered subsidiary to the bid item for Portland Cement Concrete Pavement. BASIS OF PAYMENT 605-5.1 No direct payment will be made for the work to be performed under this item, but all costs associated with this item shall be considered subsidiary to the bid item for Portland Cement Concrete Pavement. The price shall be full compensation for furnishing all materials, for all City of Forth Worth Project No. 101172 P-605 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG preparation, delivering, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. TESTING REQUIREMENTS ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material ASTM D 1644 Standard Test Methods for Nonvolatile Content of Varnishes MATERIAL REQUIREMENTS AC 150/5340-30H Design and Installation Details for Airport Visual Aids ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-605 City of Forth Worth Project No. 101172 P-605 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-IOG ITEM P-606 ADHESIVE COMPOUNDS, TWO -COMPONENT FOR SEALING WIRE AND LIGHTS IN PAVEMENT DESCRIPTION 606-1.1. This specification covers two types of material; a liquid suitable for sealing electrical wire in saw cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of material are two -component filled formulas with the characteristics specified in paragraph 606-2.4. Materials supplied for use with bituminous concrete pavements must be formulated so they are compatible with the bituminous concrete. EQUIPMENT AND MATERIALS 606-2.1 Curing. When pre -warmed to 77°F (25°C), mixed, and placed in accordance with manufacturer's directions, the materials shall cure at temperatures of 45°F (7°C) or above without the application of external heat. 606-2.2 Storage. The adhesive components shall not be stored at temperatures over 86°F (30°C). 606-2.3 Caution. Installation and use shall be in accordance with the manufacturer's recommended procedures. Avoid prolonged or repeated contact with shin. In case of contact, wash with soap and flush with water. If taken intemally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well -ventilated areas. Keep in cool place. Keep away from children. 606-2.4 Characteristics. When mixed and cured in accordance with the manufacturer's directions, the materials shall have the following properties shown in Table 1. SAMPLING, INSPECTION, AND TEST PROCEDURES 606-3.1 Tensile properties. Tests for tensile strength and elongation shall be conducted in accordance with ASTM D638. 606-3.2 Expansion. Tests for coefficients of linear and cubical expansion shall be conducted in accordance with ASTM D1168, Method B, except that mercury shall be used instead of glycerine. The test specimen shall be mixed in the proportions specified by the manufacturer, and cured in a glass tub approximately 2 inch (50 mm) long by 3/8 inch (9 mm) in diameter. The interior of the tube shall be precoated with a silicone mold release agent. The hardened sample shall be removed from the tube and aged at room temperature for one (1) week before conducting the test. The test temperature range shall be from 35°F (2°C) to 140°F (60°C). 606-3.3 Test for dielectric strength. Test for dielectric strength shall be conducted in accordance with ASTM D149 for sealing compounds to be furnished for sealing electrical wires in pavement. City of Forth Worth Project No. 101172 P-606 - 1 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC t50/5370-JOG Table 1. Property Requirements Physical or Electrical Property Minimum Maximum ASTM Method Tensile Portland cement concrete 1,000 psi D 638 (70 kg/sq cm) Bituminous concrete 500 psi (35 kg/sq cm) Elongation Portland cement concrete See note 1 D 638 Bituminous concrete 50% D 638 Coef of cub. exp. 0.00090 0.00120 D 1168 cu. cm/cu. cm/°C Coef of lin. exp. 0.000030 0.000040 D 1168 cm/cml°C Dielectric strength, short time test 350 volts/mil. D 149 Are resistance 125 sec Pull -off Adhesion to steel 1,000 psi (70 kglsq cm) Adhesion to Portland cement concrete 200 psi (14 kg/sq cm) Adhesion to asphalt concrete No test available. Adhesion to aluminum 250 psi 1 20% or more (without filler) for formulations to be supplied for areas subject to freezing. 606-3.4 Test for are resistance. Test for are resistance shall be conducted for sealing compounds to be fainfished for sealing electrical wires in pavement. 606-3.5 Test for adhesion to steel. The ends of two smooth, clean, steel specimens of convenient size (1 inch by I inch by 6 inch) (25 mm by 25 mm by 150 mm) would be satisfactory when bonded together with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure on a Riehle (or similar) tensile tester. The thickness of adhesive to be tested shall be 1/4 inch (6 mm). 606-3.6 Adhesion to Portland cement concrete a. Concrete test block preparation. The aggregate grading shall be as shown in Table 2. City of Forth Worth Project No. 101172 P-606 - 2 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-106 The coarse aggregate shall consist of crushed rock having a minimum of 75% of the particles with at least one fractured face and having a water absorption of not more than 1.5%. The fine aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete shall have a water -cement ratio of 5.5 gallons (21 liters) of water per bag of cement, a cement factor of 6, ±0.5, bags of cement per cubic yard (0.76 cubic meter) of concrete, and a slump of 2-1/2 inch (60 mm), +1/2 inch (60 mm 112 mm). The ratio of fine aggregate to total aggregate shall be approximately 40% by solid volume. The air content shall be 5.0%, 10.5%, and it shall be obtained by the addition to the batch of an air -entraining admixture such as Vinsol(W resin. The mold shall be of metal and shall be provided with a metal base plate. Means shall be provided for securing the base plate to the mold. The assembled mold and base plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall be such that several one inch (25 mm) by 2 inch (75 mm) by 3 inch (25 mm by 50 mm by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be prepared and cured in accordance with ASTM C 192. ` Table 2. Aggregate For Bond Test Blocks Type Sieve Size Percent Passing Coarse Aggregate 3/4 inch (19 mm) 97 to 100 1/2 inch (12 mm) 63 to 69 3/8 inch (9 mm) 30 to 36 No. 4 (4.75 mm) 0 to 3 Fine Aggregate No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 82 to 88 No. 16 (1.18 mm) 60 to 70 No. 30 (600 µm) 40 to 50 No. 50 (300 µm) 16 to 26 No. 100 (150 µm) 5 to 9 b. Bond test. Prior to use, oven -dry the test blocks to constant weight at a temperature of 220°F to 230°F (104°C to 110°C), cool to room temperature, 73AOF ±3OF (23°C ±1.6°C), in a desiccator, and clean the surface of the blocks of film or powder by vigorous brushing with a stiff -bristled fiber brush. Two test blocks shall be bonded together on the one inch by 3 inch (25 mm by 75 mm) sawed face with the adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure in a Riehlc (or similar) tensile tester. The thickness of the adhesive to be tested shall be 114 inch (6 mm). 606-3.7 Compatibility with asphalt concrete. Test for compatibility with asphalt in accordance with ASTM D5329. City of Forth Worth Project No. 101172 P-606 - 3 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-1OG 606-3.8 Adhesive compounds - Contractor's responsibility. The Contractor shall furnish the vendor's certified test reports for each batch of material delivered to the project. The report shall certify that the material meets specification requirements and is suitable for use with Portland cement concrete and bituminous concrete pavements. The report shall be delivered to the Engineer before permission is granted for use of the material. In addition the Contractor shall obtain a statement from the supplier or manufacturer that guarantees the material for one year. The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily on other projects. 606-3.9 Application. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles. The method of mixing and application shall be in strict accordance with the manufacturer's recommendations. When used with Item P-605, such as light can installation, Item P-605 shall not be applied until the Item P-606 has fully cured. METHOD OF MEASUREMENT 606-4.1 When required in the installation of an in -pavement lighting system or portion thereof, no measurement. will be made for direct payment of adhesive, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the installation of an in -pavement lighting system or portion thereof. BASIS OF PAYMENT 606-5.1 No separate payment shall be made for the adhesive as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the installation of an in -pavement lighting system or portion thereof. TESTING REQUIREMENTS ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM D149 Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D 1168 Standard Test Method for Hydrocarbon Waxes Used for Electrical Insulation ASTM D5329 Standard Test Methods for Sealants and Fillers, Hot -applied, for Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements END OF ITEM P-606 City of Forth Worth Project No. 101172 P-606 - 4 Issued for Construction Taxiway P Extension June 19, 2020 7/21/2014 AC 150/5370-100 ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-11 This item shall consist of plain and reinforced structural Portland Cement Concrete (PCC), prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. a. Reactivity. Aggregates shall be tested for deleterious reactivity with alkalis in the cement, which may cause excessive expansion of the concrete. Separate tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 28 days (30 days from casting), the coarse or fine aggregates shall be accepted. If the expansion of any aggregate, coarse or fine, at 28 days is greater than 0.10%, tests of combined materials shall be made in accordance with ASTM C 1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, does not exceed 0.10 % at 28 days, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10 % at 28 days, or new aggregates shall be evaluated and tested. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. City of Forth Worth Project No. 101172 P-610 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: Table 1. Gradation For Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 2" 1-112" 1" 3/4" 112" 3/8" No.4 No. 4 to 3/4 in. (4.75-19.0 mm) 100 90-100 20-55 0-10 No. 4 to I in. (4.75-25.0 mm) 100 90-100 25-60 0-10 No. 4 to 1-1/2 in. (4.75-38.1 mm) 100 95-100 35-70 10-30 0-5 Table 2. Gradation For Fine Aggregate Sieve Designation I Percentage by Weight (square openings) Passing Sieves 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 (0.15 mm) 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5 percent and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610- 2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type I or H. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. City of Forth Worth Project No. 101172 P-610 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 112014 AC 15015370-1 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalis, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751 or ASTM D 1752. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of bar mats conforming to the requirements of ASTM A 184 or A 704. 610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane -Forming Compounds for Curing ASTM C 309, Type 2 Concrete CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3,500 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained City of Forth Worth Project No. 101172 P-610 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-JOG air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 in. (10 cm) as determined by ASTM C 143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 °F (4 °C) without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 °F (10 °C) nor more than 100 °F (38 °C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. City of Forth Worth Project No. 101172 P-610 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than I hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 ft. (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. City of Forth Worth Project No. 101172 P-610 - 5 Issued for Construction Taxiway P Extension Phase I June 19, 2020 AC I50/5370-1OG 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings_ The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 DEFECTIVE WORK. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand - cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 °F (4 °C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 °F and 100 °F (10 °C and 38 °C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and City of Forth Worth Project No. 101172 P-610 - 6 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-IOG protect the structure and maintain the temperature of the mix at not less than 50 °F (10 °C) until at least 60% of the designed strength has been attained. 610-3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be out out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Plain and reinforced structural concrete will not be measured for separate payment. BASIS OF PAYMENT 610-5.1 Payment shall not be made separately for plain and reinforced structural concrete as plain and reinforced concrete shall be considered subsidiary to the items requiring plain and reinforced structural concrete. TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement City of Forth Worth Project No. 101172 P-610 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet -Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready -Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air -Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Flyash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types) ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction AASHTO T 26 Quality of Water to be Used in Concrete END OF ITEM P-610 City of Forth Worth Project No. 101172 P-610 - 8 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-IOG ITEM F-162 CHAIN -LINK FENCE DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fence in accordance with these specifications, the details shown on the plans, and in conformity with the lines and grades shown on the plans or established by the Engineer. a. Fence. The Fence shall be the product of a manufacturer who has demonstrated by actual installations of a similar nature and that its product is of the type required by these specifications. The Contractor shall include all supplementary parts necessary or required for a complete and satisfactory installation within the true intent of the plans and these specifications. All runs of the fence shall present the same general appearance and the product of one manufacturer only shall be accepted, except for items which do not influence the appearance of the completed fence. No rerolled or open seam steel shall be permitted in posts, gate frames, rails or braces for new fence installation. b. Mow strip. Fence may be specified with concrete mow strip as shown in the plans. 162-1.2 SUBMITTALS. Provide fence material, layout and signage information for review by the Owners Authorized Representative. MATERIALS 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge polyvinyl chloride (PVC) -coated wire in a 2-inch mesh and shall meet the requirements of ASTM A 121 Class 2b. 162-2.2 BARBED WIRE. Barbed wire shall be 2-strand 12-1/2 gauge zinc -coated wire with 4-point barbs and shall conform to the requirements of ASTM A 121 Class 3, Chain Link Fence Grade. 162-2.3 POSTS, RAILS, AND BRACES. Line posts, rails, and braces shall conform to the requirements of ASTM F1043 or ASTM F1083 as follows: Vinyl or polyester coated steel, black in color, shall conform to the requirements of ASTM F1043, Paragraph 7.3, Optional Supplemental Color Coating. Posts, rails, and braces furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy or composite. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Federal Specification RR-F-191/3. 162-2.4 GATES. Not used. 162-2.5 WIRE TIES AND TENSION WIRES. City of Forth Worth Project No. 101172 F-162 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG 7/21/2014 Wire ties for use in conjunction with a given type of fabric shallI be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A824. All material shall conform to Federal Specification RR-F-191/4. 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A153. Barbed wire support arms shall withstand a load of 250 pounds (113 kg) applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 3,000 psi. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roil, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. 162-2.9 Signage. All AOA security fences and gates shall be equipped with security signage conforming to the following requirements: a. Sign Material and Fabrication: All sign faces shall be manufactured of 3M Scotchlite High Intensity pressure sensitive adhesive sheeting or approved equivalent. b. Signs shall be mounted 9" from the top of the fence, level regardless of fence grade c. Airport Owner shall approve wording and layout prior to sign fabrication d. Gate Signs to read "Restricted Area, Authorized Entry Only" e. Fence Signs are to read Aircraft Operations Area No Trespassing. CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 5 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within seven (7) days after the individual post footing is completed. Should rock be encountered at a depth Iess than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two City of Forth Worth Project No. TBD F-162 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced as shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than one inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence and at 500 feet intervals. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inches in diameter driven vertically until the top is 6 inches below the ground surface. A No. 6 solid copper conductor shall be exothermically welded by a qualified electrician to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. The Contractor shall comply with FAA-STD-019, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment, Paragraph 4.2.3.8, Lightning Protection for Fences and Gates, when fencing is adjacent to FAA facilities. 162-3.7 TEMPORARY FENCE. Temporary fence shall be installed in accordance with the details on the plans. 162.3.8 CLEANING UP. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. All disturbed areas shall be seeded per T-901. 162-4.1 Chain -link fence will be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. Any existing fencing damaged by the Contractor's operations beyond the Iimits shown on the plans (such as at tie-in locations) shall not be measured for payment, but shall be repaired in accordance with this specification, at no additional cost to the Owner. 162-4.2 Signage for AOA fencing and gates shall not be measured separately but shall be considered subsidiary to the installation of chain link fence and gates. City of Forth Worth Project No. 101172 F-162 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG 7/21/2014 162-4.3 Mow strip shall not be measured separately but shall be considered subsidiary to the installation of chain link fence. 162-4.5 Temporary fence shall be measured for payment by linear foot complete in place. Cost shall include all pole mounting, fence stretching, and removal of temporary fence. BASIS OF PAYMENT 162-5.1 Payment for chain -link fence will be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item F-162-5.1 Temporary AOA Fence - per linear foot Item F-162-5.2 Permanent AOA Fence with Mow Strip-- per linear foot MATERIAL REQUIREMENTS ASTM A121 Standard Specification for Metallic -Coated Carbon Steel Barbed Wire ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A153 Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A392 Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric ASTM A491 Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A572 Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel ASTM A653 Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process ASTM A824 Standard Specification for Metallic -Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM AIOI l Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low Alloy, High Strength Low Alloy with Improved Formability, and Ultra High Strength ASTM B 117 Standard. Practice for Operating Salt Spray (Fog) Apparatus ASTM B221 Standard Specification for Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Profiles and Tubes ASTM B429 Standard Specification for Aluminum -Alloy Extruded Structural Pipe and Tube ASTM F668 Standard Specification for Polyvinyl Chloride(PVC), Polyolefin and other Organic Polymer Coated Steel Chain -Link Fence Fabric ASTM F1043 Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework ASTM F1083 Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures ASTM F1183 Standard Specification for Aluminum Alloy Chain Link Fence Fabric City of Forth Worth Project No. TBD F-162 - 4 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G ASTM F 1345 Standard Specification for Zinc 5% Aluminum-Mischmetal Alloy Coated Steel Chain -Link Fence Fabric ASTM G152 Standard Practice for Operating Open Flame Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G153 Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials ASTM G155 Standard Practice for Operating Xenon Arc Light Apparatus for Exposure of Nonmetallic Materials FED SPEC RR-F-191/3 Fencing, Wire and Post, Metal (Chain -Link Fence Posts, Top Rails and Braces) FED SPEC RR-F-191/4 Fencing, Wire and Post, Metal (Chain -Link Fence Accessories) FAA-STD-019 Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM F-162. City of Forth Worth Project No. 101172 F-162 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG 7/21/2014 Intentionally Left Blank City of Forth Worth Project No. TBD F-162 - 6 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts and storm drains in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. 701-2.2 PIPE. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements: ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain, and Sewer Pipe ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers 701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C94. 701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe, polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc -coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D1056, for the "RE" closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477. 701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C150, Type 1. The sand shall conform to the requirements of ASTM C144. 701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D6690. 701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO M198 (Type B). 701-2.8. CONTROLLED LOW -STRENGTH MATERIAL (CLSM). CLSM is not allowed. City of Forth Worth Project No. 101172 D-701 - 1 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 AC 150/5370-10G 7/21/2014 CONSTRUCTION METHODS 701-3.1 EXCAVATION. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe, but it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side. The trench walls shall be approximately vertical. The Contractor shall comply with all current Federal, state and local rules and regulations governing the safety of men and materials during the excavation, installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration (OSHA) relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe, but it shall not be greater than the widths shown on the plans trench detail. The trench bottom shall be shaped to fully and uniformly support the bottom quadrant of the pipe. Where rock, hardpan, or other unyielding material is encountered, the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch (200 mm) or 1/2 inch (12 mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade shall be backfrlled with selected fine compressible material, such as silty clay or loam, and lightly compacted in layers not over 6 inches (150 mm) in uncompacted depth to form a uniform but yielding foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil, the unstable soil shall be removed and replaced with approved granular material for the full trench width. The Engineer shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment fill shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. 701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a. Rigid pipe. Class A bedding shall consist of a continuous concrete cradle conforming to the plan details. Class B bedding shall consist of a bed of granular material having a thickness of at least 6 inches (150 mm) below the bottom of the pipe and extending up around the pipe for a depth of not less than 30% of the pipe's vertical outside diameter. The layer of bedding material shall be shaped to fit the pipe for at least 10% of the pipe's vertical diameter and shall have recesses shaped to receive the bell of bell and spigot pipe. The bedding material shall be sand or select sandy soil with 100% passing a 3/8 inch (9 mm) sieve and not more than 10% passing a No. 200 (0.075 mm) sieve. Class C bedding shall consist of bedding the pipe in its natural foundation material to a depth of not less than 10% of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe and shall have recesses shaped to receive the bell of bell and spigot pipe. City of Forth Worth Project No. 101172 D-701 - 2 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-IOG b. Flexible pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: Pipe Corrugation Depth Minimum Bedding Depth inch min inch mm 1/2 12 1 25 1 25 2 50 2 50 3 75 2-1/2 60 3-1/2 90 c. PVC, polyethylene, and polypropylene pipe. For PVC, polyethylene, and polypropylene pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches (19 mm). For pipes installed under paved areas, no more than 12% of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas, no more than 50% of the material shall pass the No. 200 (0.075 mm.) sieve. The bedding shall have a thickness of at least 6 inches (150 mrn) below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter. 701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. EIliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 JOINING PIPE. Joints shall be made with (1) Portland cement mortar, (2) Portland cement grout, (3) rubber gaskets, (4) plastic gaskets, or (5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. a. Concrete pipe. Concrete pipe may be either bell and spigot or tongue and groove. The method of joining pipe sections shall be so the ends are fully entered and the inner surfaces are reasonably flush and even. Joints shall be thoroughly wetted before applying mortar or grout. b. Metal pipe. Metal pipe shall be firmly joined by form -fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe. c. PVC, polyethylene and polypropylene pipe. Joints for PVC, Polyethylene, and Polypropylene pipe shall conform to the requirements of ASTM D3212 when water tight joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294. Fittings for polypropylene pipe shall conform to ASTM F2881, ASTM F2736, or ASTM F2764. City of Forth Worth Project No. 101172 D-701 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG 7/21/2014 701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found to be out of alignment, unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Material for backfill shall be fine, readily compatible soil or granular material shall meet the requirements of Item P-153. It shall not contain frozen lumps, stones that would be retained on a 2-inch (50 mm) sieve, chunks of highly plastic clay, or other objectionable material. Granular backfill material shall have 95% or more passing the a 1/2 inch (12 mm) sieve, with 95% or more being retained on the No. 4 (4.75 mm) sieve. When the top of the pipe is even with or below the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) on each side of the pipe and shall be brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is greater. Thoroughly compact the backfill material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length of the pipe. When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers not exceeding 6 inches (150 mm) and shall be brought up evenly on each side of the pipe to one foot (30 cm) above the top of the pipe. The width of backfill on each side of the pipe for the portion above the top of the trench shall be equal to twice the pipe's diameter or 12 feet (3.7 m), whichever is less. For PVC, polyethylene, and polypropylene pipe, the backfill shall be placed in two stages; first to the top of the pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall meet the requirements of paragraph 701-3.2c. All backfill shall be compacted to the density required under Item P-152. It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. METHOD OF MEASUREMENT 701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed, and approved. It shall be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and size shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. 701-4.2 The volume of concrete for pipe cradles shall not be measured directly but shall be considered subsidiary to the structure in which it is placed. 701-4.3 The volume of rock shall not be measured directly but shall be considered subsidiary to the structure in which it is placed. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated; no separate payment will be made for pipe cradles or rock, but shall be considered subsidiary to the structure in which they are placed. These prices shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item. City of Forth Worth Project No. 101172 D-701 - 4 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7121/2014 AC 150/5370-IOG Payment will be made under: Item D-701-5.1 24" RCP Class V Storm Drain Pipe — per linear foot Item D-705-5.2 4'x2' Reinforced Concrete Box — per linear foot MATERIAL REQUIREMENTS ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C 143 3 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 tbrough 24 in. Corrugated Polyethylene Pipe and Fittings END ITEM D-701 City of Forth Worth Project No. 101172 D-701 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-1OG 7/21/2014 Page Intentionally Left Blank City of Forth Worth Project No. 101172 D-701 - 6 Taxiway P Extension Phase I Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-IOG ITEM T-904 SODDING DESCRIPTION 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. Sod shall be Bermuda sod unless otherwise shown on the plans or directed by the Owner. MATERIALS 904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod sha4l be , as of the speeies state, i the special provisions,aed any Any vegetation more than 6 inches (150 ter) in height shall be mowed to a height of 3 inches r''� or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. 904-2.2 Not used. 904-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water- soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 3-1-2 ratio of nitrogen, phosphorus and potassium_ commercial fertilizer and shall be spread at the rate of 1 pound of soluble nitrogen every 4 to 6 weeks or 1 % pounds of slow release nitrogen every 8 to 10 weeks per 1,000 square feet. 904-2.4 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with City of Forth Worth Project No. 101172 T-904 - I Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 904-3.1 General. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required .materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 Preparing the ground surface. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches (5mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 Applying fertilizer and gFOund limeston . Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the spacial .-,,.w��this specification. if use of gfeuffd limestone is fequimd, it shall theii be spread a a rate that wih pFavide not less than the quantity st + a i the s A „forisions: These materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm) by discing, raking, or other suitable methods. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 Obtaining and delivering sod. After inspection and approval of the source of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches rc Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 n+j�n), and in lengths of not less than 18 inches (0.5 m), but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut_ 904-3.5 Laying sod. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen City of Forth Worth Project No. 101172 T-904 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches (1 n immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately one inch (25 f0m) below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1) verticaI to 2-1/2 horizontal and in v-shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches (300 nun) in length and have a cross -sectional area of not less than 3/4 sq inch ( . The pegs shall be driven flush with the surface of the sod. 904-3.6 Watering. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 Establishing turf. a. General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. b. Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. c. Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 Repairing. When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be sodded as specified in paragraph 904-3.5. City of Forth Worth Project No. 101172 T-904 - 3 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-1OG METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and accepted. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard (square meter) for sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-5.1 Sodding - per square yard (square meter) MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 City of Forth Worth Project No. 101172 T-904 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM T-905 TOPSOILING DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches (50 mm) or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be incorporated into the topsoil by disking or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh (0.075 nun) sieve as determined by the wash test in accordance with ASTM C117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 Inspection and tests. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be as shown on the plans or Geotechnical report. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 Preparing the ground surface. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means City of Forth Worth Project No. 101172 T-905 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 Obtaining topsoil. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer sufficiently in advance of operations in order that necessary tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 4 inches (100 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross -sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. City of Forth Worth Project No. 101172 T-905 - 2 Issued for Construction Taxiway P Extension Phase I rune 19, 2020 7/21/2014 AC 150/5370-1OG METHOD OF MEASUREMENT 905-4.1 The quantity of Topsoil shall be measured by the number of square yards of topsoil measured in its final position by survey. 905-4.2 No separate measurement shall be made for Topsoil stockpiled by others and removed for topsoiling by the Contractor. 905-4.3 No separate measurement shall be made for topsoil obtained off the site. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per square yard for Topsoil. This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-905-5.1 4" Topsoil - per square yard TESTING MATERIALS ASTM Cl 17 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 City of Forth North Project No. 101172 T-905 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OCT Page Intentionally Left Blank City of Forth Worth Project No. 101172 T-905 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ITEM L-100 GENERAL PROVISIONS - ELECTRICAL DESCRIPTION 100-1.1 GENERAL. This item is intended to supplement the specifications for the Airfield Electrical, Lighting and Lighting Control requirements of this contract. It is the intent and meaning of the Plans and Specifications that the Contractor shall provide an electrical installation that is operational and complete, including all items and appurtenances necessary, reasonably incidental or customarily included, even though each and every item is not specifically called out or shown. Installations and construction under these provisions shall be coordinated with the Resident Project Representative (RPR). Specification requirements for approvals, reviews, or other involvements of the Engineer shall be transmitted by the Contractor through the RPR to the Engineer. QUALITY ASSURANCE 100-2.1 APPLICABLE CODES AND STANDARDS. a. Codes. All electrical work shall conform with the requirements and recommendations of the latest edition of the National Electrical Code. In conflicts among drawings, specifications and codes, the most stringent requirements shall govern. b. Standards. The specifications and standards of the following organizations are by reference made part of these specifications and all electrical work, unless otherwise indicated, shall comply with their requirements and recommendations wherever applicable. Institute of Electrical and Electronic Engineers (IEEE) American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) Insulated Power Cable Engineers Association (ICEA) National Bureau of Standards (NBS) National Electrical Contractor's Association (NECA) National Electrical Manufacturer's Association (NEMA) National Fire Protection Association (NFPA) Underwriter's Laboratories, Inc. (UL) National Electrical Safety Code (NESC) 100-2.2 REQUIREMENTS OF REGULATORY AGENCIES a. Airport lighting equipment and materials covered by FAA specifications shall be certified under the Airport Lighting Equipment Certification Program described in Advisory Circular (AC) 150/5345-53, current edition, and be listed in the current Addendum of the AC. All Advisory Circulars referenced in these specifications shall be the latest edition. b. All other equipment and materials, covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. c. The requirements and recommendations of the latest edition of the Occupational Safety City of Fort Worth Project No. 101172 L-100 - 1 Issued for Construction Taxiway P Extension Phase 1 .Tune 19, 2020 and Health Act are by reference made a part of these specifications and all electrical work shall comply with their requirements and recommendations wherever applicable. 100-2.3 WORKMANSHIP AND PERSONNEL REQUIREMENTS a. All electrical work shall be performed by workmen skilled in the electrical trade and licensed for the work by the State of Texas. The Airport Building Official will recognize the credentials of Master Electricians with valid current licenses from Texas. Credentials will be recognized of Journeyman Electricians with valid current licenses from Texas or other licensing entities having established reciprocal agreements with these municipalities. b. A licensed Master Electrician will be required for the issuance of a building permit for constructing, installing, altering, maintaining, repairing or replacing any electrical wiring, apparatus, or equipment on any voltage level in the jurisdiction of the Airport. c. A licensed Master Electrician or a licensed Journeyman Electrician is required to be on the job site whenever any electrical work is performed. Any airfield electrical work or associated electrical installations shall be accomplished under the direct supervision of a licensed Journeyman Electrician. d. To insure compliance with Paragraph "c" above, only a documented Electrical work force with a ratio of a maximum of one (1) licensed Apprentice for each licensed Journeyman Electrician shall be allowed to work on the airfield electrical systems. e. Contractor shall prepare documentation associated with the electrical work force confirming adherence to the requirements of Paragraph "d" above. These documents shall be submitted to the RPR for approval. Also, any work force changes or revisions which affect compliance with paragraph "d" above shall also be submitted to the RPR for approval. L All airfield circuits will be handled throughout the installation process by qualified licensed electrical personnel. g. Every airfield lighting cable splicer shall be qualified in making airfield cable splices and terminations on cables rated above 1,000 volts A.C. The Contractor shall submit for approval of the RPR proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splice medium voltage cable at airports. h. At least thirty (30) days prior to performing any cable splicing/terminating, Contractor shall submit to the RPR a written list of proposed cable splicing/terminating personnel, including written evidence that the proposed personnel have had a minimum of eight (8) hours of technical training by authorized splice/termination kit manufacturer personnel. Approved training shall include a thorough review of kit components and splicing/terminating techniques and procedures. Field splices shall only be installed by technicians approved by the RPR. i. In addition, each trained cable splicer shall be required to install a splice and a connector on type and size of the cable to be used under this contract. Sample connections shall be accomplished in accordance with the manufacturer's instructions and in the presence of the RPR. j. The Contractor performing construction on the airfield electrical and/or communication system shall have a minimum of 5 years of experience on construction of projects of similar type of work and of similar size and complexity. The owner will require all Electrical Contractors City of Fort Worth Project No. 101172 L-100 - 2 Issued for Constr action Taxiway P Extension Phase 1 June 19, 2020 bidding on this project to submit proof of experience that they have successfully completed at least two projects of comparative size and complexity within the past 5 years. If the electrical contractor fails to furnish any of the above to the satisfaction of the engineer and owner, then the owner has the authority to reject the contractor from work on this project. k. Electrical contractor qualifications shall be based on previous work experience as follows: 1. Provide electrical vault upgrades specifically for 5KV equipment of similar size and capacity. 2. Perform construction activities within an active AOA. 3. Provide airfield lighting, signage and infrastructure installation of similar size and complexity within past 2 years. 100-2.4 EQUIPMENT, MATERIAL AND INSTALLATION REQUIREMENTS a. The Contractor shall furnish and install all materials, equipment, accessories, connections and incidental items in accordance with the approved recommendations of the manufacturer and the best practices of the trade to provide a complete installation ready for use and operational by the Owner. b. All equipment and materials shall be new, unless specifically noted otherwise, and shall bear the manufacturer's name, trademark and ASME, UL, and/or other labels in every case where a standard had been established for the particular item. c. Where applicable, equipment shall be FAA approved design of a standard product of a manufacturer regularly engaged in the production of the required type of equipment, and shall be supported by a service organization reasonably convenient to the site, as determined by the RPR. d. The Contractor shall promptly notify the RPR in writing of any conflict between any requirements of the Contract Documents and equipment manufacturer's directions and shall obtain written instructions from the RPR before proceeding with the work. Should the Contractor perform any work that does not comply with the manufacturer's directions or such written instructions from the RPR, Contractor shall bear all costs arising in correcting deficiencies. e. After review of equipment submittals, and instructions by the Engineer to proceed, equipment installations may require arrangements or connections different from those shown on the drawings. It is the responsibility of the Contractor to install the equipment to operate properly. The Contractor shall provide any additional equipment and/or materials required for installations to operate in accordance with the intent of the drawings and specifications. f. It is the responsibility of the Contractor to insure that items installed fit the space available with adequate room for proper equipment operation and maintenance. Contractor shall make field measurements to ascertain space requirements, including those for connections, and shall furnish and install such sizes and shapes of equipment that the final installation provides a complete and operational system that complies with the requirements of the drawings and specifications. g. The Contractor shall be responsible for coordinating proper location of roughing in and connections by other trades. Changes associated with coordination requirements shall be made at no increase in the Contract amount or additional costs to other trades. City of Fort Worth Project No. 101172 L-100 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 h. The Contractor shall support work and equipment plumb, rigid and true to line. The Contractor shall determine how equipment, fixtures, conduit, etc., are to be installed, as required by codes, drawings and specifications. Foundations, bolts, inserts, stands, hangers, brackets and accessories required for proper support shall be provided by the Contractor, whether or not specifically indicated on the drawings. 100-2.5 SUBMITTALS a. Submit manufacturer's data or shop drawings following Item L--106 —Submittals, Record Documents and Maintenance Manuals. 100-2.6 INSPECTION AND TESTING a. All work performed by the Contractor shall be subject to periodic inspections by the Engineer, the Owner's Representative, and the Owner's RPR to verify that the installation is in compliance with the applicable requirements of these specifications. b. System and component testing shall be performed as specified in Item L- I I I Airfield Electrical Installation and Testing. Test results shall be evaluated by the Engineer and the RPR based upon the criteria indicated. c. Any installation found which does not conform to the required technical provisions of these specifications or any specimen which does not meet the test criteria defined in Item L-I 11 Airfield Electrical Installation and Testing, shall be immediately removed by the Contractor and then replaced at his expense. When required, testing shall be performed on the new specimen in place to verify compliance with the criteria defined in Item L-1 I I Airfield Electrical Installation and Testing. CONSTRUCTION PROVISIONS 100-3.1 AOA AREA INSTALLATION PROVISIONS a. To enhance personnel safety and avoid contractual problems, the Contractor shall comply with the provisions indicated below 100-3.2 ELECTRICAL WORK PROVISIONS. a. Existing Underground Utilities. 1. At least forty-eight (48) hours prior to beginning any excavation within the AOA, locations of all utility lines and FAA cables in the construction area will be identified and marked with surveyor flags by appropriate utility and/or FAA personnel. The Contractor shall be responsible for maintaining the location flags. Any flags displaced shall be replaced by the Contractor. The Contractor shall coordinate with RPR any additional prior notification time required during weekend and/or holiday work periods. 2. Also at least forty-eight (48) hours prior to beginning any excavation within the AOA, the contractor shall request the airport RPR to have airport staff identify circuits in proposed excavation areas. The Contractor shall coordinate with RPR any additional prior notification time required during weekend and/or holiday work periods. City of Fort Worth Project No. 101 172 L-100 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 3. The above noted line identification information shall not relieve the Contractor of the responsibility of pinpointing underground lines to avoid unplanned disruptions or disturbing of installation or operation of underground lines in construction areas. Contractor shall use cable tracing equipment or other methods approved by the RPR at his disposal, to pinpoint line locations. Excavation shall not proceed until all underground lines have been identified to the satisfaction of the RPR. 4. Contractor shall hand excavate in areas of Airport underground electrical lines to avoid disturbing circuits such as FAA, telecom and NAVAIDS. 5. Repair of underground lines damaged by the Contractor shall be the sole responsibility of the Contractor. b. Lockout Procedure. Contractor shall adhere to requirements of Item L-104 Recommended Lockout Procedure for Airfield Lighting Circuit. 100-3.3 TEMPORARY AND BYPASS CIRCUIT PROVISIONS a. During construction, temporary or bypass wiring or cable installations may be required to maintain operation of certain equipment and/or airfield lighting circuits, as indicated in Construction Documents and/or as specified. Temporary/bypass circuit installations shall adhere to provisions indicated below. b. General Requirements. 1. Contractor shall review the requirements in the specifications and Construction Documents, including, but not restricted to: Phasing and Sequencing Plans, Demolition Plans and Wiring Diagrams. Contractor shall determine locations, sizes and quantities of temporary/bypass wiring and conduits required for project construction. 2. At least 14 days prior to commencement of installation of temporary/bypass wiring, the Contractor shall submit a layout of proposed temporary/bypass conduits and circuits to the RPR for review and approval, including proposed installation protection provisions. c. Equipment and Materials. 1. Temporary/bypass wiring shall meet the requirements of Item L-108 Underground Power Cable for Airport, and shall also conform to the Construction Plans. Temporary/bypass wiring shall be identified at junction points with brass tags as approved by the RPR. d. Installation. 1. Temporary/bypass circuits shall be installed with due consideration to personnel safety and circuit protection against physical damage. All damage to existing circuits as a result of Contractor action or inaction shall be corrected accordingly at the Contractor's expense and corrective action approved by the Owner. 2. Temporary/bypass, high voltage lighting system cables shall be protected from damage by vehicles with suitable fencing, barriers and/or adequately sized boards or timbers. 3. Temporary Airfield Electrical Services a) The Contractor shall install temporary electrical airfield services in satisfactory City of Fort Worth Project No. 101172 L-100 - S Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 operating condition before disconnecting existing electrical services. Such temporary services shall be maintained during the period of construction and removed only after new permanent services have been tested and are in operation. Temporary electrical airfield provisions shall include, but not be limited to new electrical conductors installed in existing pathways, above ground or in new conduit. Temporary sign panels and blanking out of existing light fixtures as required by HAS airport operations to close or re-route traffic around the construction area and all associated electrical incidentals such as conduit or cable protection, connector kits, splicing of cables, etc. as required for a complete temporary airfield electrical system. Approved methods for blanking out of the existing fixtures shall include the following: 1) Elevated Fixtures: Install PVC pipe to cover the complete fixture. Pipe to be nominal 18"H x 6"-8" diameter as needed with cap. 2) In -pavement Fixture: Mask fixture light source using tape. Use only heavy duty black duct tape. Do not allow sticky surface of tape to touch fixture lens. Install a section of tape double upon itself so there is no sticky surface over the lens portion of the fixture. Provide overall taped covering with sticky surface attached to fixture housing only for complete fixture cover. 4. Temporary/bypass circuits shall be removed immediately upon completion of construction or purpose for which the wiring was installed. Upon removal of boards or timbers fastened to the pavement surface to protect temporary/bypass circuits, the Contractor shall repair the pavement with materials and methods approved by the RPR. Temporary/bypass cable and counterpoise shall be removed and discarded off the Airport by the Contractor, 100-3.4 EXISTING ELECTRICAL EQUIPMENT AND MATERIALS a. The Contractor shall remove all existing wiring and electrical equipment made unnecessary by the new installation. All materials removed shall become property of the Contractor and disposed of by the Contractor. The Contractor shall list materials according to type, class and/or size, and store or dispose of materials as directed by the RPR. 100-3.5 POWER SERVICE CONTINUITY a. Provide labor, materials and supervision required to maintain full capacity power service continuity when connection or modifications are made to existing systems and facilities. Do not interrupt service without prior consent of the RPR, with a definite understanding of time and duration of outage. All outages will take place at a time for minimum disruption of facility activity. Coordinate with Owner. 100-3.6 AS -BUILT DRAWINGS a. The Contractor shall maintain a set of as -built drawings on the job site as required the General Provisions of the Contract. Contractor shall mark on the as -built drawings all work details, alterations installed to meet site conditions and changes made by Change Notices. As -built drawings shall be kept available for inspection by the RPR and/or the Engineer at all times. Refer City of Fort Worth Project No. 101172 L-100 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 to Item L-106 Submittals, Record Documents and Maintenance Manuals for additional requirements. b. Airfield wiring verification diagrams shall be maintained throughout the project and later submitted to the airport manager upon completion. These field wiring diagrams shall depict the exact routing and number of cables installed in each conduit originating from the airfield lighting vaults and extending to each manhole, handhole, pullbox, sign, and lighting fixture for each new circuit or circuit revision as applicable to the construction documents. Refer to Item L-106 Submittals, Record Documents and Maintenance Manuals for additional requirements. MEASUREMENT AND PAYMENT 100-4.1 METHOD OF MEASUREMENT AND PAYMENT a. There will be no measurement or payment for this section. All work will be considered incidental for complete installation of the work to which it is related. END OF ITEM L-100 City of Fort Worth Project No. 101172 L-100 - 7 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth Project No. 101172 L-100 - S Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 ITEM L-104 RECOMMENDED LOCKOUT PROCEDURE FOR AIRFIELD LIGHTING CIRCUIT DESCRIPTION 104-1.1 The Contractor is required to lockout the power source feeding any airfield lighting circuit that he will come in contact with (either by hand or with equipment) during the course of the workday. Coordinate with the RPR. Airfield lighting circuits can be locked out only with the approval of the airport manager. They must be returned to service the same day unless prior arrangements have been made. Cloudy or overcast days may delay or cancel a scheduled lockout. a. In order to gain access to the circuit power source, the Contractor will contact his RPR at least 48 hours prior to the day and hour when the circuit lockout is required. The Contractor will identify, in writing, his work area and the circuit to be locked out. b. The RPR will then contact the Airport Manager at least 24 hours in advance, with all the pertinent information, so the work may be scheduled, and verify that the circuit can be turned off as requested. The Airport Manager will determine if the circuit can remain de -energized outside of daylight hours. Request for lockouts that occur on recognized holidays, or Saturdays and Sundays, or after normal working hours, (0530 to 2230), will require special notice. In this case the Airport Manager must be notified a minimum of two regular working days in advance of the lockout occurrence. The Contractor, the RPR, and the Airport Manager, if required, will meet at the vault for the lockout. The Contractor shall provide a 5000-volt, direct current megger. The megger shall be a 120-volt A.C. device, as opposed to a hand crank type, and calibrated within the last three months. The Airport Manager's Authorized Representative will de -energize the circuit. *(See note at the end of the procedure). The Contractor will install his lock on the scissor clip, locking out the disconnect. c. The Contractor will insulate between the field contact of the S-1 switch of all series circuits to be locked out prior to megging. The insulating piece(s) will remain in place until all circuits are meggered for release of lockout. The Contractor will megger the circuit in the presence of the Airport Manager's Authorized Representative. The megger will be connected to the circuit and allowed to energize the circuit for a full three minutes at 1000 volts, before the reading is taken. The Contractor will record the reading by completely filling out the lockout log form (example attached) on the tablet at the door of the regulator room. The RPR will notify the Airport Manager to report the circuit lockout time and the megger reading. d. The Contractor will install an appropriate Safety Tag on the locked out disconnect switch. The tag will show the name of the Contractor, and the date. e. As soon as practical after the work is complete, but no later than the same day unless prior arrangements have been made, the Contractor will notify the RPR, who will in turn notify the Airport Manager that the circuit is ready to be re -energized. The Contractor, the Airport Manager's Authorized Representative and the RPR will meet at the vault to re -test the circuit. L The Contractor will megger the circuit for five minutes in the presence of the Airport Manager's Authorized Representative and the RPR and record the reading on the form. He will also, at this time, megger across the field connections of the S-1 switch if present to insure continuity and correct field connections. If the readings are acceptable to the Airport Manager's Authorized Representative and the RPR, then the Contractor will remove his safety tag and lock. City of Foit Worth Project No. 101 172 L-104 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 If the readings are not acceptable, then the Contractor must correct the problem immediately or prove that the problem is not in his work area. An acceptable megger reading must be registered before the circuit can be released (acceptance of the circuit at this time does not relieve the Contractor of liability for damage discovered later which results from faulty workmanship). If the circuit is to be left off after dark, the RPR must notify the Airport Manager with detailed informa- tion concerning the outage. Some outages will require continued work to re-encrRize_circuits. g. Under no circumstance will the Circuit Disconnect Switch be turned back on by anyone other than the Airport Manager or their Representative. The RPR will notify the Airport Manager to report the time the circuit was released and the megger reading. PRODUCTS (NOT USED) EXECUTION (NOT USED) MEASUREMENT AND PAYMENT ] 04-4.1 There will no separate measurement for payment of the work discussed in this section. All work will be considered incidental for the completion of the component of the work to which it is related. END OF ITEM L-104 City of Fort Worth Project No. 101172 L-104 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ITEM L-105 ALTERATIONS, REMOVAL AND DEMOLITION DESCRIPTION 105-1.1 DEFINITIONS. Alterations shall mean any change or rearrangement in the component parts, including structural, mechanical, electrical systems, or internal or external arrangements of an existing structure. Removal shall mean the dismantling of existing materials, components, equipment, and utilities. Removed items shall be handled, prepared for storage, transported to storage areas as specified. Demolition shall mean the dismantling and disposal of existing materials, components, equipment, and utilities which cannot or will not be reused or which will have no salvage value, or which cannot be reused due to unrepairable damage caused by age, non -demolition related reasons, etc. All demolished items not designated to be turned over to the Owner shall be disposed of in a safe manner and at a location acceptable to the Owner. All items to be turned over to the Owner shall be properly enclosed or boxed to protect the items from damage and transported by the Contractor to a location on the Owner's property, designated by the Engineer and/or the Owner. The installation and/or removal of lighting equipment may be critical to airport operations; therefore, the Contractor shall follow the work schedule established in the plans and specifications or as directed by the Engineer. The system shall be installed in accordance with the National Electrical Code and/or local code requirements. The Contractor shall provide temporary wiring as required to reconnect existing circuits to provide guidance for aircraft to pass through the construction areas on those taxiwayshunways which must remain open. The Contractor shall check all temporary circuits before dark each day to assure that they are operational. In the event of failure, the Contractor shall immediately take steps to restore operation. The cost of temporary and reconnected lighting shall be absorbed in the various work items. 105-1.2 CONDITION OF EXISTING FACILITIES. The Contractor shall verify the areas, conditions, and features necessary to tic into existing construction. This verification shall be done prior to submittal of shop drawings, fabrication or erection, construction or installation. The Contractor shall be responsible for the accurate tie-in of the new work to existing facilities. Special attention is called to the fact that there may be piping, fixtures or other items in the existing systems which must be removed or relocated in order to perform the alteration work. All conduit, wiring, boxes, etc., that do not comply with these specifications shall be removed or corrected to comply with these specifications. All unused conduit not removed shall be identified and a pull line shall be installed. The work shall include all removal and relocation required for completion of the alterations and the new construction. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested in the presence of the Owner's Representative and/or Engineer. The Contractor shall record the results on the forms included in these specifications. When the circuit is returned to its final condition, the circuit's insulation resistance shall be checked again in the presence of the Owner's Representative and/or Engineer. The Contractor shall record the results on the forms included in these specifications. The second reading shall be equal to or greater than City of Fort Worth Project No. 101172 L-105 - 1 Issued for Construction Taxiway P Extension Phase 1 .Tune 19, 2020 the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance Manuals as described in Item L-106, Submittals, Record Documents and Maintenance Manuals. 105-1.3 OCCUPANCY AND USE OF EXISTING FACILITIES. The Owner will occupy and use the facilities within the areas of work during the entire construction period. The Contractor shall be required to plan and coordinate his activities in order to provide all necessary controls for the abatement of dust, noise, and inconvenience to the Owner personnel during all phases of the work. 105-1.5 SAFETY REQUIREMENTS. The Contractor shall conduct alterations and removal operations in a manner that will ensure the safety of persons in accordance with the requirements of CFR 29 PART 1926 and 1910. 105-1.6 CLASSIFICATION OF REMOVEDIDEMOLISHED ITEMS. Existing materials and equipment indicated to be removed will be classified as "salvageable" and shall remain the property of the Owner or will be classified as "debris" and shall be disposed of legally off the airport. Reusable salvaged items: a. Salvaged materials and equipment shall be reused in the work as described on the contract drawings, unless noted otherwise. Retained salvaged items: a. Salvaged materials and equipment to be retained by the Owner but not reused in the work shall be turned over to the Owner at a site at the facility to be determined by the Owner. Retained salvaged items shall be stored on Owner property where indicated by the Owner. Debris items: a. Items classified as debris shall be legally disposed of off the airport property. The cost of such disposal shall be included in the cost of other items of work. 105-1.7 TEMPORARY PROTECTION. The Contractor shall provide and maintain the following requirements. Protection of persons and property shall be provided throughout the progress of the work in accordance with these specifications. Provide temporary facilities and infrastructure prior to starting alterations and removal of work. Such items shall protect existing materials, equipment, and other remaining system components from damage by weather and construction operations. Provide temporary jet blast structures which will withstand the jet blast with a safety factor of 2. EXECUTION 105-2.1 DISCONNECTING UTILITIES. Prior to the start of work, the necessary utilities serving each area of alteration or removal will be shut off by the Owner and shall be disconnected City of Fort Worth Project No. 101172 L-105 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 and sealed by the Contractor, as required 105-2.4 REMOVAL WORK. The Contractor shall not disturb the existing construction beyond that indicated or necessary for installation of new work. Temporary shoring and bracing for support of building components to prevent settlement or other movement shall be as indicated and as required to protect the work. The Contractor shall provide protective measures to control accumulation and migration of dust and dirt in all areas of work, particularly those adjacent to occupied areas. The Contractor shall remove dust, dirt, and debris from the areas of work daily. 105-2.5 SALVAGEABLE MATERIALS AND EQUIPMENT. The Contractor shall remove all salvageable materials and equipment in a manner that will cause the least possible damage thereto. The equipment shall be properly supported during the removal operation to prevent damage. Removed items which are to be retained by the Owner shall be carefully handled, stored, and protected. The Contractor shall provide identification tags on all items boxed or placed in containers, indicating the type, size, and quantity of materials. For lighting equipment to be salvaged and re- installed, the contractor shall provide a fixture tag during the equipment removal operation which corresponds to the fixture tag on the contract documents. Upon re -installation, the fixture tag will be used so that the correct fixture is re -installed at the proposed new and/or existing location. 105-2.6 STRUCTURES. Existing concrete shall be demolished, removed, and disposed of Square, straight edges shall be provided where existing concrete adjoins new work and at other locations where indicated. Existing steel reinforcement shall be protected where indicated; otherwise, it shall be cut off flush with face of concrete. The Contractor shall dismantle steel components at field connections and in a manner that will prevent bending or damage. The use of flame -cutting torches will be permitted only when other methods of dismantling are not practical, and when approved in writing by the Owner and/or Engineer. 105-2.7 ELECTRICAL EQUIPMENT AND FIXTURES. Wiring systems and components shall be salvaged. Loose items shall be boxed and tagged for identification. All unused conduit not removed shall have a pull string installed and shall be noted on the record drawings. Primary, secondary, control, communication, and signal circuits shall be disconnected at the point of attachment to their distribution system. The Contractor shall remove and salvage electrical fixtures. Incandescent lamps, LED lamps, and fluorescent lamps shall be salvaged, boxed and tagged for identification, and protected from breakage. The Contractor shall remove and salvage switches, receptacles, fixtures, transformers, constant current regulators, meters, instruments, plates, circuit breakers, panelboards, outlet boxes, and similar items. These items shall be boxed, and tagged for identification according to type and size. The Contractor shall remove and dispose of conductors and conduits not used in the finished work and shown to be demolished on the plans. City of Fort Worth Project No. 101172 L-105 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 DEMOLITION 105-3.1 DEMOLITION OPERATIONS. Demolition operations shall be conducted to ensure the safe passage of persons to and from facilities occupied and used by the Owner and to prevent damage by falling debris or other cause to adjacent buildings, structures, and other facilities. The sequence of operations shall be such that maximum protection from inclement weather will be provided for materials and equipment located in partially dismantled structures. 105-3.2 MAINTAINING TRAFFIC. Demolition operations and removal of debris to disposal areas shall be conducted to ensure minimum interference with runways, taxiways, aprons, roads, streets, walks, and other facilities occupied and used by the Owner. Streets, walks, runways, taxiways and other facilities occupied and used by the Owner shall not be closed or obstructed without written permission from the Owner. 105-3.3 REFERENCE STANDARDS REQUIREMENTS. Demolition operations shall be conducted to ensure the safety of persons in accordance with ANSI A 10.6 Safety Requirements for Demolition. Demolition shall be conducted in accordance with OSHA, State and local requirements. DISPOSAL OF DEMOLISHED MATERIALS 105-4.1 GENERAL. The Contractor shall dispose of debris, rubbish, scrap, and other non salvageable materials resulting from demolition operations. Demolished materials shall not be stored or disposed of on Airport property. 105-4.2 REMOVAL FROM OWNER PROPERTY. Materials classified as debris shall be transported from Owner property and legally disposed of at no additional cost to the Owner. Permits and fees for disposal shall be paid by the Contractor. ALTERATION WORK 105-5.1 GENERAL. Cutting, patching, repairing, and other alteration work shall be done by tradesman skilled in the particular trade or work required. Where required to patch or extend existing construction, or both, such alteration work shall match existing exposed surface materials in finish, color, texture, and pattern. Salvaged items for reuse shall be as approved by the Engineer and Owner. METHOD OF MEASUREMENT 105-6.1 ELECTRICAL DEMOLITION. This item includes all materials, labor, transportation incidentals and services required for the electrical demolition as shown on the plans. It is the intent of the demolition pay item that all equipment, devices, fixtures, boxes, materials, systems, appurtenances, isolation transformers and connector kits, etc. which are no longer required as a result of the project to be removed shall be measured by each item removed. Removal of the item shall include the associated foundation, concrete encasement, boxes, transformers, structures, disconnect of the wiring, repair of the disturbed area to match surrounds and backfiIl requirements, City of Fort Worth Project No. 101172 L-105 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 etc for a complete removal of the item and its components unless otherwise noted. Furthermore, this item shall include disposal or salvage as directed by owner or as noted on the contract drawings. Where items are noted to be salvaged for re -installation, this item includes the tagging and protection of the item. 105-6.2 ELECTRICAL INFRASTRUCTURE DEMOLITION. This item includes all materials, labor, transportation incidentals and services required for the electrical infrastructure demolition as shown on the plans. It is the intent of the demolition pay item that all equipment, devices, fixtures, wiring, materials, systems and appurtenances, etc. which are no longer required as a result of the project to be removed shall be measured by the lineal foot. Demolition of conduit and ductbanks are limited to areas requiring excavation for construction of pavement or new utilities or associated infrastructure. It is not the intent of this item to provide additional excavation for the sole purpose of electrical infrastructure removal. Incidental to this item are all associated encasement duct markers, counterpoise cables and ground rods. Where a conductor is no longer in use but cannot be demolished, the cable ends shall be tagged and labeled at each end and at all accessible areas of the cable. Where wires are to be abandoned in each, this item includes the tagging and labeling at each end or accessible area of the cable. There is no separate measurement of conduit or ductbank size or type. BASIS OF PAYMENT 105-7.1 Payment will be made at the contract price for the required electrical and equipment demolition. This price shall be full compensation for furnishing all material, equipment and for all preparation, removal of the salvageable materials or debris and equipment and for all labor, equipment, tools and incidentals necessary to complete this item. This item includes any temporary wiring, fixtures, etc. required to maintain the existing electrical systems to the satisfaction of the Owner and Engineer. There is no separate measurement for light fixture types. 105-7.2 Payment will be made at the contract price for required electrical infrastructure demolition. This item includes all materials, labor, transportation, incidentals and services required for the demolition as shown on the plans. This item includes any temporary wiring, fixtures, etc. required to maintain the existing electrical and security systems to the satisfaction of the Owner and Engineer. It is the intent of the demolition pay item that all conduit, conductors, foundations, bollards, etc. no longer required as a result of the project be removed. Payment will be made under: Item L-105 -I Remove and Salvage Light. Remove Base Can in Modified Pavement Areas — Per Each Item L-105 - 2 Remove and Salvage Retroreflective Marker -- Per Each Item L-105 - 3 Remove 2" Sched 40 PVC in Modified Pavement --- Per Linear Foot Item L-105 - 4 Remove 2" Sched 40 PVC in Earth — Per Linear Foot Item L-105 - 5 Remove 48AWG, L-824C, 5KV Cable in duct — Per Linear Foot City of Fort Worth Project No. 101172 L-105 - 5 Issued for Construction Taxiway P Extension Phase I June 19, 2020 END OF ITEM L-105 City of Fort Worth Project No. 101 172 Taxiway P Extension Phase 1 L-105-6 Issued for Construction June 19, 2020 ITEM L-106 SUBMITTALS, RECORD DOCUMENTS AND MAINTENANCE MANUALS DESCRIPTION 106-1.1 GENERAL. The items described in this section are applicable to all electrical work by the Contractor. Where the contract special conditions or general provisions also apply, the stricter of the documents shall apply. 106-1.2 SCOPE. This section includes the requirements for submittals, record documents operation and maintenance (O&M) manuals. All submittals and O & M Manuals shall be submitted in book form as described in this item. SHOW DRAWINGS AND SAMPLES 106-2.1 REQUIREMENTS FOR SHOP DRAWINGS AND SAMPLES. a. Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the work. b. Submittal data for electrical materials and equipment shall consist of shop drawings and/or catalog cuts showing technical data as necessary to evaluate the material or equipment, to include dimensions, wiring diagrams, performance curves, ratings, control sequence and other descriptive data necessary to describe fully the item proposed and its operating characteristics. c. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the work will be judged. Each sample shall be accompanied by the manufacturer's instructions regarding installation, operation and maintenance and shall be identified by item number, and specification. d. The Contractor shall review, stamp with his approval and submit to the Engineer, one (1) electronic full-size shop drawings, an electronic copy of all submittals and one (1) set of samples (if specifically requested by the engineer) within fifteen (15) days of notice to proceed. e. If the Contractor desires to deviate from the requirements of the contract documents, the Contractor shall separately submit all deviations from the requirements of the contract documents in shop drawings or samples. The submission shall direct in writing the specific attention of the Engineer to the deviations, and shall contain all required data and supporting documentation necessary for an evaluation of the proposed deviation. Any submission or deviation not identified as heretofore mentioned shall be rejected and require resubmission. Separate written approval of all deviations by the Engineer for all design related deviations and by the Owner for all other deviations is required before the Contractor may perform the work covered by such deviation. By requesting a deviation, the Contractor makes the representations contained in this section. L If approval is given, the Contractor will not be excused from producing work in conformity with contract requirements. If a trial use establishes the work does not meet the contract City of Fort Worth Project No. 101172 L-106 - 1 Issued for Construction Taxiway P Extension Phase I June 19, 2020 requirements, the Contractor shall take such action as the Engineer determines necessary to meet the contract requirements. No change in contract time will be made as a result of changes made under this subparagraph. By requesting a deviation, the Contractor makes the representations contained in this section. 106-2.2 SUBSTITUTIONS a. Substitutions will only be considered after bid date only if the following conditions are met and allowed by other sections of these specifications. b. Request for substitution is submitted no later than 15 days after notice to proceed for construction is awarded to the Contractor. e. Request for substitution includes appropriate credit to the project cost. This credit must be submitted with request for substitution in order for substitution to receive any consideration. d. Samples are to be submitted for all substituted Iight fixtures, wiring devices and other items deemed necessary by the Engineer to determine that the substituted item meets all specifications and requirements before approval of substitutions can be made. e. Samples shall be submitted within 15 days after the notice to proceed of the contract. f. Request for substitution shall include the name of the material or equipment for which it is to be substituted, drawings, cuts, performance and that data or any other data or information necessary for the Engineer to determine that the equipment meets all specifications and requirements. g. Where permitted and approved, the substitution must conform to space requirements. Substitutions that cannot meet space requirements, which is the substitution instalIer's responsibility whether approved or not, shall be replaced at the Contractor's expense. Any substitution modifications of related systems, as a result of the substitution, shall be made at the Contractor's expense. h. The Contractor represents that it has personally investigated the proposed substitution and determined that the proposed substitution is equal or superior in all respects to the specified method or equipment. i. The Contractor represents that it will provide a warranty for the substitution identical in all respects to the warranty for the specified method or equipment. ,j. The Contractor represents that it will coordinate the installation of the accepted substitute, making changes as may be required for the work to be complete in all respects at no additional costs to the Owner. k. The Engineer shall be the sole judge of whether the proposed "or equal" is suitable for use in the work. 1. Substitutions will be considered prior to bid date only if all the following conditions are City of Fort Worth Project No. 101172 L-106 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 met: 1. A written request has been submitted to the Engineer for approval not less than 7 days prior to the bid. date. 2. Substitution samples are to be submitted for all substituted light fixtures, wiring devices and other items deemed necessary by the Engineer to determine that the substituted item meets all specifications and requirements before approval of substitutions can be made. 3. Substitution samples shall be submitted not less than 7 days prior to the receipt of bids. 4. Request for substitution shall include the name of the material or equipment for which it is to be substituted, drawings, cuts, performance and that data or any other data or information necessary for the Engineer to determine that the equipment meets all specifications and requirements. 5. Substitution is approved and included in an addendum. 106-2.3 APPROVAL a. By approving and submitting shop drawings and samples, the Contractor thereby represents that he/she has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data and that the Contractor, has checked and coordinated each shop drawing and sample with the requirements of the work of the contract documents. b. Unless otherwise stated in the contract documents, the Engineer will review and approve shop drawings and samples within fifteen (15) days after receipt, but only for conformance with the design concept of the project and with the information given in the contract documents. The Engineer's approval of a separate item shall not indicate approval of an assembly in which the item functions. c. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected shop drawings or new samples until approved. The Contractor shall direct specific attention in writing or on resubmitted shop drawings to revisions other than the corrections requested by the Engineer on previous submissions. d. The Engineer's approval of shop drawings or samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the contract documents unless the Contractor has informed the Engineer in writing of such deviation at the time of submission and the Engineer has given written approval to the specific deviation. The Engineer's approval shall not relieve the Contractor from responsibility for errors or omissions in the shop drawings or samples. e. The submittals will be reviewed for design intent and general compliance with the information contained in the drawings and specifications. The Contractor is responsible for dimensions, quantities, fabrication processes and methods of construction, coordination of the Contractor's work with that of all trades. The Contractor shall be responsible for satisfactory performance of his work and supplying a complete and operational system. L No portion of the work requiring a shop drawing or sample submission shall be commenced City of Fort Worth Project No, 101172 L-106 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 until the submission has been approved by the Engineer. All such portions of the work shall be in accordance with approved shop drawings and samples. g. Samples, upon request, shall be submitted after- written notice of acceptance and approval has been made of each substitution. The Engineer reserves the right to reject the sample should the sample not meet the requirement of the contract documents. 106-2.4 SUBMITTAL CONTENTS. All submittals shall be submitted electronically and must contain the following: a. First sheet must contain the following: 1. Project Name/Location 2. Unique identifiable submittal number. a) Any resubmittal must contain the original submittal number as part of the resubmittal number along with an additional field (numeric or alphabetic) incremented by 1 for each subsequent resubmittal until the entire submittal contents are approved. 3. Date Submitted 4. Submittal Due Date 5. Submittal Description 6. Associated Specification and/or Dwg Sheet number 7. Any other relevant information to aid the reviewer of the submittal b. The second sheet shall be a table of contents identifying all items to be reviewed in the submittal. c. Subsequent pages shall consist of readily identifiable marked catalog sheets or shop drawings in proper order. Submittal data shall be presented in a clear and thorough manner. Original catalog cut -sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Markings shall be boldly and clearly made with arrows or circles. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles. d. Shop Drawings: Drawings to include identification of project and name of Engineer, Contractor, subcontractors and suppliers, data, number sequentially and indicate the following: 1. Fabrication and erection dimensions. 2. Arrangements and sectional views. 3. Necessary details, including complete information for making connections with other work. 4. Kinds of materials and finishes. 5. Descriptive names of equipment. 6. Modifications and options to standard equipment required by the work. 7. Leave blank area, size approximately 4-inches x 2-1/2-inches, near title block (Engineer's stamp imprint). City of Fort Worth Project No. 101 172 L-106 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 8. Point-to-point wiring diagrams. 9. Conduit/raceway rough -in drawings. 10. See specific sections of specifications for further requirements. 106-2.5 SUBMITTALS - PRODUCT DATA. Technical data is required for all items as called for in the specifications regardless if item furnished is as specified. a. Submit technical data verifying that the item submitted complies with the requirements of the specifications. Technical data shall include manufacturer's name and model number, dimensions, weights, electrical characteristics, and clearances required Indicate all optional equipment and changes from the standard item as called for in the specifications. Furnish drawings or diagrams, dimensioned and in correct scale, covering equipment, showing arrangement of components and overall coordination. b. In order to facilitate review of product data, insofar as practicable, they shall be noted, indicating by cross reference the contract drawings, note, and/or specification paragraph numbers where item(s) occur in the contract documents. At the end of each section insert a copy of the applicable specification. e. See specific sections of specifications for further requirements. 106-2.6 PROCESSING SUBMITTALS. a. The Contractor shall review the submittal books before submitting to the Engineer. No request for payment will be considered until the submittal book has been reviewed, submitted for approval and approved. b. Submit under provisions of the Special Conditions, Section 1 and this section of the specifications, whichever is the most strict. c. Product Data: For standard manufactured materials — submit all data electronically. If submittal is rejected, resubmittal shall be submitted electronically with clear notation that it is a resubmittal with appropriate identifiable submittal number. d. Acceptance: When returned to Contractor, the front of each submittal section will be electronically marked with the Engineers stamp. If box marked "Submit Specified Item", or "Rejected" or "Revise and Resubmit" is checked, submittal is not accepted and Contractor is to correct and resubmit as noted. Contractor is to comply with notation making necessary corrections on submittal and resubmit for final record. e. If submittal is returned "Approved", "Furnish as Submitted" or "Furnish as Corrected", Contractor may begin construction utilizing the submitted item with corrections made. Contractor is to comply with any notation making necessary corrections on submittal. L If the submittal is returned "Furnish as Submitted" the Engineer took no exceptions to the submitted. g. If the submittal is marked "Furnish as Corrected", "Revise and Resubmit" or "Submit City of Fort Worth Project No. 101172 L-106 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 Specified Item", the Contractor shall make or note any corrections or requirements identified in the attached submittal review. Corrections or comments made on the shop drawings during this review do not relieve the Contractor from compliance with requirements of the drawings and specifications. This check is only for review of the general conformance with the design concept of the project and general compliance with the information given in the contract documents. The Contractor is responsible for; confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinating his or her work with that of all other trades and performing all work in a safe and satisfactory manner. h. Note that the approval of shop drawings or other information submitted in accordance with the requirements herein before specified, does not assure that the Engineer, or any other Owner's authorized representative, attests to the dimensional accuracy or dimensional suitability of the material or equipment involved, the ability of the material or equipment involved or the mechanical/electrical performance of equipment. Approval of shop drawings does not invalidate the plans and specifications, if in conflict, unless a letter requesting such a change is submitted and approved on the Engineer's letterhead. 106-2.7 DELAYS. The Contractor is responsible for delays in project time accruing directly or indirectly from late submissions or resubmissions of shop drawings, or product data. 106-2.8 RE -SUBMITTALS. The Engineer shall be reimbursed the cost to review resubmittals subsequent to the second submittal. The cost of review of submittals after the second submittal will be determined and the cost shall be withheld from the Contractor's earnings each month permanently. RECORD DOCUMENTS 106--3.1 PROGRESS AND RECORD DRAWINGS. Keep one set of blue line prints on the job and neatly mark up design drawings each day as components are installed. Different colored pencils shall be used to differentiate each system of electrical work. All items on progress drawings shall be shown in actual location installed. Drawings shall be inspected weekly for compliance and accuracy. Progress payments shall be withheld if the marked -up drawings are not current. a. All underground ducts, conduits, drains, ground grids, force mains, etc., (all underground utilities) installed by the Contractor or located by the Contractor during the construction of this project shall be surveyed. The data shall be sufficient to accurately relocate the utility at a later date. The data shall include North -South and East-West coordinates and an elevation. This data shall be recorded on the as -built drawings. b. All manholes and other structures installed by the Contractor shall be surveyed. The center of the structure shall be located by a North -South and East-West coordinate and an elevation. This data shall be recorded on the as -built drawings. c. Change the equipment schedules to agree with items actually furnished. At the end of the project, all changes shall be transferred to a set of reproducible transparencies of the design drawings marked "As Built" and dated and stamped by the Contractor. City of Fort Worth Project No. 101172 L-106 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 d. Prior to request for final payment, furnish a set of "As Built" sepia originals and four sets of prints along with the marked set defined above to the Engineer for approval. The final sepia originals shall be professionally drafted to indicate "As Built" conditions to the Engineer. The prints shall be stamped "As -Built", signed and dated by the electrical contractor. e. The Contractor's failure to produce representative "As Built" drawings in accordance with requirements specified herein, shall be cause for the Engineer to produce such "As -built" drawings and the Contractor shall reimburse the Engineer for all costs to produce a set of "Record" drawings to the Owner's satisfaction. 106-3.2 REQUIREMENTS FOR DISPLAY DRAWINGS. An "as built" control and field wiring diagram shall be displayed in the vault. Size D minimum framed and installed. In addition to the wiring diagram (showing actual connections between the system components), a "schematic" diagram shall be provided. A schematic diagram to show the electrical interrelation among the different systems components in the simplest way possible without being cluttered with actual wiring. It should show the path of the signal flow or the power flow. These drawings shall be submitted to the Engineer for approval. The Contractor shall coordinate the requirements with the Owner or his authorized representative and provide the above at no additional cost to the Owner. OPERATION AND MAINTENANCE MANUALS 106-4.1 REQUIREMENTS FOR OPERATION AND MAINTENANCE MANUALS. Within each major division of work, each specification section in the contract documents which require submission of O & M information shall be individually identified by a typed index tab. As a minimum, it shall contain the following: a. Safety precautions used while maintaining the equipment. b. Theory of circuit and system operation. c. Complete schematic and interconnecting wiring diagrams d. Complete parts list with each circuit component keyed to designations assigned on schematics and wiring diagrams. Complete information shall be given for each part to permit ordering for replacement purposes. This information shall include the components rating, name of manufacturer and the manufacturer's part number in addition to the following: e. Recommended preventive maintenance, including care, cleaning, lubrication, service schedules, etc. f. Troubleshooting procedures. g. Physical characteristics (weight, size, mounting dimensions, etc.). h. Installation instructions. City of Fort Worth Project No. 101172 L-106 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 i. Operating instructions. j. Recommended spare parts and usage for a 1 year period. k. Submit for checking purposes a specific set of written operating instructions on each item which requires instructions to operate. After approval, provide one copy for insertion in each Operation and Maintenance Manual. 1. Submit for approval maintenance information consisting of manufacturer's printed instructions and parts list for each major item of equipment. After approval, insert information in each Operations and Maintenance Manual. Detailed schematic diagrams shall be furnished for all electrical/electronic equipment. in. Bill of materials. n. Physical layout plans. o. Equipment supplier list. p. Panel schedules shall be submitted with the respective panel data. q. Special instructions. r. Service maintenance contracts including the name, address and 24 hour phone number and contact of manufacturers authorized repair company. s. There shall be no "Black Boxes" for which there are no schematic/wiring diagrams. t. Warranty/Guarantee: Provide a copy of the warranty/guarantee and letters of certification, in respective locations in the O & M Manual binder. Original warranty/guarantee is to be incorporated into a separate project warranty book with warranty/guarantees provided for other sections of the specifications and submitted for Engineer approval. u. Performance Verification and Demonstration to Owner. v. Tabulated Data (as required in L-111, Airfield Electrical Installation and Testing). w. Required Check -Out Memos. x. Progress and Record Drawing Certification. y. Ground Test Information. 106-4.2 DELAYS. The Contractor is responsible for delays in project time accruing directly or indirectly from late submissions or resubmissions of the Operation and Maintenance Manuals. 106-4.3 RE -SUBMITTALS. The Engineer shall be reimbursed the cost to review Operation and Maintenance Manuals, re -submittals subsequent to the second submittal. The cost of review of Operation and Maintenance Manuals after the second submittal will be determined and the cost City of Fort Worth Project No. 101172 L-106 - 8 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 shall be withheld fiom the Contractor's earnings each month permanently. METHOD OF MEASUREMENT 106-5.1 The items described in this section are incidental to other sections and not shall be measured for payment. BASIS OF PAYMENT 106-6.1 No direct payment shall be made for the work described in this section. The work described in this section is incidental to other items and shall be paid for in the respective bid item of which it is a component part. END OF ITEM L-106 City of Fort Worth Project No. 101172 L-106 - 9 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth Project No. 101172 L-106 - 10 Taxiway P Extension Phase I Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backf ll of trench for direct -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks is in Item L-110, Airport Underground Electrical Duct Banks and Conduits. 108-1.2 REFERENCES. Additional information pertaining to the items covered in this section are contained in the Federal Aviation Administration (FAA) Advisory Circulars (AC's), latest edition, listed below: 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors 150/5345-53 Airport Lighting Equipment Certification Program 150/5370-2 Operational Safety on Airports During Construction 150/5370-10 Standard for Specifying Construction of Airports The contractor is responsible for obtaining and using the latest edition of the referenced FAA Advisory Circulars. This list is not all inclusive but is offered as a convenience to the Contractor. All new electrical systems should be tested to compare their compatibility to installed equipment. Operational tests shall be performed to ensure no increase in electromagnetic interference (EMI) occurs over the original findings. EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification. The Contractor shall submit the manufacturer's certificate of compliance and the applicable specification sections to the Engineer for approval before the equipment and material are ordered. City of Fort Worth Project No. 101172 L-108 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. The Contractor's submittals shall be in accordance with Item L-106, Submittals, Record Documents and Maintenance Manuals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The contractor's submittals shall follow requirements in Item L-106 Submittals, Record Documents and Maintenance Manuals. The Engineer reserves the right to reject any and all equipment, materials, or procedures which, in the Engineer's opinion, does not meet the system design and the standards and codes specified herein. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials anal/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. The Contractor shall be responsible to maintain a minimum insulation resistance per AC 150/5340-26B, Maintenance Airport Visual aid Facilities, Table 5-1 and paragraph 5.1.3.1, with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. A copy of the megger test results are required to be furnished to the engineer for review at the completion of the project. Results are required for all new circuits and modified circuits. The meggar results for all new circuits and all new portions of modified circuits must meet the FAA criteria. Any circuits that do not meet the FAA criteria will be required to be repaired at the contractors expense until acceptable meggar results are achieved. 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge AWG), L-824, Type C, 5,000 volts, nonshielded, with cross -linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-824 Type C, 5,000 volts, nonshieided, with cross -linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor 'sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. City of Fort Worth Project No. 101172 L-108 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 14 AC 150/5370-1 Wire for electrical circuits up to 600 volts shall comply with Specification L-924 and/or Federal Specification J-C-30 and shall be type THWN-2, 75°C. Conductors for parallel (voltage) circuits shall be sized and installed in accordance with NFPA-70, National EIectrical Code. Unless noted otherwise, all 600-volt and less non -airfield lighting conductor sizes are based on a 75°C, THWN-2, 600 volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be # 12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract Document. 108-2.3 Bare copper wire (counterpoise, bare copper wire ground and ground rods). Wire for counterpoise or ground installations for airfield lighting systems shall be bare, No. 6 AWG solid, single conductor for counterpoise wire and 600V insulated, XIH-IW insulation, No. 6 AWG stranded single conductor for ground wire conforming to ASTM B 3 and ASTM B 8., Bare copper wire conforming to the requirements of ASTM D 33. Ground rods shall be copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 10-feet (305 cm) long nor less than 3/4-inch (19 mm) in diameter. 108-2.4 Cable connections. In -line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3M' Company, "Scotchcast" Kit No. 82-B, or as manufactured by HysolV Corporation, "Hyseal Epoxy Splice" Kit No. El 135, or an approved equivalent, used for potting the splice is NOT acceptable. b. The field -attached plug-in splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The factory -molded plug-in splice. Specification for L-823 Connectors, Factory -Molded to Individual Conductors, is acceptable. d. The taped or heat -shrink splice. Taped splices employing field -applied rubber, or synthetic rubber tape covered with plastic tape is NOT acceptable. City of Fort Worth Project No. 101172 L-108 - 3 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-1OG In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L- 824 splices and terminations shall be made per the manufacturer's recommendations and listings.Apply additional dielectric grease to all connectors. All connectors must be taped using heat -shrinkable tape. Install heavy -wall heat -shrinkable tubing where the field wire connects into the the tubing. All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 Concrete. Concrete for cable markers shall be per Specification Item P-610, Structural Portland Cement Concrete. 108-2.7 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall be designed utilizing a minimum of 5 lb cement (ASTM C150 — Type 11) and 250 lb fly ash (ASTM C618, Class C or F) per cubic yard with remainder of volume consisting of sand, water and only approved admixtures to achieve a compressive strength of 100 to 200 psi when tested in accordance with ASTM D 4832 after 28 days. 108-2.8 Cable identification tags. Cable identification tags shall be made from a non -corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. In addition to a cable tag, all cables shall be further identified using color coded tape (Scotch 88, 1.5" wide, 8.5mil thick vinyl or equal). The tape shall be located on each cable end, including all connector kit and splice ends and in each pullcan, manhole or handhole. The contractor shall thoroughly swab, clean and dry the portion of cable to receive the tape. The tape shall include a minimum of 3 full wraps. Use separate color for all conductors. Where color coded conductors are installed, the additional of tape is mot required. 108-2.9 Tape. Electrical tapes shall be ScotchTM Electrical Tapes —ScotchTM 88 (1-1/2 inch (38 mm) wide) and Scotch TM 130C° linerless rubber splicing tape (2-inch (50 mm) wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent. 108-2.10 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3MTM, or an approved equivalent. 108-2.11 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting City of Fort Worth Project No. I01172 L-1 08 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 /21/2014 AC 150/5370-100 the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer. The Contractor shall record the results on forms acceptable to the Engineer. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 Detectable warning tape. Plastic, detectable, American Wood Preservers Association (AWPA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches (75- 150 mm) wide. Detectable tape is incidental to the respective bid item. 108.2.13 TEMPORARY CIRCUITING AND ELECTRICAL PROVISIONS. Provide temporary circuiting and electrical provisions as required by the airport operations representative to maintain operational needs of the airport during construction. The temporary circuit may include new #8AWG L-824C conductors installed in new or existing ducts, taping or otherwise covering existing Iighted fixtures to blank out and sign panel modifications (temporary blanking out all or portions of a legend). All outages of airfield nav-aid components shall be approved by the owner prior to construction of the area. The electrical contractor shall provide a phasing plan for review and approval prior to construction. The phasing plan shall show all temporary connections and associated outages broken out for each phase of the project. Refer to Item L-100 General Provisions — Section 100-3.3. CONSTRUCTION METHODS 108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary Ieads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the Engineer or shown on the plans. In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3 feet (1 m) of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot (30 cm) vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the Engineer. City of Fort Worth Project No. 101172 L-108 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch (6 mm) in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current -carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a flexible mandrel, 1/4-inch less than the conduit size, 2 wire brushes, and a rag through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re -cleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape providing moisture -tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non - hardening cable -pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit to the engineer, a cable installation plan for all cable pulls. Cable installation plan shall include: 1. Site layout drawing with cable pulls identified in numeric order of expected pulling sequence and direction of cable pull. City of Fort Worth Project No. 101172 f.-108 - 6 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-1OG 2. List of cable installation equipment. 3. Lubricant manufacturer's application instructions. 4. Procedure for resealing cable ends to prevent moisture from entering cable. 5. Cable pulling tension calculations of all cable pulls. 6. Cable percentage conduit fill. 7. Cable sidewall thrust pressure. 8. Cable minimum bend radius and minimum diameter of pulling wheels used. 9. Cable jam ratio. 10. Maximum allowable pulling tension on each different type and size of conductor.) 11. Maximum allowable pulling tension on pulling device. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable installation. Pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations. During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature. At the Contractor's option, the Contractor may submit a plan, for review by the Engineer, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 105-3.3 Installation of direct -buried cable in trenches. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 inches (75 mm) vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches (0.5 m) below finished grade per NEC Table 300.5, except as follows: City of Fort Worth Project No. 101172 L-108 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG (1) When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (91 cm) unless otherwise specified. (2) Minimum cable depth when crossing under a railroad track, shall be 42 inches (1 m) unless otherwise specified. Dcwatering necessary for cable installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Fiowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be performed and paid for under Item P- 152. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: (1.) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement. b. Baekfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall be 3 inches (75 mm) deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. This layer shall not be compacted. The second layer shall be 5 inches (125 mm) deep, loose measurement, and shall contain no particles that would be retained on a one inch (25 mm) sieve. The remaining third and subsequent layers of backfill shall not exceed 8 inches (20 cm) of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. City of Fort Worth Project No. 101172 L-108 - 8 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.) the compaction requirements per Item P-152 for that area shall be followed. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution) tape shall be installed in the trench above all direct - buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches (150 mm) above the direct -buried cable or the counterpoise wire if present. A 4-6 inch (100 - 150 mm.) wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 inch (200 nun) minimum below finished grade. c. Restoration. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include the seeding, and topsoiling as noted on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be 5,000 PSI concrete installed as noted in Section L-102-2.8. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 Cable markers for direct -buried cable. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 inch (10 - 15 cm) thick, extending approximately one inch (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200 feet (61 m) along the cable run, with an additional marker at each change of direction of cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) high and 3 inches (75 mm) wide, with width of stroke 1 /2 inch (12 mm) and 1 /4 inch (6 nun) deep. At the location of each underground cable connection, except at lighting units, or isolation transformers, or power a concrete marker slab must mark adapters placed above the connection. The Contractor shall impress the word "SPLICE" on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high -visibility aviation orange paint as approved by the Engineer. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: ' City of Fort Worth Project No. 101172 1,-108 - 9 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G b. Field -attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. Apply additional dielectric grease before mating the connectors. In all cases the joint where the connectors come together shall be wrapped with at least three layers of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1 /2 inches (38 mm) on each side of the joint. Install heat -shrink tubing where the cable enters the connector. The heat shrink tubing shall NOT cover the mated connection but shall only be used for the cable entry to the connector at each connector end. c. Factory -molded plug-in splices. These shall be made by plugging directly into mating connectors. Apply additional dielectric grease before mating the connectors. In all cases, the joint where the connectors come together shall be wrapped with at least three layers of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. Install heat -shrink tubing where the cable enters the connector. The heat shrink tubing shall NOT cover the mated connection but shall only be used for the cable entry to the connector at each connector end. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on the plans or included in the job specifications, bare solid copper counterpoise wire shall be installed for lightning protection of the underground cables. Where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or duct/conduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4-inches above the cable, conduit or duct bank, or as shown on the plans if greater. The counterpoise wire shall be attached to the light fixture base grounding lug for light cans installed in pavement. More than one counterpoise may be needed for wider ductbanks. The counterpoise wire shall also be exothermic welded to copper or copper -clad ground rods installed not more than 500 feet apart around the entire circuit. The ground rods shall be of the length, diameter and type specified in the plans, but in no case shall they be less than 10 feet long nor less than % inch in diameter. Additionally, counterpoise wire shall be installed at least 8-inches below the top of subgrade in paved areas or 10-inches below finished grade in un-paved areas. This dimension may be less than 4-inches where conduit is to be embedded in existing pavement. Counterpoise wire shall not be installed in conduit. Where hard or rocky earth is encountered during the ground rod installation, the contractor shall drill at least 18" down to break thru the layer for installation of the ground rod. If after drilling, the ground rod still cannot be driven into the ground, them the contractor shall submit the findings in writing to the engineer for review. The engineer may either require an additional 6" of drilling or allow the contractor to install ground plates in lieu of ground rods. The ground plates must be at least 2 ft square and 0.032" deep copper flat plate installed at a depth of 18" below grade. The plate must be installed horizontally, thereby requiring an excavation area of at least 28x28x18"d. The counterpoise system shall be continuous and terminate at one of the following locations: (1) the existing counterpoise system, (2) the transformer vault, or (3) the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode grounding system. The connections shall be made as shown on the plans and in the specifications. City of fort Worth Project No. 101172 L-108 - 10 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G If shown on the plans or in the specifications, a separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods: a. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via 46 AWG wire. b. For parallel voltage systems only, install a #6 AWG green insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. The counterpoise conductor is bonded to ground rods that are located on each side of a duct crossing_ Where conduit or duct runs continue beneath pavement (i.e., apron areas, etc.), install the counterpoise a minimum of 4 inches above conduits or ducts along the entire run. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 Counterpoise installation at existing duct banns. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 Exothermic bonding. Bonding of counterpoise wire shall be by the exothermic welding process. Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base_ See also AC 150/5340-30 for galvanized light base exception. City of Fort Worth Project No. 101172 L-108 - 11 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with b min of 3MTm Scotchkote', or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. 108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: a. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer. All such testing shall be at the sole expense of the Contractor. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation, the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: c. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non -grounded high voltage series circuits or cable segments is not less than 50 megohms. L That the insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each Iighting and power circuit for not less than 1 /2 hour. i. That the impedance to ground of each ground rod does not exceed 12 ohms prior to establishing connections to other ground electrodes. The fall -of -potential ground impedance test shall be used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp - on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the Engineer prior to performing the testing. Refer to Item L-I I I for additional testing requirements. City of Fort Worth Project No. 101172 L-108 - 12 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable, ground resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved "repair" procedures for items that have failed testing other than complete replacement. 108-3.11 CABLE INSTALLATION REPORTS. Submit copies of the information described below in 8-1/2-inch by 11-inch binders having a minimum of 5 rings from which material may readily be removed and replaced, including a separate section for each cable pull. Sections shall be separated by heavy plastic dividers with tabs, with all data sheets signed and dated by the person supervising the pull. a. Site layout drawing with all cable pulls numerically identified. b. A list of all equipment used, with calibration certifications. c. The manufacturer of and quantity of lubricant used on pull. d. The cable manufacturer and type of cable. The dates of cable pulls, time of day, and ambient temperature. e. The length of cable pulls and calculated cable pulling tensions. f. The actual cable pulling tensions encountered during pull. METHOD OF MEASUREMENT 108-4.1 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet of cable or counterpoise wire installed in trenches, duct bank or conduit, including trenching, ground rods with test reports and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory by the Engineer. Also included in this pay item is the associated trenching for counterpoise cable, including the excavation. backfill, and restoration, seeding, complete and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack. Incidental to this item are any associated cable plug-in splices. 108-4.2 Temporary Electrical Provisions shall be measured by the lump sum for all project phases and scope and shall include installation of temporary L-824C, #8 5KV cables, associated conduit where required by operations, trench where required by operations, temporary sign panels as directed by Operations, blanking out of existing fixtures including botb inpavement and elevated as required by Operations, splicing of existing cables, L-823 connectors, removal, site restoration and all incidentals, complete in place. There is no separate measurement for work zone or project phase. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be frill compensation for furnishing all materials and for all preparation and installation of these materials, City of Fort Worth Project No. 101172 L-1.08 - 13 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. 108-5.2 Payment will be made at the contract price for required temporary electrical provisions. This item includes all materials, labor, transportation, incidentals and services required for the temporary electrical provisions needed to maintain the airfield electrical systems to the satisfaction of the Airport Authority during each noted construction phase shown on the plans. This item includes any temporary wiring, fixtures, sign panels, blanking of fixtures or sign panels, etc. required to maintain the existing airfield lighting systems to the satisfaction of the Owner and Engineer. It is the intent of the temporary electrical provisions pay item that all temporary electrical modifications necessary to properly close the work area for construction while maintaining adjacent utilities is complete during construction and removed following construction and set back to proper operation. There is no additional payment for work zones. Payment will be made under: Item L-108-1 No. 8 AWG, L-824C 5KV cable, installed in conduit or duct - per Linear Foot Item L-108-2 No. 6 AWG Counterpoise Wire, direct buried, installed in trench, including ground rods — per Linear Foot Item L-108-3 Temporary Electrical Provisions — per Lump Sum MATERIAL REQUIREMENTS AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation) Commercial Item Description A-A-55809 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft ASTM 11333 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes City of Fort Worth Project No. 101172 L-108 - 14 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive REFERENCE DOCUMENTS NFPA-70 National Electrical Code (NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems MIL-S-23586F Performance Specification: Scaling Compound (with Accelerator), Silicone Rubber, Electrical ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System END OF ITEM L-108 City of Fort Worth Project No, 101172 L-108 - 15 Taxiway P Extension Phase I Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth Project No. 101172 L-108 - 16 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-1OG ITEM L-109 - AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT DESCRIPTION 109-1.1 This item shall consist of constructing an airport transformer vault or a prefabricated metal housing these specifications in accordance with the design and dimensions shown in the plans. This work shall also include the installation of conduits in floor and foundation, painting and lighting of the vault or metal housing, and the furnishing of all incidentals necessary to produce a completed unit. Included as a separate part under this item or as a separate item where an existing vault is to be utilized shall be the furnishing of all vault equipment, wiring, electrical buses, cable, conduit, potheads, and grounding systems. This work shall also include the painting of equipment and conduit; the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 109-2.1 GENERAL a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. e. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. d. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be submitted to City of Fort Worth Project No. 101172 L-109 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG the Engineer within fifteen (15) days of the notice to proceed The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. L All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. g. Warranty. Products in this specification shall be warranted for a period of 1 year from acceptance. This includes any and all costs of repair and all spare parts shall be included in this I year warranty. CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING 109-2.2 CONCRETE. The concrete for the vault shall be proportioned, placed, and cured in accordance with Item P-610, Structural Portland Cement Concrete, using 3/a-inch (18 mm) maximum size coarse aggregate. 109-2.3 REINFORCING STEEL. Reinforcing steel bars shall be intermediate or structural grade deformed -type bars and shall meet the requirements of ASTM A 615. 109-2.4 BRICK. Brick shall conform to ASTM C 62, Grade SW. 109-2.5 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be in accordance with Underwriters Laboratories Standard 6 and 514. 109-2.6 LIGHTING. Vault or metal -housing light fixtures shall be of a vaporproof type. 109-2.7 OUTLETS. Convenience outlets shall be heavy-duty duplex units designed for industrial service. 109-2.8 SWITCHES. Vault or metal -housing light switches shall be single -pole switches. 109-2.9 PAINT. a. Priming paint for ungalvanized metal surfaces shall be a high solids alkyd primer conforming to TT-P-664D. b. White paint for body and finish coats on metal and wood surfaces shall be ready -mixed paint conforming to the Master Painter's Institute, Reference 49, Exterior Alkyd, Gloss, VOC Range E2. c. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified white paint by adding 1/2 pint (0.06 liter) of raw linseed oil to each gallon (liter). d. Paint for the floor, ceiling, and inside walls shall be in accordance with Fed. Spec. TT-E- 487. Walls and ceiling shall be light gray and the floor shall be medium gray. City of Fort Worth Project No. 101172 L-109 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21 /2014 AC 150/5370-1OG e. The roof coating shall be hot asphalt material in accordance with ASTM D 2823. 109-2.10 HIGH -VOLTAGE BUS. High -voltage bus shall be standard weight 3/8-inch (9 mm) IPS copper tubing or it may be insulated copper cable of the size and voltage rating specified. 109-2.11 BUS CONNECTORS. Connectors shall be similar to Burndy Type NT (or equivalent) for copper tubing. Connectors for insulated bus cable shall be of the proper size and type for the service intended. 109-2.12 BUS SUPPORTS. Bus supports shall be similar to Westinghouse No. 527892 (or equivalent), insulated for 7,500 volts, single clamp type for 2-bolt flat mounting. 109-2.13 GROUND BUS. Ground bus shall be 1/8 - x 3/a-inch (3 x 18 mm) minimum copper bus bar. 109-2.14 SQUARE DUCT. Duct shall be square similar to that manufactured by the Square D Company (or equivalent), or the Trumbull Electric Manufacturing Company (or equivalent). The entire front of the duct on each section shall consist of hinged or removable cover for ready access to the interior. The cross section of the duct shall be not less than 4 x 4 inches (100 x 100 mm) except where otherwise shown in the plans. 109-2.15 GROUND RODS. Ground rods shall be copper or copper -clad of the length and diameter specified in the plans. 109-2.16 POTHEADS. Potheads shall be similar to G&W Type N, Shape C (or equivalent), unless otherwise specified. Potheads shall be furnished with plain insulator bushings and conduit couplings. Potheads shall have a rating not less than the circuit voltage. 109-2.17 PREFABRICATED METAL HOUSING. The prefabricated metal housing shall be a commercially available unit. 109-2.18 FAA -APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications. The specifications are listed below: a. AC 150/5345-3 Airport Lighting b. AC 150/5345-5 c. AC 150/5345-7 Airport Lighting Circuits d. AC 150/5345-10 Monitors e. AC 150/5345-13 Specification for L-821 Panels for Remote Control of Circuit Selector Switch Specification for L-824 Underground Electrical Cable for Specification for Constant Current Regulators and Regulator Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits. City of Fort Worth Project No. 101172 L-109 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-100 f AC 150/5340-30 Design and Installation Details for Airport Visual Aids 109-2.19 OTHER ELECTRICAL EQUIPMENT. Constant -current regulators, distribution transformers, oil switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -grade product. This equipment shall be supplied in the quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified in the proposal and plans. 109-2.20 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 150/5345-7, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -covered wire, or Fed. Spec. J-C-30, Type RHW, for rubber insulated fibrous - covered wire. For ratings up to 600 volts, thermoplastic wire conforming to Fed. Spec. J-C-30, Types TW, THW, and THWN, shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. a. Control Circuits. Unless otherwise indicated on the plans, wire shall be not less than No. 12 AWG and shall be insulated for 600 volts. If telephone control cable is specified, No. 19 AWG telephone cable conforming to ICEA S-85-625-1996 specifications shall be used. b. Power Circuits. 1. 600 volts maximum -Wire shall be No. 6 AWG or larger and insulated for at least 600 volts. 2. 3,000 volts maximum -Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts. 3. Over 3,000 volts -Wire shall be No. 6 AWG or larger and insulated for at least the circuit voltage. 109-2.21 AIR-COOLED REGULATOR ASSEMBLY a. Each airfield lighting regulator assembly shall conform to FAA Advisory Circular AC 150/5345-10, latest revision, for L-828 and shall have been tested, and certified by the FAA Airport equipment certification program. b. Each regulator assembly shall be manufactured and tested according to UL standards. Each regulator assembly shall be UL and certified and labeled. c. Each regulator assembly shall be suitable for operation at the specified voltage, phase and frequency as shown on the Contract Drawings. d. The equipment shall be designed for indoor service and shall be housed in NEMA Type 1 enclosures City of Fort Worth Project No. 101172 L-109 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21 /2014 AC 150/5370-JOG e. Individual power feeds to each regulator shall be through cables entering either at the top or bottom of the regulator as shown on the Contract Drawings. f. Power shall be distributed individually to each regulator with an individual circuit and circuit breaker, with wire and breaker ratings according to applicable electrical codes and FAA requirements. g. Each regulator assembly shall contain a continuous 0.25 inch by 2 inch wide horizontal ground bus. For installations using the two high design, a ground bus shall be provided for the lower units and for the upper units. h. The regulators specified herein shall provide all the functionality in support of the requirements of the Radio Control System shown in the contract drawings and specifications including all inputs, and output functionality, if applicable. Where the airfield lighting control system is existing, the regulator shall be furnished to provide all functionality in support of the existing system with complete system interconnections and programming as needed for proper operation. 109-2.22 REGULATOR a. General Construction. 1. Regulator kW ratings and output current range shall be available in the standard ratings and designs as indicated on the Contract Drawings. 2. Regulators shall be 6.6 A constant current output unless otherwise noted on the contract drawings. 3. All regulators shall be Ferroresonant type if operating switching loads such as Runway Guard Lights or REILs using xenon flash lamps or LED loads such as LED edge lights or signs. For all other airfield loads, the regulators may be Ferroresonant or Thyristor type. 4. The regulator shall be metal -enclosed, free-standing, completely coordinated and self- contained. All regulating, control and power components, including output transformer shall be contained within the regulator cubicle. 5. Primary control voltage for each regulator shall be obtained internally not from an external source. 6. The solid state power devices and essential components of their control, regulating and protective circuits shall be mounted on a subassembly in the unit. The entire subassembly shall be readily removable to facilitate maintenance and trouble -shooting. 7. The regulating controls shall be mounted on printed circuit boards with plug-in connectors for quick exchange if necessary. Control relays shall also be of the plug-in type, except where mounted on printed circuit boards. b. Basic Requirements 1. The regulator shall have a main contactor that interrupts the input power before it reaches the main regulating device. It shall be operable by remote control and shall not interrupt internal control power. The contactor shall have an interrupting rating of 22,000AIC. City of Fort Worth Project No. 101172 L-109 - 5 Issued for Construction Taxiway P Extension Phase 1 .Tune 19, 2020 7/21/2014 AC 150/5370-1OG 2. The power component shall be a convection air-cooled solid state switch controlled by a Digital Control Unit. 3. The regulator power factor shall be measured with the regulator operating at rated input voltage and a unity power factor load. 4. Each regulator shall contain an integral dry -type, step-up output transformer. S. The efficiency of the regulator at room temperature, operated with rated input voltage into a full load having unity power factor, shall not be less than 90%. 6. There shall be no interruption of current to the airfield lighting circuit when switching from one brightness level to another. 7. The regulator shall include an overcurrent protective device that shall operate to limit the output current to the selected brightness step. 8. The regulator shall include an open -circuit protective device to de -energize the regulator within 1 second after an open circuit condition occurs in the field circuit. The open circuit protective device shall not be tripped by switching of load circuits or other transients. 9. Output current settings for each brightness level shall be adjustable with a suitable menu on the display panel of the digital control unit. 10. The digital control unit shall have the capability to monitor the following: CCR output current, output voltage, output Volt -Amps, output power, output power factor, output efficiency and IRMS (airfield circuit meggar reading). 11. Each unit shall be provided with safety door interlocks to de -energize the regulator before access is gained, and to prevent energizing the unit with the door(s) opened. In addition, each regulator shall include an incoming power disconnect switch that is accessible on the outside of the regulator door for safety. c. Additional Performance Requirements 1. Regulator shall support proper stable operation of the regulator and connected load, on the entire population of series circuit components that is shown on contract drawings. The contractor shall follow manufacturer's instructions and recommendations concerning the combinations of loads on each circuit, and coordinate the selection of regulators and lighting components for compatibility of operation. The compatibility must be ensured for the combinations of elements that include but are not limited to LED fixtures, RE1LS, Style 2 and 3 guidance signs. Refer to AC 150/5340-30, appendix 6 for application notes regarding these components. 2. Regulators shall support stable regulation when presented with non linear loads from Light Emitting Diode (LED) fixtures, or other electronic components that are required for this project. 3. Constant current regulators shall support stable regulation when presented with flashing loads 4. Constant current regulators shall support stable regulation when presented with reactive loads that might be present on a circuit with a number of open secondary isolation transformers as described in the qualification test of AC 150-5345/10. 109-2.23 NAMEPLATES a. Nameplates of laminated phenolic material with engraved letters shall be installed to City of Fort Worth Project No. 101172 L-109 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG designate the regulator cubicles, components, circuit descriptions and circuit numbers. Nameplates shall be white phenolic material with black engraved letters. Nameplates shall be installed on the associated S I cut-out switch and shall include the circuit name and regulator number. b. The minimum height of letters used shall be 3/16 inch. Main titles for circuit or cubicle designations shall be in letters 3/8 inch in height. 109-2.24 UPGRADE TO THE EXISTING AIRFIELD LIGHTING CONTROL SYSTEM (ALCS) a. General. The existing Liberty Airfield ALCS shall be upgraded to support the operation of the changes to the vault equipment and airfield circuits, as indicated in this specification and contract drawings. Current manufacturer for the Liberty product is ADB Safegate. b. Changes in the Vault Equipment. The field circuits for several Regulators will be modified requiring these regulator to be re -calibrated and to receive new nameplates. c. Software Changes and Tower and Vault Control Human Machine Interface (HMI) Panel. The logic in the PLC and the HMI graphics in the tower shall be modified to include the following upgrades: 1. The modification of the airfield circuits and components as indicated on the drawings 2. All PLC logic changes and HMI changes shall be coordinated with ATC personnel and the owner as to the appearance and functionality based on the proposed equipment changes and recircuiting. The manufacturer shall provide these upgrades based on the operational needs of the airport. d. ALCS Upgrade Coordination. Upgrades to the ALCS shall be coordinated with the owner and ATCT as to not impact airport operations. e. ALCS Commissioning and Site Acceptance Test. Upon completion of the ALCS upgrades, the supplier shall completely test the upgrades to ensure compliance to the specifications and owner requirements. A test shall be conducted by the supplier to demonstrate to the satisfaction of the engineer that the ALCS upgrades meet the requirements of the specification. If the ALCS is not found to be compliant the supplier shall bear all costs for retesting if required. CONSTRUCTION METHODS CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING 109-3.1 GENERAL a. The Contractor shall construct the transformer vault or prefabricated metal housing at the location indicated in the plans. Vault construction shall be reinforced concrete, concrete masonry, or brick wall as specified. The metal housing shall be prefabricated equipment enclosure to be supplied in the size specified. The mounting pad or floor details, installation City of Fort Worth Project No. 101172 L-109 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 methods, and equipment placement are shown in the plans. AC 150/5370-JOG b. The Contractor shall clear, grade, and seed the area around the vault or metal housing for a minimum distance of 10 feet (3 m) on all sides. The slope shall be not less than 1/2-inch per foot (40 mm per m) away from the vault or metal housing in all directions. c. The vault shall provide adequate protection against weather elements, including rain, wind -driven dust, snow, ice and excessive heat. The vault shall have sufficient filtered ventilation, to assure that the interior room temperatures and conditions do not exceed the recommended limits of the electrical equipment to be installed in the vault. Contractor is responsible for contacting the manufacturer of the equipment to be installed to obtain environmental limitations of the equipment to be installed. 109-3.2 FOUNDATION AND WALLS. a. Reinforced Concrete Construction 1. The Contractor shall construct the foundation and walls in accordance with the details shown in the plans. Unless otherwise specified, internal ties shall be of the mechanical type so that when the forms are removed the ends of the ties shall be at least 1 -inch (25 mm) beneath the concrete surface; the holes shall be plugged and finished to prevent discoloration. Reinforcing steel shall be placed, as shown in the drawings, and secured in position to prevent displacement during the concrete placement. 2. The external surfaces of the concrete shall be thoroughly worked during the placing operation to force all coarse aggregate from the surface. Thoroughly work the mortar against the forms to produce a smooth finish free from air pockets and honeycomb. 3. The surface film of all pointed surfaces shall be removed before setting occurs. As soon as the pointing has set sufficiently, the entire surface inside and outside of the vault shall be thoroughly wet with water and rubbed with a No. 16 carborundum stone, or equivalent quality abrasive, bringing the surface to a paste. All form marks and projections shall be removed. The surface produced shall be smooth and dense without pits or irregularities. The materials which have been ground into a paste during the rubbing process shall be spread or brushed uniformly over the entire surface (except the interior surfaces that are to be painted shall have all paste removed by washing before painting) and permitted to reset. Final exterior finish shall be obtained by rubbing with No. 30 carborundum stone, or an equivalent quality abrasive. The surface shall be rubbed until the entire surface is smooth and uniform in color. b. Brick and Concrete Construction 1. When this type of construction is specified, the foundation shall be concrete conforming to the details shown in the plans. The outer edge of the foundation at the floor level shall be beveled 1-1/2 inches (37 mm) at 45 degrees. Brick walls shall be 8 inches (200 cm) thick, laid in running bond with every sixth course a header course. Brick shall be laid in cement mortar (1 part masonry cement and 3 parts sand) with full mortar bed and shoved joints. All joints shall be completely filled with mortar, and City of Fort Worth Project No. 101172 L-109 - 8 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-IOG facing brick shall be back-parged with mortar as work progresses. All joints shall be 3/9 inch (9 mm) thick, exterior joints tooled concave, and interior joints struck flush. Both interior and exterior brick surfaces shall be cleaned and nail holes, cracks and other defects filled with mortar. When specified, a nonfading mineral pigment mortar coloring shall be added to the mortar. Steel reinforcing bars, 3/8-inch (9 mm) in diameter and 12 inches (300 mm) long, shall be set vertically in the center of the brick wall on not more than 2-foot (60 cm) centers to project 2-%2(60 mm) inches into the concrete roof slab. Lintels for supporting the brickwork over doors, windows, and louvers shall consist of two 4- x 3- x 3/8-inch (100 x 75 x 9 mm) steel angles. Lintels shall be painted with one coat of corrosion -inhibiting primer before installation, and all exposed parts shall be painted similar to doors and window sash after installation. 2. Window sills may be concrete poured in place or precast concrete as indicated in the plans. All exposed surfaces shall have a rubbed finish as specified under reinforced concrete construction. After completion, all interior and exterior faces of walls shall be scrubbed with a solution of muriatic acid and water in the proportions of not less than 1 part acid to 10 parts of water. All traces of efflorescence, loose mortar, and mortar stain shall be removed, and the walls washed down with clear water. e. Concrete Masonry Construction. When this type of construction is specified, the foundation shall be concrete conforming to the details shown in the plans. The concrete masonry units shall be standard sizes and shapes and shall conform to ASTM C 90 and shall include the closures, jambs, and other shapes required by the construction as shown in the plans. Standard construction practice shall be followed for this type of work including mortar, joints, reinforcing steel for extensions into roof slab, etc. Plaster for interior walls, if specified, shall be portland cement plaster. d. Pre -Fabricated Building Construction. When this type of construction is specified, the foundation shall be concrete consisting of No. 4 rebar installed on 2' centers with 8" deep concrete at 3,000 PSI strength after 28 days. The foundation shall extend a minimum of 4" beyond the exterior wall edge on sides and rear. The foundation shall extend a minimum of 36" beyond the exterior wall on the front of the vault. Provide steps as required from the vault door to the foundation. The step shall have a minimum width equivalent to the outside edges of the vault door(s) including an additional 8" on each end. Coordinate with the prefabricated building manufacturer for proper building tie down to foundation and provide the recommended means for installation. The outer edges of the foundation at the floor level shall be beveled 1-1/2 inches at 45 degrees. 109-3.3 ROOF. The roof shall be reinforced concrete as shown in the plans. Reinforcing steel shall be placed as shown in the drawing and secured in position to prevent displacement during the pouring of the concrete. The concrete shall be poured monolithically and shall be free of honeycombs and voids. The surface shall have a steel -troweled finish and shall be sloped as shown in the drawing. The underside of the roof slab shall be finished in the same manner as specified for walls. One brush or mop coat of hot asphalt roof coating shall be applied to the top surface of the roof slab. The asphalt material shall be heated to within the range specified by the manufacturer and City of Fort Worth Project No. 101172 L-109 - 9 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG immediately applied to the roof. The finished coat shall be continuous over the roof surface and free from holidays and blisters. Smears and dribbles of asphalt on the roof edges and building walls shall be removed. 109-3.4 FLOOR. The floor shall be reinforced concrete as shown in the drawings. When present, all sod, roots, refuse, and other perishable material shall be removed from the area under the floor to a depth of 8 inches (200 mm), unless a greater depth is specified in the invitation for bids. This area shall be backfilled with materials consisting of sand, cinders, gravel, or stone. Fill shall be placed in layers not to exceed 4 inches (100 mm) and shall be thoroughly compacted by tamping or rolling. A layer of building paper shall be placed over the fill prior to placing concrete. The floor surfaces shall have a steel -troweled finish. The floor shall be level unless a drain is specified, in which case the floor shall be pitched %4-inch (6 mm) per foot downward toward the drain. A'/�-inch (6 mm) asphalt felt expansion joint shall be placed between floor and foundation walls. The floor shall be poured monolithically and shall be free of honeycombs and voids. 109-3.5 FLOOR DRAIN. If shown in the plans, a floor drain and dry well shall be installed in the center of the floor of the equipment room. The dry well shall be excavated 4 x 4 feet (120 x 120 cm) square and to a depth of 4 feet (120 cm) below the finished floor elevation and shall be back -filled to the elevation of the underside of the floor with gravel - which shall all pass a 2-inch (50 mm) mesh sieve and shall all be retained on a 1/4-inch (6 mm) mesh sieve. The gravel backfill shall be placed in 6-inch (150 mm) maximum layers, and the entire surface of each layer shall be tamped either with a mechanical tamper or with a hand tamper weighing not less than 25 pounds (1 I kg) and having a face area of not more than 36 square inches (234 square cm) nor less than 16 square inches (104 square cm). The drain inlet shall be set flush in the concrete floor. The drain shall have a clear opening of not less than 8 inches (200 mm) in diameter. 109-3.6 CONDUITS IN FLOOR AND FOUNDATION. Conduits shall be installed in the floor and through the foundation walls in accordance with the details shown in the plans. All underground conduit shall be painted with a bituminous compound. Conduit shall be installed with a coupling or metal conduit adapter flush with the top of the floor. All incoming conduit shall be closed with a pipe plug to prevent the entrance of foreign material during construction. Space conduit entrances shall be left closed. 109-3.7 DOORS. Doors shall be metal -clad fireproof class a doors conforming to requirements of the National Electric Code and local electrical codes. 109-3.8 PAINTING. The floor, ceiling, and inside walls of concrete construction shall first be given a hardening treatment, after which the Contractor shall apply two coats of paint as specified below, except that interior face brick walls need not be painted. The hardening treatment shall consist of applying two coats of either a commercial floor hardener or a solution made by dissolving 2 pounds (0.9 kg) of magnesium fluosilicate or zinc sulphate crystals in 1 gallon (liter) of water. Each coat shall be allowed to dry at least 48 hours before the next application. After the second treating coat has dried, the surfaces shall be brushed clean of all crystals and thoroughly washed with clear water. Paint for walls and ceiling shall be a light gray color approved by the Engineer. The floor paint shall be a medium gray color approved by the Engineer. Before painting, the surfaces shall be dry and clean. The first coat shall be thinned by adding 2/3-quart (0.166 liters) of spar varnish and 1/3 -quart (0.083 liters) of turpentine to each gallon (liter) of paint. City of Fort Worth Project No, 101172 L-109 - 10 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-100 The second coat shall be applied without thinning. All doors, lintels, and windows shall be cleaned to remove any rust or foreign material and shall be given one body and one finish coat of white paint. Bare metal surfaces shall be given a prime coat of corrosion -inhibiting primer prior to the body and finish coats. 109-3.9 LIGHTS AND SWITCHES. The Contractor shall furnish and install a minimum of two duplex convenience outlets in the vault room. Where a control room is specified, at least two duplex outlets shall be installed. INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HOUSING 109-3.10 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and support necessary to insure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the plans. When specified, an emergency power supply and transfer switch shall be provided and installed. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. 109-3.11 POWER SUPPLY EQUIPMENT. Transformers, regulators, booster transformers, and other power supply equipment items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. The power supply equipment shall be set on steel "H" sections, "I" beams, channels, or concrete blocks to provide a minimum space of 1-1/2 inches (37 mm) between the equipment and the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units; and name -plates shall, so far as possible, not be obscured. If specified in the plans and specifications, equipment for an alternate power source or an emergency power generator shall be furnished and installed. The alternate power supply installation shall include all equipment, accessories, an automatic changeover switch, and all necessary wiring and connections. The emergency power generator set shall be the size and type specified. 109-3.12 SWITCHGEAR AND PANELS. Oil switches, fused cutouts, relays, transfer switches, panels, panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. Wall or ceiling mounted items shall be attached to the wall or ceiling with galvanized bolts of not less than 3/8-inch (9 mm) diameter engaging metal expansion shields or anchors in masonry or concrete vaults. 109-3.13 DUCT AND CONDUIT. The Contractor shall furnish and install square -type exposed. metallic ducts with hinged covers for the control circuits in the vault. These shall be mounted along the walls behind all floor -mounted equipment and immediately below all wall -mounted equipment. The hinged covers shall be placed to open from the front side with the hinges at the front bottom. 109-3.14 Wall brackets for square ducts shall be installed at all joints 2 feet (60 cm) or more apart with intermediate brackets as specified. Conduit shall be used between square ducts and City of Fort Worth Project No. 101172 L-109 - 11 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG equipment or between different items of equipment when the equipment is designed for conduit connection. When the equipment is not designed for conduit connection, conductors shall enter the square -type control duct through insulating bushings in the duct or on the conduit risers. 109-3.15 CABLE ENTRANCE AND HIGH -VOLTAGE BUS SYSTEM. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the transformer vault as a separate item under Item L-108. The Contractor installing the vault equipment shall bring the cables from the trench or duct through the entrance conduits into the vault and make the necessary electrical connections. For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid metallic vi conduit risers, surmounted by potheads, from floor level to the level as shown in the plans. The incoming higb-voltage power supply service to the vault shall enter below the floor of the vault and shall rise from the floor level in a rigid metallic conduit riser, surmounted by a pothead, as described above. Using insulated high -voltage cable, the incoming power service shall be connected from the pothead to the oil -fused cutouts or to the specified disconnecting switch or equipment. From the oil -fused cutouts or disconnecting device, the insulated service conductors shall be connected to the overhead voltage bus system of the vault. The high -voltage bus system shall utilize the materials specified and shall be mounted and installed in accordance with the requirements of the National Electrical Code or the local code agency having jurisdiction. 109-3.16 WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams furnished and as directed by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. 109-3.17 MARKING AND LABELING. All equipment, control wires, terminal blocks, etc., shall be tagged, marked, or labeled as specified below: a. Wire Identification. The Contractor shall furnish and install 1F sa,�- wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels, if used, shall be of the self -sticking preprinted type and of the manufacturer's recommended size for the wire involved. Identification -markings designated in the plans shall be followed. Tags, if used, shall be of fiber not less than 3/4-inch (13 mm) in diameter and not less than 1/32-inch (1 mm) thick. Identification markings designated in the plans shall be stamped on tags by means of smalltooI dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers,` and distribution and control relay cases with white oil paint as designated by the Engineer. The letters and numerals shall be not less than I inch (25 mm) in height and shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips, which are a part of each terminal block. City of Fort Worth Project No. 101172 L-109 - 12 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG 109-3.18 FACTORY SYSTEM TEST. a. Each regulator assembly shall be completely assembled, wired and tested at the factory. b. A complete set of tests shall be performed at the factory. The tests shall include the manufacturer's standard and commercial tests, and additional tests as specified. After assembly, each complete regulator assembly shall be tested for operation under simulated service conditions to ensure the accuracy of the wiring and the functioning of all equipment e. Each regulator shall be configured and/or calibrated to the specifications and the regulator settings stored on the processor circuit board non-volatile memory. 109-3.19 FACTORY TEST a. A factory test of the constant current regulators covered by this specification shall be performed by the supplier listing all specified functionality. A report detailing the results shall be provided to the engineer for approval prior to shipping. 109-3.20 INSTALLATION AND COMMISSIONING a. The contractor shall install the equipment according to the final review shop drawings and the equipment manufacturer's recommendations. b. Final adjustments to the equipment shall include verification of the proper mechanical operation, verification of the regulator operation and review of the protective features and devices. c. Satisfactory performance of the CCR power system, control functions, monitoring and display functions, alarming shall be demonstrated. If the OCRs do not meet the performance requirements of this specification, the supplier shall make modifications so that the requirements can be met, and shall bear all associated costs including the cost of performing the test again. 109-3.21 TRAINING a. Provide a qualified factory -trained service engineer or qualified contractor to conduct on - site familiarization, operation, and maintenance training program for the CCRs and lighting controls. Training shall be conducted after the CCRs and control panels are fully commissioned. b. Provide 4 hours of on -site training for maintenance personnel covering operational, maintenance and troubleshooting procedures. c. Provide operations and maintenance manuals two (2) weeks prior to formal training. d. As a minimum, training shall include the following: e. Familiarization with the Operation and Maintenance Manuals. f. Review of schematic drawings - how to read them and how to use them to troubleshoot system function and control problems. City of Fort Worth Project No. 101 172 L-109 - 13 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-JOG g. Review of software documentation. h. Physical check -over of equipment, noting device locations and relationships to schematics. i. Equipment functional tests and checks. j. Equipment operating instructions. k. Equipment routine service requirements. 1. Equipment troubleshooting instructions and procedures - review equipment self -diagnostic features and indications, define most likely problems, symptoms and corrective actions. m. Trouble shooting shall include causing simulated faults throughout the system so that they can be diagnosed by maintenance personnel 109-3.22 OPERATION AND MAINTENANCE MANUALS a. Provide 4 copies of Operations and Maintenance Manuals. b. Provide a detailed description of the CCR operation principles and information on troubleshooting, servicing, and maintenance of the equipment, the actions required in the event of faults. c. Manuals shall be in full color fully describing all equipment at site d. Provide a typical step-by-step procedure describing use and systematic troubleshooting of the system. Maintenance manuals shall describe in detail specifically how CCR symptoms are diagnosed, isolated and repaired. e. Provide individual manuals for specific equipment as appropriate. Provide identified tabs and sections in master manuals for individual equipment data/manuals. f. Include schematics and detailed power and control/monitoring diagrams for all equipment supplied. g. Include detailed material lists with parts numbers, provide one (1) copy of replacement cost to the Airport. METHOD OF MEASUREMENT 109-4.1 The Electrical Vault Work shall be measured per lump sum. This shall include all materials and labor to modify the existing equipment as noted on the E07 Series, including, but not limited to, the following: recalibrate existing regulators, install new regulator nameplate with associated laminated diagrammatic circuitry map of the associated regulator circuit. The work City of Fork Worth Project No. 101172 L-109 - 14 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-100 shall also include -modifications to the ALCS system graphic screen based on the modified airfield circuits, etc all complete and accepted. BASIS OF PAYMENT 109-5.1 Payment will be made at the contract unit price for each completed and accepted vault or prefabricated metal housing equipment installation. This price shall be full compensation for famishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-109-01 ALCMS Upgrade — Per Lump Sum, MATERIAL REQUIREMENTS AC 150/5345-3 Specification for L-821 Panels for Remote Control of Airport Lighting AC 150/5345-5 Circuit Selector Switch AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-13A Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits ANSI/ICEA S-85-625-1996 Aircore, Polyethylene Insulated, Copper Conductor, Telecommunications Cable ASTM A 615 Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement ASTM C 62 Specification for Building Brick (Solid Masonry Units Made from Clay or Shale) ASTM C 90 Concrete Masonry Units, Loadbearing ASTM D 2823 Asphalt Roof -Coating FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) (cancelled; replaced by AA-59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC TT-E-487 Enamel, Floor and Deck Master Painter's Institute END OF ITEM L-109 City of Fort Worth Project No. 101172 L-109 - 15 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 THIS PAGE INTENTIONALLY LEFT BLANK AC 150/5370-IOG City of Port Worth Project No. 101172 L-109 - 16 "taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-10G ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS DESCRIPTION 110-1.1 GENERAL. This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. The Contractor's submittals shall be in accordance with Item L-106, Submittals, Record Documents and Maintenance Manuals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section. The Contractor's submittals shall be submitted to the Engineer within fifteen (15) days of the notice to proceed. Submittals shall comply with Item L-106. The Engineer reserves the right to reject any and all equipment, City of Fort Worth Project No. 101172 L-110 - 1 Issued for Construction Taxiway P Extension Phase i June 19, 2020 7/21/2014 AC 150/5370-1OG materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. e. All equipment and materials famished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 STEEL CONDUIT. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 51413, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10 mil thick coat of asphaltum sealer or shall have a factory bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mil of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings -shall conform to the following requirements: UL 51413 covers W-C- I 094-Conduit fittings all types, classes 1 thru 3 and 6 thru 10. UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC). UL 651 covers W-C-1094-Rigid PVC Conduit, types I and 11, Class 4. UL 651A covers W-C- I 094-Rigid PVC Conduit and high density polyethylene (HDPE) Conduit type III and Class 4. Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: a. Type I —Schedule 40 PVC suitable for underground use either direct -buried or encased in concrete. b. Type II —Schedule 40 PVC suitable for either above ground or underground use. c. Type III Schedule 80 PVC suitable for either above ground or underground use either direct -buried or encased in concrete. d. Type III --HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement. The type of solvent cement shall be as recommended by the conduit/fitting manufacturer. 110-2.4 SPLIT CONDUIT. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade, high density polyethylene complete with interlocking cap and base pads, They shall be designed to accept No. 4 reinforcing bars installed vertically. City of Fort Worth Project No. 101172 L-110 - 2 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-100 110-2.6 CONCRETE. Concrete shall conform to P-610, Structural Portland Cement Concrete, with a minimum 28 day compressive strength of 4,000 psi. Where reinforced duct banks are specified, reinforcing steel shall conform to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 FLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank trenches shall be designed utilizing a minimum of 5 Ib cement (ASTM C150 — Type 11) and 250 lb fly ash (ASTM C618, Class C or F) per cubic yard with remainder of volume consisting of sand, water and only approved admixtures to achieve a compressive strength of 100 to 200 psi when tested in accordance with ASTM D 4832 after 28 days. Refer to P-153 Controlled Low - Strength Material. 110-2.8 DETECTABLE WARNING TAPE. Plastic, detectable, American Wood Preservers Association (AWPA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches (75-150 mm) wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The Engineer shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system_ Pockets or traps where moisture may accumulate shall be avoided. No duct bank or underground conduit shall be less than 18 inches (0.5 m) below fmished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m) below the subgrade. The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. An iron -shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the Engineer of any blockage in the existing ducts. City of Fort Worth Project No, 101172 L-110 - 3 Issued for Construction Taxiway .P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G For pulling the permanent wiring, each individual conduit, whether the conduit is direct -buried or part of a duct bank, shall be provided with a 200 pound (90 kg) test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose. All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet (1.5 m). Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4 inch (6 mm) sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All such rock removal shall be incidental to the applicable conduit line item. Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning tape shall be located 6 inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared per the manufacturer's recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one -quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet (60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material City of Fort Worth Project No. 101172 L-110 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG shall be removed and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L- I 10 Item. Unless otherwise specified, excavated materials that are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the Engineer. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of the Engineer, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (0.5 m) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (I m) beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. The Contractor shall space the conduits not less than 3 inch (75 mm) apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be City of Fort Worth Project No. 101172 L-110 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-10G fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5- foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5-foot (1.5- m) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 3 to 6 inches (75 to 150 mm) wide tape, 8 inches (200 mm) minitnuin below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch (75-mm) wide tape only for single conduit runs. Utilize the 6-inch (150-mm) wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single - conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material sball consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished grade. Conduits outside the Airport's secured area shall be installed so that the tops of the conduits are at least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 City of Fort Worth Project No. 101172 L-110 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the Engineer for review prior to use. 110-3.4 BACKFILLING FOR CONDUITS. For conduits, S inches (200 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted. Material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter. Refer to P-152 — Excavation, Subgrade, and Embankment. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. 110-3.5 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted. Material used for backfill shall be select material not larger than 4 inches (100 mm) in diameter. Where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet (76 m) of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the Engineer. I10-3.6 RESTORATION. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. City of Fort Worth Project No. 101172 L-110 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG 110-3.7 BORE DRILL. The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pullback the pipe, a drilling fluid mixing and delivery system of sufficient capacity to successfully complete the crossing, a guidance system to accurately guide boring operations and trained and competent personnel to operate the system. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of the project. The guidance system shall be of a proven type and shall be setup and operated by personnel trained and experienced with this system. The operator shall be aware of any magnetic anomalies and shall consider such influences in the operation of the guidance system if using a magnetic system. The conduit duct shall be Schedule 80 PVC conduit. Conduit shall be Carlon Plus 80 Rigid PVC nonmetallic conduit, or approved equivalent. The Contractor is responsible for selection of Schedule 80 PVC raceway that is compatible with the proposed directional bore method and equipment. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet of conduits and duct banks installed, including encasement, locator tape, couplings, caps, trenching and backfill with designated resolution, all measured in place, completed, and accepted. Separate measurement shall be made for the various types, sizes and installed location. This item includes restoration of existing surfaces to restore to match existing conditions, including, but not limited to sod, gravel, planters, etc. The drain conduit shall include installation in frill strength, shoulder and earth as a single pay item. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans and specifications. Payment will be made under: L-110-1 2" Sched 40 PVC in New Full Strength Pavement Areas Per Linear Foot L-110-2 2" Sched 40 PVC in New Shoulder Pavement Areas — Per Linear Foot L-110-3 2" Sched 40 PVC Direct Buried in Earth --- Per Linear Foot L-110-4 2" Sched 40 PVC for Drain -- Per Linear Foot L-110-5 4-Way x 4" Sched 40 PVC, Concrete Encased Ducts -- Per Linear Foot L-110-6 2-Way x 4" Sched 40 PVC, Concrete Encased Ducts —Per Linear Foot City of Fort Worth Project No. 101172 L-110 - 8 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG MATERIAL REQUIREMENTS Advisory Circular (AC) 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3(2,700 kN-rn/m3)) ASTM D6938 Standard Test Methods for In Place Density and Water Content Density of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) NFPA-70 National Electrical Code (NEC) Underwriters Laboratories Standard 6 Electrical Rigid Metal Conduit - Steel Underwriters Laboratories Standard 514E Conduit, Tubing, and Cable Fittings Underwriters Laboratories Standard 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers Underwriters Laboratories Standard 1242 Electrical Intermediate Metal Conduit Steel Underwriters Laboratories Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 City of Fort Worth Project No. 101172 L-110 - 9 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 7/21/2014 AC 150/5370-IOG THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth Project No. 101172 IL-110 - 10 Taxiway P Extension Phase I Issued for Construction June 19, 2020 ITEM L-I11 AIRFIELD ELECTRICAL INSTALLATION AND TESTING DESCRIPTION 111-3.1 SECTION INCLUDES a. This item shall consist of furnishing all equipment, materials and appliances necessary for testing of airfield lighting circuit installations and associated systems. b. The Contractor shall provide testing to confirm installations are acceptable for ground rod testing and airfield lighting circuit testing. c. Requirements under this item shall be coordinated with the Airport RPR. Specification requirements for approvals, reviews or other involvement of the Engineer shall be transmitted by the Contractor through the RPR to the Engineer. 111-3.2 RELATED SECTIONS a. Item L-104 -Recommended Lockout Procedure For Airfield Lighting Circuit b. Item L-108 - Underground Power Cable for Airports c. Item L-125 —Installation of Airport Lighting Systems EQUIPMENT AND MATERIALS 111-3.3 GENERAL. Materials and equipment covered by this item shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. CONSTRUCTION METHODS 111-3.4 GENERAL. The Contractor shall furnish all necessary equipment and appliances for testing installations as indicated below. 111-3.5 GROUND ROD TESTING. a. Contractor shall provide equipment and personnel to measure the resistance to earth for all ground rods installed. Earth resistance measurement tests shall adhere to recommendations of IEEE Standard 142, latest edition. Contractor shall submit testing procedure, equipment and report form to the RPR for approval. b. As each rod is installed, tests shall be administered. Any rod that does not have a resistance to ground of 12 ohms or less shall be augmented by an additional rod not less than 10 feet away. No testing of the additional rod is required. Testing results, including confirmation of installation of augmenting ground rods, shall be submitted to the Engineer for approval. 111-3.6 AIRFIELD LIGHTING CIRCUITS TESTING. a. The Contractor shall notify the RPR and Airport Manager 4-hours prior to cable testing. All testing shall be conducted in the presence of the RPR and Airport Manager's Authorized Representative. All test results shall be simultaneously recorded by the Contractor and the Airport Manager's Authorized Representative. Contractor shall provide test report information to the RPR City of Fort Worth Project No. 101 172 L-111 - I Issued for Construction Taxiway P Extension Phase I June I9, 2020 and the Airport Manager's Authorized Representative for approval. Test procedures for the following required tests, including field test report forms, shall be submitted to the RPR for approval prior to testing. 1. Testing Requirements. a) All Circuits. Prior to commencement of work on any circuit the Low Voltage Tests shall be performed in accordance with procedures below. b) All Circuits. Upon completion of all rewiring of each circuit, the Low Voltage Tests shall be performed on the completed circuit following paragraph 2 below, to determine if the circuits are free of grounds. Circuits tested shall meet the requirements of paragraph 3 below. Any faults indicated by these tests shall be corrected before proceeding with additional testing. All test results shall be submitted to the Engineer for approval. 2. Testing Procedures. a) Low Voltage Tests. Low Voltage Continuity and Insulation -Resistance (Megger) Tests 1) Test Required. As noted in Part A above, circuits and portions of circuits shall be subjected to a low voltage (1000 volt) continuity test and a low voltage (1000 volt) insulation -resistance (megger) test. 2) Test Products. Contractor shall provide a I000-volt direct current Megger for low voltage testing. Megger tester shall be non -crank type, as manufactured by Associated Research Meg -Check, the ,lames Biddle Megger, General Radio Mega -Ohmmeter or approved equivalent. The Contractor shall be responsible for providing any required 120V AC power source at testing locations remote from available power. Products calibration information shall be readily available for review by the RPR, as requested. 3) Test Procedures. Refer to Item L-104 for Lock -Out Procedure requirements. Test procedures for the required tests, including field test report forms, shall be submitted to the RPR for approval prior to testing. 4) Test Results. Test values not meeting the requirements of paragraph 3 below shall be considered faulty and shall be corrected accordingly. Refer to paragraph 4.a.1 below for cables not meeting testing requirements. 3. Testing Results. a) New Circuits and New Portions of Existing Circuits. 1) Low Voltage Tests shall demonstrate to the satisfaction of the Airport Manager's Authorized Representative the following: 2) All circuits are properly connected following the applicable wiring diagrams. 3) All lighting power and control circuits are continuous and free from short circuits. 4) All circuits are free from unspecified grounds. City of Fort Worth Project No. 101172 L-1 11 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 5) The insulation -resistance to ground is equivalent to or greater than 50 Mega - Ohms, for all new non -grounded series circuits. 4. Deficient Testing Results (Circuits Not Meeting Requirements). a) New Circuits and New Portions of Existing Circuits. 1) Cables not meeting the requirements of sub -paragraph 3 above shall be considered faulty. Faulty cables shall be corrected, if possible, and re -tested. If acceptable test values cannot be obtained, cables shall be removed from the conduit and replaced with new cable at Contractor's expense, as directed by the RPR. Required testing of new cable in place shall then be implemented. 5. Submittal of Testing Data. a) Low Voltage Tests. Contractor shall submit 5 copies of tests reports for approval by the Airport Manager's Authorized Representative and the Engineer -of -Record. Report shall include all measured data including applied voltage, time length of voltage application of cable within a circuit. DATE START TIME END TIME CABLE BIM NO. DESCRIPTION TEMP. MEASURE EQUIP, NO. CALIBRATION DUE DATE AMBIENT TEMPERATURE 111-3.7 SYSTEM TESTS CABLE NUMBER OPERATING VOLTAGE MAX. TEST VOLTAGE FROM PRODUCTS TO PRODUCTS HUMID. MEASURE EQUIP. NO. RELATIVE HUMIDITY a. After the airfield lighting systems installation is complete and at such times as the Engineer may direct, the contractor shall conduct airfield lighting systems operating tests for approval. b. The equipment shall be demonstrated to operate in accordance with the requirements of this specification. The test shall be performed in the presence of the Engineer or his authorized representative. The contractor shall furnish all equipment and personnel required for the test. c. Each applicable switch in the control tower lighting panels shall be operated so that each switch position is engaged at least ten times. During this process, all lights and associated equipment shall be observed to determine that each control device properly commands the corresponding circuit. Radio communication between the operator and the observers shall be provided by the Contractor. d. The above tests shall be repeated from the local control switches on the regulators. Each installed or revised lighting circuit shall be tested by operating the lamps throughout the range of applicable steps and shall be operated separately at Step 3 or Step 5 as appropriate for full intensity or as directed by the Engineer, for not less than I hour. Visual examination shall be made at the beginning and at the end of this test to determine that the installed airfield light fixtures are illuminating at full intensity. City of Fort Worth Project No. 101172 L-111 -3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 e. if circuit regulators are installed under project construction, regulator output ampacity shall be adjusted for proper outputs following manufacturer's recommendations and requirements to insure proper circuit operation. L Systems tests shall confirm by demonstration in service that all lighting circuits are in good operating condition to the satisfaction of the Engineer if the tests are unsatisfactory, lighting systems installed shall be corrected and systems tests shall again be implemented. METHOD OF MEASUREMENT AND PAYMENT 111-4.1 There will no separate measurement for payment on the work discussed in this section. All work will be considered incidental for the completion of the component of the work to which it is related. For photometric testing, refer to section L-125. END OF ITEM L-111 City of Fort Worth Project No. 101172 L-111 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2019 AC 150/5370-10G ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the Engineer. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 115-2.1 General. a. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non -pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. The Contractor's submittals shall be in accordance with Item L-106, Submittals, Record Documents and Maintenance Manuals. d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes, specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 115-2.2 Concrete structures. Cast -in -place concrete structures shall be per the details and dimensions shown on the plans. City of Fort Worth Project No. 101172 L-115 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer, sealed and signed by a licensed professional engineer in the applicable state where the project is being performed. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 20,000 lb aircraft loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. Any structure within the defined runway, taxiway or apron safety area for which the structure is to be installed shall be aircraft rated. Any structure outside the runway, taxiway or apron safety area for which the structure is to be installed shall be HS-20 load rated. Threaded inserts and pulling eyes shall be cast in as shown. If the Contractor chooses to propose a different structural design, signed and sealed shop drawings by a registered professional engineer within the state the project is being performed, along with all , design calculations, and other information requested by the Engineer shall be submitted by the Contractor to allow for a full evaluation by the Engineer. The Engineer shall review per the process defined in the General Provisions. 115-2.3 Junction boxes. Junction boxes shall be L-867 Class 1 (non -load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a galvanized steel blank cover, gasket, and stainless steel or coated steel hardware per FAA Engineering Brief (EB) #83. Covers shall be 3/8-inch (9-mm) thickness for L-867 and 3/4-inch (19-mm) thickness for L-868. 115-2.4 Mortar. The mortar shall be composed of one part of Portland cement and two parts of mortar sand, by volume. The Portland cement shall be per the requirements in ASTM C ISO, Type I. The sand shall be per the requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C6. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115-2.5 Concrete. All concrete used in structures shall conform to the requirements of Item P- 61 OP, Performance Based Structural Portland Cement Concrete. 115-2.6 Frames and covers. The frames shall conform to one of the following requirements: a. ASTM A49 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536 Ductile iron castings L ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 1005000 lbs. Any casting within the defined runway, taxiway or apron safety area for which the casting is to be installed shall be aircraft rated. Any casting outside the runway, taxiway or apron safety area for which the structure is to be installed shall be HS-20 load rated. City of Fort Worth Project No. 101172 L-115 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 /21/2014 AC 150/5370-IOG All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required. Each manhole shall be provided with a "DANGER -- PERMIT -REQUIRED CONFINED SPACE, DO NOT ENTER" safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2). 115-2.7 Ladders. Not used 115-2.8 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.9 Bedding/special backfill. Bedding or special backfill shall be as shown on the plans. 115-2.10 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall be designed utilizing a minimum of 5 lb cement (ASTM C150 — Type II) and 250 lb fly ash (ASTM C618, Class C or F) per cubic yard with remainder of volume consisting of sand, water and only approved admixtures to achieve a compressive strength of 100 to 200 psi when tested in accordance with ASTM D 4832 after 28 days. 115-2.11 Cable trays. Not Used 115-2.12 Plastic conduit. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Banks and Conduits. 115-2.13 Conduit terminators. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.14 Pulling -in irons. Pulling -in irons shall be manufactured with 7/8 inch (22 mm) diameter hot -dipped galvanized steel or stress -relieved carbon steel roping designed for concrete applications (7 strand, 1/2 inch (12 mm) diameter with an ultimate strength of 270,000 psi (1862 MPa)). Where stress -relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.15 Ground rods. Ground rods shall be one piece, copper clad. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 10-feet (240 cm) long nor less than 3/4-inch (15 mm.) in diameter. CONSTRUCTION METHODS 115-3.1 Unclassified excavation. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in City of Fort Worth Project No. 101172 L-115 - 3 Issued for Construction Taxiway P Extension Phase I June 19, 2020 7/21/2014 AC 150/5370-10G excavating, shall be repaired or replaced to the satisfaction of the Engineer without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. All excavation shall be unclassified and shall be considered incidental to the respective L-115 pay item of which it is a component part_ Dewatering necessary for L-115 structure installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay item as a part of Item L-115_ The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-115 Item. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer. Structures shall be placed after the Engineer has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches (150 mm) of sand or a material approved by the Engineer as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans. 115-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. 115-3.3 Precast unit installations. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue -and -groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 Placement and treatment of castings, frames and fittings. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or City of Fort Worth Project No. 101172 L-115 - 4 Issued for Construction Taxiway P Extension Pbase 1 June 19, 2020 7/21/2014 AC 150/5370-10G cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written permission is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman.. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Engineer and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly into the concrete walls of the structure. 115-3.5 Installation of ladders. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure. 115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches (150 mm) of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 Backfilling. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill. City of Fort Worth Project No. 101172 L-115 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 1/2014 AC 150/53 115-3.8 Connection of duct banks. To relieve stress of joint between concrete -encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed. 115-3.9 Grounding. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches (150 mm) above the floor. The ground rod shall be installed within one foot (30 cm) of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4 inch (100 mm) diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot (30 cm) above the floor of the structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical, using a lug designed for that purpose. 115-3.10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold -galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective L-115 pay item. The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 Inspection. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each City of Fort Worth Project No. 101172 L-115 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 AC 150/5370-IOG ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall -of -potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard S 1. This test shall be performed prior to establishing connections to other ground electrodes. 115-3.13 Manhole elevation adjustments. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown. The Contractor shall be responsible for determining the exact height adjustment required to raise the top of each manhole to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in the field and subtracted/added from the proposed top elevation. The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or manhole access. The Contractor shall then install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as required by final grades. Finally, the Contractor shall reinstall the manhole top section or ring and cover on top and check the new top elevation. The Contractor shall construct a concrete slab around the top of adjusted structures located in graded areas that are not to be paved. The concrete slab shall conform to the dimensions shown on the plans. 115-3.14 Duct extension to existing ducts. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 Electrical manholes, handholes junction structures and pullboxes, shall be measured by each unit, completed in place and accepted. This shall include the manhole, handhole, junction structure or pullbox structure, lid, cover and ID tag, saddle racks, ducts plugs, labels, encasement, ground rod with test report and connections, sump drain with gravel pit and all required excavation, foundation, dewatering, backfilling, sheeting and bracing, restoration of disturbed areas, connections, and ground rod testing. Separate measurement shall be made for the various types and sizes. There is no separate measurement for quantity of 2" hubs. BASIS OF PAYMENT 115-5.1 The accepted quantity of electrical manholes, handholes, junction structures and pullboxes will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of appurtenances and connections to duct banks and other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item L-115-1 Handhole 4'x4'x4', Aircraft Rated — Per Each City of Fort Worth Project No. 101172 L-115 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 7/21/2014 AC 150/5370-1OG Item L-I 15-2 Adjust Elev of Existing Structure -- Per Each MATERIAL REQUIREMENTS ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Advisory Circular (AC) 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A -A 59544 Cable and Wire, Electrical (Power, Fixed Installation) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A615 Standard Specification for Deformed and Plain Carbon -Steel Bats for Concrete Reinforcement ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C206 Standard Specification. for Finishing Hydrated Lime FAA EB #83 In Pavement Light Fixture Bolts MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair NFPA-70 National Electrical Code (NEC) END 4F ITEM L-115 City of Fort Worth Project No. 101172 L-115 - 8 Taxiway P Extension Phase 1 Issued for Construction June I9, 2020 ITEM SS-L-123 AIRFIELD SIGNAGE SYSTEMS DESCRIPTION 123-1.1 GENERAL. This item shall consist of airport lighting systems furnished and installed in accordance with this specification, any referenced specifications, and the applicable Federal Aviation Administration Advisory Circulars. The systems shall be installed at the location and in accordance with the dimensions, layout, design, and details shown in the plans. This item shall include furnishing and installing all signs, transformers, base cans, mounting assemblies, base plates, adapter rings, concrete work, cable connections, all lamps, testing of the installation and all incidentals and appurtenances necessary to place the systems in operation as completed units to the satisfaction of the Engineer. All work shall be constructed and installed in accordance with the drawings and specifications. The work shall include all cable, conduit, raceway, terminations, accessories and all incidentals required to provide a complete and operational system to the satisfaction of the Owner and Engineer. 123-1.2 REFERENCED MATERIALS. a. Additional details pertaining to specific systems covered in this section are contained in the Federal Aviation Administration (FAA) Advisory Circulars (AC's), latest edition, listed below: 1. 150/5340-1 Standards for Airport Markings 2. 150/5340-30 Design and Installation Details for Airport Visual Aids 3. 150/5340-18 Standards for Airport Sign Systems 4. 150/5340-26 Maintenance of Airport Visual Aid Facilities 5. 150/5345-1 Approved Airport Equipment 6. 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 7. 150/5345-26 FAA Specification for L-823 Plug and Receptacle, Cable Connectors 8. 150/5345-42 Specification for Airport Light Bases, Transformer Houses, Junction Boxes and Accessories 9. 150/5345-47 Isolation Transformers for Airport Lighting Systems 10. 150/5345-53 Airport Lighting Equipment Certification Program 11. 150/5370-2 Operational Safety on Airports During Construction 12. 150/5370-10 Standards for Specifying Construction of Airports b. The Contractor is responsible for obtaining and using the latest edition of the referenced FAA Advisory Circulars. This is not all inclusive but is offered as a convenience to the Contractor. 123-1.3 SUBMITTALS. Shop drawings of each airfield lighting component, indicating FAA approval, shall be submitted to the Engineer for review and approval and be approved prior to ordering any materials for this item. This submittal shall include the proposed method of installation for all airfield lighting components. The submittal shall include data on all component parts of the item or system, and shall include the manufacturers list of recommended spare parts for one year's use. The data submitted shall be sufficient, in the opinion of the Engineer, to City of Fort Worth Project No. 101172 L-123 - I Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 determine compliance with the contract documents. The Contractor's submittals shall be in accordance with Item L- 106, Submittals, Record Documents and Maintenance Manuals. 123-1.4 QUALIFICATIONS. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and. codes, specified herein. MATERIALS 123-2.1 GENERAL a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, latest edition. b. All other equipment and materials covered by other referenced specification shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification. The Contractor shall submit the manufacturer's certificate of compliance and the applicable specification sections to the Engineer for approval before the equipment and material are ordered. e. Manufacturers certifications shall not relieve the Contractor of his responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials which do comply with these specifications, at the sole cost of the Contractor. d. All items required per this section are for use on a 6.6 amp primary series circuit unless specifically noted otherwise. 123-2.2 GUARANTEES a. Except as modified below, all equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of twelve (12) months or the manufacturer's standard guarantee period whichever is greater, from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. b. The lamp life, as rated by the manufacturer (not the supplier), shall be warranted for the specified number of hours. Should ten percent (10%) of the lamps fail prior to the rated life of the lamp, then the entire system using the failing lamp type shall be relamped, at the Contractor's expense, and the warranty time shall start over. At the Owner's option, with written permission of the Engineer, the Contractor may elect to supply 100% spare lamps at the time of Owner's acceptance of the lighting system. c. The lamp prices shall be furnished to the Owner in the bid and the prices shall be guaranteed for a period of five (5) years. City of Fort Worth Project No. 101172 L-123 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 123-2.3 BASIS OF DESIGN. The airfield lighting systems are designed using the below listed maximum fixture wattages. Approved airfield lighting fixtures with higher wattages are permissible provided the Contractor assumes all costs for the redesign of the airfield lighting and necessary power distribution systems and all costs incurred furnishing and installing any additional equipment. In no case shall the Contractor be allowed to reduce the size of the constant current regulators or the power distribution systems. L-858Y Location, Information, I Module 150 W R, L Boundary, Destination Mandatory Sign 2 Module 150 W 3 Module 150 W 4 Module 200 W 123-2.4 L-858 SIGNS. a. The signs shall be L-858Y, R, L and B and shall be internally lighted as indicated on the plans. The size of the units shall be as noted on the contract drawings for the L-858Y, L and R and size 4 for the L-858B. The signs shall be furnished with LED lamps installed. The L-858B, Y, R, L units shall be Style 2 or 3 as required by the circuit the respective sign is connected to. All units shall be Class 1. All signs shall be furnished with tethers on a minimum of two legs per module. The tethers shall be fabricated from 3/16" stainless steel aircraft cable with a formed eye on both ends and shall be of ample length to attach the sign (min. of 6" of slack) to the flange plate and allow the frangible coupling and disconnect plug to function properly. The bolting pattern, method of anchoring, etc., shall be per the sign manufacturer's recommendation. The sign manufacturer shall submit to the Engineer calculations showing the sign and anchoring methods will withstand a 200 MPH jet blast in accordance with Paragraph 4.1.2 of AC 150/5345-44, latest edition. The signs shall be supplied with the messages as shown on the sign schedule. b. Each sign shall be furnished with an on -off toggle switch with weatherproof cover. The switch shall be used by maintenance personnel to de -energize the sign so maintenance work can be performed. The switch shall be located immediately adjacent to the load side of the L-823 disconnect plug. The weatherproof cover shall provide protection from driving rain and shall have a spring operated closing device. The weatherproof cover shall also provide physical protection for the switch handle. c. The nameplate required by 150/5345-44, latest edition, shall be made of metal with the data stamped into the metal nameplate. d. Provide 6 inch high, die cut labels for each sign, labels shall be reflective film, with pressure -sensitive adhesive backing, suitable for exterior applications. Labels shall be UV resistant. Labels shall be yellow for installation on black surface, black for installation on other surfaces. Text shall be: number and letter style; Helvetica medium, upper case, 6" in height. e. The quantity of sign modules is based on two (2) characters per module. Payment shall be City of Fort Worth Project No. 101 172 L-123 - 3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 made on the basis of a module consisting of two characters, regardless of the manufacturing methods or techniques. f. All sign panels must utilize an aerodynamic curved signface and associated curved frame. The top cover shall be the sign module length to enable slide -in panel replacement or module re- lamping. 123-2.5 LIGHT BASES. All light bases (base cans) shall meet the requirements of FAA AC 150/5345-42C, latest edition. The light bases shall be L-867 type for the non -load bearing units and L-868 for the load bearing units. The sizes of the units shall be as shown in the Plans and in this specification. One-piece telescoping base cans may be used for the L-867 non -load bearing base cans. Two piece base cans, may be used, where paving interferences require their use. All light bases, transformer houses and junction boxes shall be Class 1, galvanized steel. 123-2.6 CABLES. Cables shall comply with specification L-108, Installation of Underground Cable for Airports and L-I 11 Section 16120, Wire and Cables. 123-2.7 L-823 CONNECTORS. Connectors shall comply with specification L-108, Installation of Underground Cable for Airports. 123-2.8 ISOLATION TRANSFORMER. The isolation transformers shall be L-830, 6.6 amp primary to 6.6 amp secondary, sized per the fixture manufacturer's recommendations and conforming to AC 150/5345-47A, latest edition. 123-2.9 FRANGIBLE COUPLINGS. All elevated items shall be installed on frangible couplings in accordance with the respective Federal Aviation Administration Advisory Circular. Frangible couplings shall be metallic and provide an electrical grounding path between the fixture/sign and the base can. 123-2.10 LAMPS. Airfield signage lamps shall be LED type to provide distribution and minimum output requirements of isocandela curves shown for each size in AC 150/5345-46, (latest edition). All airfield signs shall be installed with lamps. 123-2.11 TAPE. Plastic electrical tapes shall be Scotch Electrical Tape number 88. Electrical coating shall be Scotchkote as manufactured by the Minnesota Mining and Manufacturing Company, or approved equal. 123-2.12 CONCRETE. Concrete for backfill shall comply with P-610 Structural Portland Cement Concrete and have a maximum size coarse aggregate of 1/8 inch and shall have a 28-day comprehensive strength of not less than 5,000 PSI and increasing with age. 123-2.13 CONDUIT. Conduit shall comply with specification L-I 10. 123-2.14 HEAT SHRINK KIT. Heat shrinkable tubing with integral sealant for waterproofing L-823 connectors shall be suitable for use on 5KV electrical components. It shall be comprised of crosslinked polyolefn with 4:1 shrink ration. Use only high impact and abrasion resistant with environmental seal. City of Fort Worth Project No. 101172 L-123 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 123-2.15 REINFORCING STEEL. All reinforcing steel shall be ASTM A 615, Grade 60. 123-2.16 BOLTING HARDWARE. All airfield bolting hardware shall be stainless steel and shall meet FAA requirements. All bolts 1/4" and larger shall be hex head type. All bolts smaller than 1/4" trade size shall be recessed aIlen type. All bolted connections shall utilize an anti - rotational Iocking type device. The base can cover and fixture mounting bolts shall extend through the base can mounting flange into the base can a minimum of 0.5". The bolts shall have enough thread length so they do not shoulder out before the fixture is securely tightened. 123-2.17 ANTI -SEIZE COMPOUND. Use anti -seize compound on all bolting hardware. Use valve lubricant curing sealant to sea] between sections of base cans, spacer rings, adaptor rings or fixtures. 123-218 FILLERS AND ADHESIVES. Joint sealing filler shall comply with Specification P- 605, Joint Sealing Filler and adhesive compounds shall comply with Specification P-606, Adhesive Compounds, Two -Component, For Sealing Wire and Lights and Pavement. The P-605 and P-606 compounds shall be formulated so they are compatible with the pavement type with which they are to be used. 123-2.19 STRAIN RELIEF CONNECTORS. Strain relief connectors shall be Liquid Tight with wire mesh cable grip. 123-2.20 DELIVERY, STORAGE AND HANDLING. Ship materials and equipment disassembled only to the extent necessary for reasons of shipping limitations, handling facilities, and to avoid damage during shipment. Maintain materials and equipment in new condition. This shall include the use of heat lamps, suitable coverings, indoor storage, etc. to properly protect the equipment and materials. Any equipment or materials, in the opinion of the Owner or Engineer, damaged during construction or storage periods shall be replaced by and at the expense of the Contractor. 123-2.21 IDENTIFICATION MARKERS. Refer to section L-108 and L-125 for cable identification. 123-2.22 SIGN LEGENDS. a. Furnish sign panels to be installed on existing airfield signs, if applicable. Panels shall be compatible with existing sign. Manufacturer model number and size of existing signs are scheduled in the Plans along with a revised legend text. b. The new legends shall not affect the lumen output of the existing sign. New legends shall secure to existing signs in the same manner as the original legends. Legend text size and style shall be in accordance with FAA Advisory Circular 150/5345-44, latest edition. c. Legends provided for existing signs that are to remain shall be by original manufacturer of those signs. Provide letter of certification from the manufacturer that the legend replacement does not change any of the performance parameters under which the sign was FAA certified. d. Sign legend panels shall include all incidentals required for a complete and operational unit City of Fort Worth Project No. 101172 L-123 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 to the satisfaction of the Engineer. Each replacement sign panel shall be one or two characters in length. CONSTRUCTION METHODS 123-3.1 INSTALLATION a. Signs, Base Cans. 1. All signs, base cans, etc. shall be installed as shown in the plans or approved shop drawings and in accordance with the applicable FAA Advisory Circulars and manufacturers' recommendations. Survey instruments shall be used to position all items to insure precise orientation. Tolerances given in the FAA Advisory Circulars, these specifications, and the plans shall not be exceeded. Where no tolerance is given, no deviation is permitted. Items not installed in accordance with the FAA Advisory Circulars, these specifications and plans shall be removed and replaced by and at the expense of the Contractor. 2. Signs shall be oriented at 90 degrees to the direction of the taxing path from which it is viewed unless noted otherwise. 3. For all signs, the concrete pad shall extend to not less than eighteen (18) inches out from the edge of the sign all around. The concrete pad shall be a minimum of six (6) inches thick. The concrete pad shall be poured in place and rest on undisturbed soil. The pad shall be reinforced with steel bars formed and placed as indicated in the Plans. Exposed concrete surface shall be finished smooth with a steel trowel or rubbed to a smooth finish. All horizontal edges to be chamfered one (1) inch at 45 degrees. 4. During construction of the pad, the transformer base shall be adjusted and firmly held in place so that machined upper surface of base flange will be level within -2 degrees and not more than 1 /4 inch above the surface of pad. All other bearing areas for additional flange supports shall be in the same horizontal plane as the transformer base flange. 5. The Contractor shall completely survey and stake out each areas signage layout prior to starting any installation. Should any irregularities occur in the layout, the Engineer shall be notified immediately. The bid item price shall include the necessary surveyed layout for each item and the cost for any additional adjustment or resurvey of the location of the items due to the existing geometric conditions. The new signage installation shall be coordinated with and blend into the signage installation. 6. All loose material shall be removed from all excavations for electrical equipment, raceways, manholes, pads, etc. The bottom of the excavation shall be compacted to 95% compaction in accordance with ASTM D 1557 prior to the installation of the electrical item and backfill. 7. Install new legends on existing signs at locations and with designations as indicated in the Plans. Installation of new sign legends on existing signs shall be done in accordance with construction sequencing as indicated in the Plans. 8. The Contractor shall be responsible for final calibration and adjustments of the signs. 9. In new or existing pavement all conduits, duct banks, counterpoise, base cans, etc. shall be installed prior to the placement of the final lift of pavement. City of Fort Worth Project No. 101172 L-123 - 6 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 10. Before paving may proceed, the Contractor shall demonstrate to the Engineer that the base cans are at the correct elevation, azimuth and rotation and that the proper clearance exists between the base can and the paving train. 11. The finished pavement surface shall be protected from foreign substances which could cause staining, i.e., oil. P-605, Joint Scaling Filler etc. The Contractor shall immediately clean all spills and correct/clean any stained surfaces at the Contractor's expense. 12. Assemble units and connect to the system in accordance with the manufacturer's recommendations and instructions. 13. An identification tag shall be installed with each fixture, sign, etc. as shown in the plans. Brass circuit identification tags identifying each circuit shall be attached to each circuit as shown in the plans. 14. Provide six feet (6) of slack in each end of each cable in each base can. All connections shall be able to be made above ground. 15. Painted and galvanized surfaces that are damaged shall be repaired according to the manufacturer's recommendations, to the satisfaction of the Owner and Engineer. Use cold galvanizing compound or to repair galvanized surfaces. Obtain paint and primer, of same batch number, from the equipment manufacturer to repair painted surfaces. 16. Use valve lubricant non -curing sealant shall be used to seal between sections of base cans, spacer rings, adapter rings or fixtures. 17. Where three (3) or more conduits enter a L-867-B Base Can a L-867D size Base Can shall be used. Drain connections are excluded from the conduit count and are incidental to the base can. 18. All threaded portions of frangible couplings, etc., shall be coated with anti -size compound before being assembled. 19. If a light can is installed incorrectly or the duct/conduit is plugged/broken or the concrete joints are installed incorrectly or the light base can is sawed by the concrete saw, the concrete slabs on both sides of the light base can and the light shall be removed and replaced at the Contractor's expense. 20. Dewatering necessary to construct L-123 Items and related erosion and turbidity control shall be in accordance with federal, state, and local requirements and is incidental to its respective pay item as a part of L-123. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-123 Item. 123-3.2 TESTING. a. This section describes the testing and demonstrations furnished by the Contractor. All items famished and/or installed by the Contractor shall be tested and demonstrated in accordance with these specifications. All equipment and labor required for testing and demonstrations shall be famished by the Contractor. b. Fully test the installation by continuous operation for a period of not less than seventy-two (72) hours as a completed unit, prior to acceptance by the Owner. c. Up to two (2) walk-throughs may be initiated by the Owner or the Engineer during which the airfield lighting units would be required to be in operation. Additional walk-throughs may be City of Fort Worth Project No. 101172 L-123 - 7 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 necessary depending upon the number of discrepancies found on the previous walk-throughs. d. The Contractor is responsible for lamp replacements and necessary maintenance of airfield items during the testing, construction and walk-through periods. e. Test cabling per specification L-108, Installation of Underground Cable for Airports. f. Demonstrate all features and functions of all systems and instruct the Owner's personnel in the proper and safe operation of the systems. g. The Contractor shall perform the necessary inspection and tests for some items concurrently with the installation because of subsequent inaccessibility of some components. The Engineer shall be notified by the Contractor forty-eight (48) hours in advance of any testing. h. There are no approved "repair" procedures for items that have failed testing other than complete replacement. Any other corrective measures shall be approved in writing by the Engineer. 123-3.3 OPERATION AND MAINTENANCE MANUALS. The Contractor shall provide data for all equipment, material and components supplied or furnished under this section in the Operation and Maintenance Manuals. This data shall include cut sheets from the manufacturer and the manufacturer's installation, operation and maintenance manuals, recommended spare parts lists, any required test results, and other data as required by Section L-106, Submittals, Record Documents and Maintenance Manuals. The manuals shall be in accordance with Section L-106. Final payment for any contract amounts shall not be processed without proper submittal of these manuals and review and approval by the Engineer. 123-3.4 CONTRACT DRAWINGS. Where the electrical drawings indicate (diagrammatically or otherwise) the work intended and the functions to be performed, even though some minor details are not shown, the Contractor shall furnish all equipment, material, and labor to complete the installation work, and accomplish all the indicated functions of the electrical installation. Further, the Contractor shall be responsible for taking the necessary actions to ensure that all electrical work is coordinated and compatible with the civil plans. 123-3.5 MINOR DEPARTURES. Minor departures from exact dimensions shown in the electrical plans may be permitted where required to avoid conflict or unnecessary difficulty in placement of a dimensional item, provided contract requirements are met. The Contractor shall promptly obtain approval from the Owner and/or the FAA Resident Engineer prior to undertaking any such proposed departure. METHOD OF MEASUREMENT 123-41 GENERAL. The quantity of airfield signs to be paid for under this item shall be the number of each type installed, complete and in place, ready for operation, and accepted by the Engineer. Each airfield sign shall include the sign panels, lamps, structure, concrete foundation with an L-867D, 24" deep base can, 3/8" thick galvanized steel cover plate with hub, gasket, L- 830 isolation transformer, L-823 connector, stainless steel bolting hardware, sod surround, ground City of Fort Worth Project No. 101172 L-123 - 8 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 rod with test report, identification plate or tag and all incidentals required to provide a complete and operational system. Separate measurement will be made for new signs of the various sign module quantities. There will be no separate measurement for installation of existing salvaged sign on new foundation regardless of sign module quantity. BASIS OF PAYMENT 123-5.1 GENERAL. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly and installation of these materials, and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete these items. Payment will be made under: Item L-123-1 New Guidance Sign incl Foundation — I Mod/1 Face — Per Each Item L-123-2 New Guidance Sign incl Foundation — 2 Mod/1 Face Per Each Item L-123-3 New Guidance Sign incl Foundation — 3 Mod/1 Face — Per Each Item L-123-4 New Guidance Sign incl Foundation — 4 Mod/l Face — Per Each END OF ITEM L-123 City of Fort Worth Project No. 101172 L-123 - 9 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth Project No. 101172 L-123 - 10 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION 125-1.1 GENERAL. This section shall consist of all lighting systems furnished and installed following the project plans and specifications and the applicable advisory circulars including all edge lights, lighted signs and associated base cans, transformers, base plates, mounting assemblies, connections, lamps, testing of the installed system and all incidentals and appurtenances necessary to place the systems in operation as completed units to the satisfaction of the engineers. a. The systems shall be installed at the locations and following the dimensions, design and details shown on plans. It is the intent and meaning of the plans and specifications that the Contractor shall provide an electrical installation that is complete, including all items and appurtenances necessary, reasonably incidental or customarily included, even though each and every item is not specifically called out or shown. b. Installations and construction under these provisions shall be coordinated with the Resident Project Representative, hereby referred to as the RPR. Specification requirements for approvals, reviews or other involvement of the Engineer shall be transmitted by the Contractor through the RPR to the Engineer. c. This item shall include the furnishing of all products, labor and incidentals necessary to place the systems in operation as completed units to the satisfaction of the RPR. Refer to Item L- 100 General Provisions — Electrical. 125-1.2 FAA REFERENCES. Airport lighting and products covered by Federal Aviation Administration (FAA) specifications shall have the prior approval, of the FAA and shall be listed in latest edition of Advisory Circular (AC) t 50/5345-1, Airport Lighting Equipment, latest edition. a. All Advisory Circulars referenced in this specification shall be the edition indicated or the Iatest edition. b. Additional details pertaining to specific systems covered in this specification are contained in the latest editions of the FAAAdvisory Circulars listed below. 150/5340-1 Standards for Airport Markings 150/5340-18 Standards for Airport Sign Systems 150/5340-26 Maintenance of Airport Visual Aid Facilities 150/5340-30 Design and Installation Details For Airport Visual Aids 15015345-1 Approved Airport Equipment 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits 150/5345-26 FAA Specification for L-823 Plug and Receptacle, Cable Connectors 150/5345-39 FAA Specification L-853, Runway and Taxiway Centerline Retroreflective Markers 150/5345-42 Specification for Airport Light Bases, Transformer Houses, Junction Boxes and Accessories 150/5345-46 Specification for Runway and Taxiway Light Fixtures City of Fort Worth Project No. 101172 L-125 - 1 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 150/5345-47 Isolation Transformers for Airport Lighting Systems 150/5345-51 Specifications for Discharge Type Flashing Light Equipment 150/5345-53 Airport Lighting Equipment Certification Program 125-1.3 FAA SPECIFICATIONS. Products covered by FAA specifications shall be as specified by reference number Item L-108 - Underground Power Cable for Airports; reference is made to Item L- 110 - Airport Underground Electrical Duct Banks and Conduits. PRODUCTS 125-2.1 GENERAL. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, latest edition. All other equipment and materials covered by other referenced specification shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification. The Contractor shall submit the manufacturer's certificate of compliance and the applicable specification sections to the Engineer for approval before the equipment and material are ordered. Manufacturers certifications shall not relieve the Contractor of his responsibility to provide materials in accordance with these specifications and acceptable to the Engineer. Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials which do comply with these specifications, at the sole cost of the Contractor. All items required per this section are for use on a 6.6 amp primary series circuit unless specifically noted otherwise. 125-2.2 SUBMITTALS. Shop drawings of each airfield lighting component, indicating FAA approval, shall be submitted to the Engineer for review and approval and be approved prior to ordering any materials for this item. This submittal shall include the proposed method of installation for all airfield lighting components. The submittal shall include data on all component parts of the item or system, and shall include the manufacturers list of recommended spare parts for one year's use. The data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the contract documents. The Contractor's submittals shall be in accordance with Item L-106, Submittals, Record Documents and Maintenance Manuals. 125-2.3 LIGHT FIXTURES. Light fixtures and lamps specified shall be low wattage and energy efficient, unless noted otherwise. a. The fixtures shall meet the latest edition of FAA Specifications in the applicable Advisory Circulars listed and shall be approved under the Airport Lighting Equipment Certification Program described in AC 150/5345-53, latest edition_ 125-2.4 PRODUCTS COMMON TO ALL SYSTEMS a. Primary Cable. Primary L-824 cable shall as specified in Item L-108. b. Counterpoise Wire. Counterpoise wire shall as specified in Item: L-108. c. Isolation Transformers. Isolation transformers shall be of rating compatible with associated light fixture and conforming to requirements of AC 150/5345-47, latest edition. City of Fort Worth Project No. 101172 L-125 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 d. Fixture Bases. Provide L-868 and L-867, CIass I bases that conform to the requirements of AC 150/5345-42, latest edition, for all fixtures. 1. Certain applications shall require additional entrance hubs, as shown on the plans. 2. All fixture mounting holes in base top shall be drilled completely through and then tapped. 3. Provide L-868, Class I, two-piece bases with factory installed anti -rotation tabs. Furnish all L-868B Base cans with a multihole adapter ring. 4. Coordinate bolt hole patterns for bases with fixtures to be installed. Reference bolt circle dimensions on fixture schedule noted on plans. In general, to match fixtures, bolt hole pattern for bases off concrete pavement shall be 10-1/4 inch diameter and bolt hole pattern for bases in concrete pavement, other than bases for runway edge lights, shall be 11-1/4 inch diameter. 5. Furnish all bases with an internal and external ground lug to accept a No. 6 AWG ground cable and threaded hubs for conduit entrance. e. Connectors. L-823 connectors used to splice the L-824 primary cables shall be as specified in Item L-108. Fixtures shall be provided with a single connecting lead plug for connection to L- 830 transformers. f. Ducts and Conduits. Ducts and conduits shall be as specified in Item L-110. g. Tape and Heat Shrinkable Splices. Tapes and splices to be used on primary L-824 cable shall be as specified in Item L-108. h. Concrete. Concrete shall adhere to requirements of Item P-610 Structural Portland Cement Concrete. Reinforcing steel shall conform to provisions of Item P-610. Precast base cans are not approved for use. i. Sealer Products. Products used shall conform to applicable requirements for Joint Sealing Filler. Submit materials with satisfactory adhesive and waterproofing qualities for approval of the RPR. j. Joints. Use joint sealing material across concrete pavement jointg. Where conduit is being installed in saw cut trench in existing pavement, OZ Gedney Type DX Expansion Fitting shall be installed at intersection of conduit installation and existing concrete pavement expansion joints. k. Fixture Hold Down Bolts. Fixture hold down bolts and installations shall adhere to the following requirements. 1. Bolts shall be all -thread, 18-8, Grade 5 Carbon steel with Fluoropolymer Coating. 2. BoIts information shall be submitted for approval of the RPR. Submittal shall specifically identify, as a minimum, the bolt material, dimensions and threading. 3. Bolt material shall be readily identifiable in the field by appropriate ASTM markings on the bolts or by having material identified on bolt packaging, as approved by the Engineer. 4. Normally, bolts are supplied with the bases, not the fixtures. However, the usual bolts supplied with the bases are too short to extend into base can. The Contractor shall install bolts long enough to extend I inch inside the rim of the can after proper City of Fort Worth Project No. 101 172 L-125 - 3 Issued for Construction Taxiway P Extension Phase 1 June I9, 2020 installation to hold down fixtures. Bolts of appropriate length shall be ordered accordingly. 5. Bolts shall receive anti -seize compound (Ideal "Noalox" or approved equivalent) prior to the final turn. 6. Lock washers shall be installed on each bolt as per fixture base manufacturer's recommendations. Appropriate lock washers are usually provided with bases. 1. Spacer Rings. Light fixture spacer rings are not allowed unless specifically noted on the contract documents or approved in wiring by the engineer. If approved, only 1 spacer ring will be allowed per fixture base. Owner to retain additional spacers as spare parts. 125-2.5 FRANGIBLE COUPLINGS. All elevated items shall be installed on frangible couplings in accordance with the respective Federal Aviation Administration Advisory Circular. Frangible couplings shall be metallic and provide an electrical grounding path between the fixture/sign and the base can. 125-2.6 EQUIPMENT AND MATERIALS FOR TAXIWAY EDGE LIGHTING a. Light Fixtures. Fixtures shall be furnished complete, ready for installation on a base and shall comply with requirements of AC 150/5345-46, latest edition. 1. Taxiway elevated edge light fixtures shall be L-86IT. Fixtures shall be furnished with blue color lens indicated on construction plans and light fixture schedule. Fixture lamps shall be a quartz series lamp, 30 watt, 6.6 ampere or an LED lamp, 6.6 ampere as noted on the fixture schedule. 2. Taxiway semi -flush edge light fixtures shall be L-852T. LED. Fixtures shall be omni- directional with blue color lens, as indicated on construction plans and light fixture schedule. Fixture lamps shall be as shown on plans. 3. Fixtures shall be provided with connecting leads for power connections, optical system, lamp and mounting assembly. b. Isolation Transformer. Transformers shall be L-830, 30/45 watt isolation transformers complying with requirements of AC 150/5345-47, latest edition, for 6.6 ampere series circuits for quartz lamps and L-830 10115 watt for LED lamps. c. Light Base and Transformer Housing. Fixtures shall be installed on new or existing L-867 base complying with requirements of AC 150/5345-42, latest edition. 1. Bases shall house isolation transformer and are 12 inch diameter, cylindrical body with a top flange having ant 0-1/4 inch bolt circle. Base shall be provided with 1, 2 or more factory installed cable entrance hubs. Contractor to field verify entrances. 2. Furnish all elevated edge lights installed in new shoulder pavement with telescoping base cans. Furnish all elevated edge lights installed in earth or existing shoulder pavement with one-piece base can. 125-2.7 EQUIPMENT AND MATERIALS FOR TAXIWAY CENTERLINE LIGHTING a. Light Fixtures. Fixtures shall be furnished complete, ready for installation on a base and shall comply with requirements of AC 150/5345-46. AlI fixtures shall be style 3. Drawings will indicate use of LED or Quartz Fixtures. City of Fort Worth Project No. 101172 L-125 - 4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 1. Taxiway centerline light fixtures shall be L-852C for straight sections and L-852D for curved sections as noted on the contract drawings. Fixtures shall be bi-directional with green/green or green/amber color lenses or uni-directional with green or amber lens, as indicated on construction plans and light fixture schedule. Fixture lamps shall be as shown on plans, or as manufacturer provides. 2. Fixtures shall be provided with connecting leads for power connections, optical system, lamp and mounting assembly. h. Isolation. Transformer. Transformers shall be L-830, isolation transformers complying with requirements of AC 150/5345-47 for 6.6 ampere series circuits. Transformer wattage rating shall be as shown on plans. c. Light Base and Transformer Housing. Fixtures shall be installed on L-868 base complying with requirements of AC-150/5345-42. 1. Bases shall house isolation transformer and shall be 12" diameter, two -piece cylindrical body with a top flange having an 11-1/14 inch bolt circle. 2. Empty bases installed for future use shall be as specified above. 125-2.8 IN PAVEMENT RUNWAY GUARD LIGHTS (LED) with Integral Flasher. The In -Pavement Runway Guard Lights (IPRGL) shall be L-852G, LED as indicated in the Contract Documents. Light fixtures shall comply with environmental, photometric, dimensional and other requirements specified in the latest edition of FAA AC 150/5345-46, and approved per FAA AC 150/5345-53. LED fixtures shall also comply with the latest edition of FAA EB67. In Pavement RGLs with integral flasher shall be suitable to properly mount in the L-868 base cans either new or existing. Contractor shall provide the necessary product to comply with this requirement. Light fixtures shall be furnished completely assembled, unless otherwise shown on the contract drawings, with two 40-inch leads terminated in an FAA Specification L-823 two -pole plug, and one color -coded green ground wire. Fixtures shall be class 2, base -mounted, and include an LED light source. Fixture assemblies shall be unidirectional - traffic yellow, locations as indicated on the contract drawings. The casting of the fixture shall be aluminum alloy casting, low -profile construction, not exceeding 0.25 inches above grade installed as indicated on the drawings. The fixture shall be designed such that the aluminum casting in the area of the top of the fixture shall protect the optics and reduce contact with aircraft wheels. An 0-ring gasket between top and bottom parts of the fixture shall provide a tight seal and the manufacturer shall provide a three-year warranty against leakage. Fixtures shall be connected to the light bases by means of six threaded bolts. LED In -Pavement Runway Guard Light Fixtures shall provide integral synchronized flashing capability as specified in FAA AC 150/5340-30. 125-2.9 FLASHING PERFORMANCE OF IN PAVEMENT RUNWAY GUARD LIGHTS (IPRGL). The flashing performance of LED IPRGL with the integral flashing device City of Fort Worth Project No. 101172 L-125 - 5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 shall meet the following requirements. a. Flash rate. The flash rate for In -pavement RGLs is defined as 30 to 32 flash cycles per minute. The flash cycle is defined as the period that the light begins emitting from the fixture and the period during the flash cycle there is no light emitting from the fixture. The sequence of light -on and light -off repeats between 30 and 32 times per minute. b. Stability of flash rates. The flash rates shall be considered allowable static settings, not a limit of instability. Once selected, the flash rate must remain set. c. Duty Cycle. During a flashing cycle, the length of time the light from an LED fixture is on, must be equal to the length of time light is off, with a tolerance of+/- 0.5%. of the total cycle. At 30 flash cycles per minute, this is one second on followed by one second off. The allowable on or off time in this case is from 0.990 seconds to 1.010 seconds. d. Stability of Duty Cycle. The duty cycle shall be considered allowable static settings, not a limit of instability. Once selected, the duty cycle must remain set. e. Same set group error. During the normal flash functioning, when a group of in pavement RGL fixtures that operates in unison, change state (a group of odd numbered or a group of even numbered fixtures), it is required for all the light sources in the group to change state simultaneously. Same set group error is defined as the time light begins emitting from (or begins not emitting from) the first fixture to change state (in time) in the group, until the light begins emitting (or begins not emitting from) the last fixture to change state in the same group (in time). Under normal operating conditions no same set group error is allowed. L Even to odd group error. During the normal flash functioning, a group of in pavement RGL fixtures that operates in unison, change state, and as they extinguish, the opposing unison group change to the opposite state, it is required that these state changes occur simultaneously. Even to odd group error is measured from the time light begins emitting from (or begins not emitting from) the first fixture to change state in either unison group (in time), until the time the light begins emitting from (or begins not emitting from) the last fixture to change state in the either group (in time). Under normal operating conditions no even to odd group error is allowed. g. In Pavement RGL Failure Mode , 1. Any light source or fixture failures shall not affect the functions or performance of any other elements in the system. 2. If a flasher, or LED Control circuit fails, its lamps (or LED) shall fail in the off state 125-2.10 ELEVATED RUNWAY GUARD LIGHTS (LED). The Elevated Runway Guard Lights (ERGL) shall be L-804, LED as indicated in the Contract Documents. Light fixtures shall comply with environmental, photometric, dimensional and other requirements specified in the latest edition of FAA AC 150/5345-46, and approved per FAA AC 150/5345-53. The L-804 optics shall be held by a single frangible column that allows the fixture to be easily aimed from 0° to 20' vertically and ±20' horizontally. The two RGL Iight sources shall be City of Fort Worth Project No. 101172 L-125 - 6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 surrounded by a black face plate and independent visors to maximize the contrast during the ON/OFF cycle. The fixture shall provide an alternating flash rate of 45-50 flash cycles per minute. The flash rate is defined as the rate at which one of the two light sources is illuminated, turns off, while the other light source tarns on, until the first light source ends it time off and begins to turn on again. The fixture shall be fabricated from corrosion -resistant material and all exterior surfaces shall be painted aviation yellow for additional protection and visibility. The elevated RGL fixture shall be supplied with a frangible coupling and a high -strength RGL base plate suitable for installation on existing L867 light bases as indicated on contract drawings. The Elevated RGLs shall be furnished completely, assembled and include a new L-830 Isolation transformer with new connector kits installed, and two 40-inch leads terminated in an FAA Specification L-823 two pole plug, and one color -coded green ground wire. ERGLs shall be mode 1, operating on a 6.6 amp circuit and include a LED light sources. Fixture assemblies shall be unidirectional traffic signal yellow, per advisory circular and provided and installed, in locations as indicated on the contract drawings. A gasket between the base plate and fixture base shall be provided, and new stainless steel bolts and lock washers shall be included as shown on details. The fixture shall be installed and aimed according to the requirements of FAA AC 150/5340-30. 125-2.11 PROGRAMMING CAPABILITY FOR LED IN PAVEMENT RUNWAY GUARD LIGHT FIXTURES WITH INTEGRAL FLASHER The LED In -Pavement Runway Guard Lights shall be delivered with proper alternating flashing configuration programming and labeling to support proper operation. A new programming device or capability shall also be provided to set up any replacement LED RGL fixture. A simple means shall be provided to set each LED fixture to begin its flashing cycle in the "on" state, or the alternate "off" state, in addition to any delay required for a specific RGL bar to offset its change of state timing. 125-2.12 ADDITIONAL REQUIREMENTS FOR LED FIXTURES a. LED fixtures shall comply to the FAA. EB-67, Light Sources Other Than Incandescent and Xenon For Airport and Obstruction Lighting Fixtures, current edition. b. Out of tolerance circuit current behavior - The fixture shall not fail or enter the failed or open circuit state automatically, when the input current is applied starting from zero amps RMS, and increasing linearly, to the maximum allowed by the constant current regulator. This shall include current levels that not at the correct nominal steps defined in AC 150/5345-10 for CCRs. c. Light Output Dependency on Current waveform - The light output level of the fixture shall not depend on the duty cycle or crest factor of the input current. Light output shall operate at the nominal steps with full conduction sinusoidal current with a crest factor of 1.414 and partial conduction waveform up to and including a maximum crest factor as specified in AC 150/5345-10 for CCRs. If the RMS current is set for a given step, the fixture shall not change the light output anywhere within the full range of current crest factors. City of Fort Worth Project No. 101 172 L-125 - 7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 d. Transient current behavior LED fixtures operating at a selected step, with the associated brightness output, and it encounters a transient in the circuit current, followed by a return to the same RMS current, it shall return to the correct selected step with the associated brightness output for the RMS current as was present before the transient event. e. LED fixtures shall comply to the FAA EB-67, Light Sources Other Than Incandescent and Xenon For Airport and Obstruction Lighting Fixtures latest version, and support the dimming curve as stated in EB-67 f. Conducted emissions-- The LED fixture and all LED fixtures on the circuits in the contract drawings shall not cause emissive currents in excess of minus 6dBmA at frequencies from 1 to 150 KHz, measured into a 50 ohm load g. Fixture Step Support-- The LED fixture shall support both 3 and 5 step brightness levels as specified in AC 150/5345-10. h. Fixtures and/or base plates shall be connected to the light bases by means of six threaded bolts. CONSTRUCTION METHODS 125-3.1 GENERAL. Install conduit, cables, counterpoise and supports necessary to insure a complete and operable electrical installation for lighting systems as specified and shown on the plans. a. Install and mount the products to comply with the requirements of the National Electric Code, Item L-1I I and Section L-108. b. General Cable Installation Requirements 1. The primary cable shall enter the light base and transformer housing as shown on the plans. 2. Primary cable slack shall be provided inside the light fixture base following Item L- 108. In general, enough slack shall be Ieft in the cable to permit installation aboveground of the connections between the primary cable and the isolation transformer primary leads. A similar length of primary cable slack shall be provided for any unconnected cable installed in a fixture base can. 3. The transformer secondary leads shall be connected to the lamp leads with a disconnecting plug and receptacle. The secondary connection shall not be taped; the cable connections to the insulating transformer's leads shall be made following Item L- 108. 4. The connector joints in the primary circuit shall be wrapped with at least 3 layers of synthetic rubber tape and 2 layers of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. Refer to section L-108. 5. Ends of cables shall be sealed with heat shrinkable tubing until the splice is made to prevent the entrance of moisture, e. General Duct and Conduit Installation Requirements. Trenching, installation of ducts and City of Fort Worth Project No. 101172 L-125 - 8 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 conduits, concrete backfilling, trench backfilling, installation of duct markers and the type of material used shall conform to Item L-110. d. General Light Fixture Base Installation Requirements. 1. Caution shall be exercised during light base installation to prevent the collection of foreign matter in products and on operating components. All installation residue shall be collected as installation progresses. As directed by RPR, a cover shield shall be used to protect components from foreign matter during installation. 2. Fixture base shall be installed in existing reinforced concrete or asphalt pavements with connecting conduit as shown on the plans. Precast base cans are not approved for use. 3. Light bases shall be set level. Leveling jig shall be required as specified and as directed by the RPR. Turn leveling tool over to owner for spare parts. 4. Where fixtures bases are encased in concrete, use PVC coated rigid galvanized steel conduit for fixture connection through the encasement. Transition to PVC Schedule 40 outside of the encasement. 5. Install reinforcement in the concrete encasement consisting of No. 4 bar tie bar cage. Base can encasement shall be cast -in -place. Pre -cast base cans are not allowed. 6. Flexible, seal tight steel conduit shall not be used unless specifically approved by the RPR. If approved for use, a maximum length of two (2) feet of flexible, sealtight steel conduit can be installed at the connection point to fixture base cans, only where rigid conduit connections cannot be made. Any flexible, sealtight steel conduit bend radius shall meet the cable manufacturer's minimum bend radius requirements or shall meet bend radius requirements for rigid conduit. The more stringent requirement shall govern, as determined by the RPR. 7. Light or bases shall have 1, 2 or more 2-inch threaded metallic hubs for all required conduit entrances, or as indicated on the plans. Grommeted conduit entrances are strictly prohibited. The cable entrance hubs shall be oriented in the proper direction so as to align with the connecting conduit. 8. Stub -in conduit connections into existing Iight bases shall be Meyers Hub installation, where required on the plans and as noted on plan details. 9. Furnish base with a P" drain where noted on the contract drawings. 10. Furnish a light base ground consisting of a #6 AWG bare copper wire jumper bonded to the external ground lug on the base to a ground rod installed adjacent to the base. 11. Furnish a light fixture bonding conductor consisting of a (minimum 6' length) #6 AWG stranded copper wire rated for 600V with green XHHW insulation. Connect conductor from internal ground lug on base can to light fixture base plate following light fixture manufacturers recommendations. 12. When existing light fixtures are removed for the purpose of installing new conductors, lockwashers shall be re -installed using new 18-8, Type 304 stainless steel hold down bolts and bolts shall extend I inch below flange into base can. Submit bolts information for approval. City of Fort Worth Project No. 101172 L-125 - 9 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 13. Breakage of fixture hold down bolts normally and regularly occurs in the field during fixture removal or fixture installation.. When breakage occurs, the Contractor shall adhere to the following requirements: a) The Contractor shall submit a broken bolt removal process for approval of the Engineer. b) Submittal shall include information about the planned broken bolt removal process and jig required to effectively drill and tap broken bolts, when necessary. c) Whenever encountered, broken bolts shall be removed. d) Where drilling and tapping is required, a jig approved for use by the Engineer shall be used. e) All broken bolts shall be replaced with 3/8"-16 stainless steel bolts. In the event that light fixture bases are permanently damaged in the course of removing broken bolts, the Contractor shall be held responsible for the immediate repair/replacement of the lighting base. Permanent damage includes drilling of holes which exceed the required 3/8" bolt diameter and/or any "off centered" impressions that penetrate the inner lip of the existing bolt holes. 1) Use of "helicoils" shall be strictly prohibited as a method of dealing with stripped bolt holes, unless specifically approved in extreme emergency conditions by the RPR. g) Light fixture bases to be used as junction boxes shall be installed at the approximate locations indicated in the plans, or as directed by the RPR. e. General Cable Installation Requirements 1. The primary cable shall enter the light base and transformer housing as shown on the plans. 2. Primary cable slack shall be provided inside the light fixture base following Item L- 108. In general, enough slack shall be left in the cable to permit installation aboveground of the connections between the primary cable and the isolation transformer primary leads. A similar length of primary cable slack shall be provided for any unconnected cable installed in a fixture base can. 3. The transformer secondary leads shall be connected to the lamp leads with a disconnecting plug and receptacle. The secondary connection shall not be taped; the cable connections to the insulating transformer's leads shall be made following Item L- 108. 4. The connector joints in the primary circuit shall be wrapped with at least 1 layer of synthetic rubber tape and 2 layers of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. 5. Ends of cables shall be sealed with heat shrinkable tubing until the splice is made to prevent the entrance of moisture. C Installing Light Fixtures at Existing Bases 1. At locations indicated on the plans, the Contractor shall install light fixtures at existing City of Fort Worth Project No. 101172 L-125 - 10 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 fixture bases. This shall include providing the following items, as required and directed by the RPR. a) Remove and salvage existing base cover plates. b) Refurbish and prepare the base flange with flange rings or spacer rings, as required and directed by the RPR, in order to properly install the specified light fixture. e) Clean out and refurbish the interior of the bases, including conduits. d) If no ground lug exists on the interior, provide new ground lug with ground strap following base manufacturer's recommendations. e) Install primary airfield lighting circuit cable or verify existing airfield light cable is properly installed. f) Install fixture isolation transformers of proper specified rating and wattage. g) Install specified fixtures. h) Install concrete collar as shown on the contract documents. g. An identification tag shall be installed with each sign as shown in the plans. Brass circuit identification tags identifying each circuit shall be attached to each circuit as shown in the plans. h. Dow Coming Compound III valve lubricant non -curing sealant or approved equal shall be used to seal between sections of base cans, spacer rings, adapter rings or fixtures. i. All threaded portions of frangible couplings, etc., shall be coated with Ideal "Noalox" compound or approved equal before being assembled. j. Demolition and Salvage. At locations noted on plans, the following shall be required: 1. Existing light fixtures, bases, cables and other materials identified as salvageable by the RPR shall be removed. Salvageable materials shall be delivered to the owners salvage area or disposed of as directed by the RPR. 125-3.2 LIGHT FIXTURE INSTALLATIONS IN RIGID PAVEMENT AREAS a. Light Base Installation Requirements for Class I Bases. Install light fixture bases as per general requirements noted in paragraph 3.01 and as noted below. 1. Conduit trench shall be filled with a concrete slurry of well graded aggregate mix with a top size aggregate of 3/8 inches. This concrete shall have a minimum cement content of six (6) sacks per cubic yard and a slump of 5 to 6 inches. The aggregate and other material shall meet the requirements of Item P-610. The level of the slurry fill shall remain 1 (1) inch below the bottom of the pavement slab as shown on the plans. 2. Concrete anchor block around the light base shall be constructed in accordance with Plan details. 3. Light base setting and leveling jig shall not be removed until concrete has set and sufficiently cured to allow stable installation for remainder of system. 4. Before the paving operation, the 1/8 inch mud plate shall be installed over the 5/8 inch construction ring and 3/4 inch plywood cover. 5. After placement of the overlay, the center of the light base is to be located. A properly City of Fort Worth Project No. 101172 L-125 - 11 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 sized core is to be centered over the base and the asphalt is to be cored and removed. Obtain measurement from the top of the L-868 bottom section to the top of the pavement and custom fabricate the L-868 top section, allow for installation of 1/8" spacer ring between top section and multi -hole adapter ring. Remove construction ring and cover plate and replace with custom made L-868 top section, spacer ring and fixture as shown in plan details. 6. After installation of the light fixture, the azimuth of the light beam shall not vary more than +112 degree from the required direction. The elevation of the light fixture outside edge shall be flush with the surrounding surface elevation such that the elevation of the fixture is not more than +0 inches higher than or -1/16 inch lower than the elevation of the pavement. If this tolerance is not met, the Contractor shall, at his expense, remove and replace the fixture to the satisfaction of the owner. 7. In -concrete light bases shall have 1, 2 or more 2-inch threaded metallic hubs for all required conduit entrances, as indicated on the plans. Grommeted conduit entrances are strictly prohibited. b. Light Fixtures. Assemble the light fixture following the manufacturer's instructions. Connect the secondary leads of the transformer to the fixture leads with a disconnecting plug and receptacle conforming to AC 150/5345-26A without taping the joint. Install a lamp of the proper rating in the fixture. Level each fixture as recommended by the manufacturer. Turn over the light fixture leveling tool to the airport manager at the end of the contract 125-3.3 LIGHT FIXTURE INSTALLATION IN UNPAVED AREAS a. Light Base Installation Requirements. Install light fixture bases as per general requirements noted in paragraph 3.01 and as noted below. 1. Concrete shall be placed under and around the outside of the base. Reference detail drawings for fixture base installation requirements. 2. Provide each fixture with an identification number following the plans by impressing numbers of a 1/4-inch minimum height on a 3 inch brass or aluminum concrete marker disk imbedded in the concrete encasement. b. Light Fixtures. Assemble the light fixture following the manufacturer's instructions. 1. Connect the secondary leads of the transformer to the fixture leads with a disconnecting plug and receptacle conforming to AC 150/5345-26, latest edition, without taping the joint. Install a lamp of the proper rating in the fixture. 2. Do not extend the shearing groove of the breakable coupling more than 3-1/2 inches above finished grade. Level each fixture as recommended by the manufacturer to within 1 degree. c. Cable, Duct and Conduit. Install as per general requirements noted in Paragraph 2.4, this section. 125-3.4 DEMOLITION AND SALVAGE. At locations noted on plans, the following shall be required: a. Existing light fixtures, bases, cables and other materials identified as salvageable by the RPR shall be removed. Salvageable materials shall be delivered to Owner's salvage area or City of Fort Worth Project No. 101 172 L-125 - 12 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 disposed of as directed by the RPR. 125-3.5 FIELD PHOTOMETRIC TESTING OF THE NEW LIGHTING SYSTEM a. Field photometric testing of all new runway and taxiway lights shall be performed as part of the final acceptance testing. Testing shall be performed by a firm with a demonstrated capability for the field measurement of the photometric performance of airfield lighting fixtures. The firm shall have experience in evaluating the test results against FAA standards (FAAAC 150/5345-46) for each type of light fixture. The main beam axis readings for each light fixture evaluated shall be displayed simultaneously on a computer screen for operator and Airport representative review and evaluation, and shall be recorded automatically by the computer. Testing will be performed using a photometric measurement arrangement that is driven by the fixtures installed in place. The measurement must measure intensity and light beam orientation consistent with 150/5345-46 and for LED fixtures, EB 67. Any fixture not meeting the photometric requirements must be aligned, repaired or replaced at contractors' expense and retested. A test report summarizing the photometric performance of each of the tested light fixtures, including conclusions and any recommendations for corrective actions shall be submitted. The testing firm shall re -test any fixtures that have deficient test results and require correction or replacement. MEASUREMENT AND PAYMENT 125-4.1 METHOD OF MEASUREMENT a. The number of light fixtures with new base can installed to be paid for shall be measured per each per location, installed and accepted by the Engineer. This item will include the light unit, tenses, isolation transformer, L-868 Spacers, splice kits, heat shrinks, base can, drain line, base plate, multihole adapter ring, tag, concrete encasement collar, ground rods, ground rod terminations and all items necessary to complete installation and accepted by the Engineer. Separate measurement will be made for each fixture type. b. The number of light fixtures installed on existing base can to be paid for shall be measured per each per location, installed and accepted by the Engineer. This item will include the light unit, base plate, multihole adapter ring, can modifications for internal ground lug with safety ground, lenses, isolation transformer, splice kits, heat shrinks, tag, connector kit, terminations, new stainless steel hardware and CEC Lock washers, and all items necessary to complete installation and accepted by the Engineer. Separate measurement will be made for each fixture type. c. The quantity of new LED L-852G In Pavement Runway Guard Lights installed on new L- 868B base cans to be paid for under this item shall be the number installed, complete and in place, ready for operation, and accepted by the Engineer. Each LED In -Pavement Runway Guard Light shall include the installation of an identification plate or tag. This item includes the fixture with integral flasher, L-868B 2-piece base can, spacer, multi -hole adapter ring, gasket, L-830 isolation transformer, L-823 connector, stainless steel bolting hardware, ground rod with test report, bonding conductor, and all incidentals required to provide a complete and operational system. Align and level as required. d. The quantity of new LED Elevated Runway Guard Lights installed on new L-867B base can to be paid for under this item shall be the number installed, complete and in place, ready for operation, and accepted by the Engineer. Each LED Elevated Runway Guard Light shall include City of Fort Worth Project No. 101 172 L-125 - 13 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 the installation of an identification plate or tag. This item includes the LED fixture with integral flasher, gasket, L-830 isolation transformer, L-867B Base can, gasket, base plate, liquid tight flexible metal conduit, frangible coupling, bonding conductor, all L-823 connectors, stainless steel bolting hardware, cable tags, fixture alignment and aiming tools and all incidentals required to provide a complete and operational system. e. The quantity of bolts and threads repaired or replaced on existing base can to be paid for under this item shall be the number of base cans repaired, complete and in place, ready for operation, and accepted by the Engineer. This item includes the labor and materials required for the bolt removal and repair to thread repair including multi -hole adapter plate, threaded inserts, stainless steel bolting hardware and all incidentals required to provide a complete and operational system. There is no separate measurement for can type. f. The isolation transformers shall be measured complete in place. This item will include installation of new splice kit, connector kit and isolation transformer in an existing fixture or sign as noted on the contract documents. There will be separate measurement for major equipment types only (guidance signs vs. light fixtures), not for different varieties or sizes of similar equipment. g. The photometric testing of the airfield lighting shall be measured per lump sum and shall include all labor, equipment, and materials necessary to perform photometric testing as specified, including retesting of the fixtures deficient in the initial testing and corrected by the contractor, and the furnishing of the report to the construction manager. 125-4.2 METHOD OF PAYMENT a. The isolation transformer and connector kit installation will be paid for at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials, labor, tools and incidentals necessary to install the isolation transformer and connector kit, complete in place in accordance with the plans and specifications. b. The light fixture or lighting base installation will be paid for at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials, labor, tools and incidentals necessary to install the light, complete in place in accordance with the plans and specifications. c. Payment for Photometric testing will be paid per lump upon completion of the testing and the receipt of the report, in accordance with specifications. This price shall be full compensation for furnishing all materials, labor, tools and incidentals necessary to complete the testing and report. Payment will be made under: Item L-125-1 Install Elevated Fixture on New L-867B Base Can Per Each Item L-125 2 Install In -Pavement Fixture on L-868B Base Can — Per Each Item L-125-3 Install Elevated Fixture on Existing L-867B Base Can Per Each Item L-125-4 L-867B Base Can with Blank Cover — Per Each City of Fort Worth Project No. 101172 L-125 - 14 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 Item L-125-5 L-868B Base Can with Blank Cover — Per Each Item L-125-6 New Isolation Transformer and Connector Kit for Light — Per Each END OF ITEM L-125 City of Foit Worth Project No. 101172 L-125 - 15 Issued for Construction Taxiway P Extension Phase I June 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth Project No. 101172 L-125 - 16 Taxiway P Extension Phase i Issued for Construction June 19, 2020 ITEM X-103 DISPOSAL OF WELLS DESCRIPTION 103-1.1 Remove and dispose of contaminated and uncontaminated water, petroleum, or sulfur wells. Remove appurtenances, seal and plug wells, and restore the area. Prepare and file required documents with applicable agencies. CONSTRUCTION 101-2.1 General. Follow legal responsibilities, construction requirements, and methods in accordance with Section 70, Legal Regulations and Responsibility to the Public. Remove all pump equipment to 3 ft. below the finished subgrade or the existing grade, whichever is lower, and within construction limits. Pump equipment includes pump, piping, motor, housing, well structures, foundations, flumes, windmills, casing, and other projecting objects associated with the well. All removed items and appurtenances become the property of the Contractor, including existing contaminated soil and liquids, after necessary cleaning and disassembling. Dispose of these items in accordance with applicable laws and regulations. Test, remove, and dispose of hazardous materials in accordance with applicable laws and rules. Cap remaining pipe. Submit a "Plugging Report" to the appropriate agency when required by the Texas Commission on Environmental Quality (TCEQ), the Texas Department of Licensing and Regulation (TDLR), or the Railroad Commission of Texas (RRC). burnish a copy to the Engineer. Backfill in accordance with Item P-152 "Excavation and Embankment," after removing all appurtenances. 101-2.2 Water Wells. Remove all removable casing from water wells, including dry wells and abandoned wells. Pressure -fill the well with a mixture of hydraulic cement and water at a rate of not more than 7 gal. of water per sack of cement from the bottom of the well to the natural ground surface or 3 ft. below the finished subgrade, whichever is lower, according to the requirements of the TDLR. Obtain written approval from TDLR and the Engineer for alternative procedures. Plug any well located in a cut section up to the proposed earthwork elevation before excavating the cut. Backfill the remainder of the well above the proposed earthwork elevation with earth immediately after plugging a well in a cut section. 101-2.3 Petroleum and Sulfur Wells. Have a contractor from the RRC-approved list plug the well. Empty the contents of petroleum or sulfur wells into approved containers according to applicable regulations. Transport and dispose of the filled containers at an approved disposal facility or recycling center according to applicable regulations. Approved plugging methods include protecting water -bearing strata with cement plugs when shown on the plans, or completely cementing the well. City of Forth Worth Project No. 101172 X-103 - I Issued. for Construction Taxiway P Extension Phase 1 June 19, 2020 METHOD OF MEASUREMENT 103-3.1 The quantity of disposal of wells shall be measured by each properly plugged and disposed well by type of well. BASIS OF PAYMENT 103-4.1 Payment for disposal of wells will be made at the contract unit price per each. This price shall be full compensation for removing and disposing of appurtenances; plugging; furnishing records; furnishing and placing any material or items; site restoration; and equipment, labor, tools, and incidentals. Payment will be made under: Item X-103-4.1 Disposal of Water Wells —per each END OF ITEM X-103 City of Forth Worth Project No. 101172 X-103 - 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ITEM X-170 IRRIGATION SYSTEM (TEMPORARY) DESCRIPTION 170-1.1 This item shall consist of all materials, labor, equipment, tools, and incidentals necessary to perform the work of irrigation system installation as specified in this section. The Specifications indicate and specify a complete and efficient landscape irrigation system which will operate in accordance with the specified equipment manufacturer's recommendations and with state and local codes and regulations. Items not specified, but found to be necessary for a complete system, shall be famished under this Contract. The irrigation system will be temporary. All pipes are to be laid above ground, except where not possible. All above ground lines will be placed as unobtrusively as possible. In areas where it is not possible or practical to extend the temporary system, supplemental water shall be provided by truck watering or hand watering (e.g., hose, gator bag). All water used shall be metered and paid for under a separate bid item. No irrigation pipes shall be laid within the Runway Safety Area (RSA). System must provide nozzles capable of shooting up to 150 feet from edge of Runway Safety Area (RSA) to water grass and sod within RSA. There are multiple phases in this project. The contractor may be required to mobilize and install temporary irrigation systems several times within the duration of the project. MATERIALS 170-2.1 Pipe and Tube. Irrigation lines shall be polyvinyl chloride pipe (PVC): rigid, un- plasticized PVC pipe, extruded from virgin parent material. Provide pipe that is homogenous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents. Purple pipe shall be used when non -potable water is used to irrigate a site. 1. Lateral: Class 200 (SDR 21). 2. Mainline: Schedule 40 PVC; Yelomine (ASTM D2241); or C900/RJ PVC. 3. Sleeves: Schedule 40 PVC (4"); SDR Class 200 (<4"). 4. Reference Standards: ASTM 1785, ASTM D2241, ASTM D2564, ASTM D2855. The irrigation system must be designed and installed so that the flow of water in the pipe will not exceed a velocity of five (5) feet per second. 170-2.2 Connections. Use PVC molded fittings of the same material and pressure rating or schedule as the adjoining PVC pipe. Use fittings suitable for solvent weld, slip joint ring tight seal, or screwed connections, as required, to properly join PVC pipe. Use PVC solvent primer (color -treated) on all PVC joints in preparation for of the solvent weld. Use solvent cement of a type approved by the pipe manufacturer on all PVC connections. Cement must be National Sanitation Foundation (NSF) approved and meet ASTM D2564 specifications. 170-2.3 Swing Joints. All risers and swing joint nipples shall be unplasticized polyvinyl - chloride, Schedule 80, threaded pipe. City of Forth Worth Project No. 101172 X-170-1 Issued for Construction Taxiway P Extension Phase I June 19, 2020 170-2.4 Isolation Valves. Isolation Valves shall have threaded or bolted flange attachments. Install isolation valve between the water meter and backflow prevention device. This valve shall be iron body gate valve with resilient seat, non -rising stem with square key on 2-inch or larger. Where required, install an isolation valve upstream of each remote -control valve. Isolation valves upstream of remote -control valves can be plastic ball valve construction. 170-2.5 Remote Control Valves. Remote control valves shall be electrically operated, normally closed, diaphragm type, and be installed following published recommendations of the manufacturer. Valves shall be slow closing and opening and shall have manual flow control and manual bleed. 170-2.6 Quick Coupler Valves. Where required, provide a quick coupler valve with two-piece heavy cast bronze body and rubber cover. Provide single -lug bronze keys with compatible swivel hose ells_ Coupler shall be in a covered purple valve box. Install an isolation valve immediately upstream of each quick coupler. 170-2.7 Gate Valves. As manufactured by Nibco or approved equal. 170-2.8 Check Valves. In -head check valves shall be installed next to paved areas where elevation differences may cause low head drainage. 170-2.9 Backflow Prevention Devices. Provide a double check backflow prevention (DCA) or reduced pressure backflow prevention device (RPZ) as required in the plans. Backflow prevention assembly shall consist of a bronze body, 909 Celcon check seats, stainless steel relief valve seats and bronze test cocks. All internal parts are of corrosion resistant materials. Backflow prevention assembly will be constructed so that all internal parts can be serviced without removing the device from the line. These assemblies are rated to 175 psi water working pressure and water temperatures from 32°F to 1407. All backflow devices must be tested by a Licensed Backflow Prevention Device Tester. Backflow device may be in an enclosure, appropriately located and sized to ensure accessibility for testing. 170-2.10 Valve Boxes. Provide plastic valve box for enclosure of all valves, ten (10) inch minimum or larger. 170-2.11 Gravel. Provide gravel as needed. 170-2.12 Emission Devices. Provide new heads and nozzle assemblies as manufactured by Rainbird, Hunter, or approved equal. Provide drip tubing by Netafim or Rainbird, or approved equal, or as specified in the plans. All emission devices within a zone must irrigate at the same precipitation rate (matched precipitation rate). Emission devices of different types (i.e., spray head, bubblers, drip tubing) shall not be used together within the same zone. 170-2.13 Controller. A weather -based ET controller is typically required per code for irrigation systems, although for temporary irrigation systems, a battery -operated controller such as the Hunter Node is acceptable. City of Forth Worth Project No. 101172 X-170-2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 An automatic rain shut-off device (wired or wire -less) shall be associated with the controller. It must terminate operation of the irrigation system after not more than one-half inch rainfall. This sensor must be mounted in an open location, not obscured by tree branches, roofs, and other overhead obstructions. The controller must be in a secure, weather and vandal resistant enclosure mounted in a Iocation approved by the Engineer. One copy of the seasonal water schedule shall be placed in a plastic sleeve inside the controller enclosure and one copy shall be provided to the Engineer. In the event of mandated water restrictions, the controller shall be set according to the restrictions mandated by the regulatory agency and kept in compliance until the restrictions change. It may be possible to water outside the mandated schedule providing that the appropriate variance is obtained from the Local Municipality. 170-2.14 Pressure Regulation. The irrigation system shall be designed and installed to operate within adequate pressure conditions. Available static pressure shall be determined by the Contractor before installation. If available static pressure is excessive, the Contractor shall install pressure reducing valve. Pressure reducing valves must be installed in valve boxes. 170-2.15 Water. Source of water may be potable (e.g., fire hydrant) or non -potable (e.g., stream, lake, reclaimed water) if the supply is readily available and dependable. The Contractor shall determine the temporary watering equipment appropriate to meet the performance requirements set forth in this specification. 170-2.16 Qualification of Installer. A Texas -licensed landscape irrigator in good standing, approved by the Owner or his agent, with a minimum of 5 years continuous experience in designing and installing systems of this type, and who is regularly engaged in installing landscape irrigation systems shall be employed by contractor for this Work. 170-2.17 Permits and Inspections. The Contractor shall obtain necessary permits, tests, and inspections, and pay any related fees and taxes required by governing agencies. 170-2.18 Submittals. The submittal requirements for this specification item shall include: 1. Copy of Irrigator's license issued by the Texas Commission on Environmental Quality (TCEQ). 2. Per State of Texas code (Title 30, Texas Administrative Code, Chapter 344, Rules for Landscape Irrigation) the Contractor shall provide the Owner with a watering schedule. This schedule shall be a chart listing zone number, zone flow (gpm), run time (minutes/month), type of vegetation irrigated per zone and type of emission device per zone 3. In the event of mandated watering restrictions, provide a completed variance request approved by Local Municipality. 4. As -built irrigation plan showing all emission devices, valves, controller, backflow prevention device, and sized pipes. 5. Completed irrigation system maintenance checklist (Attachment A). The first sheet of Attachment A is due after the irrigation system is completed, during time of inspection with Owner. The second sheet of Attachment A is due yearly, in the spring when the system is reinitiated during the extended landscape maintenance period. If City of Forth Worth Project No. 101172 X-170-3 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 accepted grass stand is established in less than a year second sheet of Attachment A shall not be required. CONSTRUCTION METHODS 170-3.1 Scope of Work. Design and install a complete and efficient landscape irrigation system which will operate in accordance with the specified equipment manufacturer's recommendations and with state and local codes and regulations. The irrigation system will include: • Temporary meter, backflow prevention, valves. o Rotors or rotary nozzles for seeded revegetation areas. For sloping bank areas, install irrigation at the top of the bank and spray down on to the slope. ® All other elements necessary to provide a fully functioning, efficient irrigation system. Temporary irrigation will be kept in place for the entire maintenance/warranty period, and then removed (above ground sections) or abandoned (subsurface sections) by Contractor 170-3.2 Damage to Property. Repair or replace any property damage inflicted during the irrigation installation, without additional charge and before final payment. Included are damages to building, paving, structures, equipment, piping, pipe covering, utilities, sewers, walls, signs, sidewalks and landscaping. The Irrigation Installer is responsible for damage caused by leaks in the piping systems and shall make repairs without charge. 170-3.3 Existing Conditions. Field verify all existing site conditions. By bidding this Work, the Contractor acknowledges that they have satisfied themselves as to the nature of the Work and to the quality of surface and subsurface materials and obstacles insofar as this data is reasonably ascertainable from a site inspection. Failure of the Contractor to acquaint themselves with the available information will not relieve their responsibility of proper estimation of the difficulty or cost of successful performance of the Work. Contractor shall locate all utilities in work area before installation. Any damage to existing utilities occurring during irrigation installation requiring repair or replacement shall be the Contractor's responsibility. This replacement clause extends to existing trees and other landscape materials proposed for preservation. Verify water supply static pressure and volume as adequate before system installation. Report inadequacies immediately to the Owner or Irrigation Designer of record for resolution. In cases of high pressure, pressure reduction equipment shall be used. The irrigation installation shall account for elevation changes on the site as part of pressure considerations. Irrigation layout shall account for slope on a site. Pipes should run perpendicular to a slope where possible. For temporary irrigation systems, above ground pipes should be secured to slopes every 10 feet in a manner that does not create a safety hazard. Stake temporary, above ground lateral pipes at end points. Determine and verify the location and size of the irrigation meter to be used for this project. Contractor is responsible for the tap, for following state and municipal regulations regarding connection to the water supply, and for obtaining all required permits and inspections. City of Forth Worth Project No. 101172 X-170-4 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 170-3.4 System Design and Layout. Verify location and source of the water meter or tap for irrigation. Perform tests as needed to verify the pressure and volume are adequate to run the system as designed and with full, even and complete coverage. If volume and pressure are less than 50 gpm and 60 psi respectively, notify the Engineer or Irrigation designer immediately before proceeding with the work. When necessary, supplemental water, in addition to the permanent and/or temporary sources, can be provided via water truck or other. This may be needed during times of mandatory water restrictions to provide sufficient water to the landscape. Perform all Work and provide material in accordance with the local codes and ordinances in force at the job site. Where provisions of these Specifications exceed such requirements, these specifications shall govern. Installer is responsible for locating valves, piping and fittings relative to existing conditions as the Drawings may show schematic layout only. If a discrepancy in the size and shape of areas to be watered becomes apparent in the drawings at the time of installation, such discrepancy shall be discussed with the Irrigation designer or Engineer before commencement of the installation. Work shall not proceed until design changes have been approved. Should such changes create extra cost, a Change Order for extra compensation shall be obtained in writing from the Engineer before commencing Work. Should such changes create a savings in cost, a written reduction in the contract price shall be approved by the Engineer in writing before commencing Work. All materials shall be installed in strict accordance to the manufacturer's installation specifications. The maximum spacing between emission devices must not exceed the radius of throw recommended by the manufacturer. 170-3.5 Excavation. Excavate as necessary to meet local codes and to complete work. Dig trenches no wider than necessary to lay pipe. Provide trenches of sufficient depth to provide minimum cover above the top of pipe according to manufacturer's specification. If no published specification minimum depth, coverage of 12 inches over lateral lines and 15 inches over main lines. Clearly and visibly flag all open trenches, hole and depressions until adequately filled or repaired. A minimum of two inches of sand bedding may be installed completely around the pipe. Fill to match adjacent grade elevations with approved sandy loam backfrll free from rocks and debris in layers not greater than six inches depth. 170-3.5 Pipe Fitting and Assembly. Keep ends of pipe securely closed when Work is not in operation to prevent water and other matter from entering the lines. The routing of the pressure supply lines shall avoid large tree roots and other existing items. Deviate where necessary and install lines to provide coverage without off -setting assemblies from pressure supply lines. The Installer is responsible for being familiar with any and all methods of assemblage, joining and installation of various types of pipe to be used. Adhere in strict accordance with the manufacturer's recommendations. City of Forth Worth Project No. 101172 X-170-5 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 Exercise care in handling, loading, unloading and storing plastic pipe and fittings. Make all changes in direction of pipe with fittings, not by bending pipe. Solvent joints. Make sure pipe is cut square and all connecting surfaces are properly cleaned and dry. Apply an even coat of solvent to the outside and inside of the fitting. Insert the pipe quickly into the fitting and turn pipe approximately 1/4 turn to distribute the solvent and remove air bubbles. Hold the joint for approximately 15 seconds so the fitting does not push off the pipe. Using a clean rag, wipe off all excessive solvent to prevent weakening at joint. Exercise care in going to the next joint so that the pipe is not twisted, thereby disturbing the last completed joint. Allow at least 15 minutes set- up time for each solvent welded joint before moving. 170-3.6 Valves. Install valves in 10-inch minimum size plastic valve boxes. Isolation valves shall be set vertically. Remote control valves should be adjusted to provide the proper pressure at the emission device. 170-3.7 Backflow Prevention Devices. Install backflow prevention device as per requirements of Uniform Plumbing Code and Local Municipality Requirements. Provide testing and coordinate inspection of the backflow preventer as required by state statute and as per Local Municipality Requirements. 170-3.8 ,Sleeves. Provide new sleeves for all locations as needed at pavement or walls before their installation. Install sleeves before the installation of pavement or walls. Extend sleeve pipes 12 inches beyond edges of pavement and cap. Mark locations of sleeves with paint of the pavement or other approved marking. For areas of existing pavement, install sleeves by boring under the hardscape. Sleeves shall be at least twice the diameter of the pipe or wire to be encased. 170-3.8 Emission Devices. Spray heads shall be set back at least six (6) inches from impervious surfaces. In the right-of-way, sprays heads shall be set back two (2) feet from the back of curb. No spray irrigation heads shall be installed on areas less than six (6) feet wide. Instead, drip irrigation is permitted. Sprinklers shall not directly overspray onto non -irrigated areas (e.g., parking lots, sidewalks). All emission devices shall be installed, where applicable, in plumb position, with proper spacing and in locations shown on the plans. 170-3.9 Controller. A weather -based ET controller and associated rain shut-off sensor shall be mounted in locations approved by the Engineer. The controller must be in a secure, weather and vandal resistant, lockable enclosure mounted in a location approved by the Engineer. Contract shall put a sticker on the controller with their company contact information. For temporary irrigation system where access to electricity is a limiting factor, a battery -operated controller such as the Hunter Node is acceptable. 170-3.10 Control Wiring. Control wire shall be of the size and type recommended by the valve manufacturer, with a minimum gauge of 14 AWG. Waterproof connectors shall be used at each splice and placed in a sufficiently sized valve box. 170-3.11 Watering Schedule. Contractor shall provide the Engineer with a chart listing information for each zone, including precipitation rate, gallons per minute (gpm), and run time for each season. City of Forth Worth Project No. 101172 X-170-6 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 170-3.12 Inspection, Testing and Approval. Do not enclose or cover any Work until it has been inspected, tested and approved per local codes. Where required, contact the Engineer to arrange an inspection. In the presence of the Engineer hydrostatically test the mainline piping system. Test to a minimum psi of 100. Test period shall not be less than 4 hours. Pipe may be tested in sections to expedite the work. Test is acceptable if no leakage occurs during test period. Repair all leaks and retest system for another 4-hour period if necessary. Continue this procedure until all leaks are repaired. After all equipment is installed, test the system for coverage, flow and pressure in the presence of the Owner. Test is acceptable if system operates satisfactorily, with adequate pressure and flow and if all irrigated areas are receiving proper coverage with no overspray onto pavement or buildings. After all required adjustments are made, coordinate with Engineer to obtain an inspection by a Local Municipality Irrigation Inspector, if required. Final Acceptance may be given when all punch list items are satisfactorily completed and, if required, a Local Municipality Irrigation Inspector has approved the job (with all comments acceptable addressed). 170-3.13 Cleanup. Maintain a clean work area during the progress of the Work within reasonable limits of the installation area. Periodically remove all rubbish, debris, etc., from Work site and dispose legally. Upon completion of the Work, remove all construction and installation equipment fiom the premises; make ground surface level where it has been affected by irrigation system installation; and remove excess materials, rubbish and debris. Immediately replace and thoroughly hand water any plant material and groundcover which may be displaced during installation. METHOD OF MEASUREMENT 170-4.1 Irrigation System (Temporary) shall be measured as a complete system in working order with all the elements necessary to fulfill the landscape design intent. 170-4.2 Water used in the irrigation system and for any truck irrigation of grass and sod shall be measured by the Centum Cubic Foot measured a metered standpipe. BASIS OF PAYMENT 170-5.1 Irrigation System (Temporary) shall be paid at the contract unit price per lump sum, which price shall be full compensation for designing, fiirnishing and installing all components; flushing and testing waterlines; furnishing and operating equipment;; and labor, tools, incidentals and subsequent removal of system to complete the item as specified. 170-5.2 Water for irrigation will be paid at the contract unit price per Centum Cubic Foot. City of Forth Worth Project No. 101172 X-170-7 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 Payment will be made under: Item X-170-5.1 Irrigation System (Temporary) - per lump sum (LS) Item X-170-5.2 Water for Irrigation -- per Centum Cubic Foot (CCF) MATERIAL REQUIREMENTS ASTM D1785 Standard Specification for Poly(Viny] Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2241 Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series) ASTM D2564 Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping Systems ASTM D2855 Standard Practice for the Two -Step (Primer and Solvent Cement) Method of Joining Poly (Vinyl Chloride) (PVC) or Chlorinated Poly (Vinyl Chloride) (CPVC) Pipe and Piping Components with Tapered Sockets END OF ITEM X-170 City of Forth Worth Project No. 101172 X-170-8 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ATTACHMENT A TO ITEM X-170 — IRRIGATION SYSTEM MAINTENANCE CHECKLIST installation Completion Date: Project Name:CII�� No.: Address: Tile follovoing Itetm have been provided and explained to the irrigation system owner or sy stern owner's representative. j The manufacturer's manual for tiie controller. n A seas€rreal watering schedule. A list of c€smpDrients that require maintenance and the recommended frequency of maintenance is attached_ i A permanent sticker has been attached to the controller indicating the warranty period for the irrigation system and o ontact information n The corrected or r -drawn design glens Indicating the actual Installation end components of the item. ❑ Lwatl n and operation of lha Isolation valw Irrigation system ovinerlrepresantative Date This irrigation systern has been installed in accordance with all applicable state and local laws. ordinances, rules, regulations or orders. I havo testod tho system and determined that it has bean installed according to the W-gallon Plan and is properly adjusted for the most officiord application of Later at this firrie. �— ....... TWgator's Signature Dale ltr aticii Uctiiilciao Sig t Dire Date Intga.tion in Texas isregulated by the Texas Commission on Environmental Quality (TCEO) P,O. [tax 1130137, Austin, Texas 78711-3087. TCEO's web pile is: City of Forth Worth Project No. 101172 X-170-9 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ATTACHMENT A TO ITEM X-170 — IRRIGATION SYSTEM MAINTENANCE CHECKLIST (CONTINUED) Components Requiring Maintenance Irrigation System: ❑ Winterization ❑ Return to normal service Sprinkler Heads: ❑ Missing heads ❑ Broken heads ❑ Clogged heads ❑ Tilted heads ❑ Heads spraying in wrong direction ❑ Heads too far in or above the ground or vegetation ❑ Water constantly seeping from head(s) ❑ Water spraying in a fine mist ❑ Uneven and incomplete sprinkler coverage ❑ Blocked or misdirected spray pattern ❑ Water spray onto sidewalks, decks, buildings, driveways or the street Controller: ❑ Controller cabinet lock broken ❑ Loose wires (Take care with wires of 110 volt) ❑ Worn wires (Take care with wires of 110 volt) ❑ Dead or old battery ❑ Run time(s) and day incorrect ❑ Rain or moisture sensor (or other technology) disconnected from the controller or ground wire ❑ Controller not programmed for the appropriate season Valves: ❑ Broken or missing valve boxes and covers ❑ Faulty valve electrical connections or dead batteries Back Flow Prevention Device: ❑ Not tested per requirements Drip/Micro Irrigation: ❑ Emitters unconnected from flex Iine ❑ Flex line unconnected from riser ❑ Micro adjustment nozzle unconnected from flex line and nozzle not intact ❑ Filter strainer clogged ❑ Automatic flush valves not operating properly ❑ Operational pressure is too high City of Forth Worth Project No. 101172 X-170-10 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 ITEM X-247 TXDOT ITEM 247 FLEXIBLE BASE SPECIAL PROVISIONS DESCRIPTION 247-1.1 Work under this item shall conform to the requirements of Item 247 of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, dated 11/1/2014, included herein by reference. This special specification modifies, amplifies, or amends the technical specifications and plans and takes precedence over them in the event of any discrepancy. MODIFICATIONS 247.2 Materials. 247AC A. Aggregate. 1 st sentence Replace with the following: Furnish aggregate of the Type A and Grade 1 and conforming to the requirements of Table 1. Each source must meet Table I requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1. Add the following: Aggregate base course shall be accepted for density on a lot basis. A lot will consist of 800 square yards and shall be divided into two equal sublots. One density test shall be made for each sublot (400 s.y.). Lift thickness shall not exceed 8" unless approved by the Engineer. Each lift shall be tested. 247.5. MEASUREMENT: FLEXIBLE BASE WILL BE MEASURED AS FOLLOWS: Delete this section. 247.6 PAYMENT. Delete this section. METHOD OF MEASUREMENT 247-3.1 The quantity of flexible base shall be measured by square yard of surface area in the completed and accepted position. BASIS OF PAYMENT 247-4.1 Payment for flexible base will be made at the contract unit price per square yard by thickness. This price is full compensation for furnishing materials, temporary stockpiling, City of Forth Worth Project No. 101172 X-247 - 1 Issued for Construction Taxiway P Extension Phase I June 19, 2020 assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. Payment will be made under: Item X-247-4.1 Flexible Base, Complete in Place, Type A Grade 1, in Final Position ---per square yard END OF ITEM X-247 City of Forth Worth Project No. 101172 X-247 2 Issued for Construction Taxiway P Extension Phase 1 June 19, 2020 ITEM X-360 TXDOT ITEM 360 CONCRETE PAVEMENT SPECIAL PROVISIONS DESCRIPTION 247-1.1 Work under this item shall conform to the requirements of Item 360 of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, dated 11/1/2014, included herein by reference. This special specification modifies, amplifies, or amends the technical specifications and plans and takes precedence over them in the event of any discrepancy. 360.5. MEASUREMENT Delete this section. 360.6 PAYMENT. Delete this section. MODIFICATIONS METHOD OF MEASUREMENT 360-3.1 The quantity of concrete pavement shall be measured by square yard of surface area in place. BASIS OF PAYMENT 360-4.1 Payment for concrete pavement will be made at the adjusted contract unit price per square yard of the type and depth specified. This price is full compensation for furnishing materials, for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. Payment will be made under: Item X-360-4.1 Concrete Pavement, Joint Reinforced CPCD, 8" — per square yard END OF ITEM X-360 City of Forth Worth Project No. 101172 X-360 - I Taxiway P Extension Phase I Issued for Construction June 19, 2020 Page Intentionally Left Blank City of Forth Worth Project No. 101172 X-360 - 2 Taxiway P Extension Phase 1 Issued for Construction June 19, 2020 TAXIWAY P EXTENSION ssued for Construction PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN FORT WORTH ALLIANCE AIRPORT FORT WORTH, TX FORT WORTH PREPARED FOR: PREPARED BY: THIS PAGE INTENTIONALLY LEFT BLANK FORT WORTH ALLIANCE AIRPORT I CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 JUNE 19, 2020 The following representatives have reviewed this Construction Safety Phasing Plan and are coordinated in the plan development and effective implementation of this document: NAME Christian Childs, C.M James H. Duke, Ili, PF TITTLE Director of Aviation Operations Project Manager REPUSENTING I INITIALS Alliance Airport CP&Y, Inc. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN DUNE 19, 2020 Table of contents Table of contents iv 1. Introduction 1 1.1. Construction Safety 1 1.2. Project Overview 1 1.3. Project Roles 2 2. Coordination 2 2.1. Pre -Design Conference 2 2.2. Design Review Meetings 2 2.3. Pre -bid Conference 3 2.4. Pre -Construction Meetings 3 2.5. Contractor Progress Meetings 3 2.6. Scope or Schedule Changes 3 2.7. Agency Coordination 3 3. Phasing 3 3.1. Phase Elements 3 3.2. Construction Safety Drawings 4 4. Areas and Operations Affected by Construction 4 4.1. Identification of Affected Areas 4 4.2. Mitigation of Effects 5 5. Protection of NAVAIDS 5 6. Contractor Access 5 6.1. Location of Stockpiled Construction Materials 5 6.2. Vehicle and Pedestrian Operations 6 6.2.1. Access to Airport Operations Area (AOA) 6 6.2.2. Mechanisms to Prevent Improper Movement 6 6.2.3. Parking Areas for Personal Vehicles and Equipment 6 6.2.4. Access and Haul Routes 6 6.2.5. Contractor Vehicle Marking and Lighting 6 6.2.6. Airport Rules for Ground Vehicle Operations 7 6.3. Two -Way Radio Communications 7 6.4. Airport Security 7 7. Wildlife Management 7 8. Foreign Object Debris (FOD) Management 8 9. Hazardous Materials (Hazmat) Management 9 10. Notification of Construction Activities 9 10.1.1. List of Responsible Representatives 9 10.1.2. Notices to Airmen (NOTAMS) 9 10.1.3. Emergency Notification Procedures 9 10.1.4. Coordination with Aircraft Rescue and Fire Fighting (ARFF) 9 10.1.5. Notification to the FAA 10 11. Inspection Requirements 10 FORT WORTH ALLIANCE AIRPORT iv CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 JUNE 19, 2020 12. Underground Utilities 11 13. Penalties 11 14. Special Conditions 12 15. Runway and Taxiway Visual Aids 12 16. Marking and Signs for Access Routes 12 17. Hazard Marking and Lighting 13 18. Work Zone Lighting for Nighttime Construction 13 19. Protection of Runway and Taxiway Safety Areas 13 19.1. Runway Safety Area (RSA) 13 19.2. Runway Obstacle Free Zone (ROFZ) 14 19.3. Runway Object Free Area (ROFA) 14 19.4. Runway Protection zone (RPZ) 14 19.5. Taxiway Safety Area (TSA) 14 19.6. Taxiway Object Free Area (TOFA) 14 20. Other Limitations on Construction 15 Appendix A - Construction Safety Sheets Appendix B - FAA Advisory Circular 15015370-2G, Operational Safety on Airports During Construction FORT WORTH ALLIANCE AIRPORT v CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 JUNE 19, 2020 1. Introduction 1.1. Construction Safety FAA Advisory Circular (AC) 150/5370-2G, Operational Safety on Airports during Construction, provides guidance to help airport operators implement procedures to increase safety during construction. The Construction Safety and Phasing Plan (CSPP) is one of two primary tools outlined in the AC to help the airport operators ensure safety compliance during construction. This CSPP was developed concurrently with the project drawings for the Taxiway P Extension project, which will be referenced throughout the construction of the project. The following are general safety objectives that shall be achieved to maximize safety and to minimize time and economic loss to the aviation community, construction contractors, and others directly or indirectly affected by the project. The Contractor shall be responsible for controlling its operations and the operations of subcontractors (at all levels) and suppliers as they comply with the requirements of this document and as listed below: • Maximize safety of aircraft operations • Keep the airport operational for all users Provide for aircraft operational safety • Maintain airfield operations within agreed parameters • Minimize delays to aircraft operations • Minimize delays to construction operations • Minimize airport operation and construction activity conflict The Contractor shall submit a Safety Plan Compliance Document (SPCD) to the airport operator prior to the Notice to Proceed (NTP). The SPCD shall conform to requirements found in AC 150/5370--2G, paragraphs 1.4.3 and 2.4.2. 1.2. Project Overvie►ly This project consists of the grading, drainage, utilities and paving improvements for the relocation of a portion of the perimeter road on the west side of the airport to facilitate the future extension of Taxiway P from existing Taxiway D to extended Taxiway F including westward extension of existing Taxiways E and F. If selected by the City of Fort Worth, a portion of Taxiway may be constructed between Taxiway E and Taxilane P1. Figure 1-1: Project Location FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN JUNE19,2020 The scope of work includes the principal work items below: • Temporary low -profile barricades and lighted runway closure markers; • Temporary erosion and sediment control; • Temporary AOA perimeter fence • Utility demolition; o Utility protection; o Site grading and drainage; o Portland cement concrete perimeter road; • Demolition of existing perimeter access road; O Permanent AOA perimeter fence; and O Perimeter road pavement markings and signage. If selected by the City of Fort Worth, additional work items include: o Portland cement concrete taxiway; o Asphalt taxiway shoulders; a Airfield lighting and signage, and o Taxiway pavement markings. 1.3. Project Roles The City of Fort Worth has selected CP&Y, Inc. (CP&Y) as the lead designer for the project. CP&Y is performing design project management; design coordination, civil/site engineering, cost estimating, scheduling and engineering support during construction. Ferguson Consulting, Inc. is performing electrical engineering. ANA Consultants, LLC is performing survey. Gorrondona & Associates, Inc. is performing geotechnical work. Jacobs Engineering Group, Inc. is performing pavement design. Under a separate agreement with the City of Fort Worth, Jacobs Engineering Group, Inc. is performing program management services. 2. Coordination Per FAA AC 150/5370-128, Quality Management for Federally Funded Airport Construction Projects, meetings will be conducted to ensure the Sponsor, the Engineer, the Contractor, and other interested parties are aware of design, safety, and construction requirements and understand their individual responsibilities, as well as the technical and legal requirements of the contract. 2.1. Pre -Design Conference A pre -design conference was held on July 20, 2018. Topics covered included overall scope of project, team roles for the project, schedule, review -of program elements, and various coordination topics. Attendees representing the City, Airport, and Design Team were present. 2.2. Design Review Meetings Multiple design review and coordination meetings have occurred on the project including after the 70 percent and 100 percent design submissions. Attendees representing the City, Airport, Design Team, and other affected parties (as needed) have been present at these meetings. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN JUNF 19, 2020 2.3. Pre -bid Conference The City will conduct a pre -bid conference for this project to help clarify and explain construction methods, procedures, and safety measures required by the contract. The participants will include prospective bidders and subcontractors. A list of typical agenda items is included in FAA AC 150/5370-12B. 2.4. Pre -Construction Meetings The City and Airport will conduct a pre -construction conference prior to issuance of construction Notice to Proceed. Attendees will include the City, Airport staff, design engineer, construction observation staff, project superintendent and foreman of prime Contractor, as well as the project foreman for each subcontractor employed by the prime contractor. 2.5. Contractor Progress Meetings Weekly construction progress meetings will be held throughout the duration of the project. At a minimum, required attendees will include Airport staff, construction observation staff, project superintendent and foreman of prime Contractor, as well as the project foreman for each major subcontractor with work occurring during the current period. Construction phasing and safety will be a standing agenda item at the weekly construction progress meetings. Details of these meetings shall be included in the Contractor's SPCD. 2.6. Scope or Schedule Changes Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. The Contractor's SPCD should address any scope changes which impact the CSPP. 2.7. Agency Coordination The Airport is coordinating with FAA ATO and will keep them informed of progress. Coordination is critical to the establishment of any special procedures for the movement of aircraft. The contractor will work with AFW Airfield Operations, who in -turn would work with the FAA ATO. The contractor and AFW Airfield Operations will coordinate all security requirements mandated by the Transportation Security Administration. 3. Phasing 3.1. Phase Elements The project has been separated into phases and work areas as shown on drawings G01-005 through G01-010 included in Appendix A. Detailed information for safety requirements can be found in the notes on the plans and in the specifications. The following considerations were made when developing phasing and sequencing of the project: o Work will proceed to complete usable units of work o Runways 16R-34L and 16L-34R cannot be closed concurrently o Perimeter road must be open to traffic as much as possible o The adjacent Project 101 ramp will be open and operational prior to Taxiway P beginning construction Tenant aircraft access to the Project 101 ramp will be via existing Taxiways P and D Work impacting access to the Project 101 ramp must be performed outside of Project 101 operating hours In addition to the phasing, the following constraints for the schedule are being included in the Contract Documents: FORT WORTH ALLIANCE AIRPORT 3 CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE I 1uNE 19, 2020 • No work will be allowed during the week of the Alliance Air Show October 17-18, 2020. • No work will be allowed from the Wednesday before Thanksgiving through January 2. The perimeter road work is divided into three separate work areas. The Contractor may combine work areas, based upon approval of the Airport, if access to the Project 101 ramp is maintained and other constraints are met as noted above. Three project work phases have been defined in the overall scope of work: Phase 1 includes work outside of Runway Safety Areas (RSA) and Taxiway Object Free Areas (TOFA): • Removing existing utilities • Modifying existing water wells • Completing mass grading • Installing new storm drain elements • Constructing new perimeter road o if selected, work may also include construction a portion of Taxiway P including lighting and signage Phase 2 includes work within Taxiway Object Free Areas (TOFA): • Completing mass grading Phase 3 includes work within Runway Safety Areas (RSA): • Fine grading • Installing new storm drain elements • Connecting new perimeter road to existing perimeter road • Removing existing perimeter road • Connecting new Taxiway E to Runway 16R-34L The Contractor will be allowed to have flexibility in phasing and sequencing the project if the constraints as listed are met. The Contractor will be required to submit a phasing plan prior to construction. The contractor shall coordinate the phasing of the project with Airfield Operations and the Project Manager. 3.2. Construction Safety Drawings Construction safety drawings are included in Appendix A. 4. Areas and Operations Affected by Construction 4.1. Identification of Affected Areas Table 1 identifies the anticipated operational impacts to the Airport during the project. Impacts will vary based on normal operations of an area, contractor work plan, and duration of work. Contractor will be required to coordinate with Airport Operations as detailed in Section 2 and 6 of this document prior to impacting operations on the airport. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 Q CONSTRUCTION SAFETY & PHASING PLAN JUKE 19, 2020 Table 1. Summary of Operational Impacts Operational Requirement Normal (Existing) Runway Tie-in Phases Taxiway Work Phases Runway 16R-34L RRC D-V Closed No Change Taxiway D ADG V TDG 6 No Change Closure ATCT (hours open) 24 hour No Change No Change ARFF Index A No Change No Change ARFF Access Taxiway A No Change No Change 4.2. Mitigation of Effects Due to the isolated location of the work relative to the bulk of the airport operation, impacts to the airfield operation are minor. During a runway closure, aircraft may arrive and depart the other runway. The Airport may direct the Contractor to cover airport guidance signs that leading to a closed runway. During taxiway closures, aircraft may be routed to the runway or their destination via other taxiways. The Airport may direct the Contractor to cover airport guidance signs that leading to a closed taxiway. Partial taxiway closure will require all taxiway edge and centerline lights within the closed area to be de -energized or blacked out during construction where applicable. 5. Protection Of NAVAID Aircraft navigational aids (NAVAIDs) provide visual and electronic information which is used by pilots to operate and land aircraft at the airport. Construction activities can have negative impacts on the functionality and serviceability of NAVAIDs. The FAA owns, operates and maintains the approach lighting systems and radio navigation aids on the airfield. No NAVAIDS are within the limits of construction. Duct banks containing FAA cables are within the limits of construction and shall be protected. It is recommended that the contractor and airport coordinate construction activities for any work related to the protection of these systems with the FAA prior to the start of excavation for the extension of Taxiway F between the runways. 6. C®ntractrOr 14ccess 6.1. Location of Stockpiled Construction Materials Stockpiled construction materials shall generally be within the staging area locations as shown in the construction drawings sheet GOI-005 included in Appendix A. Additional locations for stored materials shall be coordinated with the Airport prior to use. Stockpiling is not allowed within the work areas unless specifically approved by the Airport. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 Stockpiles do not have specified height limits beyond what is practical for construction use and safety practices. However, the height of the stockpile shall not penetrate the 40 CFR Part 77 airspace surfaces. For additional information regarding Part 77 imaginary surfaces, please see the Safe, Efficient Use and Preservation of the Navigable Airspace (Part 77) document found on the FAA website. The Contractor is expected to manage stockpiles so that they do not attract wildlife (Refer to Section 7). The Contractor shall manage stockpiles so that they do not create foreign object debris (FOD) (Refer to Section 8). Stockpiles shall be marked and lit as noted in Section 17. 6.2. Vehicle and Pedestrian Operations The project documents include a number of requirements for vehicle and pedestrian safety as summarized below. 6.2.1. Access to Airport Operations Area (AOA) The airport operations area is defined by the perimeter fence surrounding the airfield. Access onto the AOA is through any number of gates along the fence or doors through buildings. Contractor access onto the AOA is limited to the access gates shown on the plans. No person shall enter the AOA, or any other restricted area, except authorized personnel assigned to duty therein and personnel escorted by an appropriately badged escort. During the project, an existing AOA gate will be used to access areas of the project site from the Contractor Staging Area. Control of access to the AOA side will be the responsibility of the Contractor. Access to the Contractor Staging Area will be the responsibility of the Contractor. 6.2.2. Mechanisms to Prevent Improper Movement Contractor operations within the AOA are limited to the work areas shown on the project phasing plans. A visual delineation shall be provided by the Contractor between the work areas and the runway safety area (RSA) and taxiway object free area (TOFA) when directly adjacent to one another. The project phasing plans show locations of work area boundaries, which generally follow object free areas of adjacent open pavement when working near the airfield. Construction vehicles and personnel must not cross barricades at any time without an escort from airport operations personnel or approval from ground control. 6.2.3. Parking Areas for Personal Vehicles and Equipment Contractor employee personal vehicles may not be parked or driven in the AOA. Employee parking areas will be permitted at locations defined by the Airport or within the Contractor staging area. Contractor vehicles and equipment are allowed inside of the project work area within the AOA. Equipment staging and parking shall be in the Contractor Staging Area as shown on Sheet G01-005 in Appendix A. 6.2.4. Access and Haul Routes Contractor access and hauling operations are strictly limited to the haul routes as shown on Sheet G01-005 in Appendix A. Contractor is responsible for any improvements and maintenance to haul routes as needed to efficiently perform construction activities. Following completion of construction Contractor is required to restore haul routes to original conditions. 6.2.5. Contractor Vehicle Larking and Lighting Each Contractor licensed vehicle must display a company name/logo on both sides of sufficient size to be recognizable to personnel in the control tower. Signs must be a minimum of 200 square inches and are subject to approval by the Airport. Each vehicle used inside the AOA must also have an identification tag, issued by the Airport, visible on the dashboard or rear view mirror. Specialized construction equipment do not require signs or identification tags. Each Contractor licensed vehicle must have a yellow/amber rotating/flashing beacon affixed to the uppermost part of the vehicle. Light must be visible from any direction, day and night, including the air. Specialized construction equipment does not require rotating beacon lights unless operating at night. Contractor vehicle marking and lighting is the sole responsibility of the Contractor. The Airport will not provide markings or lights. FORT WORTH ALLIANCE AIRPORT 6 CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 1UNE 19, 2020 6.2.6. Airport Rules for Ground Vehicle Operations The Contractor shall follow all the rules of operation implemented by the Authority for driving on the Airport, including, but not limited to the following: • All employees driving jobsite motor vehicles shall have a valid driver's license for the state which the employee resides and for the class of vehicle driven. • Speed limit on site shall not to exceed 5 mph unless otherwise posted. • Proof of adequate company insurance as specified in the Contract must be present for each vehicle. • Block or chock vehicle wheels when parked on inclines. o All vehicles must be shut off when unoccupied. o The Contractor and all Subcontractors are responsible for the stability of any material hauled. e Drivers are required to observe the "Right Of Way" Rule. Yield to other drivers whose driving actions demand the right of way. ® Contractor's personnel operating vehicles on the AOA shall complete a driver training class presented by the Airport and successfully pass the Airport's written driving test. • Vehicles operating on the movement areas shall have radio contact with ATCT or are escorted by a radio - equipped vehicle. o Vehicle operators in radio contact with ATCT shall have an ability to communicate in and understand the English language. English language proficiency rests with the hiring authority. 6.3. Two -Way Radio Communications Contractors may utilize two way radios on the project provided that they do not interfere with existing Airport and FAA communication equipment and frequencies. Vehicle operations in the movement area require contact with the air traffic control tower (ATCT). For this project, all communications with ATCT will be made by specially designated and trained contractor personnel. The Contractor shall provide project radios for use on this project to communicate with ATCT. Radio Training conducted by the Airport will be provided to Contractor's designated personnel. During training designated personnel will be instructed on proper communication protocol and procedures if radios become disabled. Designated personnel shall have an ability to communicate in and understand the English language. 6.4. Airport Security Alliance Airport maintains an active security program, and as a commercial service airport security is of primary importance. Portions of the project are within the AOA. The Contractor is directly responsible to the Airport for authorizing his/her employees and the employees of the subcontractors access into the AOA. The Contractor shall designate personnel to attend airport security training . It is the Contractor's responsibility to maintain a safe and secure work area(s). The Contractor is to notify the Authority immediately if a breach,in security occurs. Primary access into the AOA shall be via the remote gate as identified on Sheet G01-005 in Appendix A. Minor access may be allowed through other gates as approved by the Airport. Access will not be allowed at any other point. Part of the existing AOA fence adjacent to the work will be relocated to provide the Contractor space to complete grading operations inside the AOA. All work to relocate the existing AOA fence must be coordinated through the Airport, as noted in the plans and Special Provisions, to maintain a secure AOA at all times. 7. Wildlife Management The Contractor will be expected to take steps to carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 a Trash: Food scraps must be collected from construction personnel activity. • Standing Water: Any activity taking place that creates a standing body of water must be remedied immediately. • Tall Grass and Seeds: Grass height shall be maintained less than 12 inches within the project area. • Poorly Maintained Fencing and Gates. The Contractor must maintain Airport security during construction. Periodic perimeter fence inspections are conducted by the Airport to ensure the fence is secured. These inspections also include identifying any animal digs that are located under the fence and ensuring that perimeter gates and drainage grates are tightly secured to prevent animal access. • Disruption of Existing Wildlife Habitat: Although no sensitive species have been identified within the project limits, the Contractor must be aware of the potential to flush wildlife from existing cover. The Contractor should notify Airport Operations of any wildlife encounter within the AOA. See FAA AC 150/5200-33B, Hazardous Wildlife Attractants On or Near Airports, and FAA Certalert 98-05, Grasses Attractive to Hazardous Wildlife, for more information related to wildlife management. 8. Foreign Object Debris (FOD) Management Foreign object debris at airports includes any object found in an inappropriate location that can damage aircraft, equipment, or airport personnel. On construction sites FOD typically is comprised of, but not limited to, loose gravel, blowing sand, wire bristles from sweeper heads, food wrappers, and material packaging. The presence of FOD in an airport's AOA poses a significant threat to the safety of air travel. FOD has the potential to damage aircraft during critical phases of flight, which can lead to catastrophic lass of life and airframe, and at the very least increased maintenance and operating costs. The Contractor is required to maintain a 25 minute response time, 24 hours a day and 7 days a week, to address FOD issues identified by Airport Operations. The Contractor and its subcontractors shall take appropriate steps to prevent FOD within the AOA such as: • Training: The Contractor shall provide training to all employees working within the AOA on effective FOD management. Training shall include description and consequences of FOD, FOD awareness, and housekeeping procedures. • Housekeeping: Preventing FOD from occurring is the most effective form of FOD management. The Contractor must monitor construction activities and proactively develop a plan to prevent FOD from occurring. Typical FOD prevention measures include the use of covered trash containers, covered loads, zero tolerance of littering, and tying down items which may be easily wind-blown. • Ground vehicle tire inspections: Prior to crossing active airfield pavement the Contractor must perform a vehicle tire check for any loose rocks that may be in the tread. Tires covered in mud must be cleaned prior to crossing active pavement to prevent tracking of dirt. • Pavement sweeps: Prior to opening sections of pavement within a work area to aircraft traffic, the Contractor will be required to sweep the entire pavement surface (including paved shoulders). Metal bristled brooms 'are known to create FOD, and the Contractor will be required to clean all bristles from the pavement. Compressed air and vacuums can be used to clean pavement surfaces as well. • FOD Inspections: Refer to Section 11 for FOD inspection requirements. Reference FAA AC 150/5210-24 Airport Foreign Object Debris Management for more information. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 9. Hazardous Materials (Hazmat) HAZMAT procedures shall be developed by the Contractor prior to the issuance of the notice -to -proceed for construction including but not limited to fuel storage and spill prevention and containment procedures. Blasting operations are not anticipated during this project. Reference Paragraph 6 for material delivery requirements. Reference FAA AC 15015320-15, Management of Airport Industrial Waste, for more information. 10. Notification of Construction Activities At various stages throughout the construction of the project it will become necessary to provide formal notification of construction activities. The following procedures have been established for the project to ensure proper communication. Persons who have questions concerning policies, procedures, or requirements of the Airport Security Program, should contact Airport Operations. Persons who observe a security violation, suspicious act or any serious act that may endanger persons or property, should contact Airport Operations immediately. 10.1.1. List of Responsible Representatives Prior to or during the pre -construction meeting, all parties will identify a primary and secondary point of contact for coordination during construction, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. The Contractor will be responsible for maintaining a list of representative points of contact as required by the Specifications. 10.1.2. Notices to Airmen (NOTAMS) The Contractor shall coordinate with Airport personnel for the issuance of NOTAMs related to the project construction. The Airport and FAA shall generate and issue NOTAMs based on the Contractor construction schedule and planned facility impacts. The Contractor must provide at least a 72-hour notice when a NOTAM is expected to be necessary.. General information on the NOTAM process can be found in Advisory Circular 150/5200-28F, Notices to Airmen (NOTAMs) for Airport Operators. 10.1.3. Emergency Notification procedures The Contractor shall develop an Emergency Action Plan. For police, fire, or medical emergencies, the first call should be to 911. Airport Operations shall be notified immediately of all events that might adversely affect the operational safety of the airport. Emergency access from the landside will be via project haul roads' accessed from Old Blue Mound Road. Emergency access from Fort Worth Fire Station 35 will be via established ARFF emergency respsonse routes. The nearest hospital and emergency room to the project is: Texas Health Harris Methodist Hospital Alliance 10864 Texas Health Trail Fort Worth, TX 76244 Reference Paragraph 6.3 for two-way radio procedures. 10.1.4. Coordination with Aircraft Rescue and Fire Fighting (ARFF) ARFF is provided by Fort Worth Fire Station 35. This project will impact ARFF emergency routes. ARFF staff will be notified when rerouting, blocking, and restoration of emergency access routes is required. FORT WORTH ALLIANCE AIRPORT 9 CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 1UNE 19, 2020 10.1.5. Notification to the FAA 10.1.5.1. 14 CFR Part 77 Safe, Efficient Use, and Preservation of the Navigable Airspace Any proposed construction project or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e. cranes, graders etc.) on airports. FAA Form 7460-1 must be submitted online at https://oeaaa.faa.gov or by mail to FAA Texas Airport District Office at the Southwest Region Office prior to start of construction. The Contractor will coordinate with Airport staff to submit any required notices for this project. 10.1.5.2. 14 CFR Part 157 Notice of Construction, Alteration, Activation and Deactivation 14 CFR Part 157 does not apply because AFW is subject to Federal obligations that requires it to maintain a current approved airport layout plan (ALP) on file with the FAA. 10.1.5.3. Impacted NAVAIDS For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDS, the contractor will notify Airport Operations. 11. Inspecii®n Requirements During construction there will be several routine inspections conducted by the Airport and/or their agent(s) including but not limited to: o FOD Inspection: The Contractor shall keep the project site and vehicles clean, employing a "clean as you go" approach throughout the project. • Airport Operations Daily Inspection: Operations Officers conduct airfield inspections at least 3 times a day. These inspections include an inspection of all airfield -paved areas and safety areas to ensure compliance with 14 CFR Part 139.327. ® Contractor Inspection: Prior to opening work areas and pavement to aircraft operations the contractor must coordinate with the Airport for inspection of work area. Pavements must be free of all dirt, sand, gravel, wire bristles or any other objects that could cause damage to aircraft engines. All soil areas must be free of dirt clods, ruts, or surface irregularities that could damage an aircraft should it leave the pavement. Daily inspections must be completed to ensure all traffic control devices are in proper location and working order. • Resident Inspection: The Airport will employ the services of a resident inspector who will serve as the Airport's Representative on -site during construction. The Representative will observe construction progress for general conformance with the construction documents. m Substantial Completion and Final Inspections: When the Contractor believes the work to be essentially complete, it shall notify the Representative and prepare for a substantial completion inspection in accordance with the contract documents. Representatives of the Contractor, Airport, and Design Team will walk the project to generate a punch list of outstanding items to be corrected. Once the Contractor believes the punch list to be complete it will notify the Representative and a final inspection will be completed for acceptance of the project. e Additional Inspections: The Contractor will be required to coordinate various inspections as required by agencies having jurisdiction (AHJs) such as FAA Technical Operations, Transportation Security Administration (TSA), etc. Contractor shall be prepared to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 10 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 12. Underground Utilities The contract drawings contain locations of existing and proposed underground utilities in the project area. These drawings are based on the best available record data and survey information. However they are not guaranteed to be accurate and it is the responsibility of the Contractor to verify utility locations. Prior to the start of work the Contractor shall notify all local utility providers believed to have lines in the area, the Airport, and the FAA to request utility locates and provide them with a planned schedule for construction. Prior to performing any excavation work on airport property (inside or outside the perimeter security fence), the Contractor shall locate and mark all utilities. If during construction any utilities are hit, whether they are damaged or not, the Contractor shall notify the Airport, and the Utility Owner. Any damage to the utility shall be repaired by the Contractor at no cost to the owner. The project scope does not include any planned impact to underground utilities. Utility providers include, but may not be limited to: o City of Fort Worth (Water): 817-392-4477 • City of Haslet Department of Public Works: David Rogers, 817-439-5931 • AT&T Southwestern Bell) (Telephone): Gary Tilory 817-338-6202 • Atmos Energy (Gas): James Johnson 817-359-1322 • Charter Communications: 817-298-3532 • Devon Gas Services: Scott Cheves 903-394-2271 • Exel: Don Yancy 903-429-6242 • Qwest Communications: Kim Jordan 800-283-4237 • Fiber Light LLC: Chris Bigley 214-714-0296 • Mobil Pipeline: Lattis Delos Santos 817-431-1181 • Oncor Electric: Robert Martinez 817-215-4304 • Oncor Gas: Danny Cleveland 817-215-4304 • SBC (Telephone): Gary Tilory 817-338-6202, Daniel Nutt 817-338-5374 • Trinity River Authority, Denton Creek Regional: John Bennett 817-430-4657 • Tri-County Electric: Scott Baumbach 817-431-1541 • TXU Electric Delivery: Gary Melton 817-624-6070 • Sunoco Logistics: Charles Jones 918-272-9725 • Verizon (MCI): Larry Guay 972-318-0264 • Aqua Texas (Water): Daryl Waldcock 917-367-1401 • Just Energy (Gas, Electric): 855-445-9141 13. Penalties Criminal or civil penalties and fines can be administered by the Airport, FAA, and/or TSA as allowed per the requirements of the Construction Safety and Phasing Plan. Resolution or payment shall be the responsibility of the Contractor and/or individual and may result in the temporary or permanent suspension of airport access. • Vehicle Operations: Stiff penalties exist to punish those who violate airport driving regulations. Penalties may be a fine, imprisonment, lease violation or impoundment of vehicle. • Security Violations: Individuals who violate Airport Security rules may be subject to prosecution. Penalties may be a fine, imprisonment, lease violation or impoundment of vehicle, • FOD: The airport has a zero tolerance approach to FOD, and the contractor may be subject to fines from the Authority, FAA, or other agencies for failure to properly manage FOD during construction activities. • Liquidated Damages: Liquidated damages are defined in the contract documents. FORT WORTH ALLIANCE AIRPORT 11 CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 JUNE 19, 2020 14. Special Conditions Special conditions may trigger specific safety mitigation actions outlined in this CSPP: • Low Visibility Operations: The Airport is authorized to operate in low visibility conditions. Runway 16L-34R is authorized for Category Ill low visibility operation. In the event of low visibility operations, airport operations may require Runway 16L-34R to remain open. • Snow Removal: Although rare, snow may accumulate on runway and taxiway surfaces necessitating snow removal operations. Snow removal is not anticipated to impact the project. • Aircraft in Distress: Contractor shall follow the direction of Airport Operations. • Aircraft Accident: Contractor shall follow the direction of Airport Operations or other authorities having jurisdiction (AHJ) and may be directed to exit the work area. • Security Breach: Contractor shall follow the direction of AHJ which may include but not be limited to Airport Operations, Police, and TSA. • Vehicle/Pedestrian Deviation (VPD): A VPD is defined as pedestrians or vehicles entering any portion of the airport movement areas (runwaysAaxiways) without authorization from air traffic control. Contractor shall follow direction from Airport Operations or Air Traffic Control (ATC) and subsequently cooperate with any investigation of the incident. • Other Activities Requiring Construction Suspension/Resumption: Fort Worth Alliance Airport hosts large numbers of aircraft for special weekend events that may require the contractor to temporarily halt work for the week preceding the event: o Bell Fort Worth Alliance Air Show: October 19-20, 2019 o NASCAR Weekend: November 2-3, 2019 o NASCAR Weekend: April 4-5, 2019 (estimated) o IRL Weekend: June 13, 2019 (estimated) 15. Runway and Taxiway Visual Aids Runway and taxiway visual aids affected by the project include: • Marking: Temporary pavement markings are required on Taxiway P to allow phased construction. • Lighting: Runway 16R-34L and 16L-34R will be closed during the project. Closure will require lock out of circuits serving runway centerline, touchdown zone, and edge lighting. The project also requires electrical work affecting existing circuits which will require lock out of affected circuits. • Signs: The Airport may require existing directional signage to be locked out or covered. • Visual NAVAIDS: Other than lockout during runway closures, no impact to existing visual NAVAIDS is anticipated. 16. Marking and Signs for Access Routes The Contractor shall furnish and install signs at highly visible locations near the entrance to work areas to warn workers of hazards of jet blast and propeller wash. The Contractor is required to submit a sign design for approval. Construction access routes in the project shall be marked in accordance with the contract documents subject to approval by the Representative. The Contractor may elect to place a sign to direct construction traffic to the project site. To the extent possible, signs should be in conformance with the Federal Highway Administration MUTCD and State highway specifications. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 12 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 17. Hazard Marking and Lighting Construction areas and hazards will be appropriately marked and lighted. Marking and lighting equipment includes but may not be limited to: • Lighted Runway Closure Marker (X): Lighted Runway Closure Markers (X) conforming to FAA AC 150/5345- 55A, Specification for L-893 Lighted Visual Aid to Indicate Temporary Runway Closure, shall be placed on the runway numbers on each end of the runway when a runway is closed. • Lighted Low -Profile Barricades: Low -profile barricades with orange/white reflective tape and flashing red lights are to be used for all airfield pavement closures. Barricade spacing may be made smaller to fit pavement widths but may not exceed 10 feet. • Area Boundary Markers: Boundary markers shall be placed at 100 foot intervals to indicate the limits of Taxiway Object Free Areas (TOFA) and Runway Safety Areas (RSA) adjacent to the work area. Markers consist of a 6 inch square flag mounted on a wooden stake. Red flags indicate RSA and yellow flags indicate TOFA. • Obstruction Lights: Obstruction lights will be placed on objects identified by FAA as part of any airspace study. • Taxiway Closure Marker: Taxiway closure markers will be placed at the entrance to taxiways that are closed to aircraft traffic. Closure markers shall be supplemented with lighted low -profile barricades located at the RSA or TO FA. 18. work Zone Lighting for Nighttime Construction If work is to be conducted at night, all lighting equipment, shall be located and aimed to prevent interference with air traffic control and aircraft operations. The placement and positioning of portable lights must be proposed by the Contractor and approved by the Airport's Representative each time lights are relocated or repositioned. 19. Protection ®f Runway and Taxiway Safety Areas The Contractor shall protect all safety areas including those altered by the construction. 19.1. Runway Safety Area (RSA) The RSA is 500-feet wide, centered on the runway centerline and must be: • Cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations; • Drained by grading or storm sewers to prevent water accumulation • Capable, under dry conditions, of supporting snow removal equipment, Aircraft Rescue and Fire Fighting (ARFF) equipment, and the occasional passage of aircraft without causing damage to the aircraft; and • Free of objects, except for objects that need to be located in the RSA because of their function. Objects higher than 3 inches (76 mm) above grade must be constructed, to the extent practical, on frangibly mounted structures of the lowest practical height with the frangible point no higher than 3 inches (76 mm) above grade. Other objects, such as manholes, should be constructed at grade and capable of supporting the loads noted above. In no case should their height exceed 3 inches (76 mm) above grade. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 13 CONSTRUCTION SAFETY & PHASING PLAN DUNE 19, 2020 Construction is not allowed inside the RSA of a runway open to aircraft traffic. 19.2. Runway Obstacle Free Zone (ROFZ) The ROFZ is a defined volume of airspace centered above the runway centerline, above a surface whose elevation at any point is the same as the elevation of the nearest point on the runway centerline. The ROFZ extends 200 feet beyond each end of the runway. At AFW, it's width is 400 feet. The OFZ clearing standard precludes aircraft and other object penetrations, except for frangible NAVAIDs that need to be located in the OFZ because of their function. The Runway OFZ (ROFZ) and, when applicable, the precision obstacle free zone (POFZ), the inner -approach OFZ, and the inner -transitional OFZ compose the OFZ. The OFZ is a design surface but is also an operational surface and must be kept clear during operations. Its shape is dependent on the approach minimums for the runway end and the aircraft on approach. 19.3. Runway Object Free Area (ROFA) The ROFA is 800-feet wide and centered about the runway centerline. The ROFA clearing standard requires clearing the ROFA of above -ground objects protruding above the nearest point of the RSA. Except where precluded by other clearing standards, it is acceptable for objects that need to be located in the ROFA for air navigation or aircraft ground maneuvering purposes to protrude above the nearest point of the RSA, and to taxi and hold aircraft in the ROM To the extent practicable, objects in the ROFA should meet the same frangibility requirements as the RSA. Objects non- essential for air navigation or aircraft ground maneuvering purposes must not be placed in the ROFA. This includes parked aircraft and agricultural operations. 19.4. Runway Protection Zone (RPZ) The RPZ will not be affected by construction of this project. 19.5. Taxiway Safety Area (TSA) The TSA is centered on the taxiway/taxilane centerline. The TSA must be: • Cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations; • Drained by grading or storm sewers to prevent water accumulation; • Capable, under dry conditions, of supporting snow removal equipment, Aircraft Rescue and Fire Fighting (ARFF) equipment, and the occasional passage of aircraft without causing structural damage to the aircraft; and • Free of objects, except for objects that need to be located in the TSA because of their function. Objects higher than 3 inches above grade must be constructed on Low Impact Resistant (LIR) supports (frangible mounted structures) of the lowest practical height with the frangible point no higher than 3 inches above the grade adjacent to any foundation. Other objects, such as manholes, should be constructed at grade. In no case may their height exceed 3 inches above grade. 19.6. Taxiway Object Free Area (TOFA) The taxiway and taxilane OFAs are centered on the taxiway and taxilane centerlines. TOFA clearing standards prohibit service vehicle roads, panted aircraft, and other objects, except for objects that need to be located in the TOFA for air navigation or aircraft ground maneuvering purposes. Vehicles may operate within the TOFA provided they give right- of-way to oncoming aircraft by either maintaining a safe distance ahead or behind the aircraft or by exiting the TOFA to let the aircraft pass. Construction is not allowed inside the TOFA of a taxilane or taxiway open to aircraft traffic. FORT WORTH ALLIANCE AIRPORT 14 CONSTRUCTION SAFETY & PHASING PLAN TAXIWAY P EXTENSION PHASE 1 JUNE 19, 2020 20. Other Limitations on Construction There are no additional constraints on the construction project beyond those outlined above. FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 15 CONSTRUCTION SAFETY & PHASING PLAN 1UNE 19, 2020 Appendix A - Construction Safety Sheets FORT WORTH ALLIANCE AIRPORT TAxIwAv P EXTENSION PHASE 1 16 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 17 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 � F 'o 0 -- � I -�1 %- R\' e _ O a x i a ZU m ll ti yy =fir a o a�Sn mw o��6wwf� K� o cis u a z z m � uc�ti�a w NLL 5 i 1 , _ \ 1 aA I CAM CA.W. �p 111J 1 RI_ ? } U m I z 1zs Q F- aJp.' 4 I T J O f a¢3 I k oN� ..-..... 3 N o I I , ..CL-IN I SIN - �� d 1 � 1; 1 i T � 3 � z 1 I X x a z� y rc}r. o�LLa��w� pax waw=a��o �oF �- LL N rvi v vi m z � � � z $ r .�C 6A aa¢ �N I � 3aZ I f I I , f 3 AML I 9AM1� Q. }( z a� m s � �'AN j . o n.ut a nMa � o AhLL J -a _. � z w X .� � I ! Fao o i co 0 C? r H 11 Cv, . . .............. L U.0 - ----- �a L........... I -- rl ----------- � i ,I r= _ , t_ I Ire ILI mw oo zt a } a wo �W x z w � aa/ a I !" X a or 0 rc `< I a � o N a f O d r- Wmn U zwx QUF JQT QJ2' J d hRl p2 lj� O f N PH i M I ' -.-j r� ............ ... 7-]j m yQ' y. R w..._._._.......... .. a� z z a m � .p pa W 6m a °S P aco uN ° z zs W o oa zC Q on z zY t> >3y 0 ❑ W a J 4 � wq w rca 5" aw� wz `- cYio nza ¢Q m V o �m cma Q O o}ate= WU 2 �p ¢ aZw M}? O w �U y �Uy�g U w VSM �- � w a ua a m„�$WLL a Iswo��oxaa r-�WFo•- i w r��ramz rw a Yd a�4z�z�uz ��u ga °�wy�m�iza a w4'w�KrNw ��awm>�am°az� -3�a�Qrco�>LLN a� u��rcV orc w z�p w �w.w.ZH=wa§ rc3 p=Yauczu§ o Z ?C w U) O U Q m E, X W U yZ rj wO ° .. w Yw m aJ z �m JO O 2 N 0 O aw w o op N. 8KVi1 wg O.KU rw Oa Oc �N 6 IS o ya � �� wiQmOia Y i6 pp- - do UrY m � r i z s� Or pwii2ay ° ri pw oNd-� �.��< iw�aw$ou`.: ?O�oa�awdaoauzLL���iy xo z� °=w� qr- [2 z op z°Twz R $zwa� Paz �r w�p�wzn� jo �E�����o�io�ao�����N �ywg z"aoorcz oz�N��FPwowo�� oo�o a o ..-a6wi �a� 'p a£ oFoawUww-ow srF�oW�=go a�ooN�zw�4zz�io�;a z a •- �� Iz oww g pJ co�`�auza°•-aPoo� azy° �z�z4N$az oy �� as �� °Q$ a"rc a3 ° m a�-oww$op'wz�w r�aoo o'""oz irr mg�"ya�asooa� UoozdoZ=oho°aUy���pawas�"uo��'P Nom�P �$ oa - wzoo.n �w w rc a.0yzmazz-p`°R2zaa°5oisSR?PR. pa $6.ao8 wN �o " a'a o a't^� eo _ 5 � w 6 p pZpa 5_ paG%w=J r ZPPP ogzaoJ w$ am�� �w¢Pzu'o aw $ 5 gg <�¢azz p ooaOpYa,z g$�z�aouuY z4a'az-tYz uyzpyrz- a-"wuw"'WPw Wig py�prc �r�3 z�g w�i�uN �F_ _ wzrca.a, z �i�p �o po wP xf a9� az a" � °wym� ww��du�u�wu '3° z�zz�s�4P PN'2t9A M 8y�zw- _qw�� $�zo rco °az3ozzFio-,aao 5�z�g�to��q°Fz"isaoprc��pJ w����8iagaa'w o pia H o P,81, azo�°y�i?J Ow r Eo<w� $LLua�4¢a w�o�N���N:=. 3prc «w w o HE 'o $'G-HS�saw�ozo�a�Z�zw�zxzwo��Z zF�w o Euz o��cii$$$W$ uaiuw pa' Ua-g B,PF $az4eozi°�-�rcw�aa ago..z-oo uSaEwwzYoi °� p 3wawaNawwp o � o��a pig w�w�w�z� zis u�oz�'u >-w ¢aw ��o'>�"o�wo� <yF�a ' <pP on r ¢ Y- SOH °wa ¢ r� Ya G. gg ow-H p'�u°zOaua pOmm ¢O wc°i =0-N oKa� �mG P°wh����]P �3m u5�u - pm �cpi rc�a3w b N~ r Sc4uUw- �W 2 Appendix B — FAA Advisory Circular 150/5370- 2G,, Operational Safety on Airports r• Construction FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 18 CONSTRUCTION SAFETY & PHASING PLAN JUNE 19, 2020 THIS PAGE INTENTIONALLY LEFT BLANK FORT WORTH ALLIANCE AIRPORT TAXIWAY P EXTENSION PHASE 1 19 CONSTRUCTION SAFETY & PHASING PLAN JUKE 19, 2020 c Advisory U.S. Department of Transportation Foderal Aviation Circular Administration Subject: Operational Safety on Date: 12/13/2017 AC No: 150/5370-2G Airports During Construction Initiated By: AAS-100 Change: Purpose. This AC sets forth guidelines for operational safety on airports during construction. 2 Cancellation. 3 n 5 This AC cancels AC 150/5370-2F, Operational Safety on Airports during Construction, dated September 29, 2011. Application. This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports. For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP). See Grant Assurance No. 34, Policies, Standards, and Specifications. While we do not require non -certificated airports without grant agreements or airports using Passenger Facility Charge (PFC) Program funds for construction projects to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. Related Documents. ACs and Orders referenced in the text of this AC do not include a revision letter, as they refer to the latest version. Appendix A contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Principal Changes. The AC incorporates the following principal changes: 1. Notification about impacts to both airport owned and FAA -owned NAVAIDs was added. See paragraph 2.13.5.3, NAVAIDs. 12/13/2017 AC 150/5370-2G 2. Guidance for the use of orange construction signs was added. See paragraph 2.18.4.2, Temporary Signs. 3. Open trenches or excavations may be permitted in the taxiway safety area while the taxiway is open to aircraft operations, subject to restrictions. See paragraph 2.22.3.4, Excavations. 4. Guidance for temporary shortened runways and displaced thresholds has been enhanced. See Figure 2-1 and Figure. 5. Figures have been improved and a new Appendix F on the placement of orange construction signs has been added. Hyperlinks (allowing the reader to access documents located on the internet and to maneuver within this document) are provided throughout this document and are identified with underlined text. When navigating within this document, return to the previously viewed page by pressing the "ALT" and " <—" keys simultaneously. Figures in this document are schematic representations and are not to scale 6 Use of Metrics. Throughout this AC, U.S. customary units are used followed with "soft" (rounded) conversion to metric units. The U.S. customary units govern. 7 Where to Find this AC. You can view a list of all ACs at http://www.faa.goy/regulations policies/advisory circulars/. You can view the Federal Aviation Regulations at http://www.faa, ogy/regulations policies/faa regulations/. Feedback on this AC. If you have suggestions for improving this AC, you may use the Advisory Circular Feedback form at the end of this AC. n R. Dermo y Director of Airport Safety and Standards 11 12/13/2017 AC 150/5370-2G CONTENTS Paragraph Page Chapter 1. Planning an Airfield Construction Project.........................................................1-1 1.1 Overview .............................................. •........................................................................ 1-1 1.2 Plan for Safety............................................................................................................... 1-1 1.3 Develop a Construction Safety and Phasing PIan(CSPP)............................................ 1-3 1.4 Who Is Responsible for ,Safety During Construction?.................................................. 1-4 Chapter 2. Construction Safety and Phasing Plans.............................................................. 2-1 2.1 Overview....................................................................................................................... 2-1 2.2 Assume Responsibility.................................................................................................. 2-1 2.3 Submit the CSPP........................................................................................................... 2-1 2.4 Meet CSPP Requirements............................................................................................. 2-2 2.5 Coordination............................................................................. .................................... 2-6 2.6 Phasing..........................................................................................................................2-7 2.7 Areas and Operations Affected by Construction Activity ............................................ 2-7 2.8 Navigation Aid (NAVAID) Protection....................................................................... 2-11 2.9 Contractor Access....................................................................................................... 2-11 2.10 Wildlife Management................................................................................................. 2-15 2.11 Foreign Object Debris (1~OD) Management............................................................... 2-16 2.12 Hazardous Materials (HAZMAT) Management ..................................... 2.13 Notification of Construction Activities....................................................................... 2-16 2.14 Inspection Requirements............................................................................................. 2-18 2.15 Underground Utilities................................................................................................. 2-19 2.16 Penalties...................................................................................................................... 2-19 2.17 Special Conditions...................................................................................................... 2-19 2.18 Runway and Taxiway Visual Aids............................................................................. 2-19 2.19 Marking and Signs for Access Routes........................................................................ 2-29 2.20 Hazard Marking, Lighting and Signing...................................................................... 2-30 2.21 Work Zone Lighting for Nighttime Construction....................................................... 2-32 2.22 Protection of Runway and Taxiway Safety Areas ...................................................... 2-33 2.23 Other Limitations on Construction............................................................................. 237 Ill 12/13/2017 AC 150/5370-2G Chapter 3. Guidelines for Writing a CSPP............................................................................ 3-1 3.1 General Requirements................................................................................................... 3-1 3.2 Applicability of Subjects............................................................................................... 3-1 3.3 Graphical Representations............................................................................................ 3-1 3.4 Reference Documents................................................................................................... 3-2 3.5 Restrictions . .................................................................................................................. 3-2 3.6 Coordination . ................................................................................................................ 3-2 3.7 Phasing. . ......................................................................................... .............................. 3-2 3.8 Areas and Operations Affected by Construction.......................................................... 3-2 3.9 NAVAID Protection..................................................................................................... 3-2 3.10 Contractor Access......................................................................................................... 3-3 3.11 Wildlife Management................................................................................................... 3-4 3.12 FOD Management........................................................................................................ 3-4 3.13 HAZMAT Management................................................................................................ 3-4 3.14 Notification of Construction Activities......................................................................... 3-4 3.15 fnspection Requirements............................................................................................... 3-5 3.16 Underground Utilities................................................................................................... 3-5 3.17 Penalties........................................................................................................................ 3-5 3.18 Special Conditions........................................................................................................ 3-5 3.19 Runway and Taxiway Visual Aids............................................................................... 3-6 3.20 Marking and Signs for Access Routes.......................................................................... 3-6 3.21 Hazard Marking and Lighting....................................................................................... 3-6 3.22 Work Zone Lighting for Nighttime Construction......................................................... 3-6 3.23 Protection of Runway and Taxiway Safety Areas ........................................................ 3-7 3.24 Other Limitations on Construction............................................................................... 3-7 AppendixA. Related Reading Material................................................................................ A-1 AppendixB. Terms and Acronyms........................................................................................B-1 Appendix C. Safety and Phasing Plan Checklist.................................................................. C-1 Appendix D. Construction Project Daily Safety Inspection Checklist ............................... D-1 Appendix E. Sample Operational Effects Table....................................................................E-1 AppendixF. Orange Construction Signs...............................................................................F-1 iv 12/13/2017 FIGURES Number Figure 2-1. Temporary Partially Closed Runway ........................... Figure 2-2. Temporary Displaced Threshold .................................. Figure 2-3. Markings for a Temporarily Closed Runway ............... Figure 2-4. Temporary Taxiway Closure ........................................ AC 150/5370-2G Page ... 2-9 .2-10 2-21 2-22 Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads .................. 2-24 Figure 2-6. Lighted X in Daytime.............................................................................................. 2-26 Figure 2-7. Lighted X at Night................................................................................................... 2-26 Figure 2-8. Interlocking Barricades........................................................................................... 2-31 Figure 2-9. Low Profile Barricades........................................................................................... 2-32 FigureE-1. Phase I Example .................... ................................................................................... E-1 Figure E-2. Phase II Example.................................................................. ...............E-2 ..................... Figure E-3. Phase III Example.....................................................................................................E-3 FigureF-1. Approved Sign Legends............................................................................................F-1 Figure F-2. Orange Construction Sign Example 1....................................................................... F-2 Figure F-3. Orange Construction Sign Example 2.......................................................................F-3 TABLES Number Table A-1. FAA Publications ........ Page ..A-1 Table A-2. Code of Federal Regulation...................................................................................... A-3 Table B-1. Terms and Acronyms................................................................................................ B-1 Table C-1. CSPP Checklist......................................................................................................... C-1 Table D-1. Potentially Hazardous Conditions............................................................................ D-1 Table E-1. Operational Effects Table..........................................................................................E-4 Table E-2. Runway and Taxiway Edge Protection......................................................................E-6 Table E-3. Protection Prior to Runway Threshold.......................................................................E-7 v 12/13/2017 Page Intentionally Blank vi AC 150/5370-2G 12/13/2017 AC 150/5370-26 CHAPTER 1. PLANNING AN AIRFIELD CONSTRUCTION PROJECT 1.1 Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 1.2 Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses, the necessary construction locations, activities, and associated costs will be identified and their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities, often by phasing the project, and/or to airport operations to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: 1.2.1 Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. 1.2.2 Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Approach Category (AAC) and Airplane Design Group (ADG) of the airplanes that operate on each runway; the ADG and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums; 1 Find Taxiway Design Group information in AC 150/5300-13, Airport Design. 1-1 12/13/2017 AC 150/5370-26 available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System (SMGCS) plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. 1.2.3 Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the constructiop activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, and other changes. An example of a table showing temporary operations versus current operations is shown in Appendix E. 1.2.4 Take Required Measures to Revise Operations. Once the Ievel and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary widely among airports, this AC presents general guidance on those subjects. 1.2.5 Manage Safety Risk. The FAA is committed to incorporating proactive safety risk management (SRM) tools into its decision -making processes. FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), requires the FAA to conduct a Safety Assessment for certain triggering actions. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the CSPP. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for a Safety Risk Assessment. If the FAA requires an assessment, the airport operator must at a minimum: 1. Notify the appropriate FAA Airports Regional or District Off ce during the project "scope development" phase of any project requiring a CSPP. 2. Provide documents identified by the FAA as necessary to conduct SRM. 3. Participate in the SRM process for airport projects. 4. Provide a representative to participate on the SRM panel. 1-2 12/13/2017 AC 150/5370-2G 5. Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 1.3 Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix A for a list of related reading material. 1.3.1 List Requirements_. A CSPP must be developed for each on -airfield construction project funded by the Airport Improvement Program (AIP) or located on an airport certificated under Part 139. For on -airfield construction projects at Part 139 airports funded without AIP funds, the preparation of a CSPP represents an acceptable method the certificate holder may use to meet Part 139 requirements during airfield construction activity. As per FAA Order 5200.11, projects that require Safety Assessments do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line -of -sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures (see paragraph 1.2.5). 1.3.2 Prepare a Safety Plan Compliance Document (SPCD). The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. 1.3.3 Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. 1-3 12/I3/2017 AC 150/5370-2G 1.4 Who Is Responsible for Safety During Construction? 1.4.1 Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport's consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others, such as military personnel at any airport supporting military operations (e.g. national guard or a joint use facility). Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 1.4.2 Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: 1-4 12/13/2017 AC 150/5370-2G 1.4.2.1 Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and PhasingPlans, lans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. 1.4.2.2 Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. 1.4.2.3 Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity_ The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5370-12, Quality Managernent.for Federally Funded Airport Construction Projects. (Note "FAA" refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) 1.4.2.4 Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. 1.4.2.5 Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. 1.4.2.6 Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. 1.4.2.7 Ensure construction personnel know applicable airport procedures and changes to those procedures that may affect their work. 1.4.2.8 Ensure that all temporary construction signs are located per the scheduled list for each phase of the project. 1.4.2.9 Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 1.4.2.10 Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. 1.4.2.11 At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. 1-5 12/13/2017 AC 150/5370-2G 1.4.2.12 Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 1.4.2.13 Take immediate action to resolve safety deficiencies. 1.4.2.14 At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. 1.4.2.15 Notify appropriate parties when conditions exist that involve provisions of the CSPP and SPCD (for example, implementation of low -visibility operations). 1.4.2.16 Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated arealheight. The FAA encourages online submittal of forms for expediency at https:Hocaaa.faa.gov/oeaaa/external/portal.jssp. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. 1.4.2.17 Ensure prompt transmission of the Airport Sponsor Strategic Event Submission, FAA Form 6000-26, located at https://ocaaa.faa.gov/oeaaa/external/content/AI"ORT_SPONSOR S_ TR ATEGIC EVENT_ SUBMISSION_FORM.pdf, to assure proper coordination for NAS Strategic Interruption per Service Level Agreement with ATO. 1.4.2.18 Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. The FAA Airports Regional or District office will determine if further coordination within the FAA is needed. Coordinate with appropriate local and other federal government agencies, such as Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), Transportation Security Administration (TSA), and the state environmental agency. 1.4.3 Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: 1-6 12/13/2017 AC 150/5370-2G 1.4.3.1 Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supply any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor, indicating an understanding of the operational safety requirements of the CSPP and the assertion of compliance with the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re -coordination with the airport operator and the FAA in advance. 1.4.3.2 Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. 1.4.33 Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. 1.4.3.4 Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At Ieast one of these employees must be on -site when active construction is taking place. 1.4.3.5 Conduct sufficient inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 1.4.3.6 Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. 1.4.3.7 Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. 1.4.3.8 Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, and other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for Expediency at https://oeaaa.faa.gov/oeaaa/extemal/portal.jssp. 1-7 12/13/2017 AC 150/5370-2G 1.4.3.9 Ensure that all necessary safety mitigations are understood by all parties involved, and any special requirements of each construction phase will be fulfilled per the approved timeframe. 1.4.3.10 Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1.4.4 Define Tenant's Responsibilities. If planning construction activities on leased property, Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction are strongly encouraged to: 1. Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator. The airport operator may forgo a complete CSPP submittal and instead incorporate appropriate operational safety principles and measures addressed in the advisory circular within their tenant lease agreements. 2. In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval issued prior to issuance of a Notice to Proceed. 3. Ensure that construction personnel are familiar with safety procedures and regulations on the airport during all phases of the construction. 4. Provide a point of contact of who will coordinate an immediate response to correct any construction -related activity that may adversely affect the operational safety of the airport. 5. Identify in the SPCD the contractor's on -site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on -site when active construction is taking place. 6. Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. 7. Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, as specified in the CSPP and SPCD. 8. Ensure prompt submittal through the airport operator of Form 7460-1 for conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency at https:Hoeaaa.faa.gov/oeaaa/extemal/Tortal.jsp. 9. Participate in pre -construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1-S 12/13/2017 AC 150/5370-2G CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS 2.1 Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator's CSPP and the contractor's Safety Plan Compliance Document (SPCD) are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 2.2 Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 2.3 Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 X 11 inch or 11 x 17 inch format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE I AAA) process. 2.3.1 Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. 2.3.2 Submit a CSPP. The CSPP should be formally submitted for FAA approval when the project design is 80 percent to 90 percent complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. 2-1 12/13/2017 AC 150/5370-2G 2.3.3 Submit an. SPCD. The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. 2.3.4 Submit CSPP Revisions. All revisions to a previously approved CSPP must be re -submitted to the FAA for review and approval/disapproval action. 2.4 Meet CSPP Requirements. 2.4.1 To the extent possible, the CSPP should address the following as outlined in Chapter 3, Guidelines for Writing a CSPP. Details that cannot be determined at this stage are to be included in the SPCD. 1. Coordination. a. Contractor progress meetings. b. Scope or schedule changes. c. FAA ATO coordination. 2. Phasing. a. Phase elements. b. Construction safety drawings. 3. Areas and operations affected by the construction activity. a. Identification of affected areas. b. Mitigation of effects. 4. Protection of navigation aids (NAVAIDs). 5. Contractor access. a. Location of stockpiled construction materials. b. Vehicle and pedestrian operations. b. Wildlife management_ a. Trash. b. Standing water. c. Tall grass and seeds. d. Poorly maintained fencing and gates. c. Disruption of existing wildlife habitat. 7. Foreign Object Debris (FOD) management. 8. Hazardous materials (HAZMAT) management. 9. Notification of construction activities. 2-2 12/13/2017 AC 150/5370-2G a. Maintenance of a list of responsible representatives/ points of contact. b. NOTAM. c. Emergency notification procedures. d. Coordination with ARFF Personnel. e. Notification to the FAA. 10. Inspection requirements. a. Daily (or more frequent) inspections. b. Final inspections. 11. Underground utilities. 12. Penalties, 13. Special conditions. 14. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. a. General. b. Markings. c. Lighting and visual NAVAIDs. d. Signs, temporary, including orange construction signs, and permanent signs. 15. Marking and signs for access routes. 16. Hazard marking and lighting. a. Purpose. b. Equipment. 17. Work zone lighting for nighttime construction (if applicable). 18. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces. a. Runway Safety Area (RSA). b. Runway Object Free Area (ROFA). c. Taxiway Safety Area (TSA). Provide details for any adjustments to Taxiway Safety Area width to allow continued operation of smaller aircraft. See paragraph 2.22.3. d. Taxiway Object Free Area (TOFA)_ Provide details for any continued aircraft operations while construction occurs within the TOFA. See paragraph 2.22.4. e. Obstacle Free Zone (OFZ). £ Runway approach/departure surfaces. 19. Other limitations on construction. a. Prohibitions. 2-3 12/13/2017 b. Restrictions. AC 150/5370-2G 2.4.2 The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I, (Name of Contractor), have read the (Title of Project) CSPP, approved on (Date), and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: L Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. 2. Phasing. Discuss proposed construction schedule elements, including: a. Duration of each phase. b. Daily start and finish of construction, including "night only" construction. c. Duration of construction activities during: i. Normal runway operations. ii. Closed runway operations. iii. Modified runway "Aircraft Reference Code" usage. 3. Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. 4. Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. 5. Contractor access. Provide the following: a. Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). b. Listing of individuals requiring driver training (for certificated airports and as requested). c. Radio communications. i. Types of radios and backup capabilities. ii. Who will be monitoring radios. iii. Who to contact if the ATCT cannot reach the contractor's designated person by radio. 2-4 12/13/2017 AC 150/5370-2G d. Details on how the contractor will escort material delivery vehicles. 6. Wildlife management. Discuss the following: a. Methods and procedures to prevent wildlife attraction. b. Wildlife reporting procedures. 7. Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. 8. Hazardous Materials (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. 9. Notification of construction activities. Provide the following: a. Contractor points of contact. b. Contractor emergency contact. c. Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. d_ Batch plant details, including 7460-1 submittal. 10. Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. 11. Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. 12. Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. 13. Special conditions. Discuss proposed actions for each special condition identified in the CSPP. 14. Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: a. Equipment and methods for covering signage and airfield lights. b. Equipment and methods for temporary closure markings (paint, fabric, other). c. Temporary orange construction signs. d. Types of temporary Visual Guidance Slope Indicators (VGSI). 15. Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. 16. Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. 17. Work zone lighting for nighttime construction (if applicable). Discuss proposed equipment, locations, aiming, and shielding to prevent interference with air traffic control and aircraft operations. 2-5 12/13/2017 AC 15015370-26 18. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including a. Equipment and methods for maintaining Taxiway Safety Area standards. b. Equipment and methods to ensure the safe passage of aircraft where Taxiway Safety Area or Taxiway Object Free Area standards cannot be maintained. c. Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. 19. Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. 2.5 Coordination. Airport operators, or tenants responsible for design, bidding and conducting construction on their leased properties, should ensure at all project developmental stages, such as predesign, prebid, and preconstruction conferences, they capture the subject of airport operational safety during construction (see AC 150/5370-12, Quality Management for Federally Funded Airport Construction Projects). In addition, the following should be coordinated as required: 2.5.1 Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project developmental stages. 2.5.2 Scope or Schedule Changes. Changes in the scope or duration at any of the project stages may require revisions to the CSPP and review and approval by the airport operator and the FAA (see paragraph 1.4.2.17). 2.5.3 FAA ATO Coordination. Early coordination with FAA ATO is highly recommended during the design phase and is required for scheduling Technical Operations shutdowns prior to construction. Coordination is critical to restarts of NAVAID services and to the establishment of any special procedures for the movement of aircraft. Formal agreements between the airport operator and appropriate FAA offices are recommended. All relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, should be coordinated with FAA ATO and may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for required FAA notification regarding FAA -owned NAVAIDs.) 2-6 12/13/2017 AC 150/5370-2G 2.6 Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In this case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. 2.6.1 Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations. • Duration of closures. • Taxi routes and/or areas of reduced TSA and TOFA to reflect reduced ADG use. • ARFF access routes. • Construction staging, disposal, and cleanout areas. • Construction access and haul routes. • Impacts to NAVAIDs. •. Lighting, marking, and signing changes. • Available runway length and/or reduced RSA and ROFA to reflect reduced ADO use. • Declared distances (if applicable). • Required hazard marking, lighting, and signing. • Work zone lighting for nighttime construction (if applicable). • Lead times for required notifications. 2.6.2 Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas (i.e., construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should also be included in the contract drawing package. 2.7 Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre -meetings with the FAA ATO will support operational simulations. See Appendix E for an example of a table showing temporary operations versus current operations. The tables in Appendix E can be useful for coordination among all interested parties, including FAA Lines of Business. 2-7 1211312017 2.7.1 Identification of Affected Areas. AC 150/5370-26 Identifying areas and operations affected by the construction helps to determine possible safety problems. The affected areas should be identified in the construction safety drawings for each construction phase. (See paragraph 2.6.2.) Of particular concern are: 2.7.1.1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or takeoff in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is normally available for take -off in the direction of the displacement and for landing and takeoff in the opposite direction. Misunderstanding this difference, may result in issuance of an inaccurate NOTAM, and can lead to a hazardous condition. 2.7.1.1.1 Partially Closed Runway The temporarily closed portion of a partially closed runway will generally extend from the threshold to a taxiway that may be used for entering and exiting the runway. If the closed portion extends to a point between taxiways, pilots will have to back -taxi on the runway, which is an undesirable operation. See Figure 2-1 for a desirable configuration. 2.7.1.1.2 Displaced Thresholds. Since the portion of the runway pavement between the permanent threshold and a standard displaced threshold is available for takeoff and for landing in the opposite direction, the temporary displaced threshold need not be located at an entrance/exit taxiway. See Figure 2-2. 2.7.1.2 Closing of aircraft rescue and fire fighting access routes. 2.7.1.3 Closing of access routes used by airport and airline support vehicles. 2.7.1.4 Interruption of utilities, including water supplies for fire fighting. 2.7.1.5 Approach/departure surfaces affected by heights of objects. 2.7.1.E Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. M 12/13/2017 Figure 2-1. Temporary Partially Closed Runway CHANGE LENSES AS NECESSARY OBLITERATE AIMING POINT MARKING COVER DISTANCE REMAINING SIGN IN THIS DIRECTION INSTALL SIGN AT BOTH ENDS OF THE RUNWAY (OPTIONAL) -OBLITERATE TAXIWAY CENTERLINE MARKINGS TO CLOSED AREAS Iri INSTALLTEMPORARY al/ TAXIWAY CLOSED MARKING BLAST FENCE TO PROTECT CONSTRUCTION ZONE (MAY BE REQUIRED). IF BLAST FENCE IS NOT USED, INSTALL LOW PROFILE BARRICADES LOW PROFILE BARRICADES WITH FLASHERS SEE NOTE i OBLITERATE RUNWAY DESIGNATION AND CENTERLINE MARKINGS DISCONNECTICOVER TAXIWAY DIRECTION SIGNS I AC 150/5370-2G USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACH AND DEPARTURE SURFACE INSTALL TEMPORARY RUNWAY DESIGNATION AND THRESHOLD BAR INSTALL TEMPORARY RUNWAY THRESHOLDIEND LIGHTING 1 00 00001 DISCONNECTICOVER TAXIWAY DIRECTION SIGN CONSTRUCTION AREA DISCONNECT LIGHTS (TYPICAL) r .J OBLITERATE THRESHOLD MARKINGS 2-9 INSTALL TEMPORARY REIL (OPTIONAL) OBLITERATE TOUCHDOWN ZONE MARKING INSTALL TEMPORARY CHEVRONS RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD NOTES: 1. PLACE LOW PROFILE BARRICADES AT ALL ACCESS POINTS TO CLOSED SECTION OF RUNWAY. 2. THIS FIGURE IS A SCHEMATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES_ REFER TO THE APPLICABLE ACS FOR GUIDANCE. 3. THIS FIGURE DEPICTS A TYPICAL TEMPORARY PARTIALLY GLOSEE) RUNWAY. THE ACTUAL TEMPORARY MEASURES WILL VARY PER EACH SPECIFIC SITUATION. A. DISCONNECTICOVER LIGHTS IN CLOSED AREAS. 5. DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE. NOT TO SCALE 12/13/2017 Figure 2-2. Temporary Displaced Threshold OBLITERATE AIMING POINT MARKING INSTALL TEMPORARY RUNWAY DESIGNATION, ARROWHEADS AND DISPLACED THRESHOLD BAR INSTALL TEMPORARY RUNWAY THRESHOLD LIGHTING (INBOARD LIGHT IS YELLOWIGREEN, ALL OTHERS ARE BLANK/GREEN) INSTALL TEMPORARY *�IwQil + + ARROWS TEXISTING + ' GFNTFRLINE MARKING, +� SEE NOTE TURN CENTERLINE LIGHTS OFF IF DISPLACEMENT OF THRESHOLD IS MORE THAN 700' OBLITERATE RUNWAY DESIGNATION MARKING CHANGE EXISTING LIGHTS TO YELLOWJRED ILrii�'Sl+�}I I�R� A"•, +4 v INSTALL TEMPORARY REIL (OPTIONAL) fdQO OBLITERATE TOUCHDOWN ZONE AND CENTERLINE MARKING AC 150/5370-2G USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACWDEPARTURE SURFACE RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD OBLITERATE THRESHOLD MARKINGS J JJ "" INSTALL RED/RED LIGHTS NOTES; j ( 1. THIS FIGURE IS A SCHEMATIC REPRESENTATION e BLAST FENCE OUTSIDE AND NOT INTENDED FOR INSPECTION PURPOSES. CONSTRUCTION AREA TOFA TPROTECT REFER TO THE APPLICABLE ACs FOR GUIDANCE. I I R RUCTION ZONE CONSTRUCTION (MAY BE REQUIRED) 2. THIS FIGURE DIPICTS A TYPICAL TEMPORARY DISPLACED THRESHOLD. THE ACTUAL TEMPORARY I MEASURES WILL VARY PER EACH SPECIFIC I SITUATION li NOT TO SCALE 3. DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE. Note: See paragraph 2,18.2.5. 2-10 12/13/2017 AC 150/5370-2G 2.7.2 Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: 2.7.2.1 Temporary changes to runway and/or taxi operations. 2.7.2.2 Detours for ARFF and other airport vehicles. 2.7.2.3 Maintenance of essential utilities. 2.7.2.4 Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 2.8 Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 2.13.5.3.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the "critical area" associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 2.13.2). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 2.13.5.3.) 2.9 Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: 2.9.1 Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 2.18.2.) This includes determining and 2-11 12/13/2017 AC 150/5370-2G verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage from blowing or tracked material. See paragraphs 2.10 and 2.11. 29.2 Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, with associated training requirements: 2.9.2.1 Construction Site Parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. 2.9.2.2 Construction Equipment Parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by construction personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 2.13.1 for further information. 2.9.2.3 Access and Haul Roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul 2-12 12/13/2017 AC 150/5370-2G roads does not interfere with NAVAIDs or approach surfaces of operational runways. Address whether access gates will be blocked or inoperative or if a rally point will be blocked or inaccessible. 2.9.2.4 Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. 2.9.2.5 Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. 2.9.2.6 Required escorts. 2.9.2.7 Training Requirements for Vehicle Drivers to Ensure Compliance with the Airport Operator's Vehicle Rules and Regulations. Specific training should be provided to vehicle operators, including those providing escorts. See AC 150/5210-20, Ground Vehicle Operations on ,Iirports, for information on training and records maintenance requirements. 2.9.2.8 Situational Awareness. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross a runway, taxiway, or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. At non -towered airports, all aircraft movements and flight operations rely on aircraft operators to self -report their positions and intentions. However, there is no requirement for an aircraft to have radio communications. Because aircraft do not always broadcast their positions or intentions, visual checking, radio monitoring, and situational awareness of the surroundings is critical to safety. 2.9.2.9 Two -Way Radio Communication Procedures. 2.9.2.9.1 General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: 1. Airport operations 2. ATCT 2-13 12/13/2017 AC 150/5370-2G 3. Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. 4. Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and "shortened" runways on the ATIS frequency. 2.9.2.9.2 Areas Requiring Two -Way Radio Communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. 2.9.2.9.3 Frequencies to be Used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. 2.9.2.9.4 Proper radio usage, including read back requirements. 2.9.2.9.5 Proper phraseology, including the International Phonetic Alphabet. 2.9.2.9.6 Light Gun Signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings." This safety placard may be downloaded through the Runway Safety Program Web site at bgp://www.faa.gov/aiiports/runway safety/publications/ (see "Signs & Markings Vehicle Dashboard Sticker") or obtained from the FAA Airports Regional Office. 2.9.2.10 Maintenance of the secured area of the airport, including: 2.9.2.10.1 Fencing and Gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit "piggybacking" behind another person or vehicle. The Department of Transportation (DOT) document DOT/FAA/AR- 2-14 12/13/2017 AC 150/5370-2G 00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. 2.9.2.10.2 Badging Requirements. Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 2.10 Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and CertAlcrt 98-05, Grasses Attractive to Hazardous Wildlife. Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: 2.10.1 Trash. Food scraps must be collected from construction personnel activity. 2.10.2 Standing Water. 2.10.3 Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife_ Seeding should comply with the guidance in AC 15015370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 2.10.4 Poorly Maintained Fencing and Gates. See paragraph 2.9.2.10.1. 2.10.5 Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. pa 12/13/2017 AC 150/5370-2G 2.11 Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) or covers may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 2.12 Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport -Industrial Waste. 2.13 Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. 2.13.1 List of Responsible Representatives/points of contact for all involved parties, and procedures for contacting each of them, including after hours. 2.13.2 NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center), and must either enter the NOTAM into NOTAM Manager, or provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station (FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-29, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways with displaced thresholds. 2-lb 12/13/2017 AC 150/5370-2G 2.13.3 Emergency notification procedures for medical, fire fighting, and police response. 2.13.4 Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: 1. The deactivation and subsequent reactivation of water lines or fire hydrants, or 2. The rerouting, blocking and restoration of emergency access routes, or 3. The use of hazardous materials on the airfield. 2.13.5 Notification to the FAA. 2,13.5.1 Part 77. Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment and proposed parking areas for this equipment (i.e., cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix A to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. 2.13.5.2 Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non -Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix A to download the form. 2.13.5.3 NAVAIDs. For emergency (short -notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866-432-2622. 2,13.5.3.1 Airport Owned/FAA Maintained. If construction operations require a shutdown of 24 hours or greater in duration, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown, using Strategic Event Coordination (SEC) Form 6000.26 contained within FAA Order 6000.15, General Maintenance Handboolc for National Airspace System (NAS) Facilities. 2-17 12/13/2017 2.13.5.3.2 FAA Owned. AC 150/5370-2G 1. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs, using SEC Form 6000.26. 2. Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. Refer to active Service Level Agreement with ATO for specifics. 2.14 Inspection Requirements. 2.14.1 Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix D, Construction Project Daily Safety Inspection Checklist. See also AC 150/5200-18, Airport Safety Se f Inspection. Airport operators holding a Part 139 certificate are required to conduct self -inspections during unusual conditions, such as construction activities, that may affect safe air carrier operations. 2.14.2 Interim Inspections. Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure the proper operation of lights and signs, for correct markings, and absence of FOD. The contractor should conduct an inspection of the work area with airport operations personnel. The contractor should ensure that all construction materials have been secured, all pavement surfaces have been swept clean, all transition ramps have been properly constructed, and that surfaces have been appropriately marked for aircraft to operate safely. Only if all items on the list meet with the airport operator's approval should the air traffic control tower be notified to open the area to aircraft operations. The contractor should be required to retain a suitable workforce and the necessary equipment at the work area for any last minute cleanup that may be requested by the airport operator prior to opening the area. 2.14.3 Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. 2-18 12/13/2017 AC 150/5370-2G 2.15 Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that "One Call" or "Miss Utility" services do not include FAA ATO/Technical Operations. 2.16 Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 2.17 Special Conditions. The CSPP must detail any special conditions that affect the operation of the airport and will require the activation of any special procedures (for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 2.18 Runway and Taxiway Visual Aids. This includes marking, lighting, signs, and visual NAVAIDs. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs that are to continue to perform their functions during construction remain in place and operational. Visual NAVAIDs that are not serving their intended function during construction must be temporarily disabled, covered, or modified as necessary. The CSPP must address the following, as appropriate: 2.18.1 General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, jet blast, wing vortices, and other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. Items used to secure such markings must be of a color similar to the marking. 2.18.2 Markings. During the course of construction projects, temporary pavement markings are often required to allow for aircraft operations during or between work periods. During the design phase of the project, the designer should coordinate with the project manager, 2-19 12/13/2017 AC 150/5370-26 airport operations, airport users, the FAA Airports project manager, and Airport Certification Safety Inspector for Part 139 airports to determine minimum temporary markings. The FAA Airports project manager will, wherever a runway is closed, coordinate with the appropriate FAA Flight Standards Office and disseminate findings to all parties. Where possible, the temporary markings on finish grade pavements should be placed to mirror the dimensions of the final markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings, except as noted herein. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 2.18.2.1.2.) 2.18.2.1 Closed Runways and Taxiways. 2.18.2.1.1 Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place an X at each end and at 1,000-foot (300 m) intervals. For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. 2,18.2.1.2 Temporarily Closed Runways. For runways that have been temporarily closed, place an X at each end of the runway directly on or as near as practicable to the runway designation numbers. For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. See Figure 2-3. See also paragraph 2.18.3.3. 2.18.2.1.3 Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 2.7.1.1 for the difference between partially closed runways and runways with displaced thresholds. Because of the temporary nature of threshold displacement due to construction, it is not necessary to re -adjust the existing runway centerline markings to meet standard spacing for a runway with a visual approach. Some of the requirements below may be waived in the cases of low -activity airports and/or short duration changes that are measured in days rather than weeks. Consider whether the presence of an airport traffic 2-20 12/13/2017 AC 150/5370-2G control tower allows for the development of special procedures. Contact the appropriate FAA Airports Regional or District Office for assistance. Figure 2-3. Markings for a Temporarily Closed Runway 1. Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar, runway designation, and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). Obliterate or cover markings prior to the moved threshold. Existing touchdown zone markings beyond the moved threshold may remain in place. Obliterate aiming point markings. Issue appropriate NOTAMs regarding any nonstandard markings. See Figure e 2-4. 2. Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar, runway designation, and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. Obliterate markings prior to the displaced threshold. Existing touchdown zone markings beyond the displaced threshold may remain in place. Obliterate aiming point markings. Issue appropriate NOTAMs regarding any nonstandard markings. See Figure 2-2. 2-21 12/13/2017 2.18.2.1.4 AC 150/5370-2G Taxiways. 1. Permanently Closed Taxiways. AC 150/5300-13 Airport Design, notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. See Figure e 2 4. Figure 2-4. Temporary Taxiway Closure 10NIERAYE LEALI--UR' L'EMTEALOErora MSrr M1� cu[ six;E I --------------- { 2-22 12/13/2017 AC 150/5370-2G 2. Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines and taxiway to taxiway turns, leading to the closed section. Always obliterate runway lead-off lines for high speed exits, regardless of the duration of the closure. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. See Figure 2-4. 2.18.2.1.5 Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. 2.18.2.2 If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. Items used to secure such markings must be of a color similar to the marking. 2.18.2.3 It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. 2.18.2.4 If it is not possible to install threshold bars, chevrons, and arrows on the pavement, "temporary outboard white threshold bars and yellow arrowheads", see Figure e 2-5, may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimensions must be as shown in Figure e 2-5. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. 2.18.2.5 The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), but the dimensions must meet the existing standards. When applying temporary markings at night, it is recommended that the fast curing, Type II paint be used to help offset the higher humidity and cooler temperatures often experienced at night. Diluting the paint will substantially increase cure time and is not recommended. Glass beads are not recommended for temporary markings. Striated markings may also be used for certain temporary markings. AC 2-23 12/13/2017 AC 150/5370-2G 150/5340-1, Standards for Airport Markings, has additional guidance on temporary markings. Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads INSTALL TEMPORARY WHITE THRESHOLD BARS AND YELLOW ARROWHEADS ON BOTH SIDES SEE DETAIL BELOW CLOSED PORTION OF RUNWAY YELLOW ARROWHEAD DETAIL 2-24 12/13/2017 2.18.3 Lighting; and Visual NAVAIDs. AC 150/5370-2G This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting installation must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and fixture design in conformance with AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. See AC 150/5340-26,1VIaintenance of Airport Visual Aid Facilities, for disconnect procedures and safety precautions. Alternately, cover the light fixture in such a way as to prevent light leafage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. Maintain mandatory hold signs to operate normally in any situation where pilots or vehicle drivers could mistakenly be in that location. At towered airports certificated under Part 139, holding position signs are required to be illuminated on open taxiways crossing to closed or inactive runways. If the holding position sign is installed on the runway circuit for the closed runway, install a jumper to the taxiway circuit to provide power to the holding position sign for nighttime operations. Where it is not possible to maintain power to signs that would normally be operational, install barricades to exclude aircraft. Figure 2-1, Figure 2-2, Figure 2-3, and Figure 2-4 illustrate temporary changes to lighting and visual NAVAIDs. 2.18.3.1 Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 2.18.3.2 Temporarily Closed Runways and New Runways Not Yet Open to Air Traffic. If available, use a lighted X, both at night and during the day, placed at each end of the runway on or near the runway designation numbers facing the approach. (Note that the lighted X must be illuminated at all times that it is on a runway.) The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-6 shows a lighted X by day. Figure 2-7 shows a lighted X at night. Pb141 12/13/2017 Figure 2-6. Lighted X in Daytime Figure 2-7. Lighted X at Night 2.18.3.3 Partially Closed Runways and Displaced Thresholds. AC 150/5370-2G When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially 2-26 12/13/2017 AC 150/5370-2G closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service. 2.18.3.3.1 Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixtures in such a way as to prevent light leakage. See Figure 2-1. 2.18.3.3.2 Temporary Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light (white for visual runways) in the opposite direction. If the displacement is 700 feet or less, blank out centerline lights in the direction of approach or place the centerline lights out of service. If the displacement is over 700 feet, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. See Fi rgu e_2-2. 2.18.3.3.3 Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. 2.18.3.3.4 A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 2.18.2.1.3. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non -certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L- 853, Runway and Taxiway Retroreflective Markers. 2.18.3.3.5 Temporary threshold lights and runway end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement.�They are installed with bases at grade level or as low as possible, but not more than 3 inch (7.6 cm) above ground. (The standard above ground height for airport lighting fixtures is 14 inches (35 cm)). When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. 2.18.3.3.6 Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may 2-27 12/13/2017 AC 150/5370-2G be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the FIight Standards Division of the applicable FAA Regional Office. 2.18.3.3.7 When runway thresholds are temporarily displaced, reconfigure yellow lenses (caution zone), as necessary, and place the centerline lights out of service. 2.18.3.3.8 Relocate the Visual Glide Slope Indicator (VLSI), such as Visual Approach Slope Indicator (VAST) and Precision Approach Path Indicator (PAPI); other airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VLSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. See FAA JO 6850.2, Visual Guidance Lighting Systems, for installation criteria for FAA owned and operated NAVAIDs. 2.18.3.3.9 Issue a NOTAM to inform pilots of temporary lighting conditions. 2.18.3.4 Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), cover the light fixture in a way as to prevent Iight leakage. 2.18.4 Sid s. To the extent possible, signs must be in conformance with AC 150/5345-44, Specification for Runway and Taxiway Signs, and AC 150/5340-18, Standard for Airport Sign Systems. 2,18.4.1 Existing Signs. Runway exit signs are to be covered for closed runway exits. Outbound destination signs are to be covered for closed runways. Any time a sign does not serve its normal function or would provide conflicting information, it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. 2-28 12/13/2017 2,18.4.2 Temporary Signs. AC 15015370-2G Orange construction signs comprise a message in black on an orange background. Orange construction signs may help pilots be aware of changed conditions. The airport operator may choose to introduce these signs as part of a movement area construction project to increase situational awareness when needed. Locate signs outside the taxiway safety limits and ahead of construction areas so pilots can take timely action. Use temporary signs judiciously, striking a balance between the need for information and the increase in pilot workload. When there is a concern of pilot "information overload," the applicability of mandatory hold signs must take precedence over orange construction signs recommended during construction. Temporary signs must meet the standards for such signs in Engineering Brief 93, Guidance for the Assembly and Installation of Temporary Orange Construction Signs. Many criteria in AC 150/5345-44, Specification for Runway and Taxiway Signs, are referenced in the Engineering Brief. Permissible sign legends are: 1. CONSTRUCTION AHEAD, 2. CONSTRUCTION ON RAMP, and 3. RWY XX TAKEOFF RUN AVAILABLE XXX FT. Phasing, supported by drawings and sign schedule, for the installation of orange construction signs must be included in the CSPP or SPCD. 2.18.4.2.1 Takeoff Run Available (TORA) signs. Recommended: Where a runway has been shortened for takeoff, install orange TORA signs well before the hold lines, such as on a parallel taxiway prior to a turn to a runway hold position. See EB 93 for sign size and location. 2.18.4.2.2 Sign legends are shown in Figure F-1. Note: See Figure E-1, Figure E-2, Figure E-3, Figure F-2, and Figure F-3 for examples of orange construction sign locations. 2.19 Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. 2-29 12/13/2017 2.20 Hazard Marking, Lighting and Signing. AC 150/5370-2G 2.20.1 Hazard marking, lighting, and signing prevent pilots from entering areas closed to aircraft, and prevent construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction -related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (1LS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. 2.20.2 Equipment. 2,20.2.1 Barricades. Low profile barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude aircraft, gaps between barricades must be smaller than the wingspan of the smallest aircraft to be excluded; if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 feet (1.2 meters). Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. 2,20.2.2 Lights. Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 feet (3 meters). Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. 2,20.2.3 Supplement Barricades with Signs (for example) As Necessary. Examples are "No Entry" and "No Vehicles." Be aware of the increased effects of wind and jet blast on barricades with attached signs. 2-30 12/13/2017 AC 150/5370-2G 2.20.2.4 Air Operations Area — General. Barricades are not permitted in any active safety area or on the runway side of a runway hold line. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, highly reflective collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 inch (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, and other surface wind currents. if affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inch (7.6 cm) above the ground. Figure 2-8 and Figure 2-9 show sample barricades with proper coloring and flags. Figure 2-8. Interlocking Barricades 2-31 12/13/2017 Figure 2-9. Low Profile Barricades 2.20.2.5 Air Operations Area — Runway/Taxiway Intersections. AC 150/5370-2G Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiwayhunway intersections with barricades. The use of traffic cones is appropriate for short duration closures. 2,20.2.6 Air Operations Area — Other. Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. 2.20.2.7 Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at Ieast once per day, preferably at dusk. 2.21 Work Zone Lighting for Nighttime Construction. Lighting equipment must adequately illuminate the work area if the construction is to be performed during nighttime hours. Refer to AC 150/5370-10 for minimum illumination levels for nighttime paving projects. Additionally, it is recommended that all support equipment, except haul trucks, be equipped with artificial illumination to safely 2-32 12/13/2017 AC 150/5370-2G illuminate the area immediately surrounding their work areas. The lights should be positioned to provide the most natural color illumination and contrast with a minimum of shadows. The spacing must be determined by trial. Light towers should be positioned and adjusted to aim away from ATCT cabs and active runways to prevent blinding effects. Shielding may be necessary. Light towers should be removed from the construction site when the area is reopened to aircraft operations. Construction lighting units should be identified and generally located on the construction phasing plans in relationship to the ATCT and active runways and taxiways. 2.22 Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (see paragraph 113.5) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. 2.22.1 Runway Safety Area (RSA). A runway safety area is the dcfined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: 2.22.1.1 No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (See AC 150/5300-13 . The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published, and appropriate NOTAMs issued. See AC 150/5300-13 for guidance on the use of declared distances. 2.22.1.2 The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the Iocal FAA air traffic manager and issue a NOTAM. 2.22.1.3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. 2-33 12/13/2017 2.22.1.4 Excavations. AC 150/5370-2G 2.22.1.4.1 Open trenches or excavations are not permitted within the RSA while the runway is open. Backfill trenches before the runway is opened. If backfilling excavations before the runway must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. 2.22.1.4.2 Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2.22.1.5 Erosion Control. Soil erosion must be controlled to maintain RSA standards, that is, the RSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2.22.2 Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from the ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. 2.22.3 Taxiway Safety Area (TSA). 2.22.3.1 A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Since the width of the TSA is equal to the wingspan of the design aircraft, no construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction. Give special consideration to TSA dimensions at taxiway turns and intersections. (see AC 15015300-13}. 2.22.3.2 The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. 2-34 12/13/2017 AC 150/5370-2G 2.22.3.3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. 2.22.3.4 Excavations. Curves. Open trenches or excavations are not permitted within the TSA while the taxiway is open. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. 2. Straight Sections. Open trenches or excavations are not permitted within the TSA while the taxiway is open for unrestricted aircraft operations. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations to allow the safe passage of ARFF equipment and of the heaviest aircraft operating on the taxiway across the trench without causing damage to the equipment or aircraft. In rare circumstances where the section of taxiway is indispensable for aircraft movement, open trenches or excavations may be permitted in the TSA while the taxiway is open to aircraft operations, subject to the following restrictions: a. Taxiing speed is limited to 10 mph. b. Appropriate NOTAMs are issued. c. Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. d. Low mass, low -profile lighted barricades are installed. e. Appropriate temporary orange construction signs are installed. 3. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2,22.3.5 Erosion control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and firefighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. PON 12113/2017 2.22.4 Taxiway Object Free Area (TOFA). AC 150/5370-2G Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus, the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. 2.22.4.1 The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. Give special consideration to TOFA dimensions at taxiway turns and intersections. 2.22.4.2 Offset taxiway centerline and edge pavement markings (do not use glass beads) may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting, centerline reflectors, or taxiway edge reflectors are required. Existing lighting that does not coincide with the temporary markings must be taken out of service. 2.22.4.3 Construction activity, including open excavations, may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 2.22.4.3.1 Taxiing speed is limited to 10 mph. 2.22.4.3.2 NOTAMs issued advising taxiing pilots of hazard and recommending reduced taxiing speeds on the taxiway. 2.22.4.3.3 Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. 2.22.4.3.4 1f desired, appropriate orange construction signs are installed. See paragraph 2.18.4.2 and Appendix F. 2.22.4.3.5 Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). 1f such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the usable pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. 2.22.4.3.E Flaggers furnished by the contractor must be used to direct and control construction equipment and personnel to a pre -established setback distance for safe passage of aircraft, and airline and/or airport personnel. Flaggers must also be used to direct taxiing aircraft. Due to liability issues, the airport operator should require airlines to provide flaggers for directing taxiing aircraft. 2-36 12/13/2017 2.22.5 Obstacle Free Zone (OFZ). AC 150/5370-2G In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. 2.22.6 Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. 2.22.6.1 Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non -towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. 2.22.6.2 Caution About Partial Runway Closures. When filing a NOTAM for a partial runway closure, clearly state that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). 2.22.6.3 Caution About Displaced Thresholds. Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate -stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, or other work within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 2.23 Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: 2-37 12/13/2017 2.23.1 Prohibitions. AC 150/5370-2G 2.23.1.1 No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. 2.23.1.2 No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. 2.23.1.3 No use of electrical blasting caps on or within 1,000 feet (300 meters) of the airport property. See AC 150/5370-10. 2.23.2 Restrictions. 2.23.2.1 Construction suspension required during specific airport operations. 2.23.2.2 Areas that cannot be worked on simultaneously. 2.23.2.3 Day or night construction restrictions. 2.23.2.4 Seasonal construction restrictions. 2.23.2.5 Temporary signs not approved by the airport operator. 2.23.2.6 Grades changes that could result in unplanned effects on NAVAIDs. 2-38 12/13/2017 AC 150/5370-2G CHAPTER 3. GUIDELINES FOR WRITING A CSPP 3.1 General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in paragraph 2.44. The CSPP is organized by numbered sections corresponding to each subject listed in paragraph 2.4, and described in detail in paragraphs 2.5 - 2.23. Each section number and title in the CSPP matches the corresponding subject outlined in paragraph 2.4 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 3.2 Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA ILS cables during trenching operations could be considered FAA ATO coordination (Coordination, paragraph 2.5.3), an area and operation affected by the construction activity (Areas and Operations Affected by the Construction Activity, paragraph 2.7.1.4), a protection of a NAVAID (Protection of Navigational Aids (NAVAIDs), paragraph 2_8), or a notification to the FAA of construction activities (Notification of Construction Activities, paragraph 2.13.5.3.2). However, it is more specifically an underground utility requirement (Underground Utilities, paragraph Z15). The procedure for protecting underground ILS cables during trenching operations should therefore be described in 2.4.2.11: "The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings." All other applicable sections should include a reference to 2.4.2.11: "ILS cables shall be identified and protected as described in 2.4.2.11" or "See 2.4.2.11 for ILS cable identification and protection requirements." Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 3.3 Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 3-1 12/13/2017 AC 150/5370-2G 3.4 Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. Where this AC recommends references (e.g. as in paragraph 3.9) the intent is to include a reference to the corresponding section in the CSPP, not to this Advisory Circular. 3.5 Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent ("as -built") features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 3.6 Coordination. Include in this section a detailed description of conferences and meetings to be held both before and during the project. Include appropriate information from AC 150/5370- 12. Discuss coordination procedures and schedules for each required FAA ATO Technical Operations shutdown and restart and all required flight inspections. 3.7 Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 338, as appropriate. 3.8 Areas and Operations Affected by Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. See Appendix F for sample operational effects tables and figures. 3.9 NAVAID Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 336 for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 3.14 for the 3-2 12/13/2017 AC 150/5370-2G issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 3.19. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 3.10 Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: 3.10.1 Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 3.11 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 3.12 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. 3.10.2 Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying HAZMAT vehicles. Quote from, rather than incorporate by reference, AC 1.50/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. 3.10.3 Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor CTAF at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light 3-3 12/13/2017 AC 150/5370-2G signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). 3.10.4 Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 3.11 Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to Iimit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 3.10 for security (wildlife) fence integrity maintenance as required. 3.12 FOD Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 3.15 for inspection requirements as required. 3.13 HAZMAT Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Safety Data Sheet (SDS), Material Safety Data Sheet (MSDS) or Product Safety Data Sheet (PSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be identified. Include a reference to paragraph 3.10 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 3.14 Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives and at least one alternate -- for each party. List both on --duty and off -duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to 3-4 12/13/2017 AC 150/5370-2G Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. Identify the E91 I address of the airport and the emergency access route via haul roads to the construction site. Require the contractor to have this information available to all workers. The Iocal Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 3.10. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 3.15 Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) or other airport operator's representative and the construction contractors. If the engineering consultants and/or contractors have a ,Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 3.16 Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 3.14 for notification of utility owners of accidental utility disruption as required. 3.17 Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, VPD, and others. 3.18 Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 3.10 for compliance with airport safety and security measures and for radio communications as required. Include 3-5 12/13/2017 AC 150/5370-2G a reference to paragraph 3.14 for emergency notification of all involved parties, including police/security, ARFF, and medical services. 3.19 Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings; AC 150/5340-18, Standards for Airport Sign Systems; and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 3.20 Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration MUTCD and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the WTCD necessary to meet fiangibility/height requirements. 3.21 Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 3.14. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 3.22 Work Zone Lighting for Nighttime Construction. If work is to be conducted at night, specify all lighting equipment, including when and where each type of device is to be used. Indicate the direction lights are to be aimed and any directions that aiming of lights is prohibited. Specify any shielding necessary in instances where aiming is not sufficient to prevent interference with air traffic control and aircraft operations. Attach drawings to graphically indicate the placement and aiming of lighting equipment. Where the plan only indicates directions that aiming of lights is prohibited, the placement and positioning of portable lights must be proposed by the Contractor and approved by the airport operator's representative each time lights are relocated or repositioned. WO 12/13/2017 AC 150/5370-26 3.23 Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13, as required. Include a reference to paragraph 3.10 for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 3.10 for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide the required Runway Safety Area, include a reference to paragraphs 3.14 and 3.19. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13, as required. Include a reference to paragraph 3.24 for height (i.e., crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional "box" within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 3.24 Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height (i.e., crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 3.7 for project phasing requirements based on construction limitations as required. 3-7 12/13/20I7 Page Intentionally Blank 3-8 AC 150/5370-2G 12/13/2017 APPENDIX A. RELATED READING MATERIAL AC 150/5370-2G Appendix A Obtain the latest version of the following free publications from the FAA on its Web site at hqp://www.faa.goy/a:Morts . Table A-1. FAA Publications Number Title and Description AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Field Condition Assessments and Winter Operations Safety Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public -use airports. AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport Guidance, specifications, and standards for painting, marking, and Iighting vehicles operating in the airport air operations areas. AC 150/5210-20 Ground Vehicle Operations to include Taxiing or Towing an Aircraft on Airports Guidance to airport operators on developing ground vehicle operation training programs. AC 150/5300-13 Airport Design FAA standards and recommendations for airport design. Establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free -zone criteria. AC 150/5210-24 Airport Foreign Object Debris (FOD) Management Guidance for developing and managing an airport foreign object debris (FOD) program A-1 12/13/2017 AC 150/5370-2G Appendix A Number Title and Description AC 150/5320-15 Management ofA irport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan (SWPPP) that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Equipment Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 15015345-50 Spec facation for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure A-2 12/ 13/2017 AC 150/5370-2G Appendix A Number Title and Description AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. AC 150/5370-12 Quality Management far Federally Funded Airport Construction Projects EB 93 Guidance for the Assembly and Installation of Temporary Orange Construction Signs FAA Order 5200.11 FAA Airports ARP Safe Management System SMS Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal FAA Form 6000.26 National NAS Strategic Interruption Service Level Agreement, Strategic Events Coordination, Airport Sponsor Form Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at htW://www.cefr.goy/. Table A-2. Code of Federal Regulation Number Title, Title 14 CFR Part 77 Safe, Efficient Use and Preservation of the Navigable Airspace Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at ht!p://muted.fhwa.dot.gov/. A-3 12/13/2017 Page Intentionally Blank A-4 AC 150/5370-2G Appendix A 12/13/2017 APPENDIX B. TERMS AND ACRONYMS Table B-1. Terms and Acronvms AC 150/5370-2G Appendix B Term Definition Form 7460-1 Notice of Proposed Construction or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. (See guidance available on the FAA web site at https://ocaaa.faa.gov.) The form may be downloaded at http://www.faa.gov/airports/Tesources/forms/. or filed electronically at: https://ocaaa.faaaov. Form 7480-1 Notice of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa.gov/airVorts/resources/forms/. Form 6000-26 Airport Sponsor Strategic Event Submission Form AC Advisory Circular ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard AOA Air Operations Area, as defined in 14 CFR Part 107. Means a portion of an airport, specified in the airport security program, in which security measures are carried out. This area includes aircraft movement areas, aircraft parking areas, loading ramps, and safety areas, and any adjacent areas (such as general aviation areas) that are not separated by adequate security systems, measures, or procedures. This area does not include the secured area of the airport terminal building. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate -Stop Distance Available AT Air Traffic ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under B-1 12/13/2017 AC 150/5370-2G Appendix B Term Definition the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence of construction -related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. CSPP Construction Safety and Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. CTAF Common Traffic Advisory Frequency Displaced Threshold A threshold that is located at a point on the runway other than the designated beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FAA Federal Aviation Administration FOD Foreign Object Debris/Damage FSS Flight Service Station GA General Aviation HAZMAT Hazardous Materials HMA Hot Mix Asphalt IAP Instrument Approach Procedures IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. Non -Movement Area The area inside the airport security fence exclusive of the Movement Area. It is important to note that the non -movement area includes pavement traversed by aircraft. C 12/13/2017 AC 150/5370-26 Appendix B Term Definition NOTAM Notices to Airmen Obstruction Any objectlobstacle exceeding the obstruction standards specified by 14 CFR Part 77,subpartC. OCC Operations Control Center OE / AAA Obstruction Evaluation / Airport Airspace Analysis OFA Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be Iocated in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13 for additional guidance on OFA standards and wingtip clearance criteria.) OFZ Obstacle Free Zone. The airspace below 150 ft (45 in) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration OTS Out of Service P&R Planning and Requirements Group NPI NAS Planning & Integration PAPI Precision Approach Path Indicator PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicator Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RA Reimbursable Agreement RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. SDS Safety Data Sheet SIDA Security Identification Display Area SMS Safety Management System MR 12/13/2017 AC 150/5370-2G Appendix B Term Definition SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management SSC System Support Center Taxiway Safety A defined surface alongside the taxiway prepared or suitable for reducing the risk Area of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Croup Temporary Any condition that is not intended to be permanent. Temporary Runway The beginning of that portion of the runway available for landing and taking off in End one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area, or Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicator VGSI Visual Glide SIope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicator (PAPI), visual approach slope indicator (VAST), and pulse light approach slope indicator (PLASI). VFR Visual FIight Rules VOR Very High Frequency Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation B-4 12/13/2017 APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST AC 150/5370-2G Appendix C This appendix is keyed to Chapter 2. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not a required submittal. Table C-1. CSPP Checklist Coordination Reference Addressed? Remarks Yes No NA General Considerations Requirements for predesign, prebid, 2_5 and preconsti-uction conferences to introduce the subject of airport operational safety during construction are specified. Operational safety is a standing 2_5 agenda item for construction progress meetings. Scheduling of the construction phases 2.6 is properly addressed. Any formal agreements are 2.5.3 established_ Areas and Operations Affected by Construction Activity Drawings showing affected areas are 2.7.1 included. Closed or partially closed runways, 2.7.1.1 taxiways, and aprons are depicted on drawings. Access routes used by ARFF vehicles 2.7.1.2 affected by the project are addressed. Access routes used by airport and 2.7.1.3 airline support vehicles affected by the project are addressed. Underground utilities, including 2.7.1.4 water supplies for firefighting and drainage. C-1 12/13/2017 AC I50/5370-20 Appendix C Coordination Reference Addressed? Remarks Yes No NA Approacb/departure surfaces affected 2.7.1.5 by heights of temporary objects are addressed. Construction areas, storage areas, and 2.7.1 access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings. Temporary changes to taxi operations 2.7.2.1 are addressed. Detours for ARFF and other airport 2.7.2.2 vehicles are identified. Maintenance of essential utilities and 2.7.2.3 underground infrastructure is addressed. Temporary changes to air traffic 2.7.2.4 control procedures are addressed. NAVAIDs Critical areas for NAVAIDs are 2.8 depicted on drawings. Effects of construction activity on the 2_8 performance of NAVAIDS, including unanticipated power outages, are addressed. Protection of NAVAID facilities is 2.88 addressed. The required distance and direction 2.8 from each NAVAID to any construction activity is depicted on drawings. Procedures for coordination with 2.8, 2.13.1, FAA ATO/Technical Operations, 2.13.5.3.1, including identification of points of 2.18.1 contact, are included. Contractor Access The CSPP addresses areas to which 2.9 contractor will have access and how C-2 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes ___ NoFA the areas will be accessed. The application of 49 CFR Part 1542 2_9 Airport Security, where appropriate, is addressed. The location of stockpiled 2.9.1 construction materials is depicted on drawings. The requirement for stockpiles in the 2.9.1 ROFA to be approved by FAA is included. Requirements for proper stockpiling 2.9.1 of materials are included. Construction site parking is 2.9.2.1 addressed. Construction equipment parking is 2.9.2.2 addressed. Access and haul roads are addressed. 2.9.2.3 A requirement for marking and 2.9.2.4 lighting of vehicles to comply with AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, is included. Proper vehicle operations, including 2.9.2.5, 2.9.2.6 requirements for escorts, are described. Training requirements for vehicle 2.9.2.7 drivers are addressed. Two-way radio communications 2.9.2.9 procedures are described. Maintenance of the secured area of 2.9.2.10 the airport is addressed. Wildlife Management The airport operator's wildlife 2.10 management procedures are addressed. C-3 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Foreign Object Debris Management The airport operator's FOD 2.11 management procedures are addressed. Hazardous Materials Management The airport operator's hazardous 2.12 materials management procedures are addressed. Notification of Construction. Activities Procedures for the immediate 2.13 notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. Maintenance of a list by the airport 2.13.1 operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. A list of local ATO/Technical 2.13.1 Operations personnel is included. A list of ATCT managers on duty is 2.13.1 included. A list of authorized representatives to 2.13.2 the OCC is included. Procedures for coordinating, issuing, 2_8, 2.13.2, maintaining and cancelling by the 2.18.3.3.9 airport operator of NOTAMS about airport conditions resulting from construction are included. Provision of information on closed or 2.13.2 hazardous conditions on airport movement areas by the airport operator to the OCC is specified. Emergency notification procedures 2.13.3 T-1 for medical, fire fighting, and police C-4 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA response are addressed. Coordination with ARFF personnel 2.13.4 for non -emergency issues is addressed. Notification to the FAA under 14 2.13.5 CFR parts 77 and 157 is addressed. Reimbursable agreements for flight 2.13.5.3.2 checks and/or design and construction for FAA owned NAVAIDs are addressed. Inspection Requirements Daily and interim inspections by both 2.14.1, 2.14.2 the airport operator and contractor are specified. Final inspections at certificated 2.14.3 airports are specified when required. Underground Utilities Procedures for protecting existing 2.15 underground facilities in excavation areas are described. Penalties Penalty provisions for noncompliance 2.16 with airport rules and regulations and the safety plans are detailed. Special Conditions Any special conditions that affect the 2.17 operation of the airport or require the activation of any special procedures are addressed. Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAJDs The proper securing of temporary 2.18.1 airport markings, lighting, signs, and visual NAVAIDs is addressed. Frangibility of airport markings, 2.18.1, 2.18.3, 2.18.4.2, lighting, signs, and visual NAVAIDs is specified. 2.20.2.4 C-5 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA The requirement for markings to be 2.18.2 in compliance with AC 150/5340-1, Standards for Airport Markings, is specified. Detailed specifications for materials 2.18.2 and methods for temporary markings are provided. The requirement for lighting to 2.18.3 conform to AC 150/5340-30, Design and .Installation Details for Airport Visual Aids; AC 15015345-50, Specification for Portable Runway and Taxiway Lights; and AC 150/5345-53, Airport Lighting Certification Program, is specified. The use of a lighted X is specified 2.18.2.1.2, where appropriate. 2.18.3.2 The requirement for signs to conform 2.18.4 to AC 150/5345-44, Specification for Runway and Taxiway Signs; AC 50/5340-18, Standards for Airport Sign Systems; and AC 150/5345-53, Airport Lighting Certification Program, is specified. Marking and Signs For Access Routes The CSPP specifies that pavement 2.18.4.2 markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent practicable, with the MUTCD and/or State highway specifications. Hazard Marking and Lighting Prominent, comprehensible warning 2.20.1 indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. C-6 12/13/2017 AC 150I5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Hazard marking and lighting are 2.20.1 specified to identify open manholes, small areas under repair, stockpiled material, and waste areas. The CSPP considers less obvious 2.20.1 construction -related hazards. Equipment that poses the least danger 2.20.2.1 to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified. The spacing of barricades is specified 2.20.2.1 such that a breach is physically prevented barring a deliberate act. Red lights meeting the luminance 2.20.2.2 requirements of the State Highway Department are specified. Barricades, temporary markers, and 2.20.2.3 other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 inch high. Barricades are specified to indicate 2.20.2.3 construction locations in which no part of an aircraft may enter. Highly reflective barriers with lights 2.20.2.5 are specified to barricade taxiways leading to closed runways. Markings for temporary closures are 2-20-2.5 specified. The provision of a contractor's 2.20.2.7 representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified. C-7 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA Work Zone Lighting for Nighttime Construction If work is to be conducted at night, 2.21 the CSPP identifies construction lighting units and their general locations and aiming in relationship to the ATCT and active runways and taxiways. Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no 2.22.1.1, construction may occur within a 2.22.3.1 safety area while the associated runway or taxiway is open for aircraft operations. The CSPP specifies that the airport 2.22.1.2, operator coordinates the adjustment 2.22.3.2 of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM. Procedures for ensuring adequate 2,22.3.3 distance for protection from blasting operations, if required by operational considerations, are detailed. The CSPP specifies that open 2.22.1.4 trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open, subject to approved exceptions. Appropriate covering of excavations 2.22.1.4 in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. The CSPP includes provisions for 2.22.1.4 prominent marking of open trenches and excavations at the construction site. Grading and soil erosion control to 2.22.3.5 maintain RSA/TSA standards are C-8 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA addressed. The CSPP specifies that equipment is 2.22.2 to be removed from the ROFA when not in use. The CSPP clearly states that no 2.22.3 construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. Appropriate details are specified for 2.22.4 any construction work to be accomplished in a taxiway object free area. Measures to ensure that personnel, 2.22.4.3.6 material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included. Provisions for protection of runway 2.22.6 approach/departure areas and clearways are included. Other Limitations on Construction The CSPP prohibits the use of open 2.23.1.2 flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. The CSPP prohibits the use of 2.23.1.3 electrical blasting caps on or within 1,000 ft (300 m) of the airport Property. C-9 12/13/2017 AC 150/5370-2G Appendix D APPENDIX D. CONSTRUCTION PROJECT DAILY SAFF-TY INSPECTION CHECKLIST The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project including information such as the date, time and name of the person conducting the inspection. Table D-]. Potentially Hazardous Conditions No Action Item Action Required (Describe) Required (Check) Excavation adjacent to runways, taxiways, and aprons improperly backfilled. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxi lane; in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 inch (7.6 cm) from pavement edges and ends. Heavy equipment (stationary or mobile) operating or idle near AOA, in runway approaches and departures areas, or in OFZ. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigation and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units (that is, equipment with slim profiles) — cranes, drills, and similar objects --- located in critical areas, such as OFZ and D-1 12/13/2017 AC 150/5370-2G Appendix D No Action Item Action Required (Describe) Required (Check) approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or runways that have been closed) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants — such as trash (food scraps not collected from construction personnel activity), grass seeds, tall grass, or standing water — on or near airports. Obliterated or faded temporary markings on active operational areas. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. 11S 12/4 3/2017 AC 150/5370-2G Appendix D No Action Item Action Required (Describe) Required (Check) Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / taxiway lighting; loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. Restrictions on ARFF access from fire stations to the runway / taxiway system or airport buildings. Lack of radio communications with construction vehicles in airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). D-3 12/13/2017 AC 150/5370-2G Appendix D No Action Item Action Required (Describe) Required (Check) Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated work areas and out of phase. D-4 12/13/2017 AC 150/5370-2G Appendix E APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE E.1 Project Description. Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end. This project will remove the stopway and extend the runway 1000 feet to the north and 500 feet to the south. Finally, the existing portion of the runway will be repaved. The runway 33 glide slope will be relocated. The new runway 33 localizer has already been installed by FAA Technical Operations and only needs to be switched on. Runway 15 is currently served only by a localizer, which will remain in operation as it will be beyond the future RSA. Appropriate NOTAMS will be issued throughout the project. E.1.1 During Phase 1, the runway 15 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 15 takeoff and the departure end of runway 33 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 33 will be adjusted to provide the required RSA and applicable departure surface. Excavation near Taxiway G will require its ADG to be reduced from IV to III. See Figure E-1. Figure E-1. Phase I Example 7,320 (FORA, TODA) 7,320 (FORA, TODA, ASDA) 6,820 (ASDA, LDA) 1,000 6,820 (LDA) - 500 - 500 RUNWAY 16-33 TAXIWAY C 4 91 1 TAXIWAY In I1\ J \ {SECURED TO BARRICADES) \\\ NORTH ® NEW CONSTRUCTION CLOSED ® CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND Note I : Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 33 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5). E-1 12/13/2017 AC 150/5370-2G Appendix E E.2 During Phase II, the runway 33 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 33 takeoff and the departure end of runway 15 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 15 will be adjusted to provide the required RSA and applicable departure surface. See Figure E-2. Figure E-2. Phase II Example 7.820 FEET (ASDA, LDAJ 8,320 (TORA, TODA, ASDA) 8,320 (TORA, TODA) 7.820(LDA) 500 -� 500 cs� RUNWAY 15 - 33 M J Lj I TAXIWAY GWASIM d + TAXIWAY H NORTH (SECURED TO BARRICADE) NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 15 departures, the maximum equipment height in the construction area is I2.5 feet (500/40 = 12.5). E-2 12/13/2017 AC 150/5370-2G Appendix E E.3 During Phase III, the existing portion of the runway will be repaved with Hot Mix Asphalt (HMA) and the runway 33 glide slope will be relocated. Construction will be accomplished between the hours of 8:00 pm and 5:00 am, during which the runway will be closed to operations. Figure E-3. Phase III Example 9,320 (TORA, TODA, ASDA, LOA) 9,320 (LOR0., TODA, ASDA, LDA) ==7=77TX-1WAY C 7 RAMP (BARRICADES WITH SIGN INSTALLED DURING HOURS OF CONSTRUCTION) NORTH OR (SECURED TO BARRICADE) NOTF7INSTALL LIGHTED 'X'OR YELLOW 'WON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS. NEW CONSTRUCTION CLOSED CLOSED ® FOR LANDING_ DISPLACED THRESHOLD LEGEND E-3 12/13/2017 Table E-1.Operational Effects Table AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal Phase I: Extend Phase II: Extend Phase III: Repave (Existing) Runway 15 End Runway 33 End Runway Scope of Work N/A Extend Runway Extend Runway Repave existing 15-33 1,000 ft on 15-33 500 ft on runway with HMA north end with Hot south end with Relocate Runway Mix Asphaltic Hot Mix Asphaltic 33 Glide Slope Concrete (HMA). Concrete (HMA). Effects of NIA Existing North Existing South Runway closed Construction 500 ft closed 500 ft closed between 8:00 pm Operations and 5:00 am Edge lighting out of service Construction. Phase NIA Phase I Phase II Phase III (Anticipated) (Anticipated) (Anticipated) Runway 15 Average Carrier: 52 Carrier: 40 /day Carrier: 45 /day Carrier: 45 / day Aircraft Operations /day GA: 26 /day GA: 26 /day GA: 20 / day GA: 26 Military: 0 /day Military: 5 /day Military: 0 /day /day Military: I 1 /day Runway 33 Average Carrier: 40 Carrier: 30 /day Carrier: 25 /day Carrier: 20 /day Aircraft Operations /day GA: 18 /day GA: 18 /day GA: 5 /day GA: 18 Military: 0 /day Military: 5 /day Military: 0 /day /day Military: 10 /day Runway 15-33 C-IV C-IV C-IV C-IV Aircraft Category Runway 15 1 mile 1 mile 1 mile 1 mile Approach Visibility Minimums Runway 33 3/4 mile 3/4 mile 3/4 mile 1 mile Approach Visibility Minimums Note: Proper coordination with Flight Procedures group is necessary to maintain instrument approach procedures during construction. E-4 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Runway 15 TORA 7,820 7,320 8,320 9,320 Declared Distances TODA 7,820 7,320 8,320 9,320 ASDA 7,820 7,320 7,820 9,320 LDA 7,820 6,820 7,820 9,320 Runway 33 TORA 7,820 7,320 8,320 9,320 Declared Distances TODA 7,820 7,320 8,320 9,320 ASDA 8,320 6,820 8,320 9,320 LDA 7,820 6,820 7,820 9,320 Runway 15 Approach Procedures LOC only LOC only LOC only LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 33 Approach Procedures ILS ILS ILS LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 15 NAVAIDs LOC LOC LOC LOC Runway 33 NAVAIDs ILS, MALSR ILS, MALSR ILS, MALSR LOC, MALSR Taxiway G ADG IV III IV IV Taxiway G TDG 4 4 4 4 ATCT (hours open) 24 hours 24 hours 24 hours 0500 - 2000 ARFF Index D D D D E-5 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 Extension and Repaving Phase Normal Phase 1: Extend Phase II: Extend Phase III: Repave (Existing) Runway 15 End Runway 33 End Runway Special Conditions Air All military aircraft Some large All military aircraft National relocated to military aircraft relocated to Guard alternate ANG relocated to alternate ANG (ANG) Base alternate ANG Base military Base operations Information for Refer above for Refer above for Refer above for NOTAMs applicable applicable applicable declared distances. declared distances. declared distances. Taxiway G Airport closed limited to 118 ft 2000 — 0500. wingspan Runway 15 glide slope OTS. Note: This table is one example. It may be advantageous to develop a separate table for each project phase and/or to address the operational status of the associated NAVAIDs per construction phase. Complete the following chart for each phase to determine the area that must be protected along the runway and taxiway edges: Table E-2. Runway and Taxiway Edge Protection Runway/Taxiway Aircraft Approach Category* A,B,C,orD Airplane Design Group* I, II, III, or IV Safety Area Width in Feet Divided by 2 *See AC 150/5300-13 to complete the chart for a specific runway/taxiway. E-6 12/13/2017 AC 150/5370-2G Appendix E Complete the following chart for each phase to determine the area that roust be protected before the runway threshold: Table E-3. Protection Prior to Runway Threshold Airplane Design g Aircraft Approach Minimum Minimum Distance to Runvva End Number Group * Category* Safety Area Prior to the Threshold Based on 15 II, III, or A, B, C, or D Threshold* Required Approach Slope* IV ft ft :I ft ft : 1 ft ft :1 ft ft :1 *See AC 150/5300-13 to complete the chart for a specific runway. E-7 12/13/2017 Page Intentionally Blank E-8 AC 150/5370-2G Appendix E 12113/2017 APPENDIX F. ORANGE CONSTRUCTION SIGNS Figure F-1. Approved Sign Legends CONSTRUCTION HEAD 7 CONSTRUCTION ON RAMP ;WY 4L TAKEOFF RUN AVAILABLE 9,780 FT F-1 AC 150/5370-2G Appendix F 12/13/2017 AC 150/5370-2G Appendix F Figure F-2. Orange Construction Sign Example 1 Note: For proper placement of signs, refer to EB 93. F-2 12/13/2017 AC 150/5370-2G Appendix F Figure F-3. Orange Construction Sign Example 2 I I I I CONSTRUCTION AREA I I I I TAXIWAY CENTERLINE TEMPORARILY RELOCATED CONSTRUCTWN AHEAD Note: For proper placement of signs, refer to EB 93. F-3 12/13/2017 Page Intentionally Blank F-4 AC 150/5370-2G Appendix F Advisory Circular Feedback If you find an error in this AC, have recommendations for improving it, or have suggestions for new items/subjects to be added, you may let us know by (1) mailing this form to Manager, Airport Engineering Division, Federal Aviation Administration ATTN: AAS-100, 800 Independence Avenue SW, Washington DC 20591 or (2) faxing it to the attention of the Office of Airport Safety and Standards at (202) 267-5383. ,Subject: AC 150/5370-2G Date: Please check all appropriate line items: ❑ An error (procedural or typographical) has been noted in paragraph on page ❑ Recommend paragraph on page be changed as follows: ❑ In a future change to this AC, please cover the following subject: (Briefly describe what you want added.) ❑ Other comments: ❑ I would like to discuss the above. Please contact me at (phone number, email address). Submitted by: Date: Page Intentionally Blank James H. Duke, III, P.E. CP&Y, Inc. 1820 Regal Raw, Suite 200 Dallas, Texas 75235 jduke@cpyi.com 214.640.1764 direct