Loading...
HomeMy WebLinkAboutContract 55138o y , sEcRI ARY CY ORT WORTH CONTRACT FOR THE CONSTRUCTION OF MULTI -UNIT BOX HANGAR AND HANGAR ACCESS TAXILANES Betsy Price Mayor City Project No. 02518 Prepared for The City of Fort Worth Aviation Department July, 2020 David Cooke City Manager 01Y SECF.14F)h1re FT. WORT11, `rx ORTWORTH,,,', City of Fort Wortli Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 _ General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders COVID-19 REVISION 04/06/2020 0021 13 Instructions to Bidders COVID-19 REVISION 04/24/2020 0035 13 Conflict of Interest Affidavit 08/21/2018 0041 00 Bid Proposal Workbook 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 0045 11 Bidders Pre qualifications 07/01/2011 0045 13 Bidder Prequalification. Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority Business Enterprise Goal 06/09/2015 00 45 41 Small Business Enterprise Goal 06/09/2015 00 52 43 A eement 09/06/2019 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Precons"ction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 3233 Preconstruction Video 07/01/2011 013300 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Re -mobilization 1112212016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 07/01/2011 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Multi Unit Box Hangar•.Iccess Taxilanes City Project No. 02518 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Technical Specifications listed below are included for this Project by reference and can be vicwed/downloaded from the City's website at: httv:flfortworthtexas.gov/tpw/contractors/ or https:flapps.fortworthtexas.gov/Pro2ectResources/ Division 02 - Existing Conditions Last Revised 0241 15 1 Paving Removal 02/02/2016 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/0112011 i)ivisinn 32 - Exterior Tmnrnvements 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 06/05/2018 32 16 13 Concrete Curb and Gutters and Valky Gutters 10/05/2016 Division 31 - iltilitiP.s 33 0130 Sewer and Manhole Testin 12/20/2012 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings -- Cast Iron 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 20 Au cr Borin 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casin Pie 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 12 Polyvinyl Chloride (PVQ Pressure Pie 11/16/2018 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 25 Connection to ExisgR Water Mains 02/06/2013 33 31 20 Polyvinyl Chloride PVC Gravity Sanitary Sewer Pie 06/19/2013 33 31 50 'S,,anitary Sewer Service Connections and Service Line 04/26/2013 33 39 20 PrNast Concrete Manholes 12/20/2012 3341 10 Rein ced Concrete Storm Sewer Pipe/Culverts 07101/2011 33 49 40 Storm D ina e Headwalls and Win walls 07/01/2011 Y Y r Y Y Y Y Y Y X X Y Y X Y X 33 12 20 Resilient Seated (Wedge) Gate Valve CITY OF PORT WORTH Multi Unit Box Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 F arthwork 00 00 00 STANDARD CONS`1'RUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Last Revised P-101 Surface Preparation P-152 Excavation and Embankment P-155 Lime -Treated Subgrade P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Rigid Pavement P-501 I Portland Cement Concrete PCC Pavement Miscellaneous P-605 Joint Scaling Filler P-610 Structural Portland Cement Concrete P-620 Runway and Taxiway Markin Drainage D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets, and Inspection Holes D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures Turfing T-901 Seeding T-904 Sodding T-905 To soilin TxDOT - Standard S ecifieations and Modification Pages H-1 I Hangar Metal Building System and Foundation Additional Electrical Specifications S-E16I00 Basic Materials and Methods for Electrical Installations S-E16200 Power Generation/Utili Service S-E16300 Power Distribution Devices S-E16400 Power Utilization Devices S-E260573,13 Short -Circuit Studies S-E260573.13 Arc -Flash Hazard Analysis_.__ Additional Technical Electrical Specifications S-1 Mobilization & Field Office S-2 Shop Drawings, Project Data, and Samples S-4 Trench or Excavation Safety Systems S-7 Filter Fabric Fence CITY OF FORT WORTH Multi Unit Box Hangar Access Taxilanes STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 000000 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.07 Wage Rates GC-6.09 Permits and Utilities Coordinate this document with Specification Section 00 21 13 - INSTRUCTIONS TO BIDDERS, Specification Section 00 4100 - BID FORM, Specification Section 00 50 00 - AGREEMENT, Section 00 72 00 - GENERAL CONDITIONS, and Specification Section 00 73 00 - SUPPLEMENTARY CONDITIONS. Their provisions are interrelated by concept and usually cross-referenced by specified number. A change in any one document may necessitate a change in the other. END OF SECTION CITY OF FORT WORTH Multi Chit Box Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 M&C Review CITY COUNCIL AGENDA FORT. DATE: 12/1/2020 REFERENCE**M&C 20- LOG 55FWS MULTI -UNIT BOX HANGAR NO.: 0894 NAME: CONSTRUCTION AGREEMENT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 6) Authorize the Rejection of the Low Bid Contractor and Authorize the Execution of a Construction Contract with Lansford Company Inc. in the Amount of $3,287,408.83 for the Construction of the Multi -Unit Box Hangar and Hangar Access Taxilane Project at Fort Worth Spinks Airport RECOMMENDA I It is recommended that the City Council: 1. Authorize the rejection of the low bid contractor, J.C. Commercial, Inc.; and 2. Authorize the execution of a construction contract with Lansford Company Inc. in the amount of $3,287,408.83 for the construction of the Multi -Unit Box Hangar and Hangar Access Taxilane project at Fort Worth Spinks Airport (City Project No.101194). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a construction contract with Lansford Company Inc. (Lansford Company), in the amount of $3,287,408.83 for the construction of the Multi -Unit Box Hangar and Hangar Access Taxilane project (Project) at Fort Worth Spinks Airport (Airport). The location of this project is located on the southwest side of the Airport (see attached map), and will consist of constructing twelve new box hangars and a taxilane that will connect to the existing Taxiway Alpha. A hangar waitlist consisting of 125 aircraft exists at the Airport, and by constructing these hangars, this will help alleviate the issue of limited hangar space. On August 19, 2020 and August 26, 2020, the Project was advertised in the Fort Worth Star - Telegram. On September 17, 2020, the City of Fort Worth (City) received three sealed bids for the Project. The bids received are as follows: Ol�'I ERERS OFFERERs] BASE BID ADD;ALT. ADD.ALT. 2 ADDS LT. TOTAL J.C. Commercial, $2,329,664.37 $292,744.10 $212,382.90 $19,159.46 $2,853,950.83 Inc.* Lansford Company $2,929,238.93 $358,169.90 $250,624.00 $17,160.00 $3,555,192.83 Inc. Fort Worth Civil $3,525,370.53 $439,528.00 $291,424.00 $42,470.00 $4,298,792.53 Constructors * J.C. Commercial, Inc. has been recommended for rejection by staff. After bids were received and reviewed, it is the desire of staff to move forward with Lansford Company as the selected bidder for the Project with the second lowest bid. Only the base bid and http://apps.cfwnet.org/council_packetlmc_review.asp?ID=28463&councildatc=12/1/2020[12/15/2020 11:55:08 AM] M&C Review the additive alternate one will be awarded for this contract. Lansford Company Inc. is in compliance with the City's BDE Ordinance by committing to 221% MBE participation on this Project. The City's MBE goal on this Project is 71%. Since no City salaries will be charged to this Project, indirect cost recovery does not apply. ADVISORY BOARD APPROVAL — On May 21, 2020, the Aviation Advisory Board voted to recommend that the City Council approve the Aviation Department's 2021-2025 Capital Improvement Plan. The construction of West -Side Box Hangar Development was part of the approved plan. Fort Worth Spinks Airport is located in COUNCIL DISTRICT 6. FISCAL INF RMATIONICERTIEICA I The Director of Finance certifies that funds are available in the current budget, as previously appropriated, in the Aviation Gas Lease Cap Proj for the FWS Vilest Side Hangar Develop project to support the approval of the above recommendation and execution of the construction contract. Prior to any expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # I Amount ID ID I I I Year (Chartfield 2) Fund Department Account Project Program Activity Budget Reference # Amount ID I I ID I I I Year (Chartfield 2) Submitted for City Manager's Office by: Originating Department Head: a"TAIMOM1_4►f&I Fernando Costa (6122) Roger Venables (6334) Tyler Dale (5416) http://apps.cfwnet.org/council_packet/me review. asp?ID=28463&councildate-12/l/2020[12/15/2020 11:55:08 AM] 00 11 13 INVITATION TO BIDDERS Page 1 of3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of "Multi -Unit Box Hangar and Hangar Access Taxilanes" ("Project') will be received by the City of Port Worth Purchasing Division until 1:30 P.M. Thursday, September 17, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. if the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST on September 17, 2020 in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at http://fortworthtexas.gov/fwtv/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2.00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The City of Fort Worth by and through its Aviation Department is soliciting proposals from qualif ed parties to construct a 10- bay box hangar complex and alternate bid for 12-bay hangar complex and hangar access taxi lanes at Spinks Airport. PREQ UALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 00 11 13 INVITATION TO BIDDERS Page 2 of 3 DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be viewed at the office of the design engineer. Vladimir Stevanovic, PE Garver, LLC 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Friday, August 28, 2020 TIME: 10:00 am CST Prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the Design Engineer. The presentation given at the prebid. conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Vladimir Stevanovic, PE, Garver Email: vstevanovic@garverUSA.com Phone: 972-821 -7516 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the Design Engineer. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PLAN HOLDERS CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 0011 13 INVITATION TO BIDDERS Page 3 of 3 To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the PIan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES First Advertisement: August 19, 2020 Second Advertisement: August 26, 2020 END OF SECTION CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No, 02518 Temporarily Revised April 6, 2020 due to COV1D19 Emergency SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently opened, shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ 3.1.1. Paving — Requirements document located at; r 1 1 MNLUMIr-ArMlIfil A O!_ A CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID 19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.2. Water and Sanitary Sewer — Requirements document located at; htt s:lla s.fortworthtexas. ov/Pro'ectResources/ResourcesP/02%20- %20Construction%2ODocutnents/Contractor%2OPregualification/Water%20and%2 OSanitary%2OSewer%2OContractor%2OPrequalification%2OPro1;ram/W SS %20pre g_ual%20requirements.ydf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place (federal, state, local) and for 30 days past the expiration of the emergency order with the furthest expiration date -- by day and month, will not be automatically disqualified from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close of business on the 51h day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder's bid non -responsive. If the prequalification renewal documents show the Bidder as now not -qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional submittal/review process. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to CO VID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02578 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH Multi Unit Box Flaugar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and casements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, casements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, 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: Attn: Vladimir Stevanovic, PE, Garver Email: vstevanovic@garverUS,4.com Phone: 972-821.7515 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 the City's electronic document management and collaboration system at Aviation Projects, City Project No. 02518, Multi Unit Hangar and Hangar Access Taxilanes. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" .Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required, All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. CITY OF FORT WORTH Multi Chit Box Ilangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID 19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Fonn. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID 19 Emergency 0021 13 INSTRUCTIONSTO BIDDERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor sball perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID 19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0035 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Page I of I SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT 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. http:l/www.e.rhies.state.ix.usiformstClQ.pdf .bttn,-tlwww.c,thics.state,tx.us/foEm5LCI—S.pdf CIQ Form does not apply CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIQ Form does not apply CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: af G-YiDQA � QMMna .LAIC? By. V)DI) + LM �CA� Company J (Please Print) Signature: Address 1AM4=aq[055p Title: k4221 ,0-)f City/St to/Zip (Please Print) END OF SECTION CITY OF FORT WORTH Multi Chit Box Hangar and Hangar Access Taxilanes City PR•oject No. 02518 Revised August 21, 2018 00 41 00 BID FORM Page 1 of 13 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: MULTI UNIT BOX HANGAR AND HANGER ACCESS TAXILANES City Project No.: 02518 Units/Sections: No Units: All One Unit 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. 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. Multi Unit ,box Hangar and Hangar Access Taxilanes CITY OF FORT WORTH City Project No. 02518 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 0041 00 BID FORM Page 2 of 13 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. Prequallfication The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 160 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages In the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest AWKWAt-Statement, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items :use this if applicable, otherwise delete> Total Base Bid Total Additive Alternate Bid -Al Total Additive Alternate Bid - A2 Total Additive Alternate Bid - A3 Total Bid 7. Bid Submittal This Bid is submitted on Saptnrnher 17, 2020 icy the entity named below. Respectfully submitted, By: (Signature) Rotleirt Larsafgl # (Printed Name) Title: Frealdenl Company: I.=I iksfoPd Camps"V li+r Address: f PO Bax TW 1.ampaaers 77C 78wo State of Incorporation: Irexpa Email: !orsgCplptltllp�llly1rii111,a71am Phone: 5I M0r 8917 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised March 9. 2020 0041 00 BID FORM Page 3 of 13 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No.2: Addendum No.3: Addendum No. 4: Corporate Seal: SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: OD 43 13 DID BOND Page 4 of 13 That we, Lansford Company, Inc. known as "Bidder" herein and MIld-Coniflaunt Gasliiity Gompa„y 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 Port Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, 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 following project designated as MULTI UNIT BOX HANGAR AND HANGER ACCESS TAX€LANES 0 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 17th day of September , 2020. PRINCIPAL: Lansford Company. Inc _ BY: ATTEST: Witness as to Principal CITY OF FORT MRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revlsed=71108 Signature Name and Title Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 0 BID BOND Pago 5 of 13 Address: 209 Private Road 3035 Lampasas -TX 76550 SURETY: Mid -Continent Casualty Company BY: T Slgnat r ---7— Jennifer Cisneros, Afforney-in-Fact. Name and Title Address: 1437 South Boulder, Suite 200 Tulsa, OK 74119 Telephone Number: 918-587-7221 *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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20171109 MM-CONTINE CASUALTY COMPANy 011L"011LA SURETY COWANy STATE OF TtXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021(t) of the Texas Government Code and Section 33.202(6) of the Texas Prop" Code, any notice of claim to the named surety under this bond(s) should be sent to; Mailing: MD -CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 1-800.722.4994 FAX NO. 1.919-586-0840 E-MAIL: CLAIMS@MCG-IN3.COM Physical: 1437 S. BOULDER SUITE 200 TULSA, OICLAHOMA 741 Z9 ATTACH THIS NOTICE TO YoUit .9ONII ON ,L' XEC TION OF TIM BONb MID-CONTINENT CASUALTY COMPANY -I437 SOUTH BOULDER, SUITE ;'00 • TULSAr OKLAHOMA 74119 - 918•567-7821 • PAX 91"88-1253 POWE!es OF AlTORIVEY }SNOW ALL MEN BY THESE PRESENTS: -That th+i 410-CONTINENT GAWALTY GOMPANY , s (alto rstinn v ganized end exlsting Under and by vinue of the laws of 11ho State of Ohloi does fiereby nomfnate, 1]cn5tliute and appol-A lies person or person; norrtod bulim, eaofi Individually If ` more 1•han one is named, its 1. ue arid r:t:ttr: 9ltorney-111440, for it and In i1v Lama, pl8c$ and atead to exemAe on behalf of tha said Cmrrtpany, as SUrety, *ny and all ponds- undertakings and contracts of surretyship, or other written oirllf nhonm In the nature thereat. Jererny Bartlett, it9iefle Beck, Jennifer Cisneros, Tony Fierro, Jay Jordan, Roberl G- Kanavl.+r, Johnny Moss, Jade Porter, Stever! W. Seart:ey and Rabdr t _l, Shuya, all of ROCKWALL, TX !N WITNESS WHEREOF,.the M113-CONTINENT GASL!ALTY COMPANY has caused Mesa Presents to be signed and attested by its ppprnprlaia officers and Its cnrtidrate seal hereunto affixed;this 03 dn?� o! December , 20A MID-CONTINENT CASUALTY COMPANY I TOT DD 9J' VICE I�RESIDENT or this 02day of December , 2019 before ma parsanaily i1ppeareq _ TODD RA7ATA tome rvnowri, belhg duly sworn, deposes and says that s/he resides in Broken Arrow, 1, kinhoma, that s, he Is a Vies Prgslwsr:t of !Pffd Cnntirrertt GaSr!arty rn ■ashy, the company described in and which executed 1;he above Instrument; that athe knows I'hn weal of the asid Co --any; that !ha yRel siffixed to tha mid Instrument Is sucti t%oreorate seal; that it was oo affixed by aulhorlty of hedhis offfc-A under I m By -Levee c! ssld Company, anti thrsi aflrs signed hie name thereto by like authority. STATE Of OKLA11OMA S COUNTY OF TULSA 4 ommYeelph i# I f?0825-3 710k mk& J0_I� EE ' • :°^{ery Public This Power of Attorney is gialited by oulhority or the foliommg rusolUtIons Ldopted by ole Dcard n! Dtrect ors of Mid-contineni Casualty Company by unanimous written.consent dated September .75- ngt?g, RESOLVCD: Thal the PTes.1dent, the €xecutive dice Pre4rde^i, the severai sani" vies Pr ids.tta and Viva Prrrsldrnts or any one of them, be and hereby is authorized, Irom time to time, to appoint.Qr;s cr Padres Atlt0.rnep ln_t ar_.t to aneowtF an hehait of the Company, as svral; , any and all bonds, underiakinsaa and contracts of suretyship, of athsr t•�:ritten oL�ligatlons In the nature !hereof, to `resale their re5,nV',tf;fe di-111e5 and the respective limits of ths!r authority; bait to revnkP.any such appointment at any rime, RESOLVED F± 11RTHGf2; !'hat the Company feat she lisp signature of any tri the afcrsrtald offreyrsand any ;eo;stary c: Ass! is^t Secretary o! the C emrany merry be afrfxecl by facslrnlio to any power of atio, iney or c arilflcats of either given for the ex:cullon of any bond, un ±art.8kirtgr contract of suretyship, or other written ooiigation in :!11 natb- Me-nf, such stnatwe and spat where se weed bes^g ir;'re►+y adopted by fhg Co.. Iany as the ar.041al signature of Stroh officer and the original seal of th" Oompmy, to be vaild rand hfnd!ng upon t1?s Company writh the ma - race and affect tas ttra•Igh manually affixed. CERTIFICATION 1, _GHARON HACKL Secretary of mltiaGorRilttanf car-nalty Comrpany, do Iwraby oprtfry that the foregoing Power of Attorney end the Resolutions of the Board of Directors of September 25, 2f)09 have Plot been revoked amrt era now in full force i;ntJ t:ffsct. F LF rrrrrff�h� SMnerr Jane *A-afed this day of 1-4f OA&& SHARONH y� . ►tip` `'• r..... H. VOID IF BOX 13 EMPTY SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application MULTI=HANGARAND HANGER ACCESS TAXILANES ADDENDUM#I BiddeesProposal Bidlist Item Specification Unit of Bid No 17escriptian Section No. Measure Quantity Unit Price Bid Value 10-Unit Box Hanger i Site Work - Base Bid 1.01 Asphaltic Concrete Pavement Section Removal y P-101-5,2 S.Y. 20 $110.00 $ 2,200.00 1.02 Concrete Pavement Removal __. -- .-.-.--- P-101 51 S.Y. 45 $82.50 $ 3,712�50 1.03 Unclassified Excavation _. _-._ P-152 �I.1 _-.. _ 2649 _ -- ---- -- - 34,966.80 1.04 -- _ - - Undercut and Replace Unsuitable Subgrade Material with Suitable _C_Y._ Material as directed by the Engineer P-152 4.3 C.Y. 86 $82,50 $ 7,095.00 1.05 8" Lime Stabilized Subgrade _-- P-155-8.1 S.Y. 4897 $8.80 $ 43,093.6D 1.08- hydrated Lime for Lime Stabilized Suhgrade 6% P-155-8.2 Ton 106 $247.501 $ 26,235.00 _1.07 TemporarySedimentControl Fence P-156-5.1 L.F. 492 $6.60 $ 3,247.20 1-08_ Rock Construction Exit -T_ _._. P-156-5._2_ EA. 1_ - - - -------. _ $4_,950.00 $ ._ _ .. _ 4,950.60 - 1.09 Storm Water Pollution Prevention Plan (SWPPP) Document P-156 5.3 L.S. _ 1 $1,000.00 $ 1,000.00 1.1 - 8" PCC Pavement P-541-8.1 S.Y. S.Y. 4758 $92.40 $ 439,630.20 1.11 Joint Sealing Filler YelfowTaxiway Markings P-605-5.1 _P-620-5,2 --- -.'-_ S.F. _ .._._ 78 538 - $192.50 - __- $5.50 _ $ $ -- 15 016.00 2,959,00 1.12 1.13 White Markings (Reflective) - - P-620-5.1 S.F.-- $5.50 $ _ - . 847,00_ _ 3.14 -- Black Taxiway Markings (Non Reflective) - - P 620 5.3 _-.154 S.F. T 1814 $ W $,$77.00 _- $5.50 -$7.70 1.15_ Pavement Marking Removal _ P-620-5.6 S.F. 628 - $ 4,835.60 $181.50- 1.16 24" ASTM C-76_ Class 111 RCP - D-707 5.1 L.F. 88 _ $ 15,972.00 1.17 Furnish and Installs x 3' Inlet and Grate o 751,5.1 FA. 1 100- $12,0 $ 12,100.00 1.1$ Furnish and Install4:1 Safe End Treatment for 24" RCP _ D752-5,2 EA. 2 $4,400.00 $ T 8.800_00 1.19 hgdramulch, seed, Lime, and Fertilizer (Slopes <596} _ T-901-5.1 S.Y. 7010 $1-10 $ 7,711.00 1_2 Temporary Cool Weather Seeding- - - T-901-5.2 S.Y. _ - 7010 $0.88 _$ _ 6,168.$0 1.21 Sodding - - - - ^- -- T-904-5.1 S.Y. 400 $7.70 ! $ 3,0$0.00 1.22 Topsoiling Obtained onsite or Removed from Stockpile - T-905-51 S_Y. 7010 $4.40 $ , -._0 30 844.00 1.23 - Removal of Concrete Curb _ _- -_ „ _-_ 02 4t i5 L.F. 132 _ $27.50 $ 3,630.00 1.24 Concrete Sldewalk construction -_ _ 32 i3 20 S.Y. 69 $6.60 $ 455.40 i.25 6" Concrete Curb Construction _ 321613 L.F. 228 $27.50 $ 6,270.00 1.26 _ 12" ASTM G76, Class III RCP --_--- __-- ..- 334110 _ L.F. - -- 64 - --$132.00 $ 8,448.00 1.27 Mobilization, Etc. S-1-3.1 L.S. 1 $49,500.00 $ 49 500,OD 1.28 Trench Excavation Safety Protection - - -_ S-4-5.1 L,5. 1 $2,750.00 $ 2,750.00 1 29 ._ Proof Rolling - - - -.-- - - _ - - - S-5-5. L.S. 1 $2.750.00 $ 2,750.00 _ 1_30 - Relocate Fire Hydrant __- -___- - .. - _.._.._Plans L.S. 1 - $5,500.00 $ - 5,500_00 1.31 Relocate Buried cable Sign- _ _-_ ... -__ Furnish and Install 2' x 2' inlet and Grate - Furnish and Install 4:1 Safety End Treatment for 12 RCP Concrete Ripwap -- _ Plans Plans Plans Plans L,S, L.S. EA. S.Y. - 1 - 1 1 268 $220.00 $ $ _ $ $ 220.0_0_ 9,900,00 2,750.00 22,699.60 1.32 _ $9,900.00 $2,750.00 $84.70 1.33 1.34 1.35 ._ Furnish and Install Handicap Parking sign Plans EA. 1 $330.00 $ 330.00 1 36 4" SDR 26 PVC Sanitary Sewer Lino Plans L.F. 45 $99.00 $ 4,455.00 1.37 -r PrecastCancreteSanitarySewerManhole _ _ 6" AWWA C9D0 DR 18 PVC Waterline _- - Plans Plans EA. L.F. 1 40 $9,350.00 $121.00 $ $ 9,MUD 4.840.00 1.38 1.39 Furnish and install Water Valve Box with Meter- Tie into Existing Water Main _ -- Plans Plans EA. EA, 1 1 $276.00 $2,750.00 $ $ 275.00 2,750.00 1.40 1.41 Tie Into Existing Sanitary Sewer Main _ _ ._.... .__ T plans _... _EA. 1 $3,850 00 $ ,3,860.00 1.42 _ Tap Sleeve Valve (10" x 6" ) .._ - `�-- - _ Plans _EA. _..-�.. 1 _... $2,200.00 _.._... - $ 2,200,00 1.43 8"SDR26PVCSanitary5ewerLine _ _ - Plans L,F. 105 $132.00 -- $ 13.860.00 1,44 8"Sanitary Sewer Cleanout Plansi EA. 1 $1,650,00 $ 1,650,00 1.45_ 12" Steel casing Open Cut Installation_ __ - Plans L,F. 30 $220.Oq $ 6,600:Op 1,46 i 1/4" Poly Service Line _ --- - Plans L.F. 120 $11.00 -$ 1,320.00 1.47 6" Gate Valve ..___ - - _ Plans fA. 1 $2,750,g0 $ 2,750.00 SECTION 00 42 43 PROPOSAL. FORM UNIT PRICE BID Biddees Application 2.01 Unclassified Excavation P 152-4.1 C.Y. 51" 67.9-00.8­0 qctmR�_qeoelect Fill for Foundation Pad P-152-4.2 C.Y. 5144 $ 27.50 $ 141,460,00 2.03 undercut and Replace Unsuitable Subgrade Material with Suitable Material as Directed by the Engineer P-152-4. C.Y. 300 $ 33,00 $ 9,900.00 3,0-Unit Standard Box Hangar Building 2.04 system, Reinforced Concrete Foundation, and BI-Fold Doors H-1 Ls, 1 $1,047,893.43 $ 1,047,893,43 2.05 Fire Extinguisher$imoa (With Bracket) 10 $ 1,100.00 --i.676 BuildingFoundationS'Y' 3868 $148.60 _$ 572,913.130 2.07 Miscellaneous items associated With 10-Unit Hangar (Labor, interlor(exterlor finishing, permits, etc.) 1 $24,200.00 $ 24,200,00 2.08 2-Hour Fire Wall Plans L.F. 404 $55.00 $ 22,220.00 2.09 Electrical Service (Provided by Oncor) Plans L.S. 1 $22,000.00 $ 22,000.00 2 10 . EMT Conduits, Boxes and Fittings S F16100-5.1 L.S. - --------- . . ­ __ $11,000.00 $ 2.1 i... _­______­___­_--_­..-._ ----------- - - Conduit Fastener, Strut Channel and Misc Support - S-E16100-5.2 L.S. 1 $4,400.00 _11,000.00 $ 4,400.00 2,12 TH H N_6 0-6 Volt Wire- 16,50.06' i i:f- Grounding Receptacles, Rods, _C a I d W e I _d, an'- d__ - W­ - I ne-s S' --E, 1610­0 15--.4- L. S--. _4",_4_0_0.00__ 2.14 2" WC_LJ_nd­er­S_1a`hfDr Future Telephone Service S-EI6100-5.5 L.S. 1 $13,200.00 $ 13.200.00 2.15 Utility Metering F_nc1osur__e___ ___S­-''_'2_00"-_5'_.1 E16 ---- EA. T, I a_ -0. a 0- $ 11,000.00 2.16 GFCl Receptacles S-EI6300-5.1 EA. 10 $330.00 $ 3,300.00 2.17 Ughtswitches S-E16360--5.2 Sk '-16 $275.00 27566-0' 2.18 Surge Protection Devices S-.EI6300-5.3 10 $660.00 6,600,00 2.19 - Panelboard S-E16300-5.4 --EA, EA. 10 $ 16,600.00 $1,650.00 2.20_ Disconnect ,Switch -far - B-1-4-old Door S-E16300-5.5 EA, 10 $275.00 $ -2-,756,60, 2.21 High Bay LED lights S-E16400-5.1 EA. 2.22 Exterior Wall right, LED S-1116400-5.2 EA. 10 $550.00 $ 5,540.00 2.23 Emergency S-1116400-53 EA. 10 $275.00 $ 2,150.00 2L.24_ Utility Disconnect Switches S-EI6400-SA [A. 10 $275.00 $ 2,750.00 2.25_ Mobilization, Etc. S-1-3.1 L.S. 1 -4-1-5.4001-00 $ 15,400.00 2.26 Bathroom with All Utilities Plans L.S. 1 t35, 200. _00$_35,2_0_0_._O_O_1 TatalBase)[Rdl 1 2.929.239-93 END OF SWHOK SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Wff-n LlN "t' ILWGARAM HANGER ACCESS TAX[LANES -ADDENDUM 01 Bidder's proposal BidlistItem Description Specification I Unit of Bid unitprice Bid Value No. ScctionNo. Measure Quantity Additive Alternate Bid 1 -12- Unit Box FlenUAr Additional Two Hangar Units) A1.01 Unclassified Excavation P-152-4.1 C.Y. 1029 $13.20 $ 13,582.80 $ 28 297.50 Al q2 Compacted Select Fill for Foundation Pad P 152-4 2 C Y 1029 $27 50 Undercut and Replace Unsuitable Subgrade Material with A103 Sue Material as Directed by the Engineer itabl P-152-4.3 C.Y. 20 $33.00 $ 660.00 2-Unit Additon to 10-Unit Standard Box Hangar Building A1.04 System, Reinforced Concrete Foundation, and Bi-Fold Doors H-1 L.S. 1 $168,537.60 $ 168,537.60 A1.0S Fire Extinguishers (With Mounting Bracket)_ H-1 EA. 2 $110,00 $ 220.00 A1.06 Building Foundation -s - - S.Y. 772 $148.50 $ 114,642.00 Miscellaneous items associated with 2 Additional Hangar Units A107 (Labor, interior/exterior finishing, permits, etc.) -1 L.S. $3,850.00 $ 3,850.00 A1.08 2-Hour Fire Wall Plans L.F. 56 $55.00 $ 3,080.00 A1.09 FMT Conduits, Boxes and Fittings S-E16100-5.1 L.S. 1 $2,200.00 $ 2,200.00 A1.10 Conduit Fastener, Strut Channel and Misc Support S-E16100-5.2 L.S. 1 $880.00 $ 880.00 A1.11 THHN 600 Volt Wire S-E16100-5.3 L.S. 1 $3,300.00 $ 3,300.00 A1.12 Grounding Receptacles, Rods, Cald Weld, and Wires S-E16100.5.4 L.S. i $880.00 $ 880.00 A1.13 2" PVC Under Slab for Future Telephone Service S-E16100-5.5 L.S. 1 $2,420.00 $ 2,420.00 Utility Metering Enclosure S-E16200-5.1 EA. 2 $2,200.00 $ 4 400.00 _A1.14 A_1.15 GFCI Receptacles Light Switches Surge Protection, Devices __ S-E16300-5.1 S-E16300-5.2 S-E16300-5.3 EA. EA. EA. 2 2 2 $330.00 $275.00 $660,00 $ 660.00 $ 550.00 g 1.320_A_0 TA1.16 A1.17 $ 3_,300.00_ A1.18 Panelboard S-E16300-5.4 EA. 2 $1,650.00 A1.19 _ Disconnect Switch for Bi-fold Door S-E16300-5.5 EA. 2 $275.00 $ 550.00 _ A1.201 High Bay LED Light S-E16400-5.1 EA. 4 $680.00 $ 2,640.00 A1.21 Exterior Wall Light, LED S-E16400-5.2 EA. 2 $550.00 $ 1,100.00 A1.22 Emergency Light S-E16400-5.3 EA. 2 $275.00 $ 550.00 A1.23 Utillry-Disconnect Switches S-E16400-5.4 EA. - - 2 $275.00 $ 550.00 A1.24 Mobilization, Etc. S-1-3.1 L.S. -1. $0.00 $ - Additive Alternate Did - Al $ 3Li3,1B9.9D SECTION 00 42 48 PROPOSAL FORM UNIT PRICE BID EPCD OF SECTION Bidder's Application SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application MMU UNtTf3 NGAR AM BANGER ACCMS TA)MANES -ADDENDUM #1 Bidders Proposal 3idlistltem Description specification Unit of Bid I Unitl?rice T - Bid Value No section No. Measure Quantity Addit€ere AI ,. , kte Bid 3 - Install Water and San. Sewer Utilities For 12-Unit Box Hangar (Additional Two Han ar Units A3.01 4" SQ q PVC Sanitary Sewer Line 33 312o E.F. 132 99.00 $ 13,068.00 A3.02 6 AWWAC900DR18PVCWaterline 331112 L.F. 10 $121.00 $ 1,210,00 A3.03 Furnish and Install Water Value Box with Meter 33 0516 EA. 2 $275.00 $ 550.00 A3.04 i" PoIV Service Line 331210 L.F. 212 $11.00 $ 2,332.00 A3.05 Mobilization, Etc. S-1-3.1 L.S. 1 $0.00 $ - Total Additive Alternate Bid-A31 $ 17,160.00 END OF SECTION SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Mi]LH UNff H"CrARAM HANCIM ACMSS TAXMANM "DFMUM Biddet's proposal #1 Description I Bid Value I • ___ __ _, ; i'' _ TotatBase B1d � 2,929,238.`D3 Total Additive Alternate Did - All s 3i58, �9.90 Total Additive Alternate Bid -A2 $ 260,624.00 Total Additive Alternate Bid -A3 $ 17,160.00 TotalDld $ 3,6&6,792.153 004337 VENDOR COMPLIANCE To STATE LAW Page 12 or 13 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 -slate 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 bianks in Section A must be filled out by all nonresident bidders in order for your bid to meet speclficatlons. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section a. A. Nonresident bidders in the State of are required to be --% Here percent lower than resident bidders principal State Law. copy of the statute is attached. Nonresident bidders in the State of �5i$te Nure or B[nrlk., 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..k BIDDER: Company Name Here C.W\s�V-C-� � ZBY: Printed Name Here �Vk Address Here R�:' Cy-n �g Address Here or Space _ City, State Zip Code Here" �iQs�� (5l9nature) Title: Title Here Date: t 6 44 'at) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION (IOCUMENTS Farm RevInd 20110627 Mrdlt Ulri1 Box Hanger and Hanger Accesr Taxilanes city Project No. 02518 0045 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid Iimit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermi and fill out the application to apply for your Texas tax 1D. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Revised July 1, 2011 0045 11 - 2 BIDDFRS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time anew financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalcation Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Marla Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July I, 2011 00 45 12 BID FORM Page 13 of 13 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Site Utilities Nu -'day Construction Building �inwl % I;dbr The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Lansford Company By: Robert Lansford /1*0 PO Box 708 [ _ �- i/,1 Lampasas, TX 76550 (Signature) Title: President Date: END OF SECTION Multi Unit Box Hangar and Hangar Access TaAlanes CITY OF FORT WORTH City Project No. 02518 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form RovNed 20120120 00 45 26 -1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02515 Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 Lansford Company Inc. 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 Company PO Box 708 Address Lampasas, TX 76550 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By. Robert Lansford (Please Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared VOP12- }- .DA6%O I i known to me to be the person whose name is subscribed to the fore€ o4ng instrument, and acknowledged to me that he/she executed the same as the act and deed of - for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of l h91t W" 20.W MICHELL 4fl, 000_ NOTARY PUBLIC Nota Public in and for the State of Texas * STATEOFTEXAS �r,Fo MY comm. EXP 10/04/23 END OF SECTION NOTARY _I - i CITY OF FORT WORTH Multi Unit Sox Hangar and Hangar Access Taxllanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of2 I SECTION 00 45 40 2 TEMPORARY REVISION 4/6/2020 COVID-19) 3 Minority Business Enterprise Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 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 POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 7% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF RE QUIRED DOCUMENTATION The applicable documents must be received by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City of Fort Worth Project Manager or Department Designee. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: 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 business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contractin /su lier work: date. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxiways STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVID 19 Emergency 2 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day 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-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE 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 DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The BDE Office at (817) 392-2674. 8 END OF SECTION 10 II CITY OF FORT 'WORTH Multi Unit Box Hangar and Hangar Access Taxiways STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency FO RT WO RT N TEMPORARY REVISION 4/6/2020 (COVID-19) City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the wnf r)ollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 7 MBE PROJECT GOALS % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a IC SE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the by the assigned City of Fort Worth Protect Manager or Department Designee, within the following times allocated, in order for the entire bld to lie considered responsive to the -#pecilicalion S. The Oifefor shall iMAIL me Nflil': doc.urnantation to tho assigned City of Fort Worth Prgael:t Manager or Deparlment Desl9nee A faxed 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 MBE 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 CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID REIN G CONSIDERED NON -RESPONSIVE TO ;SPECIFICATIONS. J FAILURE TO'SZUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT INN THE OFFEROR OEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT !N A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Temporarily Revised April 6, 2020 due to COVIDI9 Emergency Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 FORT WORTH City of Fora Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form M(A_1� Mt F &X �iar4 MIWIDBE ATTACHMENT IA Page 1 of 4 lie box to do, Certification NON-MlWiDBE Identify �11 subcontrartorslsuppliers you will use on this project Failure to complate this form, in its entirety with rettuested documentation, and recelved by the Puruhasinq Drvision no later than 2:CC p.m. on the second Clty irusirtess day after bid opening, exclusive of had opening date. will result In the bid being considered non -responsive to bid sparcifrcatlorns• 1Jte under';igrretl C3ffernr agrees to e; ser into a formal agreemenwit t h the ll ODE firm(s) listed in this utilization schedule, conditioned Ripon execut[on of a contract with the City of Fort Warth, The intentional a;ndror krjowing rnisrapre;entation cf facts is grounds for consid,ration of disqualiflcati n and will result in the h..; being considered non -responsive to bid specfications_ MBEs listed toward meeting the project goal moist be located in the six is1 county marrkptpiacp at the #late of bid or the business has a 8lgastficant Business Pmsence in the martsatltlace. Marketplace is the geographic area of Tar —rant Dallas Lhentog Johnson. Flarker and Wise counties. 11Jnme contractors must identify by tier leveJ of all subcor; racfarsfsUpPliers. fi5er means the level of Subcontracting beli�lw the Pifte mritractorico•risultant i.e. a direct payment frorn the prime r.-orrtractor to n Kibcorrlradar is considered Itier, a payme'it by a subcontractor to its supplier Fs considered ""'tier• The prime contractor Is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards mseting 1-he contract committed anal_ ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafrde minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling 1�ervices are. utf /zed, the Offeror will be givers credit as fang as the MBE listed owns and operates at least one fully Ilcensed and operational truck to be used on the contract. The MBE may lease trucks from another MUE firm, inc uding MBE owner -operated, and receive felt MBE credit. The (VIDE may lease trucks from non.MBEs, including owner -operated, but will only receive credit for the feet and cpmmisslons earned hy the MBE as outlined In the lease rear; -,nl. Rev. 2/13/19 Fo' RTH ATTACHMENT1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i.e., Minority and raon MI3E4. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M B E W B E 0 ' Detail Subcontracting III Work S Detail Supplies Purchased Dollar Amount l �l epna fQ (irx, L1 f M E crjl i+L�Sh-af-1 ❑ ❑ MAN)CD '1DI0Se�,t►rr? Dip LI'-i - g5$14 ❑ ❑ - {{F� 1�ry� "501 edg.,360-k%c PIP �W5 F71 L1' tl3 (AvwC�2 LID lei o �1ev� E�Vw ; to d, ux Sao-cam- 9�a,� .-. ❑ ❑ M Rev. 5/15/19 FORT NORTH ATTACHMENT 1A Page 4 of 4 Total dollar Amount of MBE Subcontractors/Suppliars $ 1, �� � r = c'o Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ (yC „ fy.y ) TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS J$ 191 r]{ = l lJ The Offeror well not make additions, delstions, or substitu iom� to tt•iis cs fie�d Ilsi witl.out the prior a rt h prior approval of tha Offire of BtAsinaas Diversity through the submittal of a Reque-t for Ap4prova/ of Changer 61t►0r,1 fo.n.n. Any unjustfried ch*nge or deletion shall be a material breach of contract and may result In debarment in'-1 accord with the procedures outllned in the ardinance_ The Offeror shall subrrrlt a delalled explanati^n ofir how the requested charige/addition or deletion will affei~t the committed MBE goal, If the detail e:r.ana*,ion isl not submitted. ft will affect the final compliance determination, By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements .A.11th WEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable sobcontractor'Y/suppliers participating on the contract that will substantiate the actual work performed by the MSE(s) on this contract, by an authori2zpd officer or employee of the City. Any intentional and/or knowing misre-precentation of facts will be grounds for terminating the contract or debarment from City work for a period of riot less than three (3) years and for initiating action under Federal,State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Aut d Signature Title Company Name v l�� Addroca — city/state)Zip Office of Business Diversity Email: mwbeofrice@fortworthtexas.gov Phone: (817)392-2674 i Printed signature Contact NamelTitle (if different) Telephone and/or Fax i Date Rev. 5/15/19 00 52 43 - 1 Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 12/1/2020 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 Lansford Company 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 Multi -Unit Box Hangar and Hangar Access Taxilanes 18 City Project No. 02518 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 funds, of Three Million, Two Hundred Eighty Seven Thousand 22 Four Hundred Eight Dollars and Eighty Three Cents ($ 3,287,408.83 ). 23 Article 4. CONTRACT TIME 24 4.1 Final Acceptance. 25 The Work will be complete for Final Acceptance within 160 working Calendar days after 26 the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the 27 General Conditions, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. 29 30 31 32 33 CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION S PECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVID 19 Emergency 005243-2 Agreement Page 2 of 6 34 4.2 Liquidated Damages 35 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 36 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 37 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 38 recognizes the delays, expense and difficulties involved in proving in a Iegal proceeding, 39 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 40 instead of requiring any such proof, Contractor agrees that as liquidated damages for 4I delay (but not as a penalty), Contractor shall pay City Seven Hundred and Fifty Dollars 42 ($750.00) for each day that expires after the time specified in Paragraph 4.1 for Final 43 Acceptance until the City issues the Final Letter of Acceptance. 44 Article 5. CONTRACT DOCUMENTS 45 5.1 CONTENTS: 46 A. The Contract Documents which comprise the entire agreement between City and 47 Contractor concerning the Work consist of the following: 48 1. This Agreement. 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalifieation Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table e. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Proj ect's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION CITY OF FORT WORT[I Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 005243-3 Agreement Page 3 of 6 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 80 expense, the city, its officers, servants and employees, from and against any and all 81 claims arising out of, or alleged to arise out of, the work and services to be performed 82 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 83 under this contract. This indemnification provision is specifically intended to operate 84 and be effective even if it is alleged or proven that all or some of the damages being 85 sought were caused, in whole or in part, by any act, omission or negligence of the city. 86 This indemnity provision is intended to include, without limitation, indemnity for 87 costs, expenses and legal fees incurred by the city in defending against such claims and 88 causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 91 the city, its officers, servants and employees, from and against any and all loss, damage 92 or destruction of property of the city, arising out of, or alleged to arise out of, the work 93 and services to be performed by the contractor, its officers, agents, employees, 94 subcontractors, licensees or invitees under this contract. This indemnification 95 provision is specifically intended to operate and be effective even if it is alle ed or 96 proven that all or some of the damages being sought were caused, in whole or in part, 97 by any act, omission or negligence of the City. 98 99 Article 7. MISCELLANEOUS 100 7.1 Terms. 101 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 102 have the meanings indicated in the General Conditions. 103 7.2 Assignment of Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the City. 106 7.3 Successors and Assigns. 107 City and Contractor each binds itself, its partners, successors, assigns and legal 108 representatives to the other party hereto, in respect to all covenants, agreements and 109 obligations contained in the Contract Documents, 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shall continue to be valid and binding upon CITY and 114 CONTRACTOR, 115 7.5 Goverming Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State of 117 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 118 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTII Multi Unit Box Hangar and Hangar Access Taxilancs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0251 S Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 005243-4 Agreement Page 4 of 6 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 121 than the duly authorized signatory of the Contractor. 122 123 7.7 Prohibition On Contracts With Companies Boycotting Israel. 124 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 125 Code, the City is prohibited from entering into a contract with a company for goods or 126 services unless the contract contains a written verification from the company that it: (1) 127 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 128 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 129 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 130 certifies that Contractor's signature provides written verification to the City that 131 Contractor. (I) does not boycott Israel; and (2) will not boycott Israel during the term of 132 the contract. 133 134 7.8 Immigration Nationality Act. 135 Contractor shall verify the identity and employment eligibility of its employees who 136 perform work under this Agreement, including completing the Employment Eligibility 137 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 138 all I-9 forms and supporting eligibility documentation for each employee who performs 139 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as I40 establish appropriate procedures and controls so that no services will be performed by any 141 Contractor employee who is not legally eligible to perform such services. 142 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 143 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 144 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 145 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 146 Contractor, shall have the right to immediately terminate this Agreement for violations of 147 this provision by Contractor. 148 149 7.9 No Third -Party Beneficiaries. I50 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 151 and there are no third -party beneficiaries. 152 153 7.10 No Cause of Action Against Engineer. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 005243-5 Agreement Page 5 of 6 154 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 155 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 156 subcontractors, for any claim arising out of, in connection with, or resulting from the 157 engineering services performed. Only the City will be the beneficiary of any undertaking by 158 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 159 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 160 in any way responsible for those duties that belong to the City and/or the City's construction 161 contractors or other entities, and do not relieve the construction contractors or any other 162 entity of their obligations, duties, and responsibilities, including, but not limited to, all 163 construction methods, means, techniques, sequences, and procedures necessary for 164 coordinating and completing all portions of the construction work in accordance with the 165 Contract Documents and any health or safety precautions required by such construction 166 work. The Engineer and its personnel have no authority to exercise any control over any 167 construction contractor or other entity or their employees in connection with their work or 168 any health or safety precautions. 169 170 SIGNATURE PAGE TO FOLLOW 171 CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02519 Temporarily Revised April 6, 2020 due to COVID 19 Emergency 172 173 174 175 176 00 52 43 - 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"). Lansford pany Inc. By: Sig furs) (Printed Name) Title: Fr, 1AZK�C Address: P0 DdV, -709 La.MPA5Z5, -TX T#550 City/State/Zip: Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Temporarily Revised April 6, 2020 due to COVIDI9 Emergency City of Fort Worth ,�n cz— Y•_ Fernando Costa (Dec 30, 2D20 14:39 CST) Fernando Costa Assistant City Manager -_y Date , 2020 ti�cesr, City S( (Seal) M&C 20-0894 Date: 12/1/2020 Form 1295 No. 2020-686558 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. Tyler Date (Dec 16, O 14:16 CST) Tyler Dale Airport Project Coordinator Approved as to Form and Legality: t0 A Strung(D-3 02014:Z7 John B. Strong Senior Assistant City Attorney APPROVAL RECOMMENDED: ---:4— Roger Venables DIRECTOR, AVIATION F--crill. ECORD Multi 17t1it Box ai s �p 25 & 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 I SECTION 00 6113 2 PERFORMANCE BOND 1021487 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Lansford Company Inc , known as 9 "Principal" herein and Mid -Continent Casualty Company a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held 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 Three Million Two Hundred Eighty Seven Thousand Four Hundred Eight Dollars and Eighty Three Cents 13 sum of, Dollars 14 ($ 3,287,408.83 , lawful money of the United States, to be paid inTott 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. 1s WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 'Ist day of December , 2020 , which Contract is hereby referred to and 20 made a pact hereof for 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 Change 22 Orders, as provided for in said Contract designated as Rehabilitate Airfield Shoulders, City 23 Project No. 50277. 24 NOW, TRER.EFORE, the condition of this obligation 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 filed 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 Multi Chit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02513 Temporarily Revised April 6, 2020 due to COVID 19 Emergency 0061 13-2 PERFORMANCE BOND Page 2 of 2 I 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 W WITNESS WHFRE, OF, the Principal and the Surety have SIGNED.and SEALED 5 this instrument by duly authorized agents and officers on this the 91h _day of 6 December 2020 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTEST: (Principal) Secretary Witness as to Principal (Iftnt2s", O� M� W' ess as to irety PRINCIPAL: Lansford Company Inc let BY: I tune —le �rD Name and i#le Address: PO Box 708 Lampasas, TX 76550 SURETY: Mid-ContinenyQsualty Company BY: ` ignature Steven W Searcey, Attorney -in -Fact' Name and Title Address: 1437 South Boulder, Ste 206 Tulsa, OK 74119 Telepllone Number: 918-587 7221 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-Iaws 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. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 006114-1 PAYMENT BOND Page 1 of2 SECTIiON 00 6114 2 PAYMENT 13OND 1021487 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE, PRESENTS: 6 COUNTY OF TARRANT § 7 That we Lansford Company, Inc known as —- -- 8 `Trincipal" herein, and Mid•Contlnent Casualty Company a s 9 corporate suety (sureties), duly authorized to do business 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 laws of the State of Texas, known as "City" herein, Three Million Two Hundred Eighty Seven Thousand 12 in the penal sum of Four Hundred Eight Dollars and Eighty Three Cents Dollars 13 ($ s,287,408.83 lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 _Ist_—day of December , 20 20 , which. Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 Iabor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Rehabilitate Airfield Shoulders, City ProjectNo.,TBD. 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 iie determined in 29 accordance with the provisions of said statute, 30 CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUM13NTS City Project No, 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 0061 14 - 2 PAYMENT BOND Page 2 of 2 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 7th day of 3 December .20 20 4 S 6 7 s 9 10 11 12 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary OgheAX� Wi ess as 16 firety PRINCIPAL: Lansford Company, Inc Address: PO Box 708 Lampasas, TX 76550 SURETY: Mid -Continent Casualty Company BY: - �- S gnature Steven W Searcey, Atiomey-in-Fact r Name and Title Address: 1437 South Boulder, Ste 200 Tulsa, OK 74119 Telephone Number: 918-587 7221 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 Or SECTION CITY Of FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 0061 19-1 MAINTENANCE BONA Page 1 of 4 1 SECTION 00 6119 2 MAINTENANCE BOND 1021487 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OT TARRANT § 7 8 That we Lansford Company Inc . known as 9 "Principal" herein and Mid -Continent Casualty Company , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 1 I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Three Million Two Hundred Eighty Seven Thousand Four 13 in the sum of Hundred Eight Dollars and Eighty Three Cents Dollars 14 ($ 3,287,408.8s ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well 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, frtnly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 1st day of December , 20 20 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully 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 from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Rehabilitate Airfield Shoulders, 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 hi 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 itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2020 due to COVID 19 Emergency 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 filed on this Bond, 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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0251 S Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 0061 19 - 3 MAINTENANCE BOND Page 3 of 4 I Iilel'V ITNESS WMJ REOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 7th day of December 3 2 0 2 a. 4 S 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTEST (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary v C�aw,�2,—V& & L5-7� Wi ss as to Surgy PRINCIPAL: Lansford Company Inc f �km= MEMO Address: PO Box 7089 Lampasas, TX 76550 SURETY: Mid-OontinenE sualty Company BY: Signature s rj Steven W Searcey, Attorney -in -Fact Nance and Title Address: 1437 South Boulder, Ste 200 ' I Tulsa, OK 74119' Telephone Number: 918-587-7221 *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. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 025I8 Temporarily Revised April 6, 2020 due to COVID19 Emergency 006119-4 MAINTENANCE BOND Page 4 of4 10 11 Page intentionally left blank CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Temporarily Revised April 6, 2D20 due to COVIDI9 Emergency MID-CONTINENT CASUALW COMPANY 1437 SOUT BOULDER, SMITE 200 • TULSA, OKLAHOMA 7A119 - 918-587-7221 • FAX 948-68 -1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENT'S: 1'hat fhe MID-CONT IMENT CASUALTY COMPANY, a corporation organized and existing under and by V ;tiut! of rho laws cf the State of Ohin, does Iiereby IlCminatt%, curisfiritte diitt annnlnt the parson of parsons named hein's, each In(flvidualiy if more there one is named, Its 1-ma and lawful attorney -in -fact, for it end in ite name, place and atead to eXpellte en f+Qhsff of the sold C Dmpariy, as surety. i.ny and all bonds, undertokinge and contracts or suretyship, cr other written obligations in the shot --are thereof- Jeremy BameU, P:Iisue Eteck, Jennifer Cisneros, l any Fierro, .,fay Jordan, Rolmn G. I`,en0h, Johnny Moss, :Jade Porter. Steven W. Seare-ey , nd Robert J_ Shuya, .11? of RL7CKWALL, TX I ;' WITNESS V ALIEREI]F, the MI10,0 wTINENT CASIV+ALTY COMIPA tY has rim-ed th-c- presents to be signed and aftested by its appropriate offi ers and its corporate seal hereunto affixed 1Hs 02 day of December . FRY, Mirli-CONTINENT CASUALTY COMPANY --I i h ` wli A 1410E PRESiDENT on this 02day of December 2019 hefore me personally appeared , TODD BAZAT_A , ;o rem I=mown, being duly sworn, deposes and says that ache reSlcrtorr ki Rreken Arrow, O? le?'orn8, that s/he Is a Vice Prasider,r of Mid -Continent Casualty C ornparly, the co< Ywriy descrlbed in end which Ext tiled the above Inst,r'„ rant; that effm knows the aes' of the said Company; that the seal affixed to ilfe satd Instrument is such corporate aeal; thal it wan ad affixed by authority of I,cAis office under the By -Laws of Bald Company, and that slhe a'aned his name thereto by li? ff authority. ST I'OF OKLAHOM GOUM OF TULSA h � 8S Commission.# 11008253 My Co n Exi rt 0 —OS- 22'3 JULIE AL HAN notary Public This Power of Attorney Is granted by authority of the following resolutions adopted by the Board of Directors of Mild -Continent Gasuaity Company by unanimous wrltten.consent.dalr rd September 25, 2)009. RESOLVED: That tttt Prevideni, the Executive vice President, the several Senior Vrce Presidents and Vice Presidents or Rny me of them, p rind hereby YS authorized, from time to tl^ e, In appoint one or more Attorneys -In -Fact to execute an benair of the Company, as surety, --my and all bonds, undertakings and contracts of suretyship, aT nlher -written obligations in the nature thereof, to prescribe their respective duties and the respective iirnits of Lhal' authority; and to revoke any uuch appointment at any time, RESOLVED FURTk#ER: Tim, tflu Company coal find the signature of any of the aforesaid officers and any Secretary ar Assistant Secretary of I C mnpanv may be afnxed by raoslralie to any power of anornov or certificate of either given for the execution of any bond, undeltatttng. mritract of suretyship, tar other written obligation in the nature thereof, Ruch signature and seal when so used being hereby adopted by the Company as ;ha original signature of such officer and the original seal of the Company, to be vntld and binding upon the Company with the some force and effect as ihcuuli manually affixed. CERTIFICATION r+SHARON H.ACKL Secretary of Mid -Continent Casualty Company, do hereby cerlify the! il-a foregoing Power .of Attorney4nd the Resolutions of the Board of Directors of September 25. 2009 have not been revokgp and are now in full force and reflect. Signed and sealed.this ff' dayof ,t.r _ 4 rl}�If►It"'0j ;i .OAS& s:�'Q F Q $, �'+f � 8EAL *' Oft EO ,V;k VOID IF BOX IS EMPTY (A44411 eere aty 09LAR014A OU TY C0Ivv.flAj,TV SrATZ OFF TEXAS CLAIM !NOTICE ENDORSE, MENT In accordance With Section 2253.021(f) of tile ToxAs Cxovenm should t Code and Section, 53.202 o the Texts Cocie, kris bored(o) shoull d be sort to: any notice of claim to the named surety under Mailing: ND -CONS VENT CASUALTY COWAirly OKTIAROMA SURETY COAVANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE N0. 1-900-722-4994 FAX NO. 1-918-585-0940 IVWL.' CLArmsomcc; r,Ns.com Pltysienl: 1439 S. ,BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH TXq Ig0TTC To V®Ult ,8®1VD UPON TXXEC 'ON O-V ME 330 Whigsdohi107 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED - AUTOMATIC STATUS AND AUTOMATIC WAIVER OF SUBROGATION WHEN REQUIRED IN WRITTEN CONTRACT, AGREEMENT, PERMIT OR AUTHORIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Additional Insured - Owners, Lessees Or Contractors - Automatic Status For Other Parties When Required In Written Contract Or Agreement With You Section It - Who Is An Insured is amended to include as an additional in- sured any person or organization you have agreed in writing in a contract or agreement to add as an additional in- sured on this Coverage Part. Such per- sons) or organization(s) is an additional insured only with respect to liability for: a. "Bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part by the performance of your ongoing opera- tions by you or on your behalf, under that written contract or written agreement. Ongoing operations does not apply to "bodily injury" or "proper- ty 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 insured(s) at the loca- tion of the covered operations has been completed: or (2) That portion of 'your work" out of which the injury or damage aris- es has been put to its intended use by any person or organiza- tion other than another contrac- tor or subcontractor engaged in performing operations for a prin- cipal as a part of the same pro- ject; and b. "Bodily injury" or "property damage" caused in whole or in part by "your work" performed under that written contract or written agreement and in eluded in the "products -completed operations hazard", but only if: (1) The Coverage Part to which this endorsement is attached pro- vides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard"; and (2) The written contract or written agreement requires you to pro- vide additional insured coverage included within the "products - completed operations hazard" for that person or organization. If the written contract or written agreement requires you to provide additional insured coverage included within the "products -completed oper- ations hazard" for a specified length of time for that person or organiza- tion, the "bodily injury" or "property damage" must occur prior to the ex- piration of that period of time in order for this insurance to apply. If the written contract or written agreement requires you to provide additional insured coverage for a person or organization per only ISO additional insured endorsement form number CG 20 10, without specifying an edition date, and without specifi- cally requiring additional insured coverage included within the "prod- ucts -completed operations hazard", this Paragraph b. does not apply to that person or organization. 2. If the written contract or written agree- ment described in Paragraph 1. above specifically requires you to provide addi- tional insured coverage to that person or organization: a. Arising out of your ongoing opera- tions or arising out of'jyour work'; or Includes copyrighted material of insurance GA 472 09 18 Services Office, Inc., with its permission. Page 1 of 3 b. By way of an edition of an ISO addi- tional insured endorsement that in- cludes arising out of your ongoing operations or arising out of "your work' then the phrase caused, in whole or in part, by in Paragraph A.1.a. and/or Para- graph A.1.b. above, whichever applies, is replaced by the phrase arising out of. 3, With respect to the insurance afforded to the additional insureds described in Para- graph A.1., the following additional exclu- sion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hir- ing, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "prop- erty damage", or the offense which caused the "personal and advertising inju- ry", involved the rendering of, or the fail- ure to render, any professional architec- tural, engineering or surveying services. 4. This Paragraph A. does not apply to addi- tional insureds described in Paragraph B. B. Additional Insured - State Or Governmental Agency Or Subdivision Or Political Subdi- vision - Automatic Status When Required In Written Permits Or Authorizations 1. Section II - Who Is An Insured is amended to include as an additional in- sured any state or governmental agency or subdivision or political subdivision you have agreed in writing in a contract, agreement, permit or authorization to add as an additional insured on this Coverage Part. Such state or governmental agency or subdivision or political subdivision is an additional insured only with respect to op- erations performed by you or on your be- half for which the state or governmental agency or subdivision or political subdivi- sion issued, in writing, a contract, agree- ment, permit or authorization. 2. With respect to the insurance afforded to the additional insureds described in Para- graph 13.1., the following additional exclu- sions apply: This insurance does not apply to: a. `Bodily injury", "property damage" or "personal and advertising injury" aris- ing out of operations performed for the federal government, state or mu- nicipality; or b. "Bodily injury" or "property damage" included within the "products - completed operations hazard." C. The insurance afforded to additional insureds described in Paragraphs A, and B.: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract, writ- ten agreement, written permit or written authorization to provide for such addition- al insured; and 3. Does not apply to any person, organiza- tion, state, governmental agency or sub- division or political subdivision specifically named as an additional insured for the same project in the schedule of an en- dorsement added to this Coverage Part. D. With respect to the insurance afforded to the additional insureds described in Paragraphs A. and B., the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the addi- tional insured is the amount of insurance: 1. Required by the written contract, written agreement, written permit or written au- thorization described in Paragraphs A. and B.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the appli- cable Limits of insurance shown in the Decla- rations. E. Section IV - Commercial General Liability Conditions is amended to add the following: Automatic Additional Insured Provision This insurance applies only if the "bodily inju- ry" or "property damage" occurs, or the "per- sonal and advertising injury" offense is com- mitted: 1. During the policy period; and Includes copyrighted material of Insurance GA 472 09 18 Services Office, Inc., with its permission. Page 2 of 3 2. Subsequent to your execution of the writ- ten contract or written agreement, or the issuance of a written permit or written au- thorization, described in Paragraphs A. and B. F. Except when G. below applies, the following is added to Section IV - Commercial General Liability Conditions, S. Other Insurance, and supersedes any provision to the contrary: When Other Additional Insured Coverage Applies On An Excess Basis This insurance is primary to other insurance available to the additional insured described in Paragraphs A. and B, except: 1. As otherwise provided in Section IV - Commercial General Liability Condi- tions, S. Other Insurance, b. Excess In- surance; or 2. For any other valid and collectible insur- ance available to the additional insured as an additional insured by attachment of an endorsement to another insurance policy that is written on an excess basis. In such case, this insurance is also excess. G. The following is added to Section IV - Com- mercial General Liability Conditions, 5. Other Insurance, and supersedes any provi- sion to the contrary: Primary Insurance When Required By Writ- ten Contract, Agreement, Permit Or Au- thorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named in- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary to any other in- surance available to the additional in- sured. As used in this endorsement, wrap-up insur- ance means any insurance provided by a con- solidated (wrap-up) insurance program. Primary And Noncontributory Insurance When Required By Written Contract, Agreement, Permit Or Authorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to and will not seek contribution from any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named in- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary and would not seek contribution from any other insur- ance available to the additional insured. As used in this endorsement, wrap-up insur- ance means any insurance provided by a con- solidated (wrap-up) insurance program. H. Section IV - Commercial General Liability Conditions, 9. Transfer Of Rights Of Re- covery Against Others To Us is amended by the addition of the following_ We waive any right of recovery we may have against any additional insured under this en- dorsement against whom you have agreed to waive such right of recovery in a written con- tract, written agreement, written permit or writ- ten authorization because of payments we make for injury or damage arising out of your ongoing operations or'jrour work" done under a written contract, written agreement, written permit or written authorization. However, our rights may only be waived prior to the "occur- rence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. Includes copyrighted material of Insurance GA 472 09 18 Services office, Inc., with its permission. Page 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement -Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage.......................................................................................3 2. Unintentional Failure to Disclose Hazards..............................................................................9 3. Damage to Premises Rented to You........................................................................................9 4. Supplementary Payments...................................................................................................... 10 5. Medical Payments...................................................................................................................10 6. 180 Day Coverage for Newly Formed or Acquired organizations.....................................10 7. Waiver of Subrogation............................................................................................................11 8. Automatic Additional Insured -Specified Relationships: .................................................. 11 • Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Relating to Premises; and • Mortgagee, Assignee or Receiver 9. Property Damage to Borrowed Equipment..........................................................................14 10. Employees as Insureds - Specified Health Care Services and Good Samaritan Services...................................................................................................................................15 11. Broadened Notice of Occurrence..........................................................................................15 12. Nonowned Aircraft..................................................................................................................15 13. Bodily Injury Redefined..........................................................................................................15 14. Expected or Intended Injury Redefined................................................................................ 15 15. Former Employees as Insureds............................................................................................ 15 16. Voluntary Property Damage Coverage and Care, Custody or Control Liability Coverage..................................................................................................................................16 17. Broadened Contractual Liability -Work Within 50' of Railroad Property .........................17 18. Alienated Premises................................................................................................................. 17 B. Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $1,000,000 Aggregate Limit: $3,000,000 Deductible Amount: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations; or b. $500,000 unless otherwise stated $ 4. Supplementary Payments a. Bail Bonds: $2,500 Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 1 of 17 b. Loss of Earnings: $ 500 5. Medical Payments Medical Expense Limit: $ 10,000 9. Property Damage to Borrowed Equipment Each Occurrence Limit: $10,000 Deductible Amount: $ 250 16. Voluntary Property Damage Coverage (Coverage a.) And Care, Custody or Control Liability Coverage (Coverage b.) Limits of Insurance Coverage a. $1,000 Each Occurrence $5,000 Aggregate Coverage b. $5,D00 Each Occurrence unless otherwise stated $ Deductible Amount (Each Occurrence) Coverage a. $250 Coverage b. $250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM (a) Area (For Limits in Excess of (For Limits in Excess of (b) Payroll $5,000) $5,000) (c) Gross Sales (d) Units e Other b. Care, Custody or Control TOTAL ANNUAL PREMIUM $ Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 2 of 17 M Coverages this endorsement pro - you did not have 1. Employee Benefit Liability Coverage knowedge of a claim or a. The following is added to Section I - "suit" on or before the Coverages: "first effective date" of this endorsement. Employee Benefit Liability Cover- You will be deemed to age have knowledge of a (1) Insuring Agreement claim or "suit' when any "authorized representa- a We will pa those sums that O Y tive"; the insured becomes legally obligated to pay as damag- a) Reports all, or any es caused by any act, error part, of the act, er- or omission of the insured, ror or omission to or of any other person for us or any other in - whose acts the insured is surer; legally liable, to which this b) Receives a written insurance applies_ We will or verbal demand have the right and duty to or claim for dam - defend the insured against "suit" ages because of any seeking those damages. However, we will the act, error or have no duty to defend omission. against any "suit" seeking (2) Exclusions damages to which this in- surance does not apply. We This insurance does not apply to: may, at our discretion, in- vestigate any report of an (a) Bodily Injury, Property act, error or omission and Damage or Personal and settle any claim or "suit' that Advertising Injury may result. But: "Bodily injury", "property 1) The amount we will pay damage" or "personal and for damages is limited advertising injury". as described in Section (b) Dishonest, Fraudulent, III - Limits of Insur- Criminal or Malicious Act ance; and Damages arising out of any 2 Our right and du to g duty intentional, dishonest, defend ends when we fraudulent, criminal or mali- have used up the appli- cious act, error or omission, cable limit of insurance committed by any insured, in the payment of judg- including the willful or reck- ments or settlements. less violation of any statute. No other obligation or liabil- (c) Failure to Perform a Con- ity to pay sums or perform tract acts or services is covered unless explicitly provided for Damages arising out of fail - under Supplementary ure of performance of con - Payments. tract by any insurer. (b) This insurance applies to (d) Insufficiency of Funds damages only if the act, er- ror or omission, is negligent- Damages arising out of an ly committed in the "admin_ insufficiency of funds to istration" of your "employee meet any obligations under �� benefit program-, and any plan included in the "employee bereft program". 1) Occurs during the policy period; or 2) Occurred prior to the "first effective date" of Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 3 of 17 (e) Inadequacy of Perfor- {j) Employment -Related Prac- mance of Invest- tices mentlAdvice Given With Respect to Participation Any liability arising out of any: Any claim based upon: (1) Refusal to employ; 1) Failure of any invest- ment to perform; () Termination of employ- ment; 2) Errors in providing in- (3) Coercion, demotion, formation on past per- f formance of investment evaluation, reassign - vehicles; or ment, discipline, defa- mation, harassment, 3) Advice given to any humiliation, discrimina- person with respect to tion or other employ - that person's decision to ment - related practices, participate or not to par- acts or omissions; or ticipate in any plan in - "employee (4) Consequential liability cluded in the a result of (1), (2) or benefit program". (3) above. (3 (f) Workers' Compensation and Similar Laws This exclusion applies whether the insured may be Any claim arising out of your held liable as an employer failure to comply with the or in any other capacity and mandatory provisions of any to any obligation to share workers' compensation, un- damages with or repay employment compensation someone else who must pay insurance, social security or damages because of the in - disability benefits law or any jury. similar law. (3) Supplementary Payments (g) ERISA Section ! o Coverages, Sup - Damages for which any in- plementary Payments - Cover- sured is liable because of li- ages A and B also apply to this ability imposed on a fiduci- Coverage. ary by the Employee Re- b. Who Is An Insured tirement Income Security Act of 1974, as now or As respects Employee Benefit Lia- hereafter amended, or by bility Coverage, Section 11 - Who is any similar federal, state or an Insured is replaced by the follow - local laws. ing: (h) Available Benefits (1) If you are designated in the Dec - Any claim for benefits to the larations as: extent that such benefits are (a) An individual, you and your available, with reasonable spouse are insureds, but on - effort and cooperation of the ly with respect to the con - insured, from the applicable duct of a business of which funds accrued or other col- you are the sole owner. lectible insurance. i Taxes, Fines or Penalties (b) A partnership or joint ven- (} ture, you are an insured. Taxes, fines or penalties, in- Your members, your part- cluding those imposed un- ners, and their spouses are der the Internal Revenue also insureds but only with Code or any similar state or respect to the conduct of local law. your business. (a) A limited liability company, you are an insured. Your Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 4 of 17 members are also insureds, the end of the policy period, but only with respect to the whichever is earlier; and conduct of your business. (b) Does not apply to any act, Your managers are in- sureds, but only with respect error or omission that was to their duties as your man- committed before you ac- quired or formed the organi- agers. zation. (d) An organization other than a C. Limits of Insurance partnership, joint venture or limited liability company, you As respects Employee Benefit Lia- are an insured. Your "execu- bility Coverage, Section Ill - Limits tive officers" and directors of Insurance is replaced by the fol- are insureds, but only with lowing: respect to their duties as your officers or directors. (1) The Limits of Insurance shown in Your stockholders are also Section B. Limits of Insurance, insureds, but only with re- 1. Employee Benefit Liability spect to their liability as Coverage and the rules below fix stockholders. the most we will pay regardless of the number of (e) A trust, you are an insured. Your trustees are also in- (a) Insureds; sureds, but only with respect (b) Claims made or "suits" to their duties as trustees. brought; (2) Each of the following is also an (c) Persons or organizations insured: making claims or bringing (a) Each of your "employees" "suits'; who is or was authorized to administer your "employee (d) Acts, errors or omissions; or benefit program"; (e) Benefits included in your (b) Any persons, organizations "employee benefit program". or "employees" having prop- (2) The Aggregate Limit shown in er temporary authorization Section B. Limits of Insurance, to administer your "employ- 1. Employee Benefit Liability ee benefit program" if you Coverage of this endorsement is die, but only until your legal the most we will pay for all dam - representative is appointed; ages because of acts, errors or or omissions negligently committed (c) Your legal representative if in the "administration" of your you die, but only with re- "employee benefit program". spect to duties as such. That (3) Subject to the limit described in representative will have all (2) above, the Each Employee your rights and duties under Limit shown in Section B. Limits this Coverage Part. of Insurance, 1. Employee (3) Any organization you newly ac- Benefit Liability Coverage of quire or form, other than a part- this endorsement is the most we nership, joint venture or limited will pay for all damages sus - liability company, and over which tained by any one "employee", you maintain ownership or major- including damages sustained by ity interest, will qualify as a such "employee's" dependents Named Insured if no other similar and beneficiaries, as a result of: insurance applies to that organi- (a) An act, error or omission; or zation. However, coverage under this provision: er- (b) A series of related acts, er- a Is afforded only until the () Y rors or omissions, regard- less of the amount of time 180th day after you acquire that lapses between such or form the organization or acts, errors or omissions; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 5 of 17 negligently committed in the d. Additional Conditions "administration" of your "employ- As respects Employee Benefit Lia- ee benefit program". bility Coverage, Section 1V - Com- However, the amount paid under mercial General Liability Condi- this endorsement shall not ex- tions is amended as follows: teed, and will be subject to the (1) Item 2. Duties in the Event of limits and restrictions that apply Occurrence, Offense, Claim or to the payment of benefits in any plan included in the "employee Suit is replaced by the following: benefit program." 2. Duties in the Event of An (4) Deductible Amount Act, Error or Omission, or Claim or Suit (a) Our obligation to pay dam- a. You must see to it that ages on behalf of the in- we are notified as soon sured applies only to the as practicable of an act, amount of damages in ex- error or omission which cess of the Deductible may result in a claim. Amount stated in the Decla- To the extent possible, rations as applicable to notice should include: Each Employee. The limits of insurance shall not be re- (1) What the act, error duced by the amount of this or omission was deductible. and when it oc- (b) The Deductible Amount curred; and stated in the Declarations (2) The names and applies to all damages sus- addresses of any` tained by any one "employ- one who may suf- ee", including such "employ- fer damages as a ee's" dependents and bene- result of the act, ficiaries, because of all acts, error or omission. errors or omissions to which this insurance applies. b. If a claim is made or "suit" is brought against (c) The terms of this insurance, any insured, you must: including those with respect to: (1) Immediately record the specifics of the 1) Our right and duty to claim or "suit" and defend the insured the date received; against any "suits" and seeking those damag- es; and (2) Notify us as soon as practicable. 2) Your duties, and the du - ties of any other in- You must see to it that volved insured, in the we receive written no - event of an act, error or tice of the claim or "suit" omission, or claim; as soon as practicable. apply irrespective of the ap- c. You and any other in- plication of the Deductible volved insured must: Amount. (1) immediately send (d) We may pay any part or all us copies of any of the Deductible Amount to demands, notices, effect settlement of any summonses or le - claim or "suit" and, upon no- gal papers re- tification of the action taken, ceived in connec- you shall promptly reim- tion with the claim burse us for such part of the or "suit'; Deductible Amount as we have paid. Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 6 of 17 (2) Authorize us to ob- contributes equal tain records and amounts until it has other information; paid its applicable limit of insurance or none of (3) Cooperate with us the loss remains, in the investigation whichever comes first. or settlement of the claim or defense If any of the other in - against the "suit''; surance does not permit and contribution by equal shares, we will contrib- (4) Assist us, upon our ute by limits. Under this request, in the en- method, each insurer's forcement of any share is based on the right against any ratio of its applicable person or organi- limit of insurance to the zation which may total applicable limits of be liable to the in- insurance of all insur- sured because of ers. an act, error or omission to which c. Excess Insurance this insurance may This insurance is ex- also apply. cess over any of the d. No insured will, except other insurance, wheth- at that insured's own er primary, excess, con - cost, voluntarily make a tingent or on any other payment, assume any basis that is insurance obligation, or incur any purchased by you to expense without our coverage damages for consent_ acts, errors or omis- sions that occurred prior (2) Item 5. Other Insurance is re- to the "First effective placed by the following: date". 5. Other Insurance e. Additional Definitions If other valid and collectible As respects Employee Benefit Lia- insurance is available to the bility Coverage, Section V - Defini- insured for a loss we cover tions is amended as follows: under this Coverage Part, our obligations are limited as (1) The following definitions are follows: added: a. Primary Insurance 1. "Administration" means: This insurance is prima- a. Providing information to ry except when c. below "employees", including applies. If this insurance their dependents and is primary, our obliga- beneficiaries, with re- tions are not affected spect to eligibility for or unless any of the other scope of "employee insurance is also prima- benefit programs`; ry. Then, we will share b. Interpreting the "em- with all that other insur- ployee benefit pro- ance by the method de- " scribed in b. below. grams; b. Method of Sharing c. Handling records in connection with the If all of the other insur- "employee benefit pro- ance permits contribu- grams`; or tion by equal shares, we will follow this meth- d. Effecting, continuing or od also. Under this ap- terminating any em- proach each insurer ployee's" participation in Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 7 of 17 GA 233 TX 09 17 any benefit included in c. Unemployment insur- the "employee benefit ance, social security program". benefits, workers' com- pensation and disability However, "administration" benefits; and does not include: d. Vacation plans, includ- a. Handling payroll deduc- ing buy and sell pro- tions; or grams; leave of ab- b. The failure to effect or sence programs, includ- maintain any insurance ing military, maternity, or adequa te limits of family, and civil leave; coverage insurance, tuition assistance plans; including but not limited transportation and to unemployment insur- health club subsidies. anoe, social security 4. "First effective date" means benefits, workers' com- the date upon which cover- pensation and disability age was first effected in a benefits. series of uninterrupted re- 2. "Cafeteria plans" means newals of insurance cover - plans authorized by applica- age. ble law to allow "employees" (2) The following definitions are de - to elect to pay for certain leted in their entirety and re - benefits with pre-tax dollars. placed by the following: 3. "Employee benefit pro- 8, "Employee" means a person grams" means a program actively employed, formerly providing some of all of the employed, on leave of ab- following benefits to "em- sence or disabled, or retired. ployees", whether provided �� ��ee Emp y to includes a through a "cafeteria plan" or "leased worker". "Employee" otherwise: does not include a "tempo - a. Group life insurance; rary worker". group accident or health 21. "Suit" means a civil proceed - insurance; dental, vision ing in which money damag- and hearing plans; and es because of an act, error flexible spending ac- or omission to which this in - counts; provided that no surance applies are alleged. one other than an "em- "Suit" includes: ployee" may subscribe to such benefits and a. An arbitration proceed - such benefits are made ing in which such dam - generally available to ages are claimed and to those "employees" who which the insured must satisfy the plan's eligibil- submit or does submit ity requirements; with our consent; b. Profit sharing plans, b. Any other alternative employee savings dispute resolution pro - plans, employee stock ceeding in which such ownership plans, pen- damages are claimed sion plans and stock and to which the in - subscription plans, pro- sured submits with our vided that no one other consent; or than an "employee" may subscribe to such G. An appeal of a civil pro - benefits and such bene- ceeding. fits are made generally available to all "employ- ees" who are eligible under the plan for such benefits; Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 17 2. Unintentional Failure to Disclose Haz- 2) Rust or other cor- ards rosion, decay, de - hidden Section IV a Commercial General Liabil- or laation, latent defect it Conditions, 7. Representations is Y p n any quality in a amended by the addition of the following: property that caus- Based on our dependence upon your rep- es it to damage or resentations as to existing hazards, if un- destroy itself; intentionally you should fail to disclose all 3 Smog; ) such hazards at the inception date of your policy, we will not reject coverage under 4) Mechanical break - this Coverage Part based solely on such down, including failure. rupture or bursting caused by centrif a to Premises Rented to You 3. Damage ugal force; a. The last Paragraph of 2. Exclusions 5) Settling, cracking, under Section I - Coverage A - Bod- shrinking or ex- ily Injury and Property Damage Li.. pansion-, ability is replaced by the following: 6) Nesting or Exclusions c. through do not apply g q� ppy char e tiara, or discharge to "property damage" by fire, explo- or release of waste sion, lightning, smoke or soot to products or secre- premises while rented to you or tem- tions, by insects, porarily occupied by you with permis- birds, rodents or sion of the owner, for which the other animals; or amount we will pay is limited to the Damage to Premises Rented to 7) Presence, growth, You Limit as described in Section III proliferation, - Limits of Insurance. spread or any ac- fungus, in- b. The insurance provided under Sec- p cludi eludingg mold or tion I - Coverage A - Bodily Injury mildew, and any and Property Damage Liability ap- myootoxins, plies to "property damage" arising out spores, scents or of water damage to premises that are byproducts pro - both rented to and occupied by you. duced or released (1) As respects Water Damage Le- by fungi. gal Liability, as provided in Para- (b) "Property damage" caused graph 3.b. above: directly or indirectly by any The exclusions under Section I - of the following: Coverage A - Bodily Injury and (i) Earthquake, volcanic Property Damage Liability, 2. eruption, landslide or Exclusions, other than i. War any other earth move - and the Nuclear Energy Liabil- ment; ity Exclusion (Broad Form), are deleted and the following are (ii) Water that backs up or added: overflows or is other- wise discharged from a This insurance does not apply to: ppy sewer, drain, sump, (a) "Property damage": sump pump or related equipment; (i) Assumed in any con- tract or agreement; or (iii) Water under the ground surface pressing on, or (ii) Caused by or resulting flowing or seeping from any of the follow- through: ing. 1) Foundations, walls, 1) Wear and tear; floors or paved surfaces; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 9 of 17 2) Basements, whether paved or not; or 3) Doors, windows or other openings. (c) "Property damage" caused by or resulting from water that leaks or flows from plumbing, heating, air condi- tioning, fire protection sys- tems, or other equipment, caused by or resulting from freezing, unless: (i) You did your best to maintain heat in the building or structure; or (i i) You drained the equip- ment and shut off the water supply if the heat was not maintained. (d) "Property damage" to: (i) Plumbing, heating, air conditioning, fire protec- tion systems, or other equipment or applianc- es; or (ii) The interior of any building or structure, or to personal property in the building or structure, caused by or resulting from rain, snow, sleet or ice, whether driven by wind or not. G. Limit of Insurance With respect to the insurance afford- ed in Paragraphs 3.a. and 3.b. above, the Damage to Premises Rented to You Limit as shown in the Declara- tions is amended as follows: (1) Paragraph 6. of Section III - Limits of Insurance is replaced by the following: 6. Subject to Paragraph 6. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A - Bodily Injury and Property Dam- age Liability for damages because of "property dam- age" to any one premises: a. While rented to you, or temporarily occupied by you with permission of the owner; b. In the case of damage by fire, explosion, light- ning, smoke or soot, while rented to you; or c. In the case of damage by water, while rented to and occupied by you. (2) The most wewill pay is limited as described in Section B. Limits of Insurance, 3. Damage to Prem- ises Rented to You of this en- dorsement. 4. Supplementary Payments Under Section I - Supplementary Pay- ments - Coverages A and B: a. Paragraph 2. is replaced by the fol- lowing: Up to the limit shown in Section B. Limits of Insurance, 4.a. Bail Bonds of this endorsement for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage ap- plies. We do not have to furnish these bonds. b. Paragraph 4. is replaced by the fol- lowing: All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to the limit shown in Sec- tion B. Limits of Insurance, 4.b. Loss Of Earnings of this endorsement per day because of time off from work. 6. Medical Payments The Medical Expense Limit of Any One Person as stated in the Declarations is amended to the limit shown in Section B. Limits of Insurance, 6. Medical Pay- ments of this endorsement. 6. 180 Day Coverage for Newly Formed or Acquired Organizations Section II - Who is an Insured is amended as follows: Subparagraph a. of Paragraph 3. is re- placed by the following: Includes copyrighted material of Insurance GA 2,33 TX 09 17 Services Office, Inc., with its permission. Page 10 of 17 a. Insurance under this provision is af- ante, but only with respect forded only until the 18Dth day after to liability arising out of the you acquire or form the organization ownership, maintenance or or the end of the policy period, use of that part of the prem- whichever is earlier; ises leased to you, subject to the following additional 7. Waiver of Subrogation exclusions: Section IV - Commercial General Liabil- This insurance does not ap- ity Conditions, 9. Transfer of Rights of ply to: Recovery Against Others to us is amended by the addition of the following: (i) Any "occurrence" which takes place after you We waive any right of recovery we may cease to be a tenant in have against any person or organization that premises; against whom you have agreed to waive such right of recovery in a written contract (ii) Structural alterations, or agreement because of payments we new construction or make for injury or damage arising out of demolition operations your ongoing operations or "your work" performed by or on be done under a written contract or agree- half of such additional ment with that person or organization and insured. included in the "products completed oper- (b) Lessor of Leased Equip- ations hazard". However, our rights may ment only be waived prior to the "occurrence" giving rise to the injury or damage for Any person or organization which we make payment under this Cov- from whom you lease erage Fart. The insured must do nothing equipment when you and after a loss to impair our rights. At our re- such person(s) or organiza- quest, the insured will bring "suit" ortrans- tion(s) have agreed per Par- fer those rights to us and help us enforce agraph 8.a.(1) of this en - those rights. dorsement to provide insur- 8. Automatic Additional Insured - Speci- ante. Such person(s) or or- ganization(s) are insureds only with respect to liability a. The following is added to Section II - for "bodily injury', "property Who is an Insured: damage" or "personal and advertising injury' caused, in (1) Any person(s) or organization(s) whole or in part, by your described in Paragraph 8.a.(2) of maintenance, operation or this endorsement (hereinafter re- use of equipment leased to ferred to as additional insured) you by such person(s) or or - whom you are required to add as ganization(s). A person's or an additional insured under this organization's status as an Coverage Part by reason of a additional insured under this written contract, written agree- endorsement ends when ment, written permit or written their contract or agreement authorization. with you for such leased (2) Only the following persons or or- equipment ends. However, this insurance does not ap- ganizations are additional in- ply to any occurrence" sureds under this endorsement, which takes place after the and insurance coverage provided equipment lease expires. to such additional insureds is lim- ited as provided herein: (c) Vendors (a) Managers or Lessors of Any person or organization Premises (referred to below as ven- The manager or lessor of a dor) with whom you have agreed per Paragraph premises leased to you with 8.a.(1) of this endorsement whom you have agreed per to provide insurance, but on- Paragraph 8.a.(1) of this en- ly with respect to "bodily in- dorsement to provide incur- jury" or "property damage" Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission_ Page 11 of 17 arising out of "your products" or sale of the which are distributed or sold products; in the regular course of the 6) Demonstration, in - vendor's business, subject vendor's stall servicing to the following additional exclusions: or repair opera- re tions, except such (i) The insurance afforded operations per - the vendor does not formed at the ven- apply b: dor's premises in connection with the 1) "Bodily injury' or sale of the product; "property damage" for which the ven- 7) Products which, af- dor is obligated to ter distribution or pay damages by sale by you, have reason of the as- been labeled or re- sumption of liability labeled or used as in a contract or a container, part or agreement. This ingredient of any exclusion does not other thing or sub - apply to liability for stance by or for the damages that the vendor; or vendor would have $} , "Bodily injury' or in the absence of "property damage" the contract or arising out of the agreement; sole negligence of 2) Any express war- the vendor for its ranty unauthorized own acts or omis- by you; sions or those of its employees or 3) Any physical or anyone else acting chemical change in on its behalf. How - the product made ever, this exclusion intentionally by the does not apply to: vendor; The excep- 4 Repackaging,a) ex- tons contained cept when un- in Paragraphs packed solely for (c) (i) 4) or 6) the purpose of in- of this en- spection, demon- dorsement; or stration, testing, or the substitution of b) Such inspec- parts under in- tons, acJjust- structions from the ments, tests or manufacturer, and servicing as then repackaged in the vendor has the original con- agreed to tainer; make or nor- mally under- 5) Any failure to make takes to make such inspections, in the usual adjustments, tests course of or servicing as the business, in vendor has agreed connection to make or normal- with the distri- ly undertakes to bution or sale make in the usual of the prod - course of busi- ucts. ness, in connection with the distribution Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 12 of 17 GA 233 TX 09 17 (ii) This insurance does not (iiQ The ownership, mainte- apply to any insured nance or use of any el - person or organization: evators covered by this insurance. 1) From whom you have acquired (e) Mortgagee, Assignee or such products, or Receiver any ingredient, part or container, en ter- Any person or organization ing into, accomte - with whom you have agreed Hying or containing per Paragraph 8.a.(1) of this such products; or endorsement to provide in- surance, but only with re- 2) When liability in- spect to their liability as cluded within the mortgagee, assignee, or re- "products- ceiver and arising out of the completed opera- ownership, maintenance, or tions hazard" has use of the premises by you. been excluded un- However, this insurance der this Coverage does not apply to structural Part with respect to alterations, new construction such products. and demolition operations performed by or for that per- d State or Governmental () son or organization. Agency or Subdivision or Political Subdivision - (3) The insurance afforded to addi- Permits or Authorizations tional insureds described in Par - Relating to Premises agraph 8.a.(1) of this endorse- ment: Any state or governmental agency or subdivision or po- (a) Only applies to the extent litical subdivision with which permitted by law; and you have agreed per Para- (b) Will not be broader than that graph 8.a.in en- (1) of this en- dorsement (1 provide which you are required by ante, subject to the follow -the written contract, written ing additional provision: agreement, written permit or written authorization to pro - This insurance applies only vide for such additional in - with respect to the following sured; and hazards for which the state (c) Does not apply to any per - or governmental agency or son, organization, vendor, subdivision or political sub- division has issued a permit state, governmental agency or authorization in connec- or subdivision or political tion with premises you own, subdivision, specifically rent or control and to which named as an additional in - this insurance applies: sured under any other provi- sion of, or endorsement (i) The existence, mainte- added to, this Coverage nance, repair, construc- Part, provided such other tion, erection or removal provision or endorsement of advertising signs, covers the injury or damage awnings, canopies, cel- for which this insurance ap- lar entrances, coal plies. holes, driveways, man- holes, marquees, hoist b. With respect to the insurance afford - away openings, side- ed to the additional insureds de - walk vaults, street ban- scribed in Paragraph 8.a.(1) of this wars or decorations and endorsement, the following is added similar exposures; or to Section III -Limits of Insurance: (ii) The construction, erec- The most we will pay on behalf of the tion or removal of eleva- additional insured is the amount of in - tors; or surance: Includes copyrighted material of Insurance Services Office, inc., with its permission. Page 13 of 17 (1) Required by the written contract, 9. Property Damage to Borrowed Equip - written agreement, written permit ment or written authorization described a. The following is added to Exclusion Paragraph S.a.(1) of this en- in Par in 2.j. Damage to Property under Sec- ent; or tion I - Coverage A - Bodily Injury (2) Available under the applicable and Property Damage Liability; Limits of Insurance shown in the Paragraphs (3) and (4) of this exclu- Declarations; sion do not apply to tools or equip - whichever is less. ment loaned to you, provided they are not being used to perform operations This endorsement shall not increase at the time of loss. the applicable Limits of Insurance shown in the Declarations. b. With respect to the insurance provid- ed by this section of the endorse- e. Section IV - Commercial General ment, the following additional provi- Liability Conditions is amended to sions apply: include the following: (1) The Limits of Insurance shown in Automatic Additional Insured Pro- the Declarations are replaced by vision the limits designated in Section This insurance applies only if the "property B. Limits of Insurance, 9. Property Damage to Borrowed "bodily injury" or damage" "personal Equipment of this endorsement occurs, or the and advertis- with respect to coverage provid- ing injury' offense is committed: ed by this endorsement. These (1) During the policy period; and limits are inclusive of and not in addition to the limits being re- (2) Subsequent to your execution of placed. The Limits of Insurance the written contract or written shown in Section B. Limits of agreement, or the issuance of a Insurance, 9. Property Damage written permit or written authori- to Borrowed Equipment of this zation, described in Paragraph endorsement fix the most we will 8.a.(1). pay in any one "occurrence" re- d. Section IV - Commercial General gardless of the number of: Liability Conditions is amended as (a) Insureds; follows: (b) Claims made or "suits" Condition 5. Other Insurance is brought; or amended to include: (c) Persons or organizations Primary and Noncontributory Ina making claims or bringing surance "suits". This insurance is primary to and will (2) Deductible Clause not seek contribution from any other insurance available to an additional (a) Our obligation to pay dam - insured per Paragraph 8.a.(1) of this ages on your behalf applies endorsement provided that: only to the amount of dam- ages for each "occurrence" (1) The additional insured is a which are in excess of the Named Insured under such other Deductible Amount stated in insurance; and Section B. Limits of Insur- (2) You have agreed in writing in a ance, 9. Property Damage to Borrowed Equipment of contract, agreement, permit or authorization described in 8.a.(2) this endorsement. The limits of this endorsement that this in- of insurance will not be re- surance would be primary and duced by the application of would not seek contribution from such deductible amount. any other insurance available to (b) Section IV - Commercial the additional insured. General Liability Condi- tions, 2. Duties in the Event of Occurrence, of - Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 14 of 17 fense, Claim or Suit, ap- plies to each claim or "suit" irrespective of the amount. (c) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon no- tification of the action taken, you shall promptly reim- burse us for such part of the deductible amount as has been paid by us. 10. Employees as Insureds ., Specified Health Care Services and Good Samar- itan Services Paragraph 2.a.(1)(d) under Section it Who is an Insured does not apply to: a. Your "employees" who provide pro- fessional health care services on your behalf as a duly licensed nurse, emergency medical technician or paramedic in the jurisdiction where an "occurrence" or offense to which this insurance applies takes place; or b. Your "employees" or "volunteer work- ers", other than an employed or vol- unteer doctor, providing first aid or good samaritan services during their work hours for you will be deemed to be acting within the scope of their employment by you or performing du- ties related to the conduct of your business. 11. Broadened Notice of Occurrence Paragraph a. of Condition 2. Duties in the Event of Occurrence, Offense, Claim or Suit under Section IV - Commercial General Liability Conditions is replaced by the following: a. You must see to it that we are notified as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, no- tice should include: (1) How, when and where the "oc- currence" or offense took place; (2) The names and addresses of any injured persons and wit- nesses; and (3) The nature and location of any ir>jury or damage arising out of the "occurrence" or offense. This requirement applies only when the "occurrence" or offense is known to an "authorized representative". 12. Nonowned Aircraft The following is added to Exclusion 2.g. Aircraft, Auto or Watercraft under Sec- tion I - Coverage A - Bodily injury and Property Damage Liability: This exclusion does not apply to an air- craft you do not own, provided that: a. The pilot in command holds a current effective certificate, issued by a duly constituted authority of the United States of America or Canada, desig- nating that person as a commercial or airline transport pilot; b. The aircraft is rented with a trained, paid crew; and c. The aircraft does not transport per- sons or cargo for a charge. 13. Bodily Injury Redefined Section V - Definitions, 4. "Bodily injury' is replaced by the following: 4. "Bodily injury' means bodily harm or injury, sickness, disease, disability, humiliation, shock, fright, mental an- guish or mental injury, including care, loss of services or death resulting from any of these at any time. 14. Expected or Intended Injury Redefined The last sentence of Exclusion 2.a. Ex- pected or intended Injury under Section - Coverage A - Bodily Injury and Property Damage Liability is replaced by the following: This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect per- sons or property. 15. Former Employees as Insureds The following is added to Paragraph 2. under Section II -Who is an Insured: 2. Each of the following is also an in- sured: Any of your former "employees", di- rectors, managers, members, part- ners or "executive officers", including but not limited to retired, disabled or those on leave of absence, but only for acts within the scope of their em- ployment by you or for duties related to the conduct of your business. Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 15 of 17 16. Voluntary Property Damage Coverage a. Coverage D - Voluntary Property Damage Coverage Section I - Coverages is amended to include the following: (1) Insuring Agreement GA 233 TX 09 17 (a) We will pay the cost to re- pair or replace "property damage" to property of oth- ers arising out of operations incidental to your business when: 1) Damage is caused by you; or 2) Damage occurs while in your possession. At your written request, we will make this payment re- gardless of whether you are at fault for the "property damage". If you, at our request, re- place, or make any repairs to, damaged property of others, the amount we will pay under Voluntary Prop- erty Damage Coverage will be determined by your actu- al cost to replace or repair the damaged property, ex- cluding any profit or over- head. Any payment we make un- der Voluntary Property Damage Coverage shall not be interpreted as an admis- sion of liability by you or by us. It shall be your duty, not our duty, to defend any claim or "suit' to which this insurance applies. No other obligation or liabil- ity to pay sums or perform ads or services is covered. (b) This insurance applies to "property damage" only if 1) The "property damage" takes place in the "cov- erage territory'; and (2) Exclusions This insurance does not apply to "property damage" that would be excluded by Coverage A - Bodi- ly Injury and Property Damage Liability, 2. Exclusions, except for j. Damage to Property, par- agraphs (3), (4), (5) and (6), k. Damage to Your Product, and I. Damage to Your Work. (3) Definitions For purposes of Voluntary Property Damage Coverage only, the following definitions un- der Section V - Definitions are replaced by the following: 16. "Occurrence" means an in- cident, including continuous or repeated exposure to substantially the same gen- eral harmful conditions that result in "property damage". 20. "Property damage" means physical injury to tangible property. "Electronic data" is not tangible property, and "property damage" does not include disappearance, ab- straction or theft. b. Care, Custody or Control Liability Coverage For purposes of the coverage provid- ed by Care, Custody or Control Li- ability Coverage in this endorsement only: (1) Section I - Coverage A - Bodily Injury and Property Damage Liability, 2. Exclusions, j. Damage to Property, Subpara- graphs (3), (4) and (5) do not ap- ply to "property damage" to the property of others described therein. (2) It shall be your duty, not our duty, to defend any claim or "suit" to which this insurance applies. No other obligation or liability to pay sums or perform acts or ser- vices is covered. This Paragraph (2) supersedes any provision in the Coverage Partto the contrary. 2) The "property damage" occurs during the policy (3) "Property damage" for which period. Care, Custody or Control Lia•, Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 16 of 17 bility Coverage provides cover- (3) The Voluntary Property Dam- age shall be deemed to be age Coverage, Aggregate Limit caused by an 'occurrence" but of Insurance is the most we will shall not serve to limit or restrict pay for the sum of all damages the applicability of any exclusion under Voluntary Property for "property damage" under this Damage Coverage. This limit Coverage Part, applies separately to each "cov- erage term". c. Limits of Insurance and Deducti- bles (4) Deductible Clause For purposes of the coverage provid- (a) Our obligation to pay dam- ed by Voluntary Property Damage ages on your behalf applies Coverage and Care, Custody or only to the amount of dam - Control Liability Coverage, Section ages for each "occurrence" III - Limits of Insurance is amended which are in excess of the to include the following: Deductible Amount stated for the applicable coverage 1 The Limits of Insurance shown in O in the Schedule. The limits the Declarations are replaced by of insurance will not be re - the limits designated in Section duced by the application of B. Limits of Insurance, 16. such Deductible Amount. Voluntary Property Damage Coverage and Care, Custody (b) Section IV - Commercial or Control Liability Coverage, General Liability Condi- in this endorsement. These limits tions, 2. Duties in the are inclusive of, and not in addi- Event of Occurrence, of- tion to, the limits being replaced. fense, Claim or Suit, ap- The Limits of Insurance shown in plies to each claim or "suit" the Schedule fix the most we will irrespective of the amount. pay regardless of the number of: (c) We may pay any part or all (a) Insureds; of the Deductible Amount to effect settlement of any b Claims made or "suits" ( ) "i claim or "suit" and, upon no - brought; or tifcation of the action taken, (c) Persons or organizations you shall promptly reim- making claims or bringing burse us for such part of the "suits". Deductible Amount as has been paid by us. (2) (a) Subject to (3) below, the Voluntary Property Dam- 17. Broadened Contractual Liability -Work age Coverage, Each Occur- Within 60' of Railroad Properly rence Limit Of Insurance is Section V-Definitions, 12. "Insured con - the most we will pay for the tract" is amended as follows: sum of damages under Vol- untary Property Damage a. Paragraph c. is replaced by the fol- Coverage; lowing: (b) The Care, Custody or Con- c. Any easement or license agree- trol Liability Coverage, ment; Each Occurrence Limit Of Insurance is the most we will b. Paragraph f.(1) is deleted in its entire - pay for the sum of damages ty. under Care, Custody or 18. Alienated Premises Control Liability Coverage; Exclusion 2 j. Damage to Property, broe damage" because of all "property p g Paragraph (2) under Section I - Cover - arising out of any one "occur- age A - Bodily Injury and Property rence". Damage Liability does not apply if the premises are 'your work". Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 17 of 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO XO+® (EXPANDED COVERAGE PLUS) ENDORSEMENT This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. A. Blanket Waiver of Subrogation SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", provid- ed the "bodily injury" or "property damage" oc- curs subsequent to the execution or the "in- sured contract". B. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 5. Other In- surance c. is replaced by the following: c. Regardless of the provisions of Par- agraph a. above, this Coverage Form's Liability Coverage is primary and we will not seek contribution from any other insurance for any lia- bility assumed under an "insured contract" that requires liability to be assumed on a primary noncontributo- ry basis. C. Additional Insured by Contract SECTION II - LIABILITY COVERAGE, A. Coverage, I. Who is an Insured is amended to include as an insured any person or organi- zation with which you have agreed in a valid written contract to provide insurance as is af- forded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been: 1. Executed prior to the accident causing "bodily injury" or "property damage"; and 2. Is still in force at the time of the "accident" causing "bodily injury" or "property dam- age". D. Employee Hired Auto 1. Changes in Liability Coverage The following is added to the Section II - Liability Coverage, A. Coverage, 1. Who is an Insured: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes in General Conditions SECTION IV - BUSINESS AUTO CON- DITIONS, B. General Conditions, 5. Other Insurance is amended by replac- ing Paragraph 5.b. with the following: b. For Hired Auto Physical Damage Coverage the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "em- ployee's" name, with your per- mission, while performing duties related to the conduct of your business. Includes copyrighted material of ISO AA 288 01 16 Properties, Inc., with its permission. Page 1 of 4 However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. Audio, Visual and Data Electronic Equip- ment SECTION III - PHYSICAL DAMAGE COW ERAGE, C. Limit of Insurance is amended by adding the following: 4. The most we will pay for all "loss" to au- dio, visual or data electronic equipment and any accessories used with this equipment as a result of any one "acci- dent" is the lesser of: a. The actual cash value of the dam- aged or stolen property as of the time of the "accident"; b. The cost of repairing or replacing the damaged or stolen property with oth- er property of like kind and quality, or c. $2,500, Provided the equipment, at the time of the "loss" is: a. Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; b. Removable from a permanently in- stalled housing unit as described in Paragraph 2.a. above; or c. An integral part of such equipment. F. Who is an Insured - Amended SECTION If - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured is amended by adding the following: The following are "insureds": 1. Any subsidiary which is a legally incorpo- rated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of this cover- age form. However, the insurance afforded by this provision does not apply to any subsidiary that is an "insured" under any other au- tomobile liability policy, or would be an "insured" under such policy but for termi- nation of such policy or the exhaustion of such policy's limits of insurance. 2. Any organization that is newly acquired or formed by you and over which you main- tain majority ownership. The insurance provided by this provision: a. Is effective on the date of acquisition or formation, and is afforded for 180 days after such date; b. Does not apply to "bodily injury" or "property damage" resulting from an "accident" that occurred before you acquired or formed the organization; c. Does not apply to any newly acquired or formed organization that is a joint venture or partnership; and d. Does not apply to an insured under any other automobile liability policy, or would be an insured under such a policy but for the termination of such policy or the exhaustion of such poli- cy's limits of insurance. 3. Any of your "employees" while using a covered "auto" in your business or your personal affairs, provided you do not own, hire or borrow that "auto". G. Liability Coverage Extensions - Supple- mentary Payments - Higher Limits SECTION 11 - LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Sup- plementary Payments is amended by: 1. Replacing the $2,000 Limit of Insurance for bail bonds with $4,000 in (2); and 2. Replacing the $250 Limit of Insurance for reasonable expenses with $500 in (4). H. Amended Fellow Employee Exclusion SECTION II - LIABILITY COVERAGE, B. Ex- clusions, 5. Fellow Employee is modified as follows: Exclusion 5. Fellow Employee is deleted. 1. Hired Auto - Physical Damage If hired "autos" are covered "autos" for Liability Coverage, then Comprehensive and Collision Physical Damage Coverages as provided un- der SECTION III - PHYSICAL DAMAGE COVERAGE of this Coverage Part are ex- tended to "autos" you hire, subject to the fol- lowing: 1. The most we will pay for "loss" to any hired "auto" is $50,000 or the actual cash value or cost to repair or replace, which- ever is the least, minus a deductible. 2. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage, or $1,000, whichever is less. 3. Hired Auto - Physical Damage coverage is excess over any other collectible insur- ance. Includes copyrighted material of ISO AA 288 01 16 Properties, Inc., with its permission. Page 2 of 4 4. Subject to the above limit, deductible, and excess provisions we will provide cover- age equal to the broadest coverage appli- cable to any covered "auto" you own in- sured under this policy. Coverage includes loss of use of that hired au- to, provided it results from an "accident" for which you are legally liable and as a result of which a monetary loss is sustained by the leasing or rental concern. The most we will pay for any one "accident" is $3,000. If a limit for Hired Auto - Physical Damage is shown in the Schedule, then that limit replac- es, and is not added to, the $50,000 limit indi- cated above. J. Rental Reimbursement K. Transportation Expense - Higher Limits SECTION III - PHYSICAL DAMAGE COV- ERAGE, A. Coverage, 4. Coverage Exten- sions is amended by replacing $20 per day with $50 per day, and $600 maximum with $1,500 maximum in Extension a. Transpor- tation Expenses. L. Airbag Coverage SECTION III - PHYSICAL DAMAGE COV- ERAGE, B. Exclusions, 3.a. is amended by adding the following: However, the mechanical and electrical breakdown portion of this exclusion does not apply to the accidental discharge of an airbag. This coverage for airbags is excess over any other collectible insurance or warranty. SECTION III - PHYSICAL DAMAGE is amended by adding the following: M. Loan or Lease Gap Coverage 1. We will pay for rental reimbursement ex- 1. SECTION III - PHYSICAL DAMAGE penses incurred by you for the rental of COVERAGE, C. Limit of Insurance is an "auto" because of a "loss" to a covered deleted in its entirety and replaced by the "auto". Payment applies in addition to the following, but only for private passenger otherwise applicable amount of each cov- type "autos" with an original loan or lease, erage you have on a covered "auto". No and only in the event of a "total loss" to deductible applies to this coverage. such a private passenger type "auto": 2. We will pay only for those expenses in- a. The most we will pay for "loss" in any curred during the policy period beginning one "accident" is the greater of: 24 hours after the "loss" and ending, re- (1) The amount due under the terms gardless of the policy's expiration, with of the lease or loan to which the lesser of the following number of your covered private passenger days: type "auto" is subject, but will not a. The number of days reasonably re- include: quired to repair the covered "auto". If (a) Overdue lease or loan pay - "loss" is caused by theft, this number ments; of days is added to the number of days it takes to locate the covered (b) Financial penalties imposed "auto" and return it to you; or under the lease due to high b. 30 days. y mileage, excessive use or abnormal wear and tear; 3. Our payment is limited to the lesser of the (c) Security deposits not re - following amounts: funded by the lessor; a. Necessary and actual expenses in- (d) Costs for extended warran- curred; or ties, Credit Life Insurance, b. $50 per day. Health, Accident or Disabil- ity Insurance purchased 4. This coverage does not apply while there with the loan or lease; and are spare or reserve "autos" available to (e) Carry-over balances from you for your operations. previous loans or leases, or S. We will pay under this coverage only that amount of your rental reimbursement ex- (2) Actual cash value of the stolen penses which is not already provided for or damaged property. under SECTION III - PHYSICAL DAM- b. An adjustment for depreciation and AGE COVERAGE, A. Coverage, 4, physical condition will be made in de - Coverage Extensions. termining actual cash value at the time of "loss". Includes copyrighted material of ISO AA 288 01 16 Properties, Inc., with its permission. Page 3 of 4 2. SECTION V - DEFINITIONS is amended by adding the following, but only for the purposes of this Loan or Lease Gap Coverage: "Total loss" means a "loss" in which the cost of repairs plus the salvage value ex- ceeds the actual cash value. N. Glass Repair - Waiver of Deductible SECTION III - PHYSICAL DAMAGE COV- ERAGE, D. Deductible is amended by adding the following: No deductible applies to glass damage if the glass is repaired in a manner acceptable to us rather than replaced. O. Duties in the Event of an Accident, Claim, Suit or Loss - Amended SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss, a. is amended by adding the following: This condition applies only when the "acci- dent" or "loss" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. An executive officer or insurance manag- er, if you are a corporation; or 4. A member or manager, if you are a lim- ited liability company. P. Unintentional Failure to Disclose Hazards SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 2. Conceal- ment, Misrepresentation or Fraud is amended by adding the following: However, if you unintentionally fail to disclose any hazards existing on the effective date of this Coverage Form, we will not deny cover- age under this Coverage Form because of such failure. Q. Mental Anguish Resulting from Bodily inju- ry SECTION V - DEFINITIONS, C. "Bodily inju- ry" is deleted in its entirety and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including men- tal anguish and death sustained by the same person that results from such bodily injury, sickness or disease. "Bodily injury" does not include mental anguish or death that does not result from bodily injury, sickness or disease. R. Coverage for Certain Operations in Con- nection with Railroads With respect to the use of a covered "auto" in operations for or affecting a railroad: 1. Section V - Definitions, H. "Insured con- tract", 1.c, is amended to read: c. An easement or license agreement; 2. Section V - Definitions, H. "Insured con- tract", 2.a. is deleted. Includes copyrighted material of ISO AA 288 01 16 Properties, Inc., with its permission. Page 4 of 4 Texasmutug WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC420304B Insured copy 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 3.A. 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 where 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. O 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: ALL TEXAS OPERATIONS 3. Premium. - The premium charge for this endorsement shall be 2.00 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: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 10/31/20 at 12:01 a.m. standard time, forms a part of: Policy no. 0001217566 of Texas Mutual Insurance Company effective on 10/31/20 Issued to: LANSFORD COMPANY INC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 ia77120 WC420304B STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the 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 Article 5 -- Bonds and Insurance.................................................................... 5.01 Licensed Sureties and Insurers .................................................. 5.02 Performance, Payment, and Maintenance Bonds ...................... 5.03 Certificates of Insurance............................................................ 5.04 Contractor's Insurance............................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace.......... Article 6 — Contractor's Responsibilities....................................................... 6.01 Supervision and Superintendence .............................................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Mamh9,2020 .....16 ...........................................16 ..........................................16 ..........................................16 ...........................................18 ..........................................19 .................................I........19 ..........................................19 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee.......................................................................... 32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 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 ResponsibiIities.......................................................................................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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11,02 Allowances..................................................................................................... ................... 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays....................................................................................................... .............................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13,01 Notice of Defects........................................................................................................................48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work........................................................................ ............................. 49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14,07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 -- Suspension of Work and Termination ...... 15.01 City May Suspend Work ........................... 15.02 City May Terminate for Cause ................. 15.03 City May Terminate For Convenience ..... Article 16 - Dispute Resolution .................................. 16.01 Methods and Procedures ......................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Meech 9, 2020 ................................................................I........... 57 ............................................................................ 57 ............................................................................ 58 ............................................................................ 60 ........................................................................ 61 ........................................................................ 61 Article 17 —Miscellaneous ................. I................. 17.01 Giving Notice ................................... 17.02 Computation of Times ..................... 17.03 Cumulative Remedies ...................... 17.04 Survival of Obligations .................... 17.05 Headings ........................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 .62 ......................... .1,................. 62 ........................................................... 62 ................................... 62 ....................................................................................... 63 ........................................................................................ 63 007200-1 GENERAL CONDITIONS Page 1 of 63 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. 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. S. 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. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmuh 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney -- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. lb. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents --Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamb 9, 2020 007200- I GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation --- The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development -- The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order --- A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mph 9, 2020 007200-1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition ---The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Much 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion_ of the Work will be judged. 57, Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of ValuesL--A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 66. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or ,Subcontractor. 67. Underground Facilitiesm—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not Iimited 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. 68 Unit Price Work —See Paragraph 11.03 of these General Conditions for defmition. 69. 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. 70. 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. 71. 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 1.023 through h are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; March 9,2020 00 72 00 - I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to ran on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maech 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: N bxh9,2020 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 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: 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 Proj ect or any other proj ect without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page I i of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; ,SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUC17ION SPECIFICATION DOCUMENTS Revision: Mawh9, 2020 007200-1 GENERAL CONDITIONS Page 12 of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 13 of63 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 Sid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whoa Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maaznh 9, 2020 0072Of) -1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions, 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attomey-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of -Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: klmuh 9, 2020 007200-1 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. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000,00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 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 make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's -Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200- 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 0132 16. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without. compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-I GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. 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 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9,2020 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 famish 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 famish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash 9, 2020 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. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9,2020 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 1 lth 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmuh 9,2020 00 72 00 -- 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. hU://www.window.state.tx.us/taxinfo/taxforms/93-forms.htmt 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 easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maroh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safely 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICA'ITON DOCUMENTS Revision: Mairh 9, 2020 007200-1 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 other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material ,safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof: If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 &C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUC'ITON SPECIFICATION DOCUMENTS Revision; March9,2020 007200- l GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review. 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mateh 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.1 S.C. 6,23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination: ARTICLE 8 -- CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Nlmh9, 2020 007200-I GENERAL CONDITIONS Page 38 of63 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 Determinationsfor 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 OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maeuh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 00 72 00 - I 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: Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim, or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match%2020 007200-i GENERAL 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 Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0 LB, and shall include but not be limited to the following items: 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 fall time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mo=h 9, 2020 007200-I GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then 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. S. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ 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 WORTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded- The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00. 1 GENERAL CONDITIONS Page 444 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2, there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Much 9,2020 00 72 00 - I 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. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marci9,2020 00 72 00 - I 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 12.013.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.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 12.0i.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION -DOCUMENTS Revision: March 9, 2020 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 11.0l.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%; no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and I1.0l.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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 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 Vests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-I 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. 1f 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: l . repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9,2020 00 72 00 - 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 sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review ofApplications: City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - I GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. F. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach 9, 2020 00 72 00 - I 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 STANDARD CONSTRUCTION SPECIFICATION DOCUNMNTS Revision: Mash 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments 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. 14.09 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: N1mvh9,2020 007200-a GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Rlmh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminatefor 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 #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. l . If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 007200-I 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. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECJTTCATION DOCUMLNTS Revision: Mach 9,2020 00 72 00 - ] GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Revision: March 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Macch9,2020 00 72 00 - 1 GENERAL. CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. if the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9,2020 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Ohligations 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Much 9,2020 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page I of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION None None None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line Iocations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 The fell O�A4ng is list of: utilities Effid/er obstnaetieos that ha-vo not been > adjusted, as -Of None None 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 The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: 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: Garver, LLC. (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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 4, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5.04D., "Contractor's Insurance" 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: 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. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 02518 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 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 2 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: Buzzsaw location, resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW Horizontal Wage Rate Table pdf A copy of the table is also available by accessing the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Electrical 2. Plumbing 3. Water and Sewer 4. Grading permit S. contractor is required to obtain all necessary permits to construct project including but not limited to the ones mentioned here CITY OF FORT WORTH Milli Unit Box Hangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or Iicenses required by the Contract to be acquired by the City: Commercial Buildingpermit. i contractor is required to obtain all necessary permits to construct project including but not limited to the ones mentioned here SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of Outstanding Permits and/or Licenses to Be Acquired OWNER PBRMTT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None None None SC-8.01, "Communications to Contractor" Contractor to RPR to FOR to Spinks SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Vladimir Stevanovic, PE, or his/her successor pursuant to written notification from the Director of Garver, LLC. SC-13.03C., "Tests and Inspections" As required per plans and specs. SC-16.01C.1, "Methods and Procedures" None. END OF SECTION Revision Log CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02578 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page G of 6 DATE NAME SUMMARY OF CHANGE SC-9.01., "City's Project Representative" wording changed to City's Project 1/22/2016 F. Griffin Manager. 5C-6.07, Updated the link such that files can be accessed via the City's 3/9/2020 D.V. Magana website. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 CITY OF FORT WORTH Did Documents Package Folder Contents Checklist ORT WORT , Included Item Item (Yes, No Comments & Initials No. or NIA) 1 00 11 13 invitation to Bidders.doc 0041 00 00 43 13 00 42 43 0043 2 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 3 00 45 1 I —Bidders Prequalifications.doc 4 00 45 13_Bidders Qualification Application.xls 5 00 45 26_Contractor Compliance with Workers Compensation Law.doc Complete Specifications and Contract 6 Document in pdf form (Referenced Specifications in Construction Specifications Folder) 7 Complete Plan Set in pdf form Request project Buzzsaw Folder from 8 IT for Advertisement and request public URL Confirm AutoCAD files (dwfl dxf files) of 9 the construction plan sheets are in the Final Drawings folder 10 Plan Holder Registration 11 Plan Holder List and Pre -Bid Mtg Sign -in Sheet This Document — filled out by the PM 12 confirming all items have been uploaded Rev: 611712019 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12,86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 3010 Gaylord Parkway Suite 190 Frisco, TX 75034 TEL 972.377.7480 FAX 972.377.8380 www.GarverUSA.com September 4, 2020 Addendum No. 1 To Plans, Contract Documents and Specifications Spinks Airport — Multi -Unit Hangar and Hangar Access Taxilanes City Project No. 02518 This addendum shall be a part of the Plans, Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans, Contract Documents and Specifications with which it might conflict. Acknowledgement of receipt of this Addendum must be provided on the proposal form in the Contract Documents. Modifications to the Specification: 1. Insert attached Pre -Bid Meeting Minutes, and Sign -in Sheet before Technical Specifications. 2. Remove "00 42 43 Proposal Form" in its entirety and replaced with attached "00 42 43 Proposal Form —Addendum No. 1" — Use Bid Proposal Workbook —Addendum 1.xls a. Updated bidlist table to meet the specs. 3. Remove "H-1 Hangar Meta[ Building System and Foundation" in its entirety and replace with "H-1 Hangar Metal Building System and Foundation —Addendum No.1". a. Revised Exterior walls from 29 GA Galvalume to 26 GA Galvalume. b. Revised Interior Partitions from 29 GA Galvalume to 26 GA Galvalume c. Revised bi-fold doors to utilize either cable or strap lifting type system. Added min. of 5- year warranty on manufacturer to preform final inspection before job is completed. Modifications to the Plans: 1. Remove "2 - Summary of Quantities 1 Index of Sheets" in its entirety and replace with the attached "2 - Summary of Quantities 1 Index of Sheets —Addendum No.1" a. Revised description for items 2.04 and item A1.04. 2. Remove "3 - General Notes" and replace with the attached "3 - General Notes — Addendum No.1 ". a. Revised General note No. 11. 3. Add new sheet "4A -- General Notes" after sheet 4. a. Added additional General notes for the project". 4. Remove "8 —10-Unit Box Hangar (Base Bid)" and replace with the attached "8 —10-Unit Box Hangar (Base Bid) —Addendum No.1" a. Revised wording "by other" to "by contractor". 5. Remove "9 —12-Unit Box Hangar (Base Bid)" and replace with the attached "9 —12-Unit Box Hangar (Base Bid) — Addendum No.1 ". a. Revised wording "by other" to "by contractor". Page 1 of 3 September 4, 2020 Addendum No.1 6. Remove "M-001 Mechanical General Notes" and replace with the attached "M-001 Mechanical General Notes -Addendum No.1" a. Revised project name on the Titleblock. 7. Remove "M-101 Mechanical Details" and replace with the attached "M-101 Mechanical Details -Addendum No.1" a. Revised project name on the Titleblock. 8. Remove "M-501 Mechanical Details" and replace with the attached "M-501 Mechanical Details -Addendum No.1" a. Revised project name on the Titleblock. 9. Remove "M-601 Mechanical Schedules" and replace with the attached "M-601 Mechanical Schedules -Addendum No.1" a. Revised project name on the Titleblock. 10. Remove "M-602 Mechanical Specifications" and replace with the attached "M-602 Mechanical Specifications -Addendum No.1" a. Revised project name on the Titleblock. 11. Remove "E-4.1 Proposed Multi -Unit Box Hangar Electrical Site Plan" and replace with the attached "E-4.1 Proposed Multi -Unit Box Hangar Electrical Site Plan - Addendum No.1" a. Added general notes regarding Oncor utility. 12. Remove "E-4.2 Proposed Multi -Unit Box Hangar Electrical Floor Plan" and replace with the attached "E-4.2 Proposed Multi -Unit Box Hangar Electrical Floor Plan -Addendum No.1" a. Added duplex receptacles inside maintenance hangar bay b. Added new panelboard 'LM1' c. Revised general notes. d. Revised how exterior lighting are circuited. 13. Remove "E-6.1 Electrical Details 1" and replace with the attached "E-6.1 Electrical Details - Addendum No.1" a. Added a note to Static Grounding receptacle detail 1. 14. Remove "E-6.3 Electrical Details III" and replace with the attached "E-6.3 Electrical Details III -Addendum No.1" a. Revised panel schedule. b. Revised Electrical plan for bathroom, revised circuiting to panel TM1'. c. Added breaker and meter cabinet for `Hangar Maintenance' panel. By: Vladimir Stevanovic, PE Separate Attachment: Bid Proposal Workbook -Addendum No.1.xls Attachments: Pre -Bid Meeting Minutes, and Sign -in Sheet 00 42 43 Proposal Form - Addendum 1 H-1 Hangar Metal Building System and Foundation - Addendum No.1 2 - Summary of Quantities 1 Index of Sheets -Addendum No.1" 3 - General Notes -Addendum No.1 4A - General Notes 8 -1 O-Unit Box Hangar (Base Bid) -Addendum No.1 9-12-Unit Box Hangar (Base Bid) -Addendum No.1 M-001 Mechanical General Notes -Addendum No.1 09/04/20 Page 2 of 3 September 4, 2020 Addendum No.1 M-101 Mechanical Details —Addendum No.1 M-501 Mechanical Details —Addendum No.1 M-601 Mechanical Schedules —Addendum No.1 M-602 Mechanical Specifications — Addendum No.1 E-4.1 Proposed Multi -Unit Box Hangar Electrical Site Plan —Addendum No.1 E-4.2 Proposed Multi -Unit Box Hangar Electrical Floor Plan —Addendum No.1 E-6.1 Electrical Details —Addendum No.1 E-6.3 Electrical Details Ill —Addendum No.1 Page 3of3 3010 Gaylord Parkway Suite 190 Frisco, TX 75034 TEL 972.377,3480 www.GarverUSA.com MEETING MINUTES To: Attendees From: Brandon Beville, PE & Vladimir Stevanovic Date: September 3, 2020 RE: Fort Worth Spinks Airport Multi -Unit Box Hangar and Hangar Access Taxilanes - Pre -Bid Meeting Copies To: Attendees On Friday, August 28, 2020 at 10:00 am, a Pre -Bid meeting was held online using Microsoft Teams Meeting regarding the Multi -Unit Box Hangar and Hangar Access Taxilanes project. The following items were discussed: 1. Introductions & Roles: Spanks Airpart _ Assistant Aviation Systems Director: Joe Hammond Airport Project Coordinator: Tyler Dale Engin$er (Garver) _ _Project Manager: Brandon Beville, PE Engineer arver) Project Manager: Vladimir Stevanovic, PE 2. Bidding Procedures a) Sealed bids need to be addressed and delivered to City of Fort Worth, Purchasing Division 200 Texas Street, Fort Worth, Texas 76102. Bids will be received until 1:30 PM CST on Thursday, September 17, 2020, then publicly opened and read at 2:00 PM CST on the same day. Any bid received after closing time will be returned unopened. i. The public is not allowed to attend the bid opening due to Coronavirus safety measures. Bidders can stream the bid opening live via the City's website. Refer to the Invitation to Bidders in the bid documents for more information. b) Technical questions concerning the plans or specifications should be directed to Vladimir Stevanovic, P.E. at 972-821-7516. c) Deadline for questions is 2:00pm on Monday, September 14, 2020. d) Bidder Qualifications e) Instructions to Bidders f) MBE goal is 7% g) SBE goal is 0% h) Bid Proposal i. Contract Time: 160 Calendar Days ii. $750 Liquidated Damages per calendar day iii. Bidders must bid on the project in it's entirety including the base bid and all additive alternates. 3. Construction Plans a) Project Layout, Staging Areas, Haul Routes, and Access Gates i. Contractor shall close access gate after every use. Multi -Unit Box Hangar and Hangar Access Taxilanes 9/3/20 Page 2 of 3 ii. Contractor must complete non -movement training at the airport. • Training is free. • All construction traffic must be escorted by personnel that have been trained. iii. Dust control and site cleanliness are must on this project due to the operating aircraft in the vicinity. b) Safety c) General Scope of Work — Original cost estimates will be given for the project. i. Cost estimate from the original plans from the previous engineer in 2016 are included below: Base Bid-$1,989435.00 Additive Alternate No. 1 - $278,055.00 Additive Alternate No. 2 - $189,212.00 Additive Alternate No. 3 - $13,606.00 ii. Base Bid — Site Work • Apron/Taxilanes — new taxilanes on both sides of the new hangar and connecting them to the existing airport taxilanes. 0 8" PCC (P-501) 0 8" Lime (P-155) 0 8" Compacted Embankment (P-152) • Site Utilities o Water utility subcontractor must be prequalified with the city. Refer to bid documents for more information. • Parking area — 9 parking spaces with 1 handicap space iii. Base Bid — Hangar with Utilities — Consist of 10 Hangar Bays - 27,600 sqft, - each bay area is 3,480 sqft • 10 Hangar Bays — are divided in 4 separate areas and separated by 2hrs fire rated walls o (2) 3 Bays—10,500 sqft 0 (2) 2 Bays -- 6,930 sqft o The contractor is responsible for procuring all materials for the project including the hangar structure. • Building Foundation —concrete foundation o The geotechnical report is provided within the Specification book. o The contractor shall hire an engineer to design and stamp the foundation design. • Bi-Fold doors for each hangar bay area — 56' in length, 22' door height with 18' clear door opening height. — o Specifications will be modified via addendum to require either a cable system or strap system for the Bi-fold doors. o Specifications will be modified to have manufacturer do site inspection once the hangar is complete. • One restroom with mop sink room on the west side of the hangar • MEP utilities to serve inside hangar bay areas and site apron lighting iv. Additive Alternate Bid 1 — Adding additional 2 hangar bays to 10-Unit Hangar Bay — 7,035 sqft • 2 Hangar Bays — are separated by 2 hrs fire rated wall • Bi-Fold doors for each hangar bay area - 56' in length, 22' door height with 18' clear door opening height • One restroom with mop sink room on the west side of the hangar e MEP utilities to serve inside hangar bay areas and site apron lighting V. Additive Alternate Bid 2 - Install water and sanitary sewer utilities for 10-Unit Box Hanger Page 2 of 3 Multi -Unit Box Hangar and Hangar Access Taxilanes 9/3/20 Page 3of3 vi. Additive Alternate Bid 3 - Install water and sanitary sewer utilities for 2 additional hangar units 4. Site Visit a) Potential bidders can visit the site if desired. Contact Clinton Tuggle to schedule a time to visit the site: Clinton Tuggle Airport Supervisor Clinton.Tuggle@fortworthtexas.gov 817-392-5433 Attachments: Sign -In Sheet Email Copies to: Attn: Copy to File: 20A11017 Pages(incl.): 4 Fax: Tel: Email: Copies to Garver: BCB, VS 11Garverinc.Local\GdatalProjectsM20120A11017 - FW5 - West Side Hangars CPS1Correspondencelin-House\Pre-Bid1FWS - Multi -Unit Box Hangar And Taxilanes - Pre -Bid Meeting Minutes.Docx Page 3 of 3 � w w r U) z z 0 a Q �k o m L \ 2 a)q /e § E E e ai 7 0 7 \ t 2 g a 0 E S m m A 2 > E ° / (D 0) '> @ > § 0 a b > ƒ 5 @ \ o w b E \ § o ) $ g 7 % E S . § # p \ = E E © © q / % m / / E E C 7 ƒ \ $ 7 / 3 / Cl) CD \ m / / k m (D co 0 w w 4 / % \ � / OD CD& m 0') m co m m G / ƒ ¢ & § f J U) � E � / c @ % w 0 D ' U O I $ c t m c / / o � q ? % CL / w \ & A w # I > a k c k § ) ) \ ƒ k 2 \ E o f = m k = m b / § • E 3 ) \ I 2 ® § / / \ 2CL C \ 0 & > E 6 / k \ m TCO � U N U p a) C N Q) OD c mco m = F- Q s F- �� 6 w x co z 1 z 0 m m E E U J J vi `m C tf M a U Z M M M M T d' N E= co Q) co ti N M co co C O U Z3 y C 0 U Q 0 Cl) J 16 O IL m N 0 0- O U L) U O U E a) Y E a) J N N N r1' c~7 CO d' N m Y E T SECTION) 00 42 43 PROPOSALFORM UNIT PRICE BID MULTI UNIT HANGAR AND HANGER ACCESS TAXILANES - ADDENDUM 1 0D 42 43 Base Bid BED PROPOSAL Page 6 of 13 Bidder's Application Bidders Proposal Bidlist Item Description Specification Unit of I Bid I Unit Price Sid Value No. section No. Measure Quantity 10-Unit Box hangar (Site Work) - Base Bid 1.01 Asphaltic Concrete Pavement Section Removal P-101-5.2 S.Y. 20 $ 1.02 Concrete Pavement Removal P-101-5.1 S.Y. 45 $ 1.03 Unclassified Excavation P-152-4.1 C.Y. 2649 $ - Undercut and Replace Unsuitable Subgrade Material with 1.04 Suitable Material as Directed by the Engineer P-152-4.3 C.Y. 86 $ 1.05 8" Lime Stabilized Subgrade P-1S5-8.1 S.Y. 4897 $ - 1.06 Hydrated Lime for Lime Stabilized Subgrade (6X) P-15S-8.2 Ton 106 $ - 1.07 Temporary Sediment Control Fence P-156-5.1 L.F. 492 $ - 1.08 Rock Construction Exit P-156-5.2 EA. 1.09 Storm Water Pollution Prevention Plan (SWPPP) Document P-156-5.3 L.S. 1 $ 1.1 8" PCC Pavement P 501 8.1 S.Y. 4758 $ - 1.11 Joint Sealing Filler P 605-5.1 Gal. 78 $ - 1.12 Yellow Taxiway Markings(Reflective) P-620-5.2 S.F. - 538 $ - 1.13 White Markings (Reflective) P-620-5.1 S.F. 154 $ 1.14 Black Taxiway Markings (Non -Reflective) P-620-5.3 S.F. - 1614 - $ 1.15 Pavement Marking Removal P-620-5.6 S.F. 628 $ - 1.16 24" ASTM C-76, Class III RCP D-701-5.1 L.F. 88 $ - 1.17 Furnish and Install 3"x 3' Inlet and Grate D-751.5.1 EA. 1 $ - 1.18 Furnish and Install 4:1 Safety End Treatment for 24" RCP_ D-752-5.2 EA. 2 $ - 1.19 Hydromulch, Seed, Lime, and Fertilizer (Slopes < 5%) T-901-5.1 S.Y. 7010 $ - 1.2 Temporary Cool Weather Seeding T-901-5.2 V S.Y. - 7010 $ - 1.21 Sodding T-904-5.1 S.Y. 400 $ - 1.22 Topsoiling Ohtained Onsite or Removed from Stockpile T-905-5.1 S.Y. 7010 $ - 1.23 Removal of Concrete Curb 02 4115 L.F. 132 $ - 1.24 Concrete Sidewalk Construction 32 13 20 S.Y. 69 $ - 1.25 6" Concrete Curb Construction 32 16 13 L.F. 228 $ 1.26 12" ASTM C-76, Class III RCP 33 41 10 L.F. 64 $ 1.27 Mobilization, Etc. S-1-3.1 L.S. 1 $ - 1.28 Trench Excavation Safety Protection S-4-5.1 L.S. 1 $ - 1.29 Proof Rolling S-5-S. L.S. 1 $ - 1.30 Relocate Fire Hydrant Plans L.S. 1 $ - 1.31 Relocate Buried Cable Sign Plans L.S. 1 $ 1.32 Furnish and Install 2' x 2' Inlet and Grate Plans L.S. 1 $ 1.33 Furnish and Install 4:1 Safety End Treatment for 12" RCP Plans EA. 1 $ - 1.34 Concrete RipraP Plans S.Y. 268 $ - 1.35 Furnish and Install Handicap Parking Sign Plans EA, 1.36 4" SDR 26 PVC Sanitary Sewer Line Plans L.F. 45 $ ....... .... _ 1.37 Precast Concrete Sanitary Sewer Manhole Plans EA. _. _._. _ _ 1 $ w - _-- 1.38 _. - ---.-- -. -..__.. __ _ 6" AWWA C900 DR 18 PVC Waterline Plans L.F. _ 40 $ - 1.39 Furnish and Install Water Valve Box with Meter Plans EA. 1 $ - 1.40 Tie into Existing Water Main Plans EA. 1 $ - 1.41 Tie into Existing Sanitary Sewer Main Plans EA. 1 $ - 1.42 Tap Sleeve Valve (10" x 6") Plans EA. 1 $ - 1.43 8" SDR 26 PVC Sanitary Sewer Line Plans L.F. 105 $ 1.44 8" Sanitary Sewer Cleanout Plans EA. 1 $ 1.45 12" Steel Casing Open Cut Installation Plans L.F. 30 -- $ - 1.46 11/4' Poly Service Line - Y - - Plans _._ L.F. 120 1.47 - 6" Gate Valve Plans EA. $ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMr NTS Form Revised 20121t120 Midii Unit Box Hangar and Hangar Access Tordanes City Project Nu 02518 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 Bese Hid BID PROPOSAL Page 7 of 13 Bidder's Application MULTI UNIT HANGAR AND HANGER ACCESS TAXILANES -ADDENDUM 1 Bidder's Proposal Bidlistltem Specification Unit of Bid Description Unit Price Bid ValueNo. Section No. Measure Quantity 10-Unit Box Hangar (Hangar Plus Electrical Utilities) - Base Bid 2.01 Unclassified Excavation P 152-4.1 C.Y. 5144 $ - 2.02 Compacted Select Fill for Foundation Pad P-152-4.2 C.Y. 5144 $ - Undercut and Replace Unsuitable Subgrade Material with 2.03 Suitable Material as Directed by Engineer _ ..---.---_ _ ._ _. P-152-4.3 _. _ C.Y. .. 300 - --._. $ - _......_ .._- 2-Unit Additon to 10-Unit Standard Box Hangar Building 2.04 System, Reinforced Concrete Foundation, and Bi-Fold Doors H-1 L.S. 1 $ - 2.05 Fire Extinguisher (With Mounting Bracket) H-1 EA. 10 $ 2.06 Building Foundation S.Y. 3858 $ - Miscellaneous items associated with 10-Unit Hangar 2,07 �-Labor, interior/exterior finishin g, permits, etc.) L.S. 1 $ - 2,08 -.._...-_- 2-Hour Fire Wall Plans L-F- 404 $ - 2.09 Electrical Service Provided by Oncor) Plans L.S. 1 $ - 2.10 EMT Conduits, Boxes and Fittings S-E16100-5.1 L.S. 1 $ 2.11 Conduit Fastener, Strut Channel and Misc Support S-E16100-5.2 L5. 1 $ - 2A2 THHN 600 Volt Wire S-E16100-5.3 L.S. 1 $ - 2.13 Grounding Receptacles, Rods, Cald Weld, and Wires S E1610D-5.4 L.S. 1 $ - $ - 2.14 2" PVC Under Slab for Future Telephone Service S-E16100-5.5 L.S. 1 2.15 Utility Metering Enclosure S-1716200-5.1 EA. 10 - $ - 2.16 GFCI Receptacles S-E16300-5.1 EA. 10 $ - 2.17 Light Switches S-E16300-5.2 EA. - - -- - 2.18 _..- -- -------- - - ... _.. _._ Surge Protection Devices S E16300-5.3 EA. - - -- 10 - - -...... .. $ - ......._ _.. ....... _ ..... 2.19 .__. - _..... - - - - -------..__.. - Panelboard - - - S-E16300-5.4 EA. 10 $ - 2.20 Disconnect Switch for Bi-fold Door S-E16300-5.5 EA. 10 $ - 2.21 High BayLED Lights g S-E16400-5.1 EA. 20 $ - 2.22 Exterior Wall Light, LED S-E16400-5.2 EA. 10 $ 2.23 Emergency Light S-E16400-5.3 EA. 10 $ 2.24 Utility Disconnect Switches 5-E16400-S.4 EA. 10 $ - 2.25 Mobilization, Etc. S-1-3.1 L.S. 1 $ - 2.26 Bathroom with All Utilities Plans L.S. 1 $ - Total Base Bid $ - END OF SECTION CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Molt, Unit B-Hangar o,,dHung.,Access Taxifanes Form Rcvmd 20120120 City Projea No. 02518 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Oa 42 43 Bid Add 1 BID PROPOSAL Page 8 of 13 Bidder's Application MULTI UNIT HANGAR AND HANGER ACCESS TAXiLANES - ADDENDUM 1 Bidders Proposal Bidlist Item Specification Unit of Description Bid Unit Price Bid Value No Section No. Measure Quantity Additive Alternate Bid 1 -12- Unit Box Hangar (Additional Two Hangar Units) A1.01 Unclassified Excavation P-152-4.1 C.Y. 1029 $ - A1.02 Compacted Select Fill for Foundation Pad P-152-4.2 C.Y. 1029 - Undercut and Replace Unsuitable Subgrade Material with A1.03 Suitable Material as Directed by the Engineer P-152-4.3 C.Y. 20 $ 2-Unit Additon to 10-Unit Standard Box Hangar Building A1.04 System, Reinforced Concrete Foundation, and Bi-Fold Doors H-1 L.S. 1 $ - A1.05 Fire Extinguishers (With Mounting Bracket) H-1 EA. 2 - - $ - --- - ------- A1.06 Building Foundation S.Y. 772 $_ - - L.S. Miscellaneous items associated with 2 Additional Hangar Units A1.07 (Labor,_interior/exterior, finishing, permits, etc.) 1 $ A1.08 2-Hour Fire Wall Plans L.F. 56 $ A1.09 EMT Conduits, Boxes and Fittings S-E16100-5.1 L.S. 1 $ - A1.10 Conduit Fastener, Strut Channel and Misc Support S-E16100-5.2 L.S. 1 A1.11 _ THHN 600 Volt Wire S-E16100-5.3 L.S. $ - A1.12 Grounding Receptacles, Rods, Cald Weld, and Wires S-E16100-5.4 LS. 1 $ $ A1.13 2" PVC Under Slats for Future Telephone Service S-E16100-5.5 LS. 1 A1.14 Utility Enclosure S-E16200-5.1 EA. 2 $ - A1.15 -Metering. GFCI Receptacles S-E16300-5.1 EA. 2 $ _ A1.16 - Light Switches S-E16300-5.2 EA. 2 $ - A1.17 Surge Protection Devices S-E16300-5.3 EA. 2 $ - A1.18 Panelboard S-E16300-5.4 EA. 2 $ - A1.19 Disconnect Switch for Bi-fold Door S-E16300-5.5 EA. 2 $ - A1.20 High Bay LED Light S-E16400-5.1 EA. 4 $ A1.21 .... ... ... - - Exterior Wall Light, LED S-E16400-5.2 -- EA. 2 $ A1.22 Emergency Light S-E16400-5.3 EA. 2- A1.23 Utility Disconnect Switches S-E16400-5.4 EA. 2 $ - A1.24 Mobilization, Etc. S-1-3.1 L.S. Additive Alternate Bid -All $ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Midi! Unir Nor Hangar andrMangarAc 7axdanes F.- Revised 20120120 City Project Na. 02518 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 42 43 Bid Add 2 BID PROPOSAL PW4of 13 Bidder's Application M[ IT.TI UNIT HANGAR AND HANGER ACCESS TAXTLANES - ADDENDUM i Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No Section No. I Measure Quantity Additive Alternate Bid 2 - Install Water and San. Sewer Utilities for 10-Unit Box Hangar A2.01 4" SDR 26 PVC Sanitary Sewer Line 33 31 20 L.F. 615 $ - A2.02 Precast Concrete Sanitary Sewer Manhole 33 39 20 EA. 1 $ A2.03 6" AW WA C900 DR18 PVC Waterline 33 11 12 L.F. 40 $ A2.04 Furnish and install Water Valve Box with Meter - 33 05 16 EA. S $ A2.05 Tie into Existing Water Main 33 12 25 EA. 1 $ A2.06 Tie into Existing Sanitary Sewer 33 31 50 EAR --� — -„ _ $ - A2.07 Tap Sleeve Valve (10"x6") 33 12 25 — EA. A2.08 8" SDR 26 PVC Sanitary Sewer Line 33 31 20 L.F. 785 $ - A2.09 8" Sanitary Sewer Cleanout 33 31 50 EA. 1 $ - A2.10 12" Steel Casing Open Cut Installation 33 05 22 L.F. 30 $ - A2.11 1" Poly Service Line 331210 L.F. 3,119 - $ - A2.12 Mobilization, Etc. 5-1-3.1 L.S. 1 $ - A2.13 6" Gate Valve Plans EA. 1 $ Total Additive Alternate Bid - A2 $ - END OF SECTION MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Mudri Unit R—H—gnrandHang-Accerr Taxdanes Form Revised 20120120 City Project No. 02518 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID On 42 43 Bid Add 3 BIDPROPOSAL Pagc 10or13 Bidder's Application MULTI UNIT HANGAR AND MANGER ACCESS TAXTLANES - ADDENDUM 1 Bidders Proposal Ridlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No, Measrne Quantity Additive Alternate Bid 3 - Install Water and San. Sewer Utilities for 12- Unit Box Hangar (Additional Two Hangar Units) A3.o1 4" SDR 26 PVC Sanitary Sewer Line 333120 L.F. 132 $ A3.02 6" AWWA C900 DRIB PVC Waterline 331112 L.F. 1U $ - - - A3.03 Furnish and Install Water Valve Box with Meter - --- - 33 05 16 - EA. - -- 2 - - ---- ----- - - - $ - A3.04 1" Poly Service Line 331710 L.F. 212 $ - A3_ .O5 Mobilization, Etc. 5-1-3.1 L.S. 1 $ - Total Additive Alternate Rid - A3 $ - END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPFC1P(CATfON DOCUMENTS M4df, 11-f R—H—g—,d Hangar Accerr'1'art1a - Fo— Revised 20120121) City Prajecr No. 02518 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 00 Q 43 Bid Totals BED PROPOSAL Page 11 or 13 MULTI UNIT HANGAR AND HANGER ACCESS TAXILANES I Bidder's Proposal -ADDENDUMI j I Description I Bid Value BID SUMMARY Total Base Bid _ Total Additive Alternate Bid - At Total Additive Alternate Bid -A2 Total Additive Alternate Bid - A3 $ r Total Sid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Multi Unit Box Hangar and Hangar Access Tarilanes F.— Revised 20120120 City Project No. 02518 ITEM H-1 Hangar Metal Building System and Foundation - Addendum 1 PART I GENERAL 1.1 WORK INCLUDED This item shall consist of providing all labor, tools, equipment and materials for furnishing, installation, and erection of aircraft hangars on site as shown on the plans. The items of work include, but are not limited to, the following: design of hangar foundation; construction of hangar foundation and subgrade; purchase and erection of pre -fabricated metal hangar including doors, door operators, hardware, and all other related accessories; purchase and installation of electrical devices; connection of all electrical utilities; and purchase and installation of all other accessories and utility connections as shown on the plans. Construction of one (1) pre-engineered metal building and accessories for aircraft hangars. Metal building to have sloped roof and steel frame type construction, and is to be a completely integrated system according to specified dimensions and as shown on the plans. within this section, all aspects of the building system including design, details, materials, fabrication, quality criteria, tolerances, marking and identification, methods and procedures are governed by the building system manufacturer's standards. Construction of concrete foundation and subgrade, designed for pre-engineered metal building shall be signed and sealed by a Professional Engineer licensed in the State of Texas. If Bidder/Contractor proposes alternate foundation design, the foundation design shall be submitted for approval. A Report of Geotechnical Investigation is provided as an attachment to the specifications. 1.2 BUILDING DESCRIPTION A. Building Type: Aircraft Hangar(s): Ten -Unit (Base Bid), 2 Additional Units (Add. Alternate No. 1); multi -span; sloped roof; rigid frame structure. B. Roof Slope: min. 1:12; max. 2:12; provide 12 inch minimum overhang for bi-fold doors to shed water away from hangar doors. C. Minimum Eave Height: 22 feet, measured vertically from top of eave strut at sidewall steel line to base of sidewall frame column. D. Clear Floor Area(s): 56.0 feet X 62.0 feet. E. Clear Door Opening(s): 56 feet X 18 feet. F. Total Building Overall Dimensions: 124' x 286' (Base Bid), 124' x 336' (Including Add. Alternate No. 1) Tolerance to be within 24 inches. 1.3 QUALITY ASSURANCE A. Codes and Standards: 1. Use following where applicable in structural design: H-1-1 a. AWS "Code of Welding in Building Construction" and "Specification for Welding Sheet Steel in Structures", latest edition. b. MBMA "Recommended Design Practices Manual", latest edition and "Low -Rise Building Systems Manual", latest edition. c. AISI "Specifications for the Design of Cold Formed Steel Structural Members", latest edition. d. AISC "Steel Construction Manual" and "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings", latest edition. e. AAMA "Aluminum Construction Manual", latest edition. f. SJI "Standard Specifications, Load Tables and Weight Tables", latest edition. g. AISC "Specifications for Structural Joints using ASTM A-325 or ASTM A-490 Bolts, latest edition. h. AISC "Code of Standard Practice for Steel Buildings and Bridges", latest edition. i. SDI "Steel Roof Deck Design Manual", latest edition. j. IBC "International Building Code", latest edition, as amended. k. Texas Accessibility Standards (TAS), latest edition. 1. Texas Department of Licensing and Regulations (TDLR). 2. Use following where applicable in other phases of design: a. Building Code and Regulations of other governing authorities having jurisdiction at project site. b. Structural Steel Painting Council (SSPC) Standards. c. Roofing system rating UL Classification 90. d. American Society for Testing and Materials (ASTM) Standards. e. NFPA 409, as applicable to authority having jurisdiction. f. IPC "International Plumbing Code", latest edition, as amended. g. IMC "International Mechanical Code", latest edition, as amended. h. IECC "International Energy Conservation Code", latest edition, as amended. i. NEC "National Electrical Code", latest edition, as amended. H-1-2 B. Design Loads: Basic Design Loads: To include live and wind, in addition to dead loads and including loading imposed by mechanical units. Consider all other design loads, whether they are of static, dynamic, or kinetic nature, as auxiliary loads. Design must conform to the minimum requirements of the IBC, latest edition, as amended. Vertical live loads and wind loads with doors closed shall be as prescribed by the IBC, latest edition, as amended. 2. Tributary reductions as allowed by 113C, latest edition, as amended. 3. Crane Loads: No crane loads are required. 4. Horizontal deflections shall be limited to "L"1180 under full wind load, or as required by hangar door manufacturer's requirements for operation. 1.4 SUBMITTALS A. General: Comply with requirements of City of Fort Worth codes and ordinances. B. Shop Drawings and Calculations: 1. Within four (4) weeks of award of bid, the Contractor shall furnish Engineer with completed erection drawings and calculations for approval. a. Design Calculations and Erection Drawings: Prepared by, or under direct supervision of Professional Engineer licensed to practice in the State of Texas with all drawings and calculations bearing this seal. b. Show each type structural building frame required and their locations within structure; details of anchor bolt settings; sidewall, endwall, and roof framing; diagonal bracing and location within structure; roof and wall insulation and types; longitudinal and transverse cross sections; details of curbs, roof jacks, and items penetrating roof; canopy framing and details; trim, liner panels, wall and roof coverings, and all accessory items; materials; finishes; construction and installation details, and other pertinent information required for proper and complete installation. c. All shop drawings shall be approved by Engineer before purchase or start of fabrication. C. Foundation Design Plan: 1. Within four (4) weeks of bid award, the Contractor shall furnish Engineer with completed foundation design, including all details for each specific hangar unit, for approval. The foundation plan shall be signed and sealed by a Professional Engineer licensed to practice in the State of Texas. 2. Contractor, at a minimum, shall furnish Engineer with: a. Manufacturer's product data sheets on joint devices, attachment accessories, admixtures, and bonding agents. b. Manufacturer's installation instructions. H-1-3 c. Certificates — Mill certificates for bulk cement. d. Design Mixes — Submit mix designs for each specified concrete and grout type. Design data shall include the name of the concrete supplier; manufacturer/supplier and type of cement used; size and type of aggregate; proportional weights of cement, aggregate, and water per cubic yard of concrete; name and quantity of admixture used. e. Reinforcement — Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, and supporting and spacing devices. 3. Bearing material to be as shown on the Report of Geotechnical Investigation. With the design of the foundation, the Contractor shall include a design for providing a suitable subgrade for the hangar construction. This may include reworking/conditioning the subgrade, excavating the existing subgrade materials and replacing with select fill materials, or other methods reviewed and approved by the Engineer. 4. Floor slab shall not be less than 6" thick with maximum control joint spacing at 15'. The foundation shall be sloped towards the doors of the building to ensure positive drainage is maintained within each unit of the metal building system. 5. The contractor shall coordinate all dimensions and foundation details with the metal building supplier, subcontractors, and any other affected parties to assure a complete, sound and finished project. Contractor shall also coordinate with any plumbing and/or electrical plans to provide all necessary penetrations to hangar foundation. 6. Foundation design shall include a steel base angle with fuel resistant caulk be used at the bottom of the partition walls per section 2.4 of this specification, between each hangar unit, in accordance with NFPA 409. 7. Contractor shall verify all concrete forms for finished floor elevation of the foundation through survey and in the presence of the Engineer before concrete is poured. D. Electrical: Provide electrical as indicated in the plans and electrical specifications. E. Material and Color Samples: 1. For each specific material sample requested by Engineer, submit in size, form, and number as directed. 2. Submit duplicate color sample sets showing full color range available, for selection purposes. The Sponsor will select the roof, wall panel, and trim colors. F. Product Data: Two (2) copies of manufacturer's specifications, and descriptive literature. G. Certification: Two (2) copies of written certification prepared and signed and sealed by a Professional Engineer licensed to practice in the State of Texas attesting that building design meets specified loading requirements, requirements of codes and authorities having jurisdiction at project site, and other requirements as specified. H. Manufacturer's certification for all steel, including origin to comply with `Buy American - Steel and Manufactured Products" grant assurance. H-1-4 1.5 1.6 I. Contractor shall provide record drawings to the Engineer after final acceptance of project. 1. Accurately record actual locations of embedded utilities and components which are concealed from view. PRODUCT HANDLING A. Deliver and store pre -fabricated components, sheets, panels and other manufactured items so that they will not be damaged or deformed. Any damaged or deformed building materials shall be replaced by the Contractor for no additional cost or project time. B. Stack materials on platforms or pallets, covered with tarpaulins or other approved weather - tight ventilated covering. C. Store metal sheets and panels so water accumulation will drain freely. Do not store sheets and panels in contact with other materials that might cause staining. D. Store materials to be readily accessible, with factory makings visible. Contractor shall be responsible for the stored materials until building systems can be erected. Contractor may elect to store materials in bonded warehouse, but at no additional cost. E. Include installation and maintenance instructions. F. No payments shall be made to the Contractor for deposits or down payments for pre- fabricated buildings, components, or equipment. Payment will be made for materials that are delivered and stored satisfactorily on the project site in accordance with these specifications. WARRANTIES Item Materials & Mot anship Panel Finish Panel Rib: Roof 3 years 20 years Panel Rib: Walls 3 years 20 years Panel Rib: Hangar Door 3 years 20 years Materials, Component, and Accessories 3 years 20 years Provide any other manufacturer's standard or extended warranties. PART 2 PRODUCTS AND FABRICATION 2.1 STRUCTURAL STEEL A. Materials: 1. Structural steel shall conform to the following ASTM designations: a. ASTM A36 — Structural steel angles and wide flange sections. b. ASTM A572 GR 50 — Structural steel plate. H-1-5 c. ASTM A500 GR B —All tubular sections. d. ASTM A1003 GR 50 — Cold -Formed steel sections. 2. High Strength Bolts, Nuts and Washers; ASTM A325, or equivalent unless otherwise noted on plans; size required by metal building system manufacturer. 3. Prime Coat: Primer shall meet or exceed the end performance requirements of Federal Specification TT-P-636. B. Fabrication: 1. Primary Framing: Rigid frames of shop -welded steel plate columns and rafters, both tapered and uniform depth sections as required by drawings, complete with all necessary stiffeners, connections plates and holes for field bolted assembly. Design rigid frames on basis of elastic behavior. a. All building components less than 1/8" thick shall be manufactured from galvanized steel. Components greater than 1/8" thick shall have a shop coat of rust inhibitive primer that meets or exceed the end performance requirements of Federal Specification TT-P-636. b. Steel framing shall be factory punched for assembly by bolting; sidewall framing members shall be pre -punched to accurate dimensions. c. Welding shall be done in accordance with the American Welding Society Code for building construction. 2. Secondary Framing: (Purlin, Girts, Struts, Flange Braces, Base Angles, Base Trim Angles), per ASTM A572 and/or ASTM A36 as applicable: a. Clean secondary framing components to be free from oil, dirt, loose scale and foreign matter and apply one (1) coat of primer. 3. Steel Joists: a. Fabricate in accordance with SJI Standard Specifications. Verify dimensions and job conditions prior to starting fabrication. b. Camber to accommodate for dead load deflection. c. Provide extended top and bottom chords where indicated on drawings. d. Clean, prepare and shop prime joists. 2.2 ROOFING AND SIDING A. Exterior Wall and Hangar Door Panels: 1, Minimum 26 gauge pre -coated Galvalume steel ribbed "R" panels with 36" wide net coverage, four (4) major corrugations at 12" centers, with two (2) minor ribs located symmetrically between the major ribs. H-1-6 2. Provide all wall panels in continuous lengths, complete with all required sealant, trim, flashings, panel closure, and other components required for complete weather -tight installation. Color to be selected by Sponsor. B. Roofing Panels: I. Minimum 26 gauge Galvalume Plus steel ribbed "R" panels with 36" wide net coverage, four (4) major corrugations at 12" centers, with two (2) minor ribs located symmetrically between the major ribs. 2. Provide all roof panels in continuous lengths from ridge to eave, complete with all required sealant, trim, flashings, panel closure, and other components required for complete weather -tight installation. Color to be selected by Sponsor. C. Building Trim: Minimum 26 gauge pre -coated Galvalume or Galvalume Plus equal in quality to roof and wall panels, color as selected. Color to be selected by Sponsor. D. Interior Liner Panels: 2 1. Exterior Walls: Mini m 2.6 gau Galvalume pressed rib panels, unless otherwise shown in the plans. S et' . h ul extend from floor level to roof with allowance for expansion to prevent buckling. Flashing t be added as necessary to seal hangar units. Color to be selected by Spo ra 2. Interior Partitions: MinimuE gaugeume pressed rib panels, both sides, unless otherwise shown in the Minim, n u 'nalls. Sheeting should extend from floor level to roof with allowance for expansion to prevent buckling. Color to be selected by Sponsor. E. Fasteners: 1. Wall Panels: 914 x 7/8" self -tapping zinc plated screws with bonded neoprene washers color coated to match wall and door sheeting. 2, Roof Panels: Fasten panels to purlins with #12 x 1" heavy-duty zinc/aluminum/cast alloy headed self -drilling screws with bonded neoprene washers. Stitch screws to be #14 x 7/8" self -tapping zinc plated screws with bonded neoprene washers. 3. Trim Fasteners: #14 x 7/8" self. -tapping zinc plated screws with bonded neoprene washers color coated to match wall and door sheeting. F. Roof, Wall, and Hangar Door Panel Sealant: 1. Neoprene or other solid or closed cell, preformed (inside for roof panels and outside for endwall panels at the rake) closure strips matching the profile of the panel shall be installed along the cave of the roof panels and rake of the endwall panels. 2. Base Flashing: Manufacturer's standard base trim to provide dirt proof seal between slab and floor panels. G. Roof, Wall, and Hangar Door Insulation: 1. Standard non-combustible fiberglass blanket insulation. H-1-7 2.3 2.4 2.5 2. Sheet vapor retarder, white polyethylene film reinforced with glass square mesh (6 mil.). 1. Minimum 3-inch thickness (R10). WIND BRACING A. General: 1. Approved type rod bracing or portal frames as shown on final shop drawings. 2. Clean components free of oil, dirt, loose scale and foreign matter and apply one (1) coat of primer. FIRE PROTECTION A. Fire Walls: Where shown on the plans, provide fire walls with a minimum rating of at least two (2) hours, in accordance with NFPA 409, and as shown on the plans. B. Install metal base sill angle, minimum 6 inch height, between interior partitions, in accordance with NFPA 409, to prevent the flow of liquid from one space to adjacent spaces. Apply approved type, continuous fire resistant caulking between metal base sill angle and concrete. Handle and apply sealant in accordance with sealant manufacturer's recommendations. C. Fire Extinguishers: Provide at least one (1) fire extinguisher with a minimum 2A1O13C rating in each hangar unit. HANGAR DOORS A. General: 1. Hangar doors shall be electrically operated bi-fold overhead doors adequate for building design live and wind load with uplift protection. Doors to be installed according to manufacturer's installation instructions and specifications. 2. Door design/manufacture shall be part of the metal building system for hangar, or certified to be compatible with hangar building design. If hangar and door manufacturers are different, certification of compatibility shall accompany design shop drawings for approval. Door panels shall match building wall material and color. The manufacturer of the metal building system and the hangar doors must coordinate to ensure compatibility of products. Contractor shall be responsible for ensuring the compatibility of the building system and doors and shall bear all costs to replace if they are not compatible at the time of erection. 3. Doors to have secure locking system, to be keyed alike to a master key system, with two (2) keys per hangar, and four (4) master keys for hangar locks to be provided. B. Electric Bi-Fold Doors: 1. Each unit shall be furnished with an electrically -operated bi-fold overhead door. The electric door operator shall be sized and provided by the manufacturer to properly and safely operate the designated size door. Each door shall be controlled by a constant pressure (dead man) switch controlling a single-phase electric motor, worm gear speed reducer, with direct drive or dual chain operation. H-1-8 2. Door operator to be capable of being stopped and restarted, up or down, in any position, and have automatic stop at the fully opened and fully closed positions. Provide wall mounted motor disconnect switch adjacent to the operating switch. 3. A walk-in door approximately 36" wide, minimum 72" door height shall be provided in the bi-fold door for each hangar unit. The door to be installed with hinge pins inside hangar, to swing inward, away from light and door operator switches. Door to have factory baked enamel finish to match hangar wall or trim color. 4. Each walk-in door shall be equipped with heavy duty stainless steel door lock. The portion of the door and frame receiving lock and strike to be solid core. All locks to be keyed alike to a master key system, two (2) keys for each lock and four (4) master keys to be provided. 5. Overhead doors shall be hung plumb and true to building, and shall open in a continuous motion without binding, or warping. 6. Provide full length, durable weatherstrip at sill and head of each overhead door assembly. Walk-in door jambs shall be sealed by steel overlap flashings or appropriate rubber 7 Provide door cable or strap type system for opening the bi-fold doors. Door manufacturer to preform final cable and door inspections before project is completed. Provide warranty for minimum of 5 years for bi-fold doors including cable systems 2.6 ACCESSORIES A. Access Doors, Frames and Hardware: Provide all metal doors in building exterior as follows: 1. Frames: Manufacturer's standard self -flashing, self -trimming, non -handed, wrap -around type fabricated from 16 gauge steel with ASTM A 525 G60 commercial zinc coating, with 5-3/4" frame profile. Provide complete with 18 gauge sill cbannel, 22 gauge adaptor angles, galvanized reinforcements and preparations required for finish hardware, and factory applied rust inhibitive prime coat finish. Color to be selected by Owner. 2. Doors: Manufacturer's standard non -handed type in size indicated, not Iess than 1-3/4" thick, of flush panel design. Fabricate from minimum 24 gauge steel with ASTM A-535 G60 minimum commercial zinc coating. Provide complete with internal reinforcements, stiffeners and sound deadening honeycomb core material, galvanized reinforcements and other preparation required for finish hardware, and factory applied rust inhibitive coat finish. Color to be selected by Owner. 3. Finish Hardware: Provide each door with heavy duty stainless steel door lock. The portion of the door and frame receiving lock and strike to be solid core. All locks to be keyed alike to a master key system, two (2) keys for each lock and four (4) master keys to be provided. B. Stationary Ridge Roof Ventilators: 1. Ridge roof ventilators shall be gravity type, manufactured from 24 gauge galvanized steel and be continuous across the ridge. 2. Roof ventilators shall be leak proof. 2 H-1-4 2.7 ELECTRICAL WORK A. General: Contractor shall provide all electrical work necessary for fully -operational hangars, including all accessories as shown on the plans. All electrical work shall be in accordance with the NEC, latest edition, as amended, and shall meet all applicable local codes. Permits required from local authorities shall be determined, coordinated, obtained, and paid for by the Contractor. 1. Contractor shall coordinate all electrical work with building manufacturer and door supplier. 2. See electrical plans and specifications for further requirements. PART 3 EXECUTION 3.1 FOUNDATION A. General: The work includes the design and construction of concrete foundation(s). Foundation design shall be in accordance with the building manufacturer's requirements and all applicable local codes signed and sealed by a Professional Engineer licensed in the State of Texas. Foundations shall be finished to a smooth steel -troweled finish. Installation shall include a perimeter reinforced concrete building foundation border, minimum thickness and width as indicated on the plans, at locations as shown on the plans. The building foundation border may be poured monolithically with the foundation or dowelled in after foundation construction. The building foundation border shall be considered subsidiary to the cost of the Hangar Building System. 1. The site prior to construction shall be roughly prepared and consist of subgrade, as designed by a Professional Engineer licensed to practice in the State of Texas and furnished by the Contractor, graded to within six (6) inches of proposed finish floor elevation. The contractor shall be responsible for all site work as necessary to construct grade beams and concrete foundation, as required by design. 2. The foundation shall be designed and constructed to accommodate the pre-engineered building selected based on the Report of Geotechnical Investigation, included as an attachment to the specifications. Any additional soils information required by the foundation design engineer shall be acquired at Contractor's expense. If building foundation border is to be dowelled into foundation, dowel placement and detail shall be included with foundation design for consideration and approval by the Engineer. 3. All concrete work shall be installed per FAA item P-610, Structural Portland Cement Concrete, and FAA item P-605, Joint Sealing Filler. Contractor shall accept full responsibility for accuracy of levelness, dimensions, and squareness of foundation. 3.2 ERECTION A. General: Clean structural steel members of any dust and dirt acquired during storage before erection. 2. Install metal building system components following manufacturer's instructions and complying with requirements shown on final shop drawings. H-1-10 3. Erection of metal building, insulation and accessories shall be performed by a competent building erector familiar with, and experienced in, aircraft hangar construction. 4. Written approval from the building design engineer shall be submitted to the Engineer before any field changes are made. B. Structural Frames: 1. Erect true to line, level, and plumb, rigid and secure. 2. Level base plates to true even plane with full bearing to supporting structures. Use non - shrinking grout to obtain uniform bearing and to maintain level base line elevation. Moist cure grout for not less than seven (7) days after placement. 3. Installation and location of anchor bolts shall be coordinated with manufacturer so that they are installed in the concrete foundation at the correct locations. Manufacturer will be required to review the foundation plan as prepared so that anchor bolt alignment and orientation is acceptable. Drilling and doweling of anchor bolts after the concrete foundation has been placed is unacceptable. C. Steel Joists: 1. Place and secure in accordance with requirements of SA Specifications and final shop drawings. 2. Place on supporting work, adjust and align in accurate locations and spacing before permanently bolting in final location. 3. Install bridging simultaneously with joist erection, before any construction loads are applied. Anchor ends of bridging lines at top and bottom chords where terminating at wall or beams. 4. Provide and install temporary bridging, connections and anchors to ensure lateral stability during construction. D. Bracing: Install diagonal rod or angle bracing in lieu of sidewall rod bracing, to suit manufacturer's standards. B. Framed Openings: Provide shapes of proper design and size to reinforce opening and to carry loads and vibrations imposed, including equipment furnished under mechanical or electrical work. Securely attach to building structural frame. F. Roofing and Siding Panels: 1. Install roof panels with long edges running parallel to gable ends of building, with panel ends parallel to ridge. Install wall panels with long edges plumb. Install canopy roof panels with long edges running parallel with building walls. 2. Arrange and nest sidelap joints so prevailing winds will blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. 3. Apply panels and associated items for neat and weather -tight enclosure. H-1-11 4. Avoid "panel creep" or application not true to line. 5. Protect factory finishes from damage. Contractor shall repair or replace any damaged panels at the Engineer's direction, at no additional cost. 6. Install approved type closures to exclude weather. Provide weather seal under ridge cap. Flash and seal roof panels at eave and rake, at perimeter of all openings through roof, and elsewhere as required. Flash and seal wall and liner panels at perimeter of all openings, under eaves and gable trims, along lower panel edges, and elsewhere as required or shown on the plans, as applicable G. Wall panels: 1. Install wall panels on exterior of all metal buildings, with liner panels installed on building interior as noted. 2. Apply approved type, continuous clastomeric sealant bead between metal base sill angle and concrete, and elsewhere as necessary for waterproofing. Handle and apply sealant and back-up in accordance with sealant manufacturer's recommendations. Align bottoms of panels and fasten with manufacturer's recommended and supplied anchorage devices. Fasten fleshings and trim around openings, etc. with approved type self -tapping screws; fasten window and door frames with approved type machine screws or bolts. 4. Install screw fasteners with power tool having controlled torque adjusted to compress tightly without damage to screws, screw heads, or panels. H. Accessories: Install flashings, trim, ridge covers, roof curbs, pipe flashings, closure strips, roof jacks, and other accessories and sheet metal items in accordance with manufacturer's recommendations for anchorage to building and weather -tight mounting. 1. Swing Doors and Frames: Install doors and frames straight, plumb, and level. Securely anchor frames to building structure. Set units with 1/8" maximum clearance between door and frame at jambs and head, and 3/4" maximum between door and floor. Adjust hardware for proper operation. J. Thermal Insulation: Install insulation and vapor retarder in accordance with manufacturer's directions, performed concurrently with installation of roof and wall panels. Roof Insulation: Place insulation straight and true in one-piece lengths. Seal both sets of tabs to provide complete vapor barrier. Install in roof and ceiling spaces without gaps or voids. Do not compress insulation. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. Fit insulation tight in spaces and tight to exterior side of mechanical and electrical services within the plane of insulation. Place insulation with facing exposed -to -view from interior of building unless recommended otherwise by metal building manufacturer or shown on the plans. 3.3 PAINTING A. General: Touch-up abrasions, marks, skips or other defects in shop -primed or factory finished painted surfaces with same type material as used for shop primer or factory finished painting. H-1-12 1. Roof panels, wall panels, hangar door panels, liner panels, building trim, walk-in doors, and all other exposed surfaces shall be finish coated, Lmless otherwise noted. Color to be selected by Owner. 2. Apply finish paint coats to factory primed items on surfaces that are not required to be galvanized surfaces. 3. Provide finish coats that are compatible with metal building manufacturer's prime coat paints. 4. Provide approved type barrier coats over incompatible primers where required. Remove hardware and accessories, and similar items in place and not to be finish - painted, or provide surface -applied protection. Reinstall removed items. 6. Finish exterior swing doors on tips, bottoms, and edges same as exterior faces, unless otherwise indicated. 3.4 FINAL CLEANING A. General: Remove any oilspots, rubber tire marks, or any substance from the surface of the concrete floor after erection of the building and before acceptance by the Engineer. Methods of washing/removal may include power washing. PART 4 MEASUREMENT AND PAYMENT All work and labor involved with the design, erection, and construction of the hangars, reinforced concrete foundations, foundation subgrade, building foundation border, and accessories shall be measured and paid for at the contract unit price per lump sum for the Hangar Building System, as noted in the Bid Form, and as completed and accepted by the Engineer. Payment for electrical work shall be as noted in the electrical plans, specifications and as noted in the Bid Form. Payment for water and wastewater utilities shall be as shown on the plans and as noted in the Bid Form. END OF SECTION H-1-13 This Page Intentionally Left Blank H-1-14 Y y� H� � f 'g 1 Y a S� pT SS55S�'�wW�W3 mn P. "gym— mho"IWN� � go mo`{wm xz^~ y KA m9Fa=�gB. X m3 yy pn"o m 5 mor Tr�n,y� a z � � fin, ��Ttrw� "A � y eex�ee�e�e�e�� B yu~ P e N�S FN:pPr6CFFTS=� P P'EPPPR��PPPP42--l-M P 'AN :° Y'iMTMt }'- i^ qq � i9 gig �FFFFFFF F'�s.t'+wnN%Jr' <V_ W��iu¢ w-Ni�O�iL�.CS€3+nmwvRNi,�ur'.f;omm-�wmAWN+� HogSpy a� Pb§�sa��n yA PINS x z=- w� zz ym �m �yy]Z YO N c O ql S z to N .� MULTI -UNIT BOX HANGAR AND o KSAkHANGAR ACCESS TAXILANES ENGINEERS WEST HANGAR DEVELOPMENT RuFORT WORTHSPINKSAIRPORT CITY OF FORT WORTH, TEXAS SUMMARY OF QUANTITIES / INDEX OF SHEETS m. .off" <m �r p m Ax zv �n maz os-i'-iyA ny '� a M. xird� zz $� p y'_a aim' Amg o $�By p w 8 sy zrR �ooyc �'m'14 `�° o y m_ mr zo oa 2➢i ° $"' 'F" gg mm z+ zm °�'❑ ep v$A i ySAa�A-I,- $z a rs M. �oAA ,00py��� �p� n z-$oion9 -d biz a z�" smpF oa o'nom u.'�,n m� smmz_" c�"Ac �z �_.on Agz mA Ap my o zq $ o }g5ommozsmA it 4 icA a A�yo< ° -� vi"m i _ gP§a m��m'z°m $ra 8 oxm $A yx3� zp g� $a °m zA pa znp.F tioi nasP�z sa'"y'pm a'�A 9- ;q ° o`°P3� F < -P$ ° TF ��qm }' Q. mzAav @ A Azo 8 g�n' °_ m am m m g °"� 'o§ mm gp.'o �`O-' I A,w� m� p� $i �"$ m� czi v ae 4 mum 9 a pp �nA�z'"Ay@ bgr ao9 i a_-*2 s �F ��z �' m F $ jnF n3 wp<y Ys� o �m m >mF pz $ AAe�$ ao o-�zA $rN As+ ror 'ma azm'2m m a z8z=y'Azazc� 4 '3 x $ �co ° xc mn mzM z m mAi ' ompA'^ N y"aa _mmr zs^�' M. a$A m�� FN raT Oy �m °48 ssAg�'Apm - - �< W.- U.� M � `< am T. 2jrjf } ° .te r _ �� r` N94 -gag II z g2 o �� �m AR Am ��m i nN�S" �pA� oi` M�� A � 'zy'm A zy $m Doc m>�y'i�o'"m�z� P p �A 9g op pA Szig mxm gP " m mi8z �z `�AP�yyp - m °TaT Sa�� Am$ a�ni'. o, Y9Ynnm P..ap gr m zo 90 Q AFsA �gvoip�n - qqo moF Fm"i z O n%mA 5i$ Em.y l�N a°gyp nbP (an ?A _, nAc nmA� 02 A -OmP n ^ ac m as==�A Ado c im �mmn.�< R° a zd$ z A A ozg'N m r� m*�� Ngp zA "" ymmm�y"$� ^� n Ya �Tz zA5 A9o8�� N paR -T �� Ps" Amya -8`r< tl m2W SPy z o� z � oA am el'a8 $p < `� i`6 �mmA�rm b z " 8 $z y Amv a�r io AS "am W ffi o o sAe d gmpyEpzMo �o m 9�"oA T N� pm�H��Bmv� $ p$p oaf' A�"b BQ no$ 3 A1ob AaaaF°j9O�<' z iAc R. pyya_ F �p '� SIm mg<oz�pa A i m mz mm �m Fn o Q s n$�y<roao8 A�8 e3 42 8il 9'1 1� �.o A $ aA z AM � i�a� momo r' ''A r$n cz `qP"Mx9zi°y o �za $m is m ix° ��z.RNHnr 8K�m AM 'A AQ 88 2Q A aP S- p N > a A rays B.,,A Az� A m A - $' mi m m o.'cza`s`-39p c� mAzz�l2Oa��om n> p '�� a'"` nmzx<oK o`a�T m'z�n' m a' m �A m �8$ ° m` _ �° �AP�o zrmc�o inn -2 o �g ARC mo m pXA-01. A4Rm tiw I n a p m S -�'iv m O O I. im-' u' as "m `� °$ z A�8 '''j°-;m ao s cl^°v"m' v �$m a umOO came o a-r P �F iizZ.Ap �4] y � oy `o �. n$ m°o.$om ``"�-yam >- $ om yz a °�,qm�v AmyZ yp_p c in g fn <ymg'� r� mFa H h s o� ° o °nm�zFc A'<<" A N mm Qmi m Cp A8 m AA }pZ2Ap AA 5 ' m o;� r wrCmmmAAA ° a zmz $� P F o-m N° m ii= " A o °o"oy�No-'if' x m g z x,� inm, $ A y��o 2 Np �z oN �Nzz 49411 � c� °rm•� a �"�" `m v H. " mAmmo "N c g r� mo,o o F Aysp 5 as m'p K ° ApP �mm �mNz A vm z gm8 Fa���cn i i _.ya az$ $am -�r on�$z�R wz za Ax ° > ' mz NO soc ° 9Oa Amgq °more°a$o z '� g 4mmzw�'A�'~ 3 �g3 z yA AY Imo oyz�1`a a zT P Z.,.A oy�mm�m m quo A �o o N m m mmNAmyo° i H m i mz SAo°7 �z° nn �A�o a o +mom mmz°y- Amaa"oAi avS'Eo nmb z= irk m °s� 8binoAnc�`3 3��$r„ - $ F` �m m w ,mn +^ tl�rm $m $�'n_n °cm°Ao$cmm ' '-S` Soo �Z �rF m a� A A_�poAPyR m $ x og �_vm _ <'An - 9n >g8" z n gmzZ p nmr zR. 8zcm 3m z a $ N z AnmAQn 1n $$ mmSA �9o8 <P .. �mP ro 9 8f P �� N� �Sn A � 48 Am4. i m F za s5r onmor° .�n��'nmz mzvAA om a nnmcAc -� aa- m �cc° AC nx my o"c o -am K-> e� ��<aA� 9 m2om zR49A 3 �,mmmcc "y A 8 gx � 5zncq yom n zy 8rzo $ p`-i ov a nsg 9 o '�ppN `d FygmSS3jgq Kyo 9m9 Ai $'" zq�$$a$o' 'a$A za aa`1 $$ np 3- UA 'y Oy~AA ? m- 1�m ° O m-m 2$A u$ ao�W $r� _ g '" $� N nOozz m F $A S' g n c'bio T O o3A -'P." jn a �o" s" p¢ia 5 ,o�<m°z SAS! p z �oN �Ap$rO�o m Y n HN UP n°amo Zr Y'$ pA Ny x K OD �nO O q xH1+1AzsA p mp $'n _ yy aW M. AA $�A O�9iy pA 2� $9 Ay CCn YA YA QOA NNTA3nnp$m v.ro 8m�o<€ "ag itl �m Zym O'ro0 nPOa4°y AP4 }g~ USA OT9y O nw" r ~ s~ oxYSi � Z�< �m_ r�IiP A Ape p O U ym fin y$ ° b pa zQ 4w � ���5'z> i° '"z� o°. Ao c $>N �m i mzz mazy A go °ob �g T m8F A s m 9F m2F i'mo_ a'y"f��n, orzcxcn tic ° F` o Ay s NF rmfA z my n2r �F m m.. �Z° ='!K $gN� `Sim z 4A o�mC zF �'9 r$ z- r ay msoy �'"� aA $° A' mm P�`-t'v�R`� �❑ m�Amy a $6M z r y m A z T'm o Fz _1. g ma9'ipp A ' °gc�g °$moz -n' ms sm� AyA Ay�P"A n�m °st' AA zn11m ZA[p� ' z °AyAm tlnnOaA °--i ms A m9 Z 5 OO =„y g0 A� A �rmCy ° iAN DyY C m �A imy0 y0 <mz ZN� nz Na $� $ T°A Av =m om �cm$� 9 o;mgzx$ mm z $ma pn� R Yon zP oN oiz. r 3,S ° z-i Ar z`-3S o AR 8 n' > z=�i A E �= mn zp $Rmmr $ r n Fm 1� A� bA mm nR m'$zo oaP<nFn° �pmmm omA E ��_�� F8 pry omen N� Szm@P- AAo' rp' p P Amy$' ygmmps s8 m yz$m b"' `gym' xxA `�� a m' a n m mg <m Ao Rmy °qoa° s� no a ��" oairo Bip Bnz mFm' @a ➢ <o Rzz ;a np �g Am mom T000mFA.0 _i>Fzm com ° EA- 9rz m_Q ga � py ! m mG4 g, 0 On �a $m Svc �� il�� _ cN mmr�� m y$° �oA �'A tl nAm '' a -o" �P 'Do '�"N qq 'z�8 pzszan �gm m�' o z8 SmT��m5 mom '� nzH Fg CyAOA " <F S OF Py i A �Z� n-'..YAP -• m$m "'�� sy o Qm$ mzczA ��n�m9mzi�m �' �m sAnm >.Womzz p ovagb pi 0N.0 Ao G$� m� `3 �$� EMS mz �A c'a y$�NmwA �z� m� �� ma a oo '0'9 tlO�m n_ $F pTR p' Z A. oz �A pzPA- -°ia $z o i x �< m,Pr om mo yAOo NRzv x$o UK �n G1map m���999 YY �- i�C < 3 yM3 Ru��lr1a pprF gmAm A ii OSS �� �4 ° immF>n py Sa rAP z� mNa O O�°Oo AO ZmiT}pS~ m$O'R DO OS C� m �T n�i0�9_Lnii zZ AAr z0 �m ym mm.a �` °z nr�3 r mad`y°Fmrtsm �SHpoz �z za o sp mmAF m° ae ° $�c�s z °835o zoo °z arm m ,�'° oa rz 3 min c > r $$�io< y.riA apNm ti $ i i<m"Am o iq,nn ° F F Sp m v Fgc 9'n p°y A �T > 'ZiN i` H z $ m co@anm m �'"< yom $ o 'ma' m�,Nn € A AtpnA m m o �m - Qz gm ap £� Aa$a > Ao s A g �z",oa'aoo a sap$ 08 z� � x o8 H. cama rm $�" rmmm�"A ° �' np'o3AA o a �zam W5: y $$ o$o -_ m� a d R� mgo30 �` A m' xxm g° rm 8P n"z,o A ,5,, .� a$ P b POmm m �ay d$- �yoT FgmgO v < _m xN N$ ma m � �a a y me o�� m OVAF g ° $z - � z �z'gm -�. a s A`P ,zn"�r�rA xzaA�z A z °� royF� �x iIr �Ax oK }o"Dm xm x li„° xg pm Ez3AA9� xm zz F -� P Nma 'Oii�T F. mP PS A Ptlm ry0amF2 Pm AP m z mK 1. 11. m_ mo AM Ymm In N 041 n n m c mm'y�I I -A 'ir 1 oi� Aia z yu wnna" oz m « oA �n ny Am An nZAoy yn � 'yn x nyy AI 3991 nazMI z ozz Tm$$`AO1pz Air orF n epm °d Wm�n m mn -� �Z"' ism mr �"$y o fi�nn° A'n°°�A�x mz O om$�mm $,-m m i'x" $"'zorpm �" r S <am b `o ro F A z�8 z yn oq §o' ai po -r�Amo �m o�F��mza'2m'n " z 'axon � n n asp �gyAzc � F� ��� � � m�° s$daa S F � g pni�ss o Fm= s o8�m ° 9Qyo �`�m-3o �m3 �ZBmmt €�ao N _`moms $4 an' 'mo r* 2 x"m i s om �} AA z� =Tm6i P°jg $ C5 'ooz°� a m'a ymb STzTn ox��8 n - Amo z22pp opp ya^� $pa g(n] ° za 8m iAA�Fn o19mr n mmrmoz O oy �tti Pm A }-�yv'm° ati m$0 P50 ACA in 6 am O m H A P SA D O a0a0- ° i SP -2m� On A O°p A =� arOraa P <A Azr 19 m z A� $ ZEA `" z S'-' }< $ o 3mz� gpnagr a A n 8n Ny $ 9 a3�° m g `� SFr ARo8'mRp` b mm �`2 $ 99 o m ,z �i�$ o m x$ `g a9a�z oo Tp_m�ym �Z aR °.n O n omz-z� r"-io� y'RU m35r AmZ o ra �mm m i r $ D on npnp Fc�mm [ y A 1A p, Amy A AA F� z`ynoAv_o �a" °m [3p� ay om `�Ap� 2 $ oz °ay �i S� aYzxx2ARy - m�i 5�° Zmm SOmr=5 S� ��mG $ a �� H. `� m mAi m ° " Pm- oAa $F >z8°> m_ ,, Aa ° s$ mac° ms smQA�p 0 Ego v of s 8$ A ao aFy `tA m m-sgA m gco^ p� m ,r ,mnm z opA�c�b Sze �yOg gOnmro- mF 6'm�w mp+sr <soz3i m om o$= pAmz NSF mm�$ o om $ �m ooz �9 ° z$ gr zQpm °mA'6 $ �n A �N mod$r_ oiN o m m K5 H u" o � % m Am tom � ° � m°tom mzmzy m mAx$Am� won' p y a $ 2 m Imo r $OmAm w. px { AA c v- p oAmi"p p m4A z$ fS'n< _ nmH $'2 ggA i° c,- 'm 4m�m" a9 z Q "�g- o z�vm 4� si 2T ma na om 3 3cos c � a zsanam i �a� 3a �rpL"� Imo Tm€ - A m '�' �s rm ti gg �z�>o <m am j$ mA )_- p$''Avnm2� e> $ Sm ANO ms $RSA o P N�o2ca. o" mw Tm c r7 oP�i'" nz pozozo R` F$i p5*y AmUN ASz poyAm ym $ o m y"s� �mc oyo �m>mz> g n i "n}z Tad $n V13 H ° be - p -N-mz9 �- s m vm nz im. K Q°m zm pzr w A gF z" _ o$ S din � m � m�mr3mSF �°P o�-�-. zm $ym a FpmmA o K §>m y Ap v $a'�'$m c z3 m a °m -gyi `��o A P oA '�o� $ 'm �y wA �s < > oQ a n- gmm mom. mriz gz N r g' g Fimr a cFmm<dg o-."Y Yi °m�`m "x,F mz�oAno ma Ai �`no'°p m a K' 9ozo �vzi5 �-'i ao rPyz-a5$ - y _ a `I oo m S y a B. ssm �"° a �v H:AgB m jog. �zog 1-m< a p i$$$ oozn Eo m< 4A z>6 4w o (� wvN9�v�bmOy'9R<m- yK'Am o SQ =$4 z`Am'i"g-a F� m � ' °A A$ 0� A nGC N 3 OrZA °3Z� $� 4'n "A a ran $F<= 5 �o, HOR x�oy u� o,nn a Ac r mo$ommzm �Trn3 zi�Aowgz n _ $na as o -$ Nob y rrgarrm i ggm s c o ao q°s �o dap S�=A ox�mw E F �= yo 'fig$ z,",o> r P_z3C o 3y,zm �iaac m2 s g $a� nm �m�r m o >° ayoyovo m °s $AT o'-'W xr oa",�?`�-�s�^7�b .4 ° $o`i�zm� as Gz�pin$ czyK� m� xs a �� 91 m ofw m4 �" 4 °�"oAsoo?o�9`2mgimR'N nzol A$n"mAH -ringn8� Apm am Sm `3-3 1ya �mp r7. Om'O = `-i� yam g�-o cb l ,o, p9 H ➢ 9x"rA`d' m �m.9-,- 0 tla�m+m^c m�8A4 p �"m' mma Fwv' � ' -gngl o as F A9$iA_ ms W�{mm zmo ow"� �o� pmy¢ n�' °z9om$ 4 4'8nn °nA�'Q m oF93o �$mmm mma° mhomo°2"� 8m -mm $$ zzyazp'Am p$ pi a `A�ApF 9 $��nAm n �1°m9 �rnvp� A. �ANy a m°AnI4n%R z9a `°A H m �o q �� SA9 A o ^iPm P F2pmf-+ A,N y$=°$ gmpoom'ci-`�'n"o� a32° as "oo nprm o zrs i y pn� go g r 9 w o f �ni�F H m.`m-ry MnF o F$N oyo9$ A N<a oz�c€_- 99<sz A� i4z$& A H m o� �� arm$ $ dim �m� Am�m$m $ �oT�° w m W n 8'9 z8 �A o2g�$oo b fm z$ o i�$ m z m sS"n m �. N. o m $A z a zA m �" �my� �o F$AmAA w v m o- A�z-$nn D8�iPr�Ao'$o zOrn obo8�-moaIn$zom_°mrAm'NabzmR=arom�°s AosA°$" _1AAa 1'?:n° A8ar�io oiomoo��mAf-rcz�i�z+AoamA zny8"-'n3mngm"vm rzi�$pw Aona< 000� z f�o- x '2&9$ �°z z 9m -7opg 10mmA�' $Y o$m q9 YN z$A$ m z m 4z�mW `$ �o zra �'m2 Rol zAmz- nn ttt� _ Y S Y Y� yZy A � m.v °�onn z D P4�>�p sxn Q O r a6 r{mS @22?i �$ 9 A. K �^a'$ o0 o A- $c g ra ogAF m_'amzmn so m°�omkAm� A� mz� mz in g °`g ° aprB om e' m^ 9m �'�'gA zn -W 2"z� m r$� il.°5° g$ 8 oAm� o V> VT 2A° m o `�mz°° AO mYA' �i my pyn z Am SA y$ AoyPm� smy z m�o som'-iz� �- m _r'a iN $mr� �m`�z a ovm Ar j Fmr n ; �OAoma ng�m a os 992 mQm8 Z T H9 m $� 4 m..r > 48p �iKa'9'- 7�! m i = = mT' my° a > ng mi "K za�mn'r"izP'� _SsaA i TEA Pm z up -02 } Bz' 4]- y A. O44 D ap a O"nynp Hal m � o�� �o zm AM1,� �n m�o� m ny E$ iN Ap A @ _ n mo€ �����m°=1a �w b m msz y Dam mq g`°m �o <. �yzr, S r°s p mA Q M., z +°�$° o z z� i 9FA a�-r'E $p 4.�-Egc2o9.o� A `n$ ° am '�- �oynna q mo < ON I, _ 8 n m m NsoAwm z� vRR< � mnz "Nm 4 m. oa' FX A °�Kp Ap'°n$ A oC> rno ��zrm $ gam. L]A nAioz p .n' m-3o 0 -{oz o o� sn z`�`°Asi�Aya ,gn go p °x� ` o'o ym ?�g9A g a m 4j9m c yq a$�nE$�o v m $n m pv i �gm D o ° v mo�8mo mmw Ac Pn a7 biz °nsz Ate-' 'o A � z`na Ai >Z m �nPo mP yP y -a z �sPzwomjmp$ $8 H a n$ oz6i m$v O yzmmN o o b�. g-z, no -wire yo oazoyb a �p�o�zz o moron m wp v o Anwm m p 2m2ma`-i > ➢�A, N ynm°z>vo in Rz OnAp�q pmD Z-1C i Yp� P ax�Ca� pa�aCz mOw P AA, w� 3 izmP "A 2 o y D zw m P S^ -. z n�. m A� Arc m a i$mn nidg-g cTpy�4 g n ."'tTa�{A moo$ o- m m l mo5 �_ , yc`'m �, ->aa�A A >om> zAgoa5 mo m °o O gI cci�pOoyo>mzT 3c mom ,�i9inp yOm~zm�'v j� am>i m P> wOs� -.- -N. N ng<n`'<" ~ n° p N~v Z <pznggpy� "O� TAT n0m'=m oti1aa gz oRoy�xmyz xa may ~�3pi opM p�A° bb o tt AA - � ��tin pAyA wNnA a�o NZOmb4 �AompP wpn m �y� DimAA Ko v a z��zrz mmz i �gAoohA"���o�°'+ yx< szmn n��o�m Noiy=� oiN . nivT'p�r°-�Dy m OZ T°iz4 C Ap nzN�mclx nam HA M. M zap n S°mp�a �moom8 to�on mnm �c A mo%A. x pn����aamiC ��� mO pipw vsp�i� z3DA� Fpz^Za npzm0 m$ CGF Pmv omo AI9 p1p DKIC ompmPpm->i°�K 41'n �mp�:_c[paa �im AM Din '--U- oPCOo>D m� n6 HT GO o 2 zV4 m bAVAAaiDzyOw➢ �'" m �zpzp� p yl °`Km mP � YJF Cr Z� �ny6�-omN>`N ��� hom �m'y9Mp �io��mn ov �zabiO�oaxm� mom N�' nm�rno nsm iEnA �� i cTm ziAmo�An scan pmp z m I N o HmNvA6om D �"av °-+ Az 3�sysoa�osn �o� z�z �--v�m _�z-A.o pw w rp my ¢zi O m Amom pm >i smt PR a mn >mpT x o"� o -m mPo p om o pzag boy K N V o°o� m N V,8 8v3H �OnO o6 lziY min Ozq 3y A. azi�wo m zama m z mN ro Pa -zi wmyy_P a aaom pNF I Fy I nON om � P,q Opw m; tnn i �4Fn -3x C F. yC~� gaz.2a wro �� o vnz OOz�� S atr�D s pAp YP py v y n OCCmc Y az M 4 Lzln wOn nq Ap 4�NmN� £ 3 y - rziam n o y�`5 M>Uoy A.— � mAT ��"m ° �� � IH Ao�n< Mi mmy �uymp -ov;m m�m zvb o RaA�z o mma tt�]]wny iFo vA ra xi o YPoy ym- P ti m'n N' A P$-ym —map mn a% m =o gp �g:s >m m mns -> 8 y ANi LN9Ei y pZE PO m,P v..z 2 n m < a p.�nop yz o°A 1p 3A m zip nm zz a gPai nH.mvo tia o � n�Fm (yam oz�m "°'A cz m-a o <� z ° m z to p9 £?roa Nvn o m- �mm� " 8RV, zap 1.man N T r xgyz mmaLA,�'- 'qn n°n9 y >a> oxa�n°zi� CODm 9yv yyA�mAn T N �A�m y 1°N naafi z goUp l zcr ° - Pav� Sri y 3v:-N .>. p r znm boo ool"„n mmA z nw ii"mmA az 691, gAE2 a=A y Agm p m�p➢c� a nAa'�" yv o ymcpi —F. gla a mrna `P1 �Yewmc0 abp� > b]l Aii-i L-M a ilpn n{rrn, n>pz N `-F➢ v_ mzmN zpUs - P-AC z zK nnN o °Y .Rm m' _ mpp� p YOy°mj90A �As pmyjop Ts, l Sfop m� �a �o N ;�z Avm 6 3A N.%. p mm0 pn C1vPnyC woA rza,�6 a amp p°P S. Cr]z � 6zm 6 n00 zp °y° y -�jqy T Um NOA a4Av CT{_ yo mA z GAa � Z� ° yz m A qn Abe �o o i OQ >xn n`P"r wo z H-22 oo�>z tom ow �A€ o `c Spz �z.,-°Ochs mNz 10p mC po Y vvwmm vYtiO➢ G1F -A m00 ��` 2UHAZ P-gyp Fg€o pm m ➢zppo �° "god m { YY mVy v oP��i]�[A y mZo�C C mOr AOW r>-T 3 py mpm C -aCFw zmn3.lm1 9 �-ziz �-zi -zi npb V o ° ohm —° A n o tim Via$... F-zN ->o ° may mop z a A;x a1yC Pzc {w m v _yy a a wN w cm mpOz AmmGi° P"�Wzti y moptzi� °iip A �ipxm>q °aA °pN moaN -009 om22� pomp oo o� �o mvn �mm4a cN�(P(I�E na°z °. z �O apDZ°p- y y p zv -rio zv�01_o 3zx�z Q$m o$v n cAo�z p3wmm6 pow 169 z.A° 9°1 Oxm �o�mz� �Dxm �mn n"9'ir N a� m`PAzp°� zm� i� °a< oaa o;-- cao �m�ni pmog> ron roz A = rimymy�nm vi z>mp m �As �A po �.� i UM on­ p y d'm0 Mg. yzy n�z -M nP n �IoI��mjm -Qom AA �A `apo LyT yl2ygx�c� vpyzz om oz i2 �mzm - iiA i3m O� �o 2E! 41 Op A zpN m 3p nr mOmmpy z0°p mmy w pzom>s 9?p ov b F N mpyjp PZT� y " � m $7y p-noWz tiTp' Ym psmm KmBAo mma"y mY$ ya Nib niA_{ s ° wzm$ r�yAOy. AO oiy pm R u"mmOIPT N �mr'wpw N py41 A� nA omx F° ~OF - pAT - P; 211 - An nv mnm A— n ovpm Ava - �o o`z'�� aP 02a GV-.>oi a'6 H. �o2o �m 9-Hp py o o� - ayz�masa £x �i °aa�F� H>mzH °y= R_°p f]A 0 pv A YY YY n 2 AOD_ O (� ° mnm �.n2 nwim �-6 mPrCm�fo An OYo�a{ Q �n(T] W. rm g2z0Kw p y Nm m�oy2 NP`C yP �61z wx yio�zm Qa *. y mDNpc-ilot �A -+yr av�cra io�m mQ mZ�a°z oAz �zy >>>^P ...0 inAR3n -�n P °m p >Nrr,m ym -re� pDi �'an�ir° DOOM zC] A A p T m fro nnmA °ygovz> Cw m°zamm -'mop °y"�!��m o m" �my�ToTy Ao m°'mv m m �m �mm v7n �i xpn x -,m " AAAA � � ZZ m�5 ma y2'i t) zP p my!mC y� nv { m>Hw,�>t z4 z0A6 mppi 'S yT-i�^ fmCmmw❑ n,j O v Z roiS yA mOMCw �� mm�� m N mOpA A ym vm O n a��mKsmc� w9 puz -A'o. Ny znF- p o4° mn Rv APmA'dA zy z y nn �tOmoZ }c �A a2s ?yOA z Opp 'O9m mm y pz r 3wn�m J'°oir �p z onnam >' p Ampmv� noimxP mxA bo of TA mo zg=_ a zgP A y q'y[Y"NA`pAza m $'< o*-'o%m ° zo_Doozn nF �o� 8m mo9A> �° °Op HP>Dy�� Nm n� 9 Yw� b-miA�ajp pwm opt y69W On K 'mym 'y"n p mmzai� nz°npF m'>'m ij°z ZZo QN� o� m m TOgmm - w z��°ao m �nzmnm zop mZ Oo Pz O�pmp n pm nAo z �.mo oN �3p=� o ozpo Noo vGn AmyAm-` my p r p ozw� m s p o � wPpSA,z =fms_ !^xx o z z oi2zp a= p"nmT o= hia�An mgF sm >m m om P°Fop so " ° °O az a y� 'W N s yyi� p �ma HZo 0n ; Km a��FVzini z0 vy���p z onoy om p�yv o3 A nyOAm=^ mmr�pT Y�ym K9 nNnooi+ N� T T >wag p wmNyy pa z °-m N 03 y A NZ Ai= S - u z=���y�mm rzno�o=mb 9 m�s2mN� moo �Sy� � o -mm p �NpiAg mT p s ��qzP m ��ms�ln y�om°w1n11 �➢ $i�Tn�m�A mAp�O i mNA= -mZAm mpZ��� Nmwm z �omozn `o o N��o ma ;g Atx y >zn°mo o N-W m �oymP°O mma P m w ooyNoA >w P_n p cAz�y H " OW ° o�zOwa � p rnO�mbmO tlKyAN; C�om�➢w' mOzai� rA1p� z �P�p 'TA O��mAmN y mTNyc `G m ��imapv �n �Ejodq Ny pI " t azmxim� p cayz GAF yT m 2DGf�tin Pm z npp pc ozm YY T m z m P [<r?o'p OAoaR m11v->10��% �Tq<D�c�4 ZD °yGzi-1 �[ noo�� pTa z m_Jm m[ i .I.N-mip° ° �n208F: RM o� p�zN- m�o��N x� � �m3 A tlrAFSD-i � - itl�gm gmm {>Dzm a c�3� ��m N� F�Mu2omm m -O!IT°z m m c yy vv� p h°z1A n-z�y nSw� mya>�CrNN y p O�� m P�pzan F"n y3" �� Smpm°r A mC jptiom>axm z -=1�nmpOSY y ��3� �y�mao��A a apov�mi HT2 .{ ono° a°OA�n° xDDc °x m � m ,' z FORT WORTH SPiNKS A[RPORT ::SPIi1�iCS AIRPORT HANGAR AND HANACCESS TAXIWAYSmez Rom. Dare oesrmvnon G $ ma6,�=m`u[�- A1'��m"aHU A A rs aFrel goTll 9oMULTI-UNIT q$ae 2 ovoana e e 0 ® 0 | | § \ § € | � \ j 9 \ • | | \ � » ■ x l ! ! � � & . , | x F { � — � � � ! fG - p ('• {? w•> \ { ENGINEERS m�ulmxmq_mu «mm«««! aws e HANGAR DEVELOPMENT FORT WORTH s ma_m� CITY 7 FORT WORTH, 3»sALTERNATE) ,wuNRBOX HANGAR (BASE mD+� R - Q 0 Ln m 0 r- 0 C> n G) w o �"moziori mw Z �F m c =m mm c noz o�� o-prp �m�F po pmP m��'"o rn m nm nc W NmN��fla cm nzo�Nmo i" o�z� �o� Dy non �zE om rmr�x ,Moa z� mz �p �moo� w �w y`> Np� ° mod pp3 y� ��o= pro. n Y r z ompz�g`� 5P npz po�pm Z p� a°o �p"3 aoz pp m� 5p g m a a m L ro 1cpy� v r 70 o P O � oo z oz -,c ecyr n m c m o p z w s5 O oo rn-- mao�$" Asa a° �°�3'�" n i A y m z �a Pap zy m➢ �a p� o=am m-3� �nFSc' Anne o m 1 y y o z S m £ '^ res A- amm a £p . ur n -z = Pz m�a ) c myo m�4n o�ya o r _ _ xn z y �a np 10`" nF I m �� m� r„p �g b3 p = Z p b b z O x mTy 0"p m y~L aOz� �-i `sv _ 3N yy mpvi z0 ypb yb- -iAy OOomnrxa O mA Cm O AY i Gx A�=roa en7yi_im. mrn NoyaxoeoT�=mf -G�iTmm �:G=z ➢�.ym'pY�� �ynjzaabro�°vlxc-zn f➢r' fpSi _1y�gg3�y z-z�.p'a0y �nmi pn�2m �$M5rn'p�9 nbm7fZz dozps�bynT �yiAzovT�m Z N- Ma- . �iaZ-mbpymjctmi 1 O 9iz °o mi p 8APE yom 9 �94 m o'n 3 2W291a5 v 6 _111x0z 22 z L22 —lip p N ro is Y # 5 P N-1b �Sa A mx vz 541 mA �p mCZ z6l _ ay=xzo - ym om W vH �z mrc- sr nczip �mz� � mar o� moo; U Do -MN OA O pn Y pAnm q y o5 Ind y9 pmn CZm y Z� YgAD mIJ ��LA�TA mm y mtimmmm nm n si imc Fm zP 6 z � v� rr �A yy0 m� yms°im Co ��� A b Oix O �nm ?^�a Caa NpN�m p n mm°O�mAm ° mS` op v> psi> F mn6 -by m 9ozzsry oc� �aY Z ro a�6NC v.2 na yn �mmD ti �mP�' pm yiY Om A�^oo�i ,aiN xm %"<rm a .- Ay o; ti zoy°y 6imymi a �z 3m ai " n �9 ag o `g m r n zn o y r FORT WORTH SPINKSAIRPORT :SPINKs NRPORT FONT NURTII. TPS45 aEv. onrE -RIPTIOk a i Ip �R a 64p=^• 4,'A�'^g `gR;FRp q�moi4mE 1 uzamm a000vwmsr yes um rmaeuomw.x rr:'s a oG s¢m o MULTI -UNIT HA{JGAR AND HANGAR�pa°pz- r mz8"AME seo �� Hin �� ACCESSTIAXIWAYS Pik:,�...mGa�anaexu�ro,ea:uczamaaro,s-nh-o�<anmxom��.Ne:v-wswwcuxn,o,�P.w.a �=ns.,� xoxu x.,s , eaxss o� O❑ 2n® -i n r — rm } - T mn e � �D §Z n I � f z I i 3 i 3rx o�p�i-N r�b,x mp6 moS y�Oli g-ii Hb ® DD a b Dx K. bo mOzs - pIr\ -u z m pL�lipL p A l (] -n ` -a I,. o z m � � w miPiy Z �bany � y< is y rr� � r r— n�N m mZ� �y i'�og� 4�nNY O -no rp- C 2jo H�P�O10 N 2m � �='•Ym sc�ON mD o �momD Como N�ipnp a oN cx — y o�ov +i No o Nam � xs�n F' o•. loin. obIjqF" �oo. "-[I "I'M n ymTM=r npy�o2NpD_zv z v9'.n oz�amA 'MU �zw Ammw� a L pTr�r rpm - m c`5 mz NnOor c H m o o Ha o � one �m quo o g v m g W " o" FORT WORTH SPINKS AIRPORT QSPINKS FORTWOR3H.TEMS AIRPORT AEV. U3TE CE6CWPTIPI' BY '• < G jM -q, �, 8• sa F�i'cF&e^etl �S S9Ef C g �� 3^£q om-`41 3 $��m`° 4. , mx2oxo amEhlaunr, nes HANGAR pF5$Fm=m 9Pi�RY§' €mo�g.�£� MULTI -UNIT HANGAR AND ` �e?'g 6 ACCESS TAXIWAYS \,§ ;FERM < /§ / §; § \ ` / --- } j \ w R k IM § a } � ;� ¥c mot \\§ §, k/ T !o ;k $ - z \\ \ _ ƒ 7 k q � )| ., UN \\\\ a�S. /. wool _ 1IMM - (!- §;_ m.m-o , !FORTm_ _gym,_m�m�T U»s�g__/ � �I -/ -O@ . 992H n�€a� C p O ZaRgg��4o zaFYX` ?e a �y � an a o yS�y m 09m� o� 9 x T W na D g z w �m N A F y2�2 yy C m F A y o b Z Im n Rai o a O �� A Cv ra oD0D mo aB m0 IlI z s r ZS S gc �Y p n2� MUM a M fC' nl m �2NY InZ �b ZpZop 53iK Wig, S59sC �5 iiHl �3�3 $nT m9 r S AN a171 i(� Ro Fyp D °' �.H vW�[g�� 1r O- a C y k�m � Iyhy m p YI9��>Z Ayyy ^.o� a O IFI N Yy y LL P A FFS Y O z � n �x o T z use 4Q €z <? i O m a N s� M Yy r FORT WORTH SPINKSAIRPORT QSPINICS FORTNORTH,TFXRS AIRPORT MULTI -UNIT HANGAR AND HAAR NGACCESS TAXIWAYS aEv. care nracRivnon ar '• a 5 P vw,��is m'• n zaz`<�®maoo �°� s �gm��E" d 34 RE9 4�% ""� -a�YR�'p-ga€GAF Csts 2 egg"ttoS" 1 Sixermxo wocnwMai i� x wamzo amERoun uz yes Fk'. bptrxmx.kraagaaiaw�opx"wmuvanoi5-tm-en<aA Mmll�mvgx�ws-twuGtAat6ms'tamg xeu sax m.�x.3t Vea q', lcbypgx ast pGiPd br Sugm,lsaE�AELTicnupb Pbt bra m0232 e vao �' o��mn �o� s 8m bey � N �3o mn-'-®"aShQo9h9 hvr,"q�zx�nd� rva�go3_�_�a,°�t¢a3 �a �a �`oaboa�aa „anma„�an�E�e9 �,t o _=8am^o9°a -m�� 'Sa 3�goS 3 a '' "-�H%o Umg ni a`,wa g.8 as6'n'0- ®aR - �? ay ao i'p� 4n8� jnm �a z w flsno a_. s� z'"- K " s- s.�'- _'mi mri; m pmg am g�Q s2.Y �,� d i9 gss� "8m 'a_�y - 25$ Sa N ab 9a - =a K �W D y;=a 3mo Boor Aga "l fl"ya3 .a * r g n��� _ �. = 5a ?UP 3S8 - -a oay ma a=n was Ro g8 �,63 w6 6 as pad - �, �� 'Z" '3a nC as=w 'w9 A = 3 3 aTH ut - S ,°Pnb >�zmN Eaoc now Sad xa3m za 3 n a o �. a S e ° . S '�.a H'arA `'td 3a n3 a _ - s.s a 88 8 a z -m.a 3 `- n g Q m Q n m 3 m' - n p xVS Em o 9 g K 2 Q IF , o m a m-DwWTIA -'T"m-DAVTj6 NTU °swvm Nfa m p Yt)az zt m gs2x�Dm m - wno mmymmm vmN 3(] 1 '� `�s �66oV6 ta�8a - a s m g mam'mm $ �x9b9No �"Amm'a ,8,'o sg�x=;om $q-8 ^na_oa� saa"S=»=R az�p N� gb'_ mpN3a moo its —�x3m ' -�° ai pp _mow b�N-. � y H °' �"�`ss A�beos�z amE.2 a� 3w a�aA nS smRagQag �m��8d-'�'Nm roy3 y=t S � o a�8no "aQ _ z czi m n mm�sfl a,'o,-z,omW3� a° bm asm em ��W aid r 7�n9 o all ' = da �53 nm qm 'm+oq i 2om a�fl�¢8."3aaH-7yR¢p9 oa8 s' £�� c 4o up'2 �s am_.a a � .a 7 roggm .,1, a axo Nq$v S saooaa5 x x_ g0e-8? xaoGou 33,"�, ma7 sm__� na3.a w�" �n'm='3 �9czi^mtn5 n�9n aS ZJ �$n s'sg gam a � a39 R- � mg aa- n Ga3 6 m� ^- �' v g ail �ds`l� 'aR o� m �m �no�'mQ� maid - TNY�� 3m�m3 y "3 P xn s.n SmSn N �m 55o a 4wm 0LLxnm na�na gmP �a3�D�v'�'����oii3n ?8pp t m _ nmwaytr ppuS % �e O`mN°-o���C�a3n `ro 9'fx 1m 3'��°_'�3°'�w7p - v: id S a��R3°''m'�uol mQ m6= � � ��s� �nnmoi dvos Ol tAn�m _ $m� o9 �nxqu wH �m v3 nw°9n �c� Hai 1tlW a41 3c� �3 a sn £" n w m�C�o m'03 m_ir �t l6n'c �3 �P7_ Smm'�mAm aw-ps SiSN - a°nQ sy R"�na u'�¢sx a ¢„ ax'+ a`o 8m yvm¢3n a�¢p A s 8-�g RSmC� nc^ng',�N�o r " m oa 3 w 'w a a sa R.de cm'm a_Y °' '-°u u SE a 'q a w w� 3 S va 'mm°F m 33d m� -a - a0 n � a m P3s �8.gm ym 9 5is'"Aa z 3 - $a G S m 3 61 E H a 3 3 s y �d �� g�: w o fy�! m Eg m a FORT WORTH SPINKSAIRPORT GSPINKS FORT 44ORiN.TE%As AIRPORT MULTI -UNIT HANGAR AND HANGAR Dore Sm�oN nescnitmaa MP[rvWat 91 BY A[s ,, p � €•� �1 xe z33_f Sn'F A, ��S�e $E 3z�Ugi qo z�.m^„€do�S 3mA..'�s g si='oig�g0. €qo�"ro3� �cp=" .SS s€ ITI `„ �`9 M Msa. MUL71-UNIT BOX HANGAR AND HANGAR ACCESS TAXILANES PROPOSED MULTI -UNIT r �i JJ ENGINEERS u, WEST HANGAR DEVELOPMENT BOX HANGAR ELECTRICAL osrc FORT WORTH SPINKSAIRPORT SITE PLAN w•"4..m Fws W3 CITY OF FORT WORTH, TEXAS �= w 0@z:(ID � " �� oyl— n I -1 c3 f 4 Di D\ q -- t I m yF 2 1 i �u �° 0. A >i a 7' 9K C � R Y� � � �Y g ° g P R 4 2 �^ �g g - � ❑ m�� yf $x � D 0000000 00 v 0000 ..q -po �n n y3 ^ 0 7 3 g S�Pr 0$5_ P3 € g H a t j f _ �l I I I DO+ yiO��O�A O®QQ a LJ O KA i:eeaa mm� $g�ss`-^zaoo��Q4Qo� =oe ��ssg4s>i ss 1 I i I_ ^^^asm,ly, a i;€ �__€gaff®�, =oa^^g;°m5 ,v�_,a MRp aam_` 's inn"E s vy?p1 i €� � o� = Q � i �� � � u ra A � s`�ekk,ez'.z s s s�ose�°��F��� a m 9•g iR z�g �' >: H ° 4 @ C4 4 3�a A9 x^ > g g =� c� P 9 _� Na >? 5 "sgz7�fl3a"^^; H 4 = s z zo s8 s:ga`f�§ ^cgs a `a . o 0 od 4 m8 ^ am��r Qan^-sz 3 a I°n >n fr8 £8 ^ " 438 i= 9sH?4 A y gq P"" a 5s� ^a z m44 Fm � o9e ii Q asp �m HUB 8 ng -p tr ��xm .p : j I z I l $g x"as c m p amm m %-� O z e IJ T m I 2- T i7 n ch bT fall D paop D z e 5 47 r -,gzo n F p ;i z zl 4 0 0 o z m U23 p1`°m NEM� is ='L x $Ape alp gNg 3 0� o fl 3 �Mo MULTI -UNIT BOX HANGAR AND rT ' o ��iKOA � HANGAR ACCESS TAXILANES d7 ENGINEERS �6�°T �STHANGAR DEVELOPMENT LLLCTRICALDETAILSI s FORT WORTH SPINKS AIRPORT " CITY OF FORT WORTH, TEXAS xff 0 O z �z ;n Q 0 s m e a z • a Y o �O Asa z Ap il ff-!ln ma"No '( ggC) mn� RYA Rm� �?s 44 >k d � I Cs I �s 3m _ 3u I I 1 �c o3 g're os o� ^no a �px�m ag m y �A �3 N g O X — a i X _ 3? _ 3 2� I �I "� � II II " M �F qaA W mn $ m inn b g _ � nna � wP�i1� mNc m Rg F n $.Jtldd,e___ m�w IT - ...... 9g. At o r3 � 0 000������mgmggg�5 ­w w Y S� cE 5 s '+KDA uea. MULTI -UNIT BOX HANGAR ANU NME m y o / el HANGAR ACCESS TAXILANES W ° Q�'! s € I ENGINEERS WEST HANGAR DEVELOPMENT FORT WORTH SPINKS AIRPORT ELECTRICAL DETAILS III � - tvrsooz CITY OF FORT WORTH, TEXAS 3010 Gaylord Parkway Suite 190 Frisco, TX 75034 TEL 972.377.7480 FAX 972.377.8380 www.GarverUSA.com September 14, 2020 Addendum No. 2 To Plans, Contract Documents and Specifications Spinks Airport — Multi -Unit Hangar and Hangar Access Taxilanes City Project No. 02518 This addendum shall be a part of the Plans, Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans, Contract Documents and Specifications with which it might conflict. Acknowledgement of receipt of this Addendum must be provided on the proposal form in the Contract Documents. Modifications to the Specification: 1. Remove "00 21 13 Instruction to Bidders" in its entirety and replace with "00 21 13 Instruction to Bidders — Addendum No. 2". a. Added wording to paragraph 3 - "Only the Subcontractor (or Prime Contractor) installing the Water/Sanitary Sewer items must be prequalified." b. Removed paragraph 3.1.1 "Paving". 2. Remove "00 42 43 Proposal Form" in its entirety and replaced with attached "00 42 43 Proposal Form — Addendum No. 2" — Use Bid Proposal Workbook — Addendum 2.xls a. Updated bidlist item number 2.04 to eliminate wording "2-Unit Addition to". By: Vladimir Stevanovic, PE Separate Attachment: Bid Proposal Workbook — Addendum No.2.xls Attachments: 00 21 13 Section 00 21 13 00 42 43 Proposal Form —Addendum 2 09/14/20 Page 1 of 1 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. Prequalification of Bidders (Prime Contractors and Subcontractors) Only the Subcontractor (or Prime Contractor) installing the Water and Sanitary Sewer items must be prequailified. .1. All Bidders and t eir subcontractors are required to be prequa 1 iied or t c woa7c types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently opened, shall not be considered. Prequaliflcation requirement work types and documentation are available by accessing all required files through the City's website at: f:Rd!llalL�llLT.IY.lC!1SrlR5RM-ea-i . f ! M \ ! ! HAVOY CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access nxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COV1D14 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.2. Water and Sanitary Sewer Requirements document located at; https://apps. fortworthtexas. gov/Proj ectResources/ResourcesP/02 %20- %20Construction%2ODoeLttnents/Contractor%2OPrequalification/Water%20and%2 OSanita %2OSewern/o2OContractor%2OPre ualification%2OPro ram/WSS%20 re g_ual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place (federal, state, local) and for 30 days past the expiration of the emergency order with the furthest expiration date — by day and month, will not be automatically disqualified from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close of business on the 5'' day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder's bid non -responsive. If the prequalification renewal documents show the Bidder as now not -qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional submittal/review process. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April24, 2020 due to COV1D19 Emergency 0021 I3 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4.Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and 00 reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. CITY OF FORT WORTH Muni Unit Box Hangar and hangar Access 74xilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 -- Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphcnyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5. Availability of Lands for Work, Etc. 1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding rigbt-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 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: Attn. Vladimir Stevanovic, PE, Garver Email: vstevanovic@garverUSA.com Phone: 972-821-7516 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 the City's electronic document management and collaboration system at Aviation Projects, City Project No. 02518, Multi Unit Hangar and Hangar Access Taxilanes. CITY OF FORT WORTH Mulli Unit. Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project. No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 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. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. CITY OF FORT WORTH Muldt Unit Box Hangar and FlangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Norm, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall'be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the naive of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. CITY OF FORT WORTH Multi Unit Box 13angar and Hangar Access Taxilane STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 -- Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF FORT WORTH Multi Unit Box hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 02518 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No, 02518 Tomporarily Rcviscd April 24, 2020 due to COVID l9 Emergency 00 42 43 Hasa Did BID PROPOSAL Page 6 arl3 SECTION 00 42 43 PROPOSALFORM UNIT PRIG BID Bidder's Application M01,11 UNITHANGAR AND IIANGER ACCESS TAXILANES - ADDEINDUM 2 I Bidders Proposal Bidlist item No. Description Specification I Section No. I Unitof Bid Measure Quantity Unit Rice Bid Value 10-Unit Box Hangar (Site Work) - Base Bid 1.01 Asphaltic Concrete Pavement Section Removal P-101-5.2 S.Y. 20 $ - 1.02 Concrete Pavement Removal P-101-5.1 S.Y. 45 $ - _ 1.03 _ ___._._..___..___......_.._. _._.,. _._ .._ .............. .. ....._.._.._....... Unclassified Excavation .__ .....__._. C.Y. 2649 $ - a _ _.. _. w _nd�a....a.,._ ..__.._._._....... .........__..,. Undercut and Replace Unsuitable Subgrade Material with _ _,.P._-_1,...5._.2_-.4...._1. _._._._._.....- . ._--------- ... ... 1.04 Suitable Material as Directed by the Engineer P-152-4.3 C Y 86 $ 1.05 8" Lime Stabilized Subgrade P-155-8.1 5.Y. 4897 $ - �� 1.D6 _.._a_t_-_.A__f.-m .....___, .-Sm�� -), Hydrated Lime for Lime Stabilized Subgrade (6%) _._.__,.. -_._.-_-___-_,._.._._.,_ P-155-8.2 Ton .................___..__.___ 106 $ 1.07 Temporary sediment control Fence P-156-5.1 L.F. 492 $ 1.08 _..._._._.___.__- ._..-._ ____,_____,_._______________-._,__,_,_ . Rock Construction Exit _ _. P-156-5.2 EA. 1.09 _...,.._...... _... __....... _...w..ni _....... _.....,._. _ww ._._._._..._ _ .__.,.... Storm Water Pollution Prevent_tion Plan (SWPPP) Document _._._...._.. P-156-5.3 L.S. __..__.,.._.__...._._._.__....._.__._,_.._._., 1 .._ ....._..__ _........__.._.___._. $ - 1.1 8" PCC Pavement P-501-8.1 S.Y.4758 $ - __._........... , 1.11 . ._._.._.-_-_.__..__.___ Joint Sealing Filler ..... P-605-5.1 Gal. 78 $ 1,12 .......... ,_ ._._.._-_._._._ __. - -___ .._._._.___ _ _. Yello_w_Taxiwa_y Markings (Reflective) __� _- P-620-5.2 _ _ _ - - S.F. _ _ 538 $ - 1,13 White Markings (Reflective---------------__ .__...,__._._._ ._ -P-620-5.1 S.F. �- - 154 1.14 Black Taxiway Markings (Non -Reflective) P-620-5.3 S.F. 1614 $ 1.15 _.. _ $._ m m .. _ w__.,.-_a.....................-._. Pavement Markin Removal _._...._...._-..__._ --_.- P-620-5.6 _._._.__.__......,.__ S.F. ---------- _---- 628 ---------------- ---.._., 1.16 ._..____._._._....____.. 24" ASTM C-76, Class III RCP _....._..__._...._...___._._._._.__..._..._._._...____.._ D-701-5.1 L.F. 88 __.__.___.._.. --- _------ _. ......... ..._._.. ............. - W.._.._._.__.,_..__.-_.____.__._.___.__.__._._._.__ 1.17 __ _........$ .. Furnish and Install Tx 3' Inlet and Grate D-751.5.1 ns .a _.., EA. a �.. 1 _. W__.. _._._.. _....__,.._...,........_._ _...... $ - 1.18 Furnish and Install 4:1 Safety End Treatment for 24" RCP D-752-5.2 EA. 2 $ - 1.19 Hydromulch, Seed, Lime, and Fertilizer (Slopes c 5%) T-901-5.1 S.Y. 7010 $ 1.2 .. _......_...m....._ _ ...,.._._._.,.._._.._ Temporary Cool Weather Seeding ...._,.._.,.._._._.__.____._.............. T 901-5.2 S.Y. 7010 _..,..__.._.. ._.. _..__._.,.._._._._.._._.__.._.___._. $ __._._. 1.21 _.......... .._.... ___._... .... .. . .... _. _ ..._, ..._._.__.,._..,..,...._ Sodding ._.___...,..__..._.,... -._._ T-904-5.1 __. S.Y. ..,..,....._.,....._._._._._ 400 .._._._._._....._._..._..__.._... ___....._.,..,..,.._.._._._.__._.. $ - 1.22 Topsoiling Obtained Onsite or Removed from Stockpile T 905-5.1 S.Y. 7010 $ 1.23 ____.__._.__.__-___._._. _ � _ _ m Removal of Concrete Curb _ _ _ 024115 _ -.. L.F. __. _ _ 132 _ _ -� $ 1.24 Concrete Sidewalk Construction 321 20 S.Y. 69 $ - 1.25 6" Concrete Curb Construction ----- 32 16 13 _____.___.._._.__.___._. L.F. 228 $ - 1.26 12" ASTM C-76, Class III RCP 33 41 10 L.F. 64 $ - . �... _....... 1.27 _ _._ _..__.___-__.___._,____..__.__._____--.____,_ _ __ _____ Mobilization, Etc. S-1-3.1 L.S. 4 $ 1.28 _ _ _ Trench Excavation Safety Protection-------------._-__._------ - s 4-5.1 � L.S. 1 � - 1.29 ..... Proof Rolling -�-_. _..._ _. __._-- _,.._.-.-.__�_..-_._ .__ s-5-5, .._._._.-__..___,..__._ L.S. - 1 ._._ .._.__._._......._.._._.__.._,_ $ _�_..,._._.,.e._.._._..... ...... ........ . ...__..,_._.... 1.30 .._........_.........................._._._._..._._.._..__._._._....__._._._...__._._.__.....__._._._._._._.._._._._._..., Relocate Fire Hydrant Plans __._._._. _.._._ L.S. .,....._...._........_......_ 1 ._.__...._ ._._.._.en...._..._._ __ $ - __ ..._................_.._...._..__.,_,._._..._...__._.__._.__._... 1.31 .._.......... _...,_............. m ......, Relocate_Buried_Cable Sign_ _ ... _. .. ., .__. Plans .._......._._._._._._._.__..__._._._._. .. _._._.... _..... ._.__-._ ..,__._...._._._.._._._._... 1.32 _ _ Furnish and Install 2' x 2' Inlet and Grate Plans L.S. 1.33 Furnish and Install 4:1 Safety End Treatment for 12" RCP � Plans EA - M 1.34 ..._._._.__ _._......._..._ _.�.._.___.___._.-_.._-_................._.._._._._._._._.___._.____.._.__ Concrete Riprap _--_.-..-___._.-_-__.._-._w _ _ ._ _ .- _. w_.M _...- ....,____ Plans ._._..,__... __._._.____. _ . _.__,._-_..._._..._.,__....____ __._._._._-_m____ S.Y. __.._._.____._._____--_-__-__.___________._. 268 _ _ .___ -___.._._ $ - _._. _._... ______ _._._____._ 1.35 Furnish and Install Handicap Parking Sign Plans EA. 1 $ - _ -.__ _ ._._-._ W_ ._ _ _.__-_----_-_.____ .....___._....._._.__.. _..._.__- ._.-....... _ .. 4" SDR 26 PVC Sanitary Sewer Line _..___.-..__- __.___ __._.-___._.._._ Plans .....................___.._.____._.__...__._.... L.F. w_ 45 _..__._. mw..r ---------- $ 1.37 Precast Concrete Sanitary Sewer Manhole Plans EA. 1 $ - _ .___. 1.38 __..._. .. W_ _ _ _, ... ._w...-_ww..w_._-._-,.__,..___.._,..__._.._.__._..,...._. 6" AW WA C900 DR 18 PVC Waterline W_._________._...._._.._____,.___.__.._. Plans L.F. _-.-___,_- 40 ....._.___. $ - __.__._ 1.39 _w....._._-.._._._..,._._-.._._-,__,._._ Furnish and install Water Valve Box with Meter ._-._._._.. ____.._ .__ Plans _.__ _-.._.._....- EA. _.-._.__ _. 1 __.___-_ _.-._._._ ___- .......... $ _ . 1.40 _._.__._._ _.___._.._.._.._._..........................__._..._ w..._ ..__ _. Tie into Existing Water Main _._..__._._._.__._.._-._._._.__._............ ..... M...._. ._.... ........_.. ,._..._.._.._._.__._._._..._._.,.._.,.._.__...__.._..__...._._._.., __._._.__... ..._...._.__.__._._.. Plans Eq. _...._._._._._..,._.__...__._..,.._._.,_._ 1 __._.__._..._......_-._.__...._._..,..,_,_._._.._._.. _._.._._.,.., .....__._._._.�_ ....,_-._._._ $ - __...._..,..,..,.._._.._._._.._._._... _a._._._._._..._...._.___.__.._....- 1,41 Tie into Existing Sanitary Sewer Main Plans EA. 1 $ - ..._..- v 1.42 ®_._..__._.,._..-..__._._..-._._. .._,�_.. _....................... Tap Sleeve Valve (10," x 6") _ _...._ Plans EA. 1 w.... _w� w w _.... $ - 1.43 8" SDR 26 PVC Sanitary Sewer Line Plans L.F. 105 $ - - ...............- 1.44 __.,_w �_.. _....m.._ _.P_.a ._................,._._._._.,....._._........__ 8" Sanitary Sewer Cleanout _..,..,.._.,..._._.._._._. Plans EA. __._.__._.._.,._._..,.._.,..,.. 1 _._...,._._......._.__.,.._....._.__.._.__ _._._._ $ 1.45 .._._.._ _... _. 12" Steel Casing Open Cut Installation ..... .._............. _ ........,. Plans _ . _. L.F. _..._..,..,.---.-.-._ ...,....,.-------..._ 30 .._.... . _.................. __... . $ - 1.46 1 1/4" Poly Service Line Plans L.F. 120 $ - _.,.._.,..,..,.__..._.__. 1.47 _.. ..,.__ M _.. .._.,...................__..__..,..,.._._._....._.._,._....._._... _ ..._ 6" Gate Valve . _._._._._.._._._.__,._._ ._._ Plans _.__... __ EA, _._._...._..._ ._._ .. ._._._....._.. _ $ - CITY OF FOkT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS A6,11i Unfr R-H„gar a adAangas Access T 1„es Form Revised 20120120 Ury Pr j-i No- 025)8 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 nose Rid BID PROPOSAI, Pagc 7 of 13 Bidder's Application MULTI UNIT HANGAR AND HANGER ACCESS TAXILANES -ADDENDUM 2 Bidders Proposal Bidlist Item Description Specification unitor Bid Unit Price Bid Value No. Section No. Measure Quantity 10-Unit Box Hangar (Hangar Plus Electrical Utilities) - Base Bid 2.01 Unclassified Excavation P-152-4.1 C.Y. 5144 $ - 2.02 Compacted Select Fili for Foundation Pad P-152-4.2 __...._._..-_.._-_-___._......_-__ C.Y. 5144 $ 2.03 Undercut and Replace Unsuitable Subgrade Material with ....__ ._____. _.__. _..._.._.._.-..._.__.__.__.._..._._._...._._..._.._._...�. _ __. _. Suitable Material as Directed by the Engineer _< P-152-4.3 -_._.._.,.. C.Y. 300 $ - ...................-.__ _�._.. ._.._.__,_..._..,._._...... 10 Unit Standard Box Hangar Building __..._ ... .___.... 2.04 System, Reinforced Concrete Foundation, and Bi-Fold Doors H-1 L.S. 1 $ - 2.05 Fire Extinguisher (With Mounting Bra 2.06 --- - ------ - -._..__.._.._._._._.._....._.._ _ ...__._ Building Foundation ..._._..-.._.....__. S.Y. 3858. .. $ _. _ ............._ ..._ _.,._.._ .__..._.____._.,_ . ....... ._.___...__.._.__._.. Miscellaneous items associated with 10-Unit Hangar 2.07 (Labor, interior/exterior finishing, permits, etc.) L.S. 1 $ - 2.08 2-Flour Fire Wall Plans L.F. 404 $ _. 2.09 m .vd�. _ _ _.. ..__ _..............._..._.-._.__,..__.._ Electrical Service (Provided byOncor) Plans .._..._._.._._._._ L.S. .__.,.._._..____. 1 $ 2.10 EMT Conduits, Boxes and Fittings S-E16100-5.1 L.S. 1 $ _ 2.11 Conduit Fastener, Strut Channel and Misc Support _.... _.......... _.____._.____ _._ _. ._.____._ _.._ --- . _ _ __. S-E16100-5.2 _, _ L.S.1 $ _ 2.12 __ _ THHN 600 Volt Wire _ S-E16100-5.3 L.S. ___ _ _. 1 _ ..__� _.__...-_.__... $ 2.13 Grounding Receptacles, Rods, Cald Weld, and Wires _ _ S-E16100-5.4 L.S. 1 $ 2.14 .. _ 2" PVC Under Slab for Future Telephone Service S-E16100-5.5 _ L.S. 1 ____________ $ - 2.15 Utility Metering Enclosure 5-E16200-5.1 EA. 10 $ _.__._.. _ 2.16 ._._............... .........- _._-._.-..,._.-..,._. _._..._._.._._. _. .. _ GFCI Receptacle __.... _._._..._._._. _ _ .._ _._.__.__._...._-. 2.17 . .............._....._._._.__...._.__._.._._.___._.... ....__._._...._._._...___._._.. Light Switches -.. S-E16300-5.2 EA. 10 _.- $ - ___ 2.18 _. Surge Protection Devices S-E16300-5.3 EA_. 10 ......... . ..__ _,._...._,-,.._._.____..... $ - __._.___.__.,_ Panelhoa rd 5-E16300-5.4 EA 1 __._._ $ 2.20 ..__.._ _.__._._..__............ ,.__.__._.,..,._......................_._....._._._._._..._._._ .__._..._ Disconnect Switch for Bi-fold Door .._...._._.-_._..,.__._. S-E16300-5.5 __._._.__..__._ EA. .._.__._.._ _..._. 10 __. _._.__ww._., .. w.._ $ 2.21 High Bay LED Lights S E16400 5.1 EA. 20 $ - 2.22 .........................._._...,.._..._._...._...,_..._._.___...._._._.._.___..._- Exteriorwall Light, LED ......... _.._...__. _.___... S-E16400 S.2 _._._ _ A. m... w... ..,.._. i0 _..r ... ..._,... .._._._....._...,._._.__._._ $ 21 Emergency Light _._.. ._...._ S-E16400-5.3 EA. 10 $ 2.24 _ .,. . Disca UtilitynnectSwitches _.. _ _ S-E16400-5.4 .._.__...._.._...__ EA. _. 1D __....,._..,..._..__....._ _._.__..,.. _._.___................._...._._._.. _ $ - 2.25 Mobilization, Etc. 5-1-3.1 L.S. 1 $ - 2.26 Bathroom with All Utilities Plans L.S. .............. 1 ..__ _.-__ _.� $ Total Base Bid $ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Muth Unit R-H. gm-.ndJ[mtgnr Access Taxilones Form Revised 20120120 City Projen No. 02.)18 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 0042 43 Bid Add I BID PROPOSAL Page S of 13 Bidder's Application MULTI UNIT HANGAR AND HANGFR ACCESS TAXILANES -ADDENDUM 2 Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Pric e Bid Value No. Section No. Measure Quantity Additive Alternate Bid I -12- Unit Box Hangar (Additional Two Hangar Units) A1.01 Unclassified Excavation P-152-4.1 C.Y. 1029 $ - __...._.-,._.._.__.a-__�,e__.,_.._.__.e__ A1.02 Compacted Select Fill for Foundation Pad P-152-4.2 C.Y. _ ______ 1029 ___ _- $ - Undercut and Replace Unsuitable Subgrade Material with--"-��- A1.03 _........_......_ Suitable Material as Directed b the En inter ...._ .__.._ . _. _.._ ..._ ..... _.....Y ....�_ .._.a..._.. _. _.. ........... _.. P 152 4.3 _ ............._. ... .. C.Y. ,...w.._..... 20 w.....___..__ w.,_.... w..,_, .,._._ ...0 ....... z-unitAdditon to 10-unit standard Box Hangar Building A1.04 System, Reinforced Concrete Foundation, and Bi-Fold Doors H-1 L.S. 1 $ .._... .._ A1.05 ._.___._ _ --.__, _.__._._. ._._ -._ -._..- _._.___.. _.-..,._.____.__. -, ..,_ __ _____________�__ fire Extinguishers (With Mounting Bracket) .__-.-.__.___.___ __ H-1 .-__.._______ ..___._._._.- _..- -_ .. __.__ ....-_,_..__,. -...._..-.-_..._...._._.....-.. . A1.06 _...__............. ... Building Foundation _-.__.--- _. .....-..-_.-- ..........,....,....,....._ ._. --_--._.----- -.-_ ---------- S.Y. .__ _..... ...,._._.._.,._ . _.._.._._._._._ 772 ..._..._....,..,..... --- _._ ....._._ ... ___.,.__. $ - -..._ _ _....._. _.._ Miscellaneous items associated with 2 Additional Hangar Units _.-.__.- _ A1.07 or, interior/exterior finishin gLerrnits� L.S. $ A1.08 2-Hour Fire Wall Plans L.F.5t $ A1.09 _.._.._ __......__ ._- --------------------_.,------------.._. _..__.-.............-._...__.,....,..............__.,...,........__ EMT Conduits, Boxes and Fittings _ ----- 5-E16100-5.1 __.-.....-._.___......._...___..1-1.........._.... L.S. 1 _..... _ _.._........_. _ .....w..... $ _ ....... mw...w A_1.10 ................................w......._- _.... .. _ -and .._..sc C_ond_uit Fastener, Strut Channel and Misc Support -S_ 6....0.�-.. S-E1610_0-5.2 ,.....L 5. .. L.S. _ .... .. 1 .._........_.. _. _.._ ._ _._. $ - A1.11 .�. THHN 600 Volt Wire S-E16100-5.3 _ L.S. �.... M...._ . _ A1.12 _..,...... _. ............. --- _..__......._ Grounding Receptacles, Rods, Cald Weld, and Wires ..,_... _._ _ __.. _ .....__ S-E16100-5.4 _ L.S. _...._..._..., ... A1.13 _ .__...._._...,._....._.. .... ........ _......._... ... .._ __.. . _.....__ .... 2" PVC Under Slab for Future Telephone Service ..__._..._.._ ._..__.........__ S-E16100-5.5 ....,......._......... L.S. .., 1 .... ., .. _ .._. _._ .. ...._ $ - __._.... A1.14 as .a .._,,. __.,.._._....... _. ..._. ...a__e ......_._ . _.... . .......... ...._. .. ....._.. Utility Metering Enclosure _.,_. _..._......_ S-E16200-5.1 ..._..._.,... EA. ..,__..._..._......_.._.........,............ 2 .. $ - A1.15 p _ _. �_.a.__...._.._-.......__.a._ ._..._....__._...__...._.___._.___._...........__._._ GFCI Rece tacles _.. S-E16300-5.1 __.....___...__ EA. ._.__..._._._._.._.. 2 _...__.a ... .... _ _..... _.__._..__,__._._ $ A1.16 Light Switches S-E16300-5.2 EA. 2 $ A1.17 Surge Protection Devices 5-E16300-5,3 EA. 2 $ - A1.18 Panelboard S-E16300-5.4 EA. 2 $ A1.19 Disconnect Switch far Di -fold Door S-E16300-5.5 EA. 2 $ A1.20 m .. _. High Bay LED Light S-E16400-5.1 EA. 4 $ - A1.21 Exterior Wall Light, LED S-E16400-5.2 EA. 2 $ - A1.2Light__._....._..._... mer enc S-E1400-5.3 . 22 A1.23 _._._.,_ __._........_....... Utility Disconnect Switches . S-E16400-5.4 _._._....._-.. _._ EA. __._._.._.__._........._.._._..._._._..,.._._._._ 2 ._..__..�,._.._.__._._..... $ _._ ..._ A1.24 __...__... _..._. _ _. ___. ----------- _ -------.-.---._.---.__..-----_._---------_ Mobilization, Etc. ....._.--._------ .---- _- S-1-3.1 I-,--- -- _----- _..._. L.S. _ . _ .._ ......_ 1 ..._.............. ..__._--___-,-----._._...__. $ AdditiveZC12lateBid -AI $ - END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Mulrl UMI Rw Hangar and Hangar Access Radom, Fann Revised 20120120 Ciry Project No. 02518 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID on 42 43 Bid Add 2 BID PROPOSAL Page 9 or 13 Bidder's Application MULTI UNIT HANGAR AND IIANGER ACCESS TAXiLANES -ADDENDUM 2 Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Additive Alternate Bid 2 - Install Water and San. Sewer Utilities for 10-Unit Box Hangar A2.01 4" SDR 26 PVC Sanitary Sewer Line 3331201 L.F. P95 _...._......._, $ ..,._.__ ...,._ A2.02 ._._.._.�_.�..,..,..�.__.. _.�__.�. Precast Concrete Sanitary Sewer Manhole 33 39 20 EA. 1 $ A2.03 b" AW WA C900 DR18 PVC Waterline 331112 L.F. 40 $ - _ _ W A2.04 .. ..._.. .................. _....... w... Furnish and Install Water Valve Box with Meter �..,...., 330516 EA. 9 $ �.,..�._..�._.,.... A2.05 . .. �..�.._.�_.._..__e... �d _ .__._.�..............�, _,.�.�.�.�.�..,.�_.,.. Tie into Existing Water Main _. �.�.�.�.�.�..,..._ _. __ . 33 12 25 ........ EA. _�..��__-_.-.....� 1 �........ .._......._,._.-.-- $ _,..,...�_�_..�__....�..�.,..._.._._,. A2.06 _..,_.�_�. e. Tie into Existing Sanitary Sewer 33 31 50 EA. 1 $ - _......__.._,....... w _. .._.. ..., .,.. Tap Sleeve Valve (10"x6") . .. ._. 331225 _.. .... EA. w_ .. 1 $ - A2.08 8" SDR 26 PVC Sanitary Sewer Line 33 31_20_._................w_......�_m._, L.F. 785 $ - A2.09 8" Sanitary Sewer Cleanout 333150 EA. 1 $ A2.10 12" Steel Casing Open Cut Installation 330522 22 L.F. 30 ��...�_-a_, .......... .�_,..,.�_.._.�.�._._�.�..�.. $ ... A2.11 �.-____ ------ .. ..m. .._, .,.�.-.,_-. _� _.�_��.�._.. 1" Poly Service Line � �.�._�_ 33 12 10 � L.F. ..._ 3,119 $ - �_._._.. A2.12 _ _ -------- ______ _ _ _ Mobilization, Etc. .._____ .�.�.�._._�_.. 5 1-3.1 �.�_..._..._�. '-------- .,_. .,. _.. A2.13 -�. n_.�m_....�..��..,.�_�.,.�.�._.,._._--- .�M_. �. 6" Gate Valve �_.,__ _ Plans _L_S. .._.-__.___e.. EA. 1 ,, ._ $ Total Additive Alternate Bid- A21 $ - END OF SECTION CITY OF FORT WOR111 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MuN ❑tuf Box Hangar and 71a g rAce.rs D-16 rea Fomi Revised 20120120 CGly Project No. 02,518 SECTION! 00 42 43 PROPOSALFORM UNIT PRIGS BIO 00 42 43 Bid Add 3 Dm PROPOSAL Vag. 10 of 13 Bidder's Application MUI.TI UNIT HANGAR AND HANGER ACCESS TAXELANES -ADDENDUM 2 Bidder's Proposal Bidlist Item Specification Unit of Description Bid Unit Price Sid Value No Section No. Measure Quantity Additive Alternate Bid 3 - Install Water and San. Sewer Utilities for 12- Unit Box Hangar (Additional Two Hangar Units) A3.01 4" SDR 26 PVC Sanitary Sewer Line 33 31 20 L_F. 132 $ ----- A3.02 m^ ^ T^^ 6" AWWA C900 DR18 Waterline Waterline 331112 L.F.10 0 _.......... - --------- ------ _ _ _.. _ $ __------.-._ A3.03 _PVC __.. .. _.��.,-..,..,..�..�,.._,...�, Furnish and Install Water Valve Box with Meter _ _ .�..__._ 33 05 16 .... ... ...M__ EA. .�ww..., 2 - $ - A3.04 V Paly5erviceLine 331210 L.F. 212 .... .. $ - _ ... _ _----- A3.05 _. ................... .... _ ._ _ .�_.� ..�.� ............ Mobilization, Etc. S-1-3.1 ___, __ ,.-..-.-.- _ L.S. ____ _ 1 . �.w.. $ - Total Additive Alternate Bid - A3I $ - — END OF SECTION CFFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AhN Unit BaxH gawndHatgardceess Taxilams F.— Revised 20120120 Ciry Pr ject No. 02JIS SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 Bid T.h h BID PROPOSAL Page 11 of 13 MULTI UNIT HANGAR AND HANGER ACCESS TAX LANES I Bidder's Proposal -ADDENDUM 2 I Description ! Bid Value BID SUMMARY Total Base Bid $ Total Additive Alternate Bid - AI Total Additive Alternate Bid - A2 Total Additive Alternate Bid - A3 Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Mutt; Unit Box Ilangar and hangar Access Taxilanes Form R-i.d 20120120 City Project No. 02518 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 1100-1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not atypical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access laxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 01 11 00 - 2 SUMMARY Or, WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH Multi Unit Box Hangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCi 1MFNTS City Project Mo. 02518 Revised December 20, 20I2 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 SUBSTTTUTiON PROCEDURES Page I of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following. a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General I. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Multi Unit Box hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CrrY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract tune will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 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 A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 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 CITY OF FORT WORTH Mulli Unit Box Hangar and HangarAccess laxilanes STANDARD CONS'IRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 012500-4 SUBSTITUTION PROCrAURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the 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 Multi Unit Box Hangar and hangar Access Tardanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 31 19- 1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. 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 I . 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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised August 17, 2012 01 31 19 - 2 PRECONs`rRUCT10N M13ETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 I6 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, casements 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 J. Questions or Comments CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 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 USE, 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 I SUMMARY OF CHANGE CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02515 Revised August 17, 2012 SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification L None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specialty called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood. Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend I Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxiianes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions In. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projecl No. 02518 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be 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 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] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Multi Unit Box hangar and 1-fangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July I, 2011 0132 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility I) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Multi Unit Box Hangar and Hangarrlccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent: from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH kfulti Unit Box hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 Of 32 1G-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of S D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: I) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) if the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) AvaiIable float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPFCIFICATiON DOCUMENTS City Project No. 02518 Revised July 1, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and mare the required changes in his schedule when indicated by changes in corresponding schedules. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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 A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 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 CITY OF FORT WORTH Multi Unit Rox Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 025I8 Revised July 1, 2011 01 3233- 1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTI.ON VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract forms and Conditions of the Contract 2. Division I -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 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] CITY OF FORT WORTII Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 013233--2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Mulfi Unit Box Hangar and Hangar Access Taxitanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 33 00 - 1 SUBMrITALS Page 1 of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related. Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES jNOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 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 e) 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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 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 I. 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 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 %2 inches x 11 inches to 8 %2 inches x 1 Iinches. 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 E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Mzdti Unit Box Hangar and ITangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily lirnited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) AvailabiIity of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Multi Unit Box Flangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. I. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the city. b. Shop Drawings I ) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Multi Unit Box .hangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 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. Submittals 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 Multi Unit Box Hangar and Hangay-Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 20I2 01 33 00 - 6 SUBMITTAIS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittaI. J. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION S PIECI FICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of S 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 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] CITY OF FORT WOR'rH Multi Unit Box hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SP1?CIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and llangar Access Taxilanes City Project No. 02518 1 2 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 11 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 013513-1 SPECIAL PROJECT PROCEDURES Page I of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to.- 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: I ) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 0135 13 - 2 SPECIAL. PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination. with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flaginen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad I6 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752, 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of S I a. Insulating cage -type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. I9 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as "AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 3I. 29 c. Critical Emission Time 30 1) 6:00 a.m. to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However, the Contractor may begin work prior to I0:00 a.m. if 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORTWORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 0131 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use I4 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's Ietterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH MOLi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I I . In the event it becomes necessary to temporarily shut clown water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised Accetuber 20, 2012 013513-6 SPECIAL PROTECT PROCEDURES Page 6 of 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.1E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 02518 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 I EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: I Limits of Construction: 12 13 14 MM _ w M W� wM 1w ®aMw w ®w: ® 0 m_■m 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 29 Mr. <CONTRACTOR'S SUPERINTENDENTS AT <TELEPHONE NO> 29 30 OR 31 32 Mr. CCITY INSPECTORS AT C TELEPHONE NO> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 1 EXHIBIT B 2 3 4 FORT WORT Date. 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 D019 PIO. ]a= ft0j®ct Hume: NOTICE OF TEMPORARY WATER SERVICE 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_ (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. TITANIC YOU, CONTRACTOR CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 01 4523 TESTING AND INSPECTION SERVICES Page 1 0172 SECTION 0145 23 TESTING AND INSPECTION SERVICES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH Mulli Unit Box Hangar and Hangar Access nxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 01 4523 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) I) Tests performed by City a) Distribute l hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Mufti Unit Rax Hangar and Hangar Access 2axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Reviscd March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION OI 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH Multi Unit Sox Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July I, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. FiIl and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF, PORT WORTH Multi Unit Box Hangar and Hangar access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 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] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oK] 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 A. Temporary Facilities CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised duly 1, 2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 I. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised Jufy 1, 2011 01 55 26 - 1 STREET USE, PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 11 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, ,submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1,2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw websitc. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL 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] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 015526-3 STREET USE PI RMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORT]I Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyins 1. Notice of Intent. NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ S. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Mold Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: l . Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP c) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Mulli Unit Box Hangar and Hangar Access `1'axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modred SWPPP 1. if the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July I, 2011 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 01 58 13- 1 TEMPORARY PROJECT SIGNAGE Pagel of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oRl OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide freestanding Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Multi Unit Box Hangar and ]Iangar Access TaTdanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTII Multi Unit Box Hangar and Hangar Access Yoxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page I of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Port Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0I 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 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 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magafla Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Itelxls bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS jNOT 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 AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY Or FORT WORTH Multi Unit Box Hangar and Ilangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE. AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or enviromnental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF, PORT WORTH Multi Unit Box Mangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 02518 Revised July 1, 2011 016600--3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagc 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [on] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect aII products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Multi Unit Box Hangar and Hangarelceess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 02518 Revised July 1, 2011 010600-4 PRODUCTSTORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTS 1 Mirtli Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 8 9 10 lI 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 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 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Cleanup 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. Remobilization NOT Applicable a. Remobilization 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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cicy Project No. 02518 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 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.] 30 1. Mobilization and Demobilization 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 foF suspension of Work as speeifieally required in the Genw*e 38 Deets 39 40 4-) 41 b payfRe 42 43 The woFk per -formed and materials furnished in aceordanee with this item 43 "vnilli be paid fef at the uni 44 "iff 45 46 e The pf-iee shall ; t,.de: CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPEaCIFICATION DOCUMENTS City Project No. 02518 Revised November 22, 2016 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 71e. h;l;.,a+:,,,, as ,d,.s,..-;h,>,d ;,, Se-4—ien 1 1 n 2. a 11 2 24Ue,v h;l; ,a+: , as ,dese.-;he,d :., ce,.+;,.n 1 1 n 2) 3 iiie time, , 4 lim: 5 47 6 i3 7 1 \ '121„n ., Shtt 1.., �..1,,,,;++.,�1 �7 .. ., r...,+,-.,..+ .,:.,, ; .. «.t.,....�, . .;r-h 8 PF co..+;..,, nn 72 nn 2) No will be made fof Standby, idle time, asseeiate of lost payments profits 10 with this Tte,Y. 11 4, 12 A 13 44 Meas,,.-.,.Y.@ t F .- +h:s T1;-PE shall h,. fn,- ,ea va h AR..h;l;-,.,+:Ran An- ,d 14 r,o,, �h;l; , f; Fe Foa by fho Gen+, a6t r,,,,,,imu +s 15 b, Payment 16 4-} 18 pnee pef eaPehh L` YYt7i1�vIQ'� T1 f^ZpZvoiirGTCClo 'I�LirT�rGFeiC[C ��'�. ••+�2 1Tr R-4-4- [Fs 19 20 .,.d shall .,.,t he paid for- separately. 21 e The pri..e shall iael.,.de 22 11 A4..h;14,at-00-8 as 11 23 24 , or- lost profits associated t-bis 25 rt�' 26 27 >, Meastivemen 28 Arf 11 e.,a„wo.,,o �T + for- .. T+ +h;e.,, ..hall be for- o ..h T�if.,h;1;.,as;.,,, a+ a 29 Demobilization required by the Goa#aet Doeuments 30 1} Payme 31 -1) The W 0 Ek p er- _**-R,,d a,,.d .., -At P_.f als F,.-.,;sh.,,d ;a- VV 1a ,.. „+h +his it,.,, 32 " 33 NF=eo e Bch "'Wo -k Order Emergeti"_Mobilization" i _ aecor-danee with 34 35 36 E The pfiee shall ..l...de 37 44 Mobilization a., ode....«;heal ; Se,.+;,,,, 1 i n n a) 38 24 Da...,,h;l;za+;,,,, as ,de.,,fibe,d ;,, Seat; -. 1 1 n 3 a 2) 39 4. No payments .,,ill he made for standby, idle time, or- lost pref;ts a .d iatethis 40 1 41 1.3 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November 22, 2016 01 7000-4 MOBiLIZA1TON AND REMOBIL17ATION Page 4 of 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 I.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 7 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November 22, 2016 FORT WORTH Section 01 71 23.©1- Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.iG.01_Attachment A_Survey Staking Standards.docx 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.pdfJ If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking Vll. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx 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. Utility Color PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITSPOTABLE *W4HITE WATER GAS OR OIL LLOW TELEPHONE/FIBER OPTIC F r)RANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINT{ SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' Ill. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. SurveV Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GI5/ 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. 11. 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. IL 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. li. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Starndards.docx 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. Projected Coordinate System: NAD_1983_StatePlane—Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal Conic Fa Ise_Easti ng: 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 ;n the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G.. Preferred Data Format P, N,E,Z, D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Exam le fora project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File z: C1.234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 r� Dr iW _ m < 71 C) z w F-- m > w a w 1 �16 EL.= 1 0O.OQ' i_ • u W r bj L1. IL— � m L7 O LL- = W O< Cn W � = W G Q J J Q Ld z LL 1 j m tY [if C =1 p C n W []C CP #11111 N=5000 a E=5000 a f V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 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 VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A Survey Staking Standards.docx Page 8 of 22 � \3 3& g � � \] U \� Z ® ° Q !� / O/ f L .ST = +m / zR � n »«/E O LL, 2 gmaE «O { W/LIE@l Sae+ , \C-3, / d | \ ! \ � � \ /§ I - \ e \ § k LLJa \ § �� LL \ � �\ /� Ld h e \ A } 0 e k /$ \ ? / / §j C [ 1 \ §/ [ a« e §r o L m_0 L°$ g / JC, � /3 rC,§&3 3 a �iL _ \ §a 2�_j � / m VE Sankar Sewers aklna o: Pecs usGovemme Pro2s T mpoew %e wed aKGl li r OpDelivery Div0SO171 2.+31-Attachmentakrvp Staking 7»A@&doa Page BJ22 A. Centerline Staking — Straight Line Tangents 1. 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 Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval li. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 10 of 22 F-- 0 Example Sanitary Sewer Stakes W �a x ]' Ss STA-3+71n `LL�rm C- 40 z C--4 Y z LLI 0 �W W L .. C3 pCC3C 1'+1 O 4 IF 12' O/s SS SrA�3+71� u� C-3� C-3 F6 _ zB 0 O/S SS "4 r- < d aB= a, C4 W Of LU _ r 3 Z 4/ W � �a W 4 F YFJ W Z C 0 c / �L. W W r.. o- r N z3 -C8 dzg x � w Nw� � fla tea$ C-4.'E li W a a a � 7 Ld W W O x � Z 53!R I B E! f3 {g -W �W {3W � aQ� N a Na -4- 5 Cy`p�2 �a ri LL�44 yF� N a -� Q8 d4 O di4 Q � G7 F 0 12' o%S SS 11 11 m /}/ it W Z. dr sae I LL CD �� �o W y ti FLL N V 2 7 �� az ma Do xCd 0 O:\Specs-Stds Governance Process\Temporary Spec Fifes\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 11 of 22 L�r W 2 LLIo �S9�W O a Y [LWNm oa m D .-1 =Mz V11. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations Il. 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 11. 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 Ill. 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 IL Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING } (SIDE FACING) cs a - NO FLAf�PNC REQUIRED o 8 IN LIEU_ OF PINK PAINTED LATH m m n BACK —� BACK (911E FApHG RIM) QWE FA13MV FI.QYL) TJIES ti11ilOH IEMTIF m IGENNFlES l]li[CH PAINT # END OF THE WING POINT A END OF THE YANG i BEING STAKED BEING STAKED N � HLEI ELEVATION II INLET STMION HUB ELEVA-RUN 0 NOTED ON PLANS) -t II(IF I IVMTIF1ES GRACE TJC TA TO TUP EIF CURB -I• + IDENTIFIES CRAPE TO FLOMINE � I � DISTANCES FOR INLETS ' STANDARD 10' - 16' RECESSED 1Cr - 2V _ aTANDAR0 DdJBLE 10' — 2,,,7 _ HUB WITH TACK 1 . — — — — — — RECESSED DEYJBLE W' — , 67 I I BACK OF INLET FI -#_..-ti'.,,::•:.••� ' is :s.• •'I ❑ I b I fAARdLE ci — — BACK OF CURB W W. ' :': BACK OF CURB — .... FLEPAL[NE — — MGE OF PAVEMENT FACE OF INLET EDGE OF PAVDAI34T FACE DF INLET EDGE OF PMEMENT 0:\Specs-Stds Governance process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 — — I"LDYeLINE ..•....•....... EDGE flF FAVE-MENT— — Vlll. Curb and Gutter Staking A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans Vll. Stakes at every grade break Vlll. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D Trail 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 0.\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING 0i) o FRONT mmnms m F N T (SIDE FACING ¢) POINT OF a! . FRONT I T CENr (SIDE FACING IDENTIFIES START PC (SIDE FkCING4 PONT CF OURVATTIRE I r [l EIC m o 4 n PT + o T u BACK to nms OFFSET IS To (SIDE FACING R.O,W.) RACK OF CURB OR F%C 10. � FCR FACE OF CURB ! p N T PCINr u III I Ii T/c �roFES GRADE 0 — o III I NO GRADE ON0 r! HUB ELEVATION o + Mplus POINTS rli_3 F1 _- ci1LUL IN LIEU OF PINK PAINTED LATH f !{{{ l# / i TOP OF CURB 1 � f BACK OP CURB Iso FACE OF CURB L r1 FLOWLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 � � z ry0/ < I OfS \ STA=2t50 w Ft0� W �d o ❑LYw4 NOF �0 ow f�5 o a n � rtE iUF � iF: f2 of 3�Nvtsics xan ,os 2 I mina -AD Mavm L4 0 d avMo -A0 MOVm K g Q E 33NVMa I." ,OG [ O s-- ,0 4 W W or¢ la en a la � � 3 Q m F� d r � w '02N Q� T�jb�pz O �rW � w 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 16 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) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANTICONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LTI+RT GRADE ELEV, O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 17 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 GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 18 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 FOUNu" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Fifes\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 M04 9 IreY OfS.0 HN J.'f3N1Yd .Uq }/Y5M 1l0i f.7t7lLMN lY3Jr3.N7d3N X3M35 LYVllhY5 QRY HgNN _ gg as Begs".'•` o g�a �9Ip� INI ��yy �.�n dd ii ee H 3 P V fFA - 77 jot Cs I� t x �f ol u SSSBi�� , bi 8 yhg�3 .JQRr�l 1_ _yX ..yy r ' u �A��n i � � �\ � * }.car._ . � ��a -� � •� - —_.—� 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 20 of 22 - OWL. 6tl et.4rM 10 srAO67M - &WL mora AV STA00w STAotom - OWL wtffa Dw REME k SNYME Mn EN pRLY rrWATER BATE VAVE Lr IffDWER CavNl:.cr m EX15iAMAM? r X IrTa BEND fzKrhwz INSTALL. r IS swo SLEEVE SFA.01a y"- OWL rOX rr'RE7Xlr;ER fN59'AW 1w r 0airE VXYE .n 1-04TVMRf SUD smove .TS - 6'W4 N-6W095hM N-69470c 925 IArSTALL, E2 E-,*P%33/A94 E•22MI7.970 t.Ox 6'A+Cfm T LBr rs f s p /�3' NIF AFE VANE' fEAd rL�°BATE VNYE K�'r`C� / J NS9406300299 *ZlV * W, �sr 'kry E P308 G'P. •A Ldr r XOCW- Sal N.FwFimih W d> �Y�.+oM R A ci/r Fha arA A d Er,grpi 4 ei K 6 a&. 723L5O L4r 2 ,Hpt �.•a pm ,atr�r�w � ,gg3 'em'i ua AzrF 6 Hrar AUME• Fxwr. X F.'F ff A0.51 IZWArER tPn WAf Nd9,716G.A4.4 �� fib' ' _ fay•E ... ._. _ a le WATER cell �4 ssn ,-. 47 T8:4 '1 Ay— �� fx—arc sa bxr � PROPOSED �xes1�- & SAW"VALVE � SANITARY 54 fl � ' � SEE SHEET STAOd?�14 -12'fy LOT A Ff245"V,FJ7i;fAEyO mbnraaw�OntrurFmn ffi-4WO77"4 y r r 4.2295315M2 S7AOMM - OWL fFLWD LVO 5rA0^57.56 -1FW STA0,41OMM - W F&Y $WD SLEEVE rM4FVS . D rLl2� EgraEND 57IF DF ONArER PM "5005S,loff N-9V0529653 C0. mar M EX15T.!$'VwR E'229G32T9m* C.Zm f "o 2�3O�t6736 P 0:\Specs-5tds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.O1_Attachment A_Survey Staking Standards.docx Page 21 of 22 9&62-X wl*fpp�w 9 NdV OL'fJ0 ON -09MYd AM IONA 00 ,faJN.r= 192R ;VM3H N3M35 AWLNNS OMr Y41YM g �e�a g p �le�Eo (& i,aaF# lC IF fa fg 1® 13 1\ V 3N17 SS'dOHd 05•DV15_ All _HJ1tlJY I.:. » I aa �l .... . lid z i l�.— ... C. is .......... -...- 'i p ... .. f 'ci CiC ..-._ . e ,E 3 a %aoRio 4 L s fill, 23.16.01.—Attachment A_Survey Staking Standards.docx Page 22 of 22 \0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 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. POINTNO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257,189 2296079.165 726.09 SSMH RIM ZG 2 6946260.893 2296062.141 725.668 GV RIM 1-� 3 6946307.399 2296038.306 726.8S GV RIM cflG�-Dlt- tl i g.S 4 6946220.582 2296011.025 723,358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.529 2296022.721 722.325 FH I �� 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM TX, C:f-W*L 9 6946003.056 2295933.418 713.652 CO RIM &3NI< Lt 2-0Z 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 �p V j1L L 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709,467 WM RIM 15 6945936.727 2295830,441 710.094 CO RIM Cf)G 16 6945835,678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708,392 SSMH RIM 18 6945759.776 2295758,643 711.218 SSMH RIM Q `P, ,✓ g j 19 6945768.563 2295778.424 710.036 GV RIM 20 6945743.318 2295788,392 710.631 GV RIM 21 6945723,219 2295754.394 712.849 GV RIM 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 _�' 25 6945571.059 2295655.195 727.514 SSMH RIM A�! 7 26 6945539.498 2295667.803 729.123 WM RIM 7r� 27 6945519.834 2295619.49 732.699 WM RIM rC� �O C--us 28 6945417.879 2295580.27 740,521 WM RIM t, I. S T-&b 7 3 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740,756 GV RIM 31 6945370.688 2295606,793 740.976 GV RIMS U{tC 32 6945383.53 2295610,559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319,365 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 RIM �p, •�' 38 6945142.015 2295557.666 750.853 WM RIM it 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752,257 SSMH RIM Of 41 6945041024 2295552.675 751.79 WM RIM E 42 6945038.878 2295552.147 751.88 WM RIM f 43 6945006.397 2295518.135 752.615 WM RIM4k�r$ 44 6944944.782 2295520.635 752.801 WM RIM_ 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.985 SSMH RIM A,,p�, O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 � § 2 � � , 2 � « ; e a e! e« E. § K - E _ , � 7 , a �! ' E ! 2■, !� a e ¥ a • § . ,a / n J O: pec gG Governance Pe@ss\mp m9s«cRe\C 7i I li rCap Delivery Div 0Gm71 2&+m1-m&±me&Ak@9st4m aan&@md«x Page »a26 01 7123- 1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking 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 sum price bid for "Construction Staking". 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: 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 sum price bid for "As -Built Survey". CITY OF FORT WORTH Muld Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 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:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23,16.01 Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTII Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPUCIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following. 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Aceess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2013 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines {non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February I4, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants c) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater —Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH Multi Unit Box Hangar and Hangarrlccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised I'ebruary 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. l . Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in fart 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH MmIti Unit Box Hangar and Hangar Access Taxilanas STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0251E Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP 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 CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 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 19 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 CITY OF FORT WORTII STANDARD CONSTRUCI ION SPECIFICATION DOCUMENTS Revised IPehruary 14, 2018 Multi Unit Box Hangar and Hangar Access Taxilanes Ciiy Project No. 02518 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. ThoroughIy coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July I, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a rninimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. CalI attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised July 1, 2011 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 I RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMINTS City Project No, 02518 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands NONE GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities NONE GC-4.06 Hazardous Environmental Condition at Site NONE GC-6.06.1) Minority and Women Owned Business Enterprise Compliance NONE GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements NONE CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Aceess Taxilanex STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 CITY OF FORT WORTH Multi Unit Box Hangar and FTangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 kGC-4o0I Availability ®f Lands THIS PAGE LEFT INTENTIONALLY LY BLANK CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 CVC-4002 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Malti Unit Box llangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMTNTS City Project No. 02518 Revised July 1, 201 l CCd4o04 Underground Facilities TMS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mall; Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 GC-6o06.D Minority and women Owned Business Enterprise Compliance THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Multi Unit Box Hangar and I1angarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 ,%(Xm6o07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 GC-6009 Permits and Utilities THIS PAGE ]LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Toxilaaes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 CVC-6.24 Nondilseri inatyon THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 GUAR-01 60 00 Product requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTI-I Multi Unit Box Hangar and Hangar Access Taxitanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 Proposal, Contract Documents And Technical Specifications For CITY OF FORT WORTH SPINKS AIRPORT MULTWNIT BOX HANGAR AND HANCARACCESS 7AXILANES KSA Project No. FWS.002 September, 2016 •• .. �rIt w HUSEMANNS y a1 ONAL Prepared by: 109A A DYNAMIC PERSPECTIVLz 8875 Synergy Drive McKinney, Texas 75070 Phone 972.542.2995 Fax 972.642.6750 www.ksg2ag.com TBPE Firm Registration No. F-1356 Proposal, Contract Documents And Technical Specifications For C17Y OF FORT WORTH SPINFfs AIRPORT MULTI -UNIT BOX HANGAR AND HANGAR ACCESS TAXILAI;IIeS Project Number: 02518 July, 2020 CLOUDS REPRESENTS REVISION TO KSA SUBMITTALS Prepared by: 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 Phone 972-377-7480 TBPE Firm Resgistration No. F-5713 SEE BID PROPOSAL WORKBOOK FOR SPECIFIC PAY ITEMS. NOT ALL PAY ITEMS INCLUDED WITHIN THE PROJECT SPECIFICATIONS. CITY OF FORT WORTH SPINKs AIRPORT MULTI -UNIT BOX HANGAR AND HANGAR ACCESS TAXILANES Project Manual Table of Contents Division I — Technical Specifications 1. FAA Standard Specifications and Modification Pages Part II — Earthwork Item P-101 Surface Preparation Item P-152 Excavation and Embankment Item P-155 Lime -Treated Subgrade Item P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Part VI — Rigid Pavement Item P-501 Portland Cement Concrete (PCC) Pavement Part Vll - Miscellaneous Item P-605 Joint Sealing Filler Item P-610 Structural Portland Cement Concrete Item P-620 Runway and Taxiway Marking Part IX— Drainage Item D-701 Pipe for Storm Drains and Culverts Item D-751 Manholes, Catch Basins, Inlets, and Inspection Holes Item D-752 Concrete Culverts, Headwalls, and Miscellaneous Drainage Structures Part X — Turfing item T-901 Seeding Item T-904 Sodding Item T-905 Topsoiling 2. TxDOT Standard Specifications and Modification Pages Item H-1 Hangar Metal Building System and Foundation 3. City of Fort Worth Standard Specifications 26 05 00 Commun Work and Boxes for Electrical 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical 32 16 13 Concrete Curb and Gutters and Valley Gutters 3301 30 Sewer and Manhole Testing 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Execution, Embedment and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame Cover and Grade Riti Cast Iron 33 05 14 Adjusting Manholes, Inlets,e ox s, n ther Structures to Grade 33 05 16 Concrete Water Vaults 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 33 05 30 Location of Existing Utilities 3311 05 Bolts, Nuts, and Gaskets 3311 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 25 Connection to Existing Watermains 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3331 50 Sanitary Sewer Service Connections and Service Line 33 39 20 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Drain Pipe Culverts 33 12 20 Resilient Seated (Wedge) Gate Valve CITY OF FORT WORTH SPINKs AIRPORT MULTI -UNIT BOX HANGAR AND HANGAR ACCESS TAXIL.ANES Project Manual Table of Contents 4. Electrical Specifications S-E16100 Basic Materials and Methods for Electrical Installations S-E16200 Power Generation/Utility Service S-E16300 Power Distribution Devices - r ii a=Analysis S-E260573.13 Short -Circuit S-E260573.19 Arc -Flash Ha 5. Additiona Technical Specifications Item S-1 Mobilization & Field Office Item S-2 Shop Drawings, Project Data, and Samples Item S4 Trench or Excavation Safety Systems Item S-7 Filter Fabric Fence Division 11 — Attachments 1. Geotechnical Investigation Report 2. Index of Sheets Page ii DIVISION I Technical Specifications FAA STANDARD SPECIFICATIONS AND MODIFICATION PAGES Part II — Earthwork 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 Engineer. 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. 101-3.2 PREPARATION OF JOINTS AND CRACKS. Remove all vegetation and debris from cracks to a minimum depth of I inch (25 mm). If extensive vegetation exists treat the specific area with a concentrated solution of a water -based herbicide approved by the Engineer. FiII all cracks, ignoring hairline cracks (< 1/4 inch (6 mm) wide) with a crack sealant per ASTM D6690. Wider cracks (over 1-1/2 inch wide (38 mm)), along with soft or sunken spots, indicate P-101 - 1 370-1OG that the pavement or the pavement base should be repaired or replaced as stated below. Any excess joint or crack scaler on the surface of the pavement shall also be removed from the pavement surface. 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. Chemicals, high-pressure water, heater scarifier (asphaltic concrete only), 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. If chemicals are used, they shall comply with the state's environmental protection regulations. No material shall be deposited on the runway shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 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 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 finished 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 and it shall be equipped with electronic grade control devices that will cut the P-101 - 2 AC 15 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 deptb 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. 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. Clean 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 min) 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 scaling. Immediately before scaling, 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 min) 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 1/16 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. P-101 - 3 AC 150/5370-JOG 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 Pavement removal. The unit of measurement for pavement removal shall be the number of square yards removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. BASIS OF PAYMENT 101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this Item P 101-5.1 Concrete Pavement Removal per square yard Item P 101-5.2 7ksphaft Pavement Removal per sqttare yard Asphaltic Concrete Pavement Section Removal - per Square Yard A .k a a I X a X a I IL a a A I 3. I I a I a a x a a x a a I MATERIAL REQUIREMENTS ASTM D6690 Standard Specification For Joint And Crack Sealants, Hot Applied, For Concrete And Asphalt Pavements END OF ITEM P-101 P-101 - 4 AC 150/5370-100 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 152-1.3 UNSUITABLE EXCAVATION. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, suitable for topsoil may be used on the embankment slope when approved by the Engineer. 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 of in 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 inanner 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. P-152 - 1 AC 150/5370-1OG 152-2.2 EXCAVATION. No excavation shall be started until the work has been stared 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 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 of as shown on the plans. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed as directed by the Engineer. 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. 1f, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas so that it can be measured for payment as specified in paragraph 152-3.3. 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. The cost is incidental to this item. ] This excavated material shall be paid for at the contract unit price per cubic yard (per cubic meter) for [ Unclassified Excavation ]. The excavated area shall be backElled with suitable material obtained from the grading operations or borrow areas 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 someone other than the Contractor; for example, the utility unless otherwise shown 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 of 8" and to a density of not less than 95% percent of the maximum density as determined by ASTM D698. The material to be compacted shall be within 12% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). P-152 - 2 _10G The in -place field density shall be determined in accordance with ASTM D1556. 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 Ieast 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-filI slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the Engineer. f. Proof rolling. After compaction is completed, the subgrade area shall be proof rolled with a 20 ton Proof Roller with tires spaced not more than 32 inches on -center with tires inflated to 125 psi in the presence of the Engineer. Apply a minimum of 2 coverages, 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 1 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. Borrow areas within the airport property are indicated on the plans. Borrow excavation shall be made only at these designated locations and within the horizontal and vertical limits as staked or as directed by the Engineer. When borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the borrow sources, subject to the approval of the Engineer. The Contractor shall notify the Engineer at least 15 days prior to beginning the excavation so necessary measurements and tests can be made. All borrow pits shall be opened up to expose the various strata of acceptable material to allow obtaining a uniform product. All unsuitable material shall be disposed of by the Contractor. Borrow pits shall be excavated to regular lines to permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. All borrow excavation areas shall meet the requirements of select fill. Select fill should have a Liquid Limit (LL) less than 40 and a Plasticity Index (PI) value between 4 and 15. Soils classified as ML or CL can only be used if the LL < 40 and the PI < 15. 152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting; inlet or outlet ditches; for temporary levee construction; or for any other type as designed or as shown on the plans. The work shall be performed in sequence with the other construction. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas or as directed by the Engineer. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep theirs free of debris or obstructions until the project is accepted. 152-2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be constructed 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. P-152 - 3 AC 150/5370-1OG 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 perforaued 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 ±2% 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 500 square yards. 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 not less than 95% of maximum density for noncohesive soils, and 90% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to a depth. of 8 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D698. 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 D1556 or ASTM D2167. 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 min) of the subgrade. Rockfill shall be brought up in layers as specified or as directed by the Engineer and the finer material shall be 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 P-152 - 4 AC 150/5370-10G down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet (60 em) 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. 152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade is substantialIy 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 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. 152-210 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 500 feet of runway pavement or 250 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 shall be paid for at the contract unit price per cubic yard (cubic meter) for "Unclassified Excavation." P-152 - 5 When stockpiling of topsoil and later rehandling of such material is directed by the Engineer, the material so rehandled shall be paid for at the contract unit price per cubic yard (cubic meter) for "topsoiling," as provided in Item T-905. METHOD OF MEASUREMENT 152-3.1 The quantity of 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 beyond normal slope lines, or the quantity of material used for purposes other than those directed. 152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in its original position at the borrow pit. ans of field cross -sections taken randomly at intervals not exceeding 500 linear feet (150 m). 152-3.5 The quantity of embankment in place shall be the number of cubic yards (cubic meters) measured in its final position. 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. 152-4.2 Borrow 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. 152-4.3 For embankment in place, 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 Payment will be made under: Item P-152-4.1 Unclassified Excavation - per cubic yard Item P-152-4.2_499 ompacte e e t i l f r ounda ion Pad - per Cubic Yard Item P-152-4.3 Undercut and Replace Unsuitable Subgrade Material with Suitable Q Material as Directed bvthe Engineer- per Cubic Yard ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/W (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-ibf/ft3 (2700 kN-m/m3)) ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) P-152 - 6 END OF ITEM P-152 P-152 - 7 ITEM P-155 LIME -TREATED SUBGRADE DESCRIPTION 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 Iiquid 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 31% by weight, of the slurry. (2) Grade 2. The "day solids content" shall be at least 35%, by weight, of the slurry. 1SS-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. 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 2-1/2 inches (60 mm). P-155 - 1 COMPOSITION 155-3.1 SOIL -LIME MIXTURE. AC 150/5370-1OG Lime shall be applied at the rate specified on the plans for the depth of subgrade treatment shown. 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 lime 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 155-51 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 155-6.1 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. Before beginning lime 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 thanes that it is cutting the material uniformly to the proper depth over the entire width of the cut. P-155 - 2 If a cutting and pulverizing machine is not used, the material to be treated shall be excavated to the secondary grade (proposed bottom of lime 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 "Slurry 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 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. P-155 - 3 AC 150/5370-1OG 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 D1556. Testing frequency shall be a minimum of one compaction test per 1,000 square yards 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. 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 sufficiently light to prevent hairline cracking. The finished surface shall not vary more than 3/8 inch (9 min) 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 in). 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 Iayer. The cost of this maintenance shall be incidental to this item. P-155 - 4 AC I5 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 (square meter) in the completed and accepted work. 155-7.2 Lime shaII 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. h. 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 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 Equivalent Hydrated (CaO)(Tons) + (CaO)(Tons) — Lime x x % Purity X 1.32 Factor % Impurities X 1.00 Factor Ca(OH)2(Tons) 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 (square meter) 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 pound (kg) of lime. This price shall be full compensation for furnishing, delivery, and placing this material. :Item P-155-8.1 8" Lime Stabilized Subgrade - per Square Yard Item P-155-8.2 Hydrated Lime for Lime Stabilized Subgrade - per Ton TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft) (600 kN-m/m3) P-155 - 5 AC 150/5370-1OG ASTM D1556 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 ASTM D3551 Standard Practice for Laboratory Preparation of Soil -Lime Mixtures Using Mechanical Mixer END OF ITEM P-155 P-155 - 6 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-901sha11 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 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. 156-2.4 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. 156-2.5 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. P-156 - 1 AC 150/5370-1OG 156-2.6 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 Iaws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. 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 subunit 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. 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, Iakes, 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. P-156 - 2 AC 150/5370-1OG 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 as follows: a. Temporary Sediment Control Pence will be measure by linear feet. b. Rock Construction Exit will be measured by each installed. c. Storm Water Pollution Prevention Plan (SWPPP) Document will be measured by lump sum. 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 Sediment Control Pence — per linear feet Item P-156-5.2 Rock Construction Exit — per each Item P-156-5.3 Storm Water Pollution Prevention Plan (SWPPP) Document — 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 items. 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. P-156 - 3 AC 150/5370-1OG MATERIAL REQUIREMENTS ASTM D6461 Standard Specification for Silt Fence Materials AC 150/5200-33 Hazardous Wildlife Attractants END OF ITEM P-I56 P-156 - 4 Part VI — Rigid Pavement 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 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% ±0.5% weight lithium nitrate in water. (3) If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1567, 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: P-501 - 1 AC 150/5370-TOG 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 0.075mm (No. 200 sieve) ASTM C117 3.0 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 e. 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 S% 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 arnount of deleterious material in the coarse aggregate shall not exceed the following limits: P-501 - 2 AC 150/5370-JOG Limits for Deleterious Substances in Coarse Aggregate for Concrete Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 I.0 Material finer than No. 200 sieve (0.075mm) ASTM C117 1.0 Lightweight particles ASTM C123 using a medium 0.5 with a density of Sp. Gr. of 2.0 Chert (less than 2.40 Sp Gr.) ASTM C123 using a medium 1.0 with a density of Sp. Gr. of 2.4) Total of all deleterious Material 3.0 Table 1. Gradation For Coarse Aggregate (ASTM C33) Sieve Designations (square Openings) Percentage by Weight Passing Sieves inch Rim From 1-1 /2 inch to No. 4 (38 mm - 4.75 mm) #4 1-1/2 inch - 314 inch #67 3/4 inch - No. 4 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. Aggregates that have a history of D-cracking shall not be used. (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 State Highway Department 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 state specifications for use in PCC pavement for use on interstate highways. Certifications, tests and any history reports must be for the same gradation as being proposed for use on the P-501 - 3 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 State Department of Transportation (DOT) materials laboratory or an accredited laboratory. (1) Combined aggregate gradation. If substituted for the grading requirements specified for coarse aggregate and for fine aggregateand 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 detennined 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 C150 Type I or II. 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. 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. FIy 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. P-501 - 4 AC 150/5370-1OG 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 D1751 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 and Plan Carbon -Steel Bars, Grade 60 conforming to the requirements of ASTM A615. 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. Tic bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. 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 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 curing concrete shall conform to the requirements of ASTM C309, Type 2, Class B, or CIass 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 C171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 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 P-501 - 5 AC I5 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. h. 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 UN03 (Lithium Nitrate) SO4 (Sulfate Ion) Cl (Chloride Ion) Na (Sodium Ion) K (Potassium Ion) Limit (Percent by Mass 30 ±0.5 0. I (max) 0.2 (max) 0.1 (max) 0.1 (max) Provide a trained manufacturer's representative to supervise the lithium nitrate admixture dispensing and mixing operations. 501-2.11 EPDXY -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 IIl, 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 confonnance with the applicable specifications. P-501 - 6 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 compressive strength that meets or exceeds the acceptance criteria contained in paragraph 501-5.2 for a compressive strength of 4,400 psi per ASTM C39. 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 470 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 0.45 by weight. Compressive strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C39. 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 C 143. 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. Fabricate all cylinders for each mixture from the same batch or blend of batches. Fabricate and cure all cylinders in accordance with ASTM C192, using 6 x 12 inch (150 x 300 mm) single -use cylinder forms. a. Cure test cylinders from each mixture for 3, 7, 14, and 28 -day compressive strength tests; six (6) cylinders to be tested per age. b. Test cylinders in accordance with ASTM C39. c. Using the average strength for each w/c at each age, plot all results from each of the three mixtures on separate graphs for w/c versus: 3-day compressive strength 7-day compressive strength 14-day compressive strength 28-day compressive strength d. From these graphs select a w/c that will produce a mixture giving a 28-day flexural strength equal to the required strength determined in accordance with the next paragraph. e. Using the above selected w/c, select from the graphs the expected 3, 7, 14 and 28-day flexural strengths and the expected 3, 7, 14 and 28-day compressive strengths for the mixture. P-501 - 7 AC 150/5370-IOG f. From the above expected strengths for the selected mixture determine the following Correlation Ratios: (1) Ratio of the 14-day compressive strength of the selected mixture to the 28-day flexural strength of the mixture (for acceptance). (2) Ratio of the 7-day compressive strength of the selected mixture to the 28-day flexural strength of the mixture (for Contractor Quality Control control). g. If there is a change in materials, additional mixture design studies shall be made using the new materials and new Correlation Ratios shall be determined. h. No concrete pavement shall be placed until the Engineer has approved the Contractor's mixture proportions. The approved water-cementitious materials ratio shall not exceed the maximum value specified. 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 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 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 Litbium Nitrate if applicable. g. Specified flexural strength, slump, and air content. 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. P-501 - 8 AC 150/5370-IOG k. Historical record of test results documenting production standard deviation, when applicable. 50I-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' (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 shaII 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. 50I-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 4.5%. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 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. 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 501-2.1 Od. 50I-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 P-501 - 9 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. 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 Iocations 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). P-501 - 10 AC 150/5370-1OG 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 14 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 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. P-501 - 11 501-4.3 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 protectedso 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 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. P-501 - 12 AC 150/5370-10G 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. 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 nixed 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. Hat 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. P-501 - 13 AC 150/5370-JOG 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. (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 compressive strength of 3,600 psi, 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 unbardened 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 P-501 - 14 AC 150/5370-1OG along the entire length of the vibrating unit and for a distance of at least one foot (30 cm). The 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 Iane 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 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. P-501 - 15 AC 150/5370-10G 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 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 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 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 a]I 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 P-501 - 16 AC 150/5370-1OG 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 shaII 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 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 Iane 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 P-501 - 17 AC 15015370-1OG 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 oil the plans. The premolded filter 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 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 Iifted 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 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 tie bar length to the planned joint line. if the last regularly spaced longitudinal dowel tie bar is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar tie 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. P-501 - 18 AC 150/5370-10G (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 Iieu 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- doweI 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 compressive strength of 3,000 psi 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 dowel hole shall be within a tolerance of 11/2 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 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. a. 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. P-501 - 19 AC 150/5370-1OG 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 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 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 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 P-501 - 20 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 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 50I-5.2e(3), Smoothness. 501-4.12 SURFACE TEXTURE. The surface of the pavement shall be finished with either a brush or broom or burlap drag 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 1116 inch (2 mm) in depth. P-501 - 21 AC 150/5370-1OG b. Burlap drag finish. If a burlap drag is used to texture the pavement surface, it shall be at Ieast 15 ounces per square yard (555 grams per square meter). To obtain a textured surface, the transverse threads of the burlap shall be removed approximately one foot (30 cm) from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. The corrugations shall be uniform in appearance and approximately 1/16 inch (2 trim) 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 112 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 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. 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. P-501 - 22 d. 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). 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 compressive strength of 3,600 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 P-501 - 23 AC 150/5370-1OG 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 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), J-1/16 inch (2 mm), and to a width of 518 inch (16 mm), f1/8 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. P-501 - 24 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. (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 rnm) 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 lb (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. P-501 - 25 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 III, 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 m) 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 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 scaler 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 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 P-501 - 26 AC 1 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, including dowels or tie bars, shall first be cut full depth with a standard diamond -type concrete saw. If dowels are present at this joint, the saw cut shall be made full depth just beyond the end of dowels. The edge shall then be carefully sawed on the joint line to within one inch (25 min) of the top of the dowel. 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 Ib (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 501-4.1Og. All this shall be at no additional cost to the Owner. 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 underbreak shall be repaired. First, all delaminated and loose material shall be carefully removed. Next, the underlying material shall be recornpacted, 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. 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 P-501 - 27 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 501-5.1a(3), and coring and filling operations, per paragraph 501- 5.lb(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 tab 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 square yards. a. Compressive 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 compressive strength of each specimen shall be determined in accordance with ASTM C39. The compressive strength for each sublot shall be computed by averaging the results of the two test specimens representing that sublot. (3) Curing. The Contractor shall provide adequate facilities for the initial curing of cylinders. 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 27°C), 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 use other suitable methods, provided the temperature and moisture loss requirements are met. (4) Acceptance. Acceptance of pavement for compressive 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. P-501 - 28 AC 150/5370-1OG 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. 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) Compressive strength (2) Thickness (3) Smoothness (4) Grade (5) Edge slump Compressive 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 compressive 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 wiII 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. P-501 - 29 AC 150/5370-10G b. Compressive strength. Acceptance of each lot of in -place pavement for compressive 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 detennined in accordance with procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for compressive strength and. thickness shall be: Lower Specification Tolerance Limit (L) Compressive Strength 4,140 psi Thickness Lot Plan Thickness in inches, - 0.50 in e. Acceptance criteria. (1) Compressive Strength, tf 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 Contractor shall furnish paving equipment and employ methods that produce a surface for each section of pavement having an average profile index meeting the requirements of paragraph 501-8.1c when evaluated with a profilograph; and 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 P-501 - 30 AC 150/5370-1OG between these two high points. Deviations on final pavement > 114 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 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 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 P-501 - 31 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 501-8.1c. 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. (iii) Final profilograph, full length of runway, shall be performed to facilitate testing of smoothness between lots. Profilograph testing shall be performed by the contractor using approved equipment and procedures as described as ASTM E1274. The pavement must have an average profile index meeting the requirements of paragraph 501-8.1c. 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, trained operator. Profilograms shall be recorded on a Iongitudinal 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 rum). A copy of the reduced tapes shall be furnished to the Engineer at the end of each days testing. Profilograph of final runway shall be performed one foot right and left of runway centerline and 15 feet right and left of centerline. Any areas that indicate "must grind" will be corrected as directed by the Engineer. Smoothness testing indicated in the above paragraphs except paragraph (iii) shall be performed within 48 hours of placement of material. Smoothness texting indicated in paragraph (iii) shall be performed within 48 hours final paving completion. 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. (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 P-501 - 32 AC 150/5370-1OG (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 10.10 feet (3 mm) in any lane. (b) Vertical deviation. Vertical deviation from established grade shall not exceed ±0.04 feet (12 ram) 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 i. Dowel Placement and Alignment j. 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. P-501 - 33 AC I50/5370-100 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 Iot size defined in paragraph 501-5.1. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C143 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 C 173 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 C172. 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. 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 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. P-501 - 34 AC 150/5370-1OG 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) ±1.5 inch (38 mm) Air Content ±1.2% ±1.8% +2.5% Side Form: Slump +0.5 to -1 inch (13-25 mm) +1 to -1.5 inch (25-38 mm) ±1.5 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 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 batches shall be adjusted. e. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (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. d. Air content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (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. Whenever a point falls outside the Action Limits Iine, the air -entraining admixture dispenser shall be calibrated to ensure that it is operating correctly and with good reproducibility. P-501 - 35 AC 150/5370-IOG METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards of either plain or reinforced 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 501-8.1a for strength and thickness and 501-8.1c 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). 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 compressive strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both compressive 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 compressive strength or thickness is 100% or higher. The lot pay factor shall be the lower of the two values when calculations for both compressive strength and thickness are less than 100%. Price Adjustment Schedule' Percentage of Materials Within Specification Lot Pay Factor Limits (Percent of Contract Unit Price) (PWL 96— 100 106 90 — 95 PWL + 10 75 — 90 0.5 PWL + 55 55-74 1.4PWL-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 501-8.1. 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 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%. P-501 - 36 b. Payment. Payment shall be made under: Item P-501-8.1 PCC Pavement - per Square Yard 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 Strength Ratin Contract Unit Price Adjustment (PFm) Over 30,000 lb 30,000 lb or Less Short Sections 0-7 0-10 0-15 0.00 7.1-9 10.1-11 15.1-16 0.02 9.1-11 11.1-12 16.1-17 0.04 11.1-13 12.1-13 17.1-18 0.06 13.1-14 13.1-14 18.1-20 0.08 14.1-15 14.1-15 20.1-22 0.10 15.1 and up 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 C 117 Standard Test Method for Materials Finer Than 75-p.m (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 ASTM C 136 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 C 142 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 P-501 - 37 AC 15015370-10G 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 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 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 ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and EIongated Particles in Coarse Aggregate ASTM E178 Standard Practice for Dealing With Outlying Observations ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a Profi.lograph 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 A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement P-501 - 38 AC 150/5370-10C 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 A 1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM A] 078 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 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 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 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 P-501 - 39 AC 150/5320-6 Airport Pavement Design and Evaluation PCA Design and Control of Concrete Mixtures END ITEM P-501 P-501 - 40 AC 150/5370-IOG Intentionally Left Blank P-501 - 41 Part VII -- Miscellaneous 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 sealing 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 or ASTM D6690. 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% t 5 % 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 f5% 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 (30C) 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. P-605 - 1 AC 150/5370-1OG 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, 21 days prior to use on the project. a. Tractor -mounted routing tool. Provide a routing tool, used for removing old sealant from the joints, of such shape and dimensions and so mounted on the tractor that it will not damage the sides of the joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand -operated spindle routing devices may be used to clean and enlarge random cracks. b. 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. c. Sandblasting equipment. Sandblasting is not allowed. d.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. e. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. L Hot -poured sealing equipment. The unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and shall be equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space for heat transfer; a direct -connected pressure -type extruding device with a nozzle shaped for inserting in the joint to be filled; positive temperature devices for controlling the temperature of the transfer oil and sealant; and a recording type thermometer for indicating the temperature of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery hose and return to the inner kettle when not in use. g.Two-component, cold -applied, machine mix sealing equipment. Provide equipment used for proportioning, mixing, and installing Federal Specification SS-S-200 Type M joint sealants designed to deliver two semifluid components through hoses to a portable mixer at a preset ratio of one (1) to one (1) by volume using pumps with an accuracy of ±5% for the quantity of each component. The reservoir for each component shall be equipped with mechanical agitation devices that will maintain the components in a uniform condition without entrapping air. Incorporate provisions to permit thermostatically controlled indirect heating of the components, When required.. However, immediately prior to proportioning and mixing, the temperature of either component shall not exceed 90°F (32°C). Provide screens near the top of each reservoir to remove any foreign particles or partially polymerized material that could clog fluid lines or otherwise cause misproportioning or improper mixing of the two components. Provide equipment capable of thoroughly mixing the two components tbrougb a range of application rates of 10 to 60 gallons (37.8 to 189 L) per hour and through a range of application pressures from 50 to 1500 psi (345 kPa to 10.3 MPa) as required by material, climatic, or operating conditions. Design the mixer for the easy removal of the supply lines for cleaning and proportioning of the components. P-605 - 2 AC 150/5370-10G The mixing head shall accommodate nozzles of different types and sizes as may be required by various operations. The dimensions of the nozzle shall be such that the nozzle tip 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. It. Two -component, cold -applied, hand -mix sealing equipment. Mixing equipment for Federal Specification SS-S-200 Type H sealants shall consist of a slow -speed electric drill or air -driven mixer with a stirrer in accordance with the manufacturer's recommendations. Submit printed copies of manufacturer's recommendations 21 days prior to use on the project where installation procedures, or any part thereof, are required to be in accordance with those recommendations. Installation of the material will not be allowed until the recommendations are received. Failure to furnish these recommendations can be cause for rejection of the material. Cold -applied, single -component seating 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. Seating. 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 j oint space to be sealed. Cleaning shall be accomplished by sandblasting, tractor -mounted routing equipment, concrete saw or 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 sandblasted clean. Sandblasting 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 min) 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. 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. P-605 - 3 AC 150/5370-1OG 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 sealing 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 +1/16 inch (2 mm) 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. 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 Ieave the pavement in a clean condition. METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall be measured by the gallon of sealant in place, completed, and accepted. BASIS OF PAYMENT 605-5.1 Payment for j oint sealing material shall be made at the contract unit price per gallon. The price shall be full compensation for furnishing all materials, for all preparation, delivering, 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-605-5.1 Joint Sealing Filler, per gallon TESTING REQUIREMENTS ASTM 13412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers — Tension ASTM C509 Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material ASTM D1644 Standard Test Methods for Nonvolatile Content of Varnishes P-605 - 4 MATERIAL REQUIREMENTS AC 150/5340-30 Design and Installation Details for Airport Visual Aids ASTM D789 Standard'I'est 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 ITEM P-605 P-605 - 5 AC 150/5370-10G Intentionally Left Blank P-605 - 6 Modifications to Item P-610 STRUCTURAL PORTLAND CEMENT CONCRETE This modification page modifies, amplifies, or amends the technical specifications and plans. In the event of discrepancy, this modification shall take precedence over the plans and the technical specifications. Item P-610, Structural Portland Cement Concrete, of the project specifications shall be modified as follows: Paragraph 610-4.1 Replace the first sentence with the following: Portland cement concrete for structures, such as sloped end treatments, manholes, junction boxes, trench drains, etc. shall not be measured for separate payment but shall be considered subsidiary to the unit price for the structure in which it is placed. Paragraph 610-4.2 Delete this paragraph in its entirety. Reinforcing steal shall not be measured for separate payment but shall be considered subsidiary to the unit price for the structure in which it is placed. Paragraph 610-5.1 Delete this paragraph in its entirety and replace with the following: No direct payment for this item. Work under this specification shall be paid for under associated bid items and other work requiring Structural Portland Cement Concrete. P-61 0MOD-1 AC 150/5370-10G ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shaII consist of 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. This specification shall be used for all structural and miscellaneous concrete including signage bases. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the Engineer before delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to ensure 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 in them. The use of pit -run aggregates shall not be permitted unless the pit -run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shaII not be permitted. 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 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) CRD C662. If lithium nitrate admixture is used, it shall be nominal 30% t0.5% 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. P-610 - 1 AC 150/5370-1OG 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse aggregate shall be well graded from coarse to fine and shall meet the following gradation shown in the table below when tested per ASTM C 136. Gradation For Coarse Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves *1" No. 4 to 3/4 in. (4.75-19 mm) *100 No. 4 to 1 in. (4.75-25 mm) *90-10 No. 4 to 1-1/2 in. (4.75-38 mm) *- 610-2.2.1 AGGREGATE SUSCEPTIBILITY TO DURABILITY (D) CRACKING. Aggregates that have a history of D-cracking shall not be used. a. The Contractor shall submit a current certification that the aggregate does not have a history of D- cracking and that the aggregate meets the state specifications for use in PCC pavement for use on interstate highways. 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 (I) year old or which are for different gradations will not be accepted. Test results will only be accepted when tests were performed by a State Department of Transportation (DOT) materials laboratory or an accredited laboratory. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of the table below when tested in accordance with ASTM C136: Gradation For Fine Aggregate Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch (9 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, 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, if the deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in paragraph 610-2.6, Admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. P-610 - 2 AC 15015370-1OG 610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C150 Type I or II. If aggregates are deemed innocuous when tested in accordance with paragraph 610-2. La.1 and accepted in accordance with paragraph 610-2. La.3, 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. 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 use of the cement is granted. All test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be fresh, clean and potable; free from injurious amounts of oils, acids, alkalies, salts, organic materials or other substances deleterious to concrete. 610-2.6 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 chemical 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. 610-2.7 PRE MOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D1751. 610-2.8 JOINT FILLER. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified. 610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of Reinforcing Steel conforming to the requirements of ASTM A615, Grade 60. 610-2.10 MATERIALS FOR CURING CONCRETE. Curing materials shall conform to one of the following specifications. P-610 - 3 AC 15015370-1OG Waterproof paper ASTM C171 Clear or white Polyethylene Sheeting ASTM C171 White -pigmented Liquid Membrane -Forming Compound, Type 2, Class B ASTM C309 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 here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the 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 3,600 psi in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5% of entrained air, �1%, as determined by ASTM C231 and shall have a slump of not more than 4 inches (100 mm) as determined by ASTM C143. 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The concrete shall be sampled in accordance with ASTM C172. Concrete cylindrical compressive strength specimens shall be made in accordance with ASTM C31 and tested in accordance with ASTM C39. The Contractor shall cure and store the test specimens under such conditions as directed by the Engineer. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 QUALIFICATIONS FOR CONCRETE TESTING SERVICE. Perform concrete testing by an approved laboratory and inspection service experienced in sampling and testing concrete. Testing agency must meet the requirements of ASTM C1077 or ASTM E329. 610-3.5 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 the required, exact weight of aggregates is obtained. 610-3.6 CONSISTENCY. The consistency of the concrete shall be determined by the slump test specified in ASTM C143. 610-3.7 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 C94. 610-3.8 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 P-610 - 4 370-i OG 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 expense. Retempering of concrete by adding water or any other material shall not be permitted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610-3.9 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 shown 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 surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. The forms shall not be removed until at least 30 hours after concrete placement for 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 the concrete has developed at least 60% of the design strength. 610-3.10 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved anetal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.11 EMBEDDED ITEMS. Before placing concrete, all embedded items shall be firmly and securely fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.12 PLACING CONCRETE. All concrete shall be placed during daylight hours, unless otherwise approved. The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved by the Engineer. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.13 VIBRATION. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309, Guide for Consolidation of Concrete. Where bars meeting ASTM A775 or A934 are used, the vibrators shall be equipped with rubber or non-metallic vibrator heads. Furnish a spare, working, vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches (100 mm) in depth with P-610 - 5 high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches (100 mm) or Iess in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 cycles per minute when submerged. Do not use vibrators to transport the concrete in the forms. Penetrate the previously placed lift with the vibrator when more than one lift is required. Use external vibrators on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete. Vibrators shall be manipulated to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any point shall be of sufficient duration to accomplish compaction but shall not be prolonged to where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie or other approved method and shall not be disturbed after placement. 610-3.14 CONSTRUCTION JOINTS. If the placement 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, provisions shall be made for grooves, steps, reinforcing bars or other devices as specified. 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. 610-3.15 EXPANSION JOINTS. Expansion joints shall be constructed at such points and dimensions as indicated on the drawings. The premolded filler shall be cut to the same shape as the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place so that it will not be displaced when concrete is deposited against it. 610-3.16 DEFECTIVE WORK Any defective work discovered after the forms have been removed, which in the opinion of the Engineer cannot be repaired satisfactorily, shall be immediately removed and replaced at the expense of the Contractor. Defective work shall include deficient dimensions, or bulged, uneven, or honeycomb on the surface of the concrete. 610-3.17 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface 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. 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 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 finisbing can be done with a finishing machine. 610-3.18 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The concrete shall be protected from the weather, flowing water, and from defacement of any nature during the project. The concrete shall be cured by covering with an approved material as soon as it has sufficiently hardened. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for at least three (3) days following concrete placement. 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 air currents. Wooden P-610 - 6 forms shall be kept wet at all times until removed to prevent opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for seven (7) days after the concrete has been placed. 610-3.19 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. 610-3.20 COLD -WEATHER PLACING. 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 to place the concrete at temperatures between 507 and 1007 (10°C and 38°C). Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than pounds (908 grams) of Type I 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 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. 610-3.21 HOT WEATHER PLACING. Concrete shall be properly placed and finisbcd with procedures previously submitted. The concrete - placing temperature shall not exceed 90°F (32°C) when measured in accordance with ASTM C1064. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph 610-2.6 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120°F (50°C). Conveying and placing equipment shall be cooled if necessary to maintain proper concrete -placing temperature. Submit the proposed materials and methods for review and approval by the Engineer, if concrete is to be placed under hot weatber conditions. 610-3.22 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not start until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be done with proper equipment to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT 610-4.1 Portland cement concrete shall be measured by the number of cubic yards (cubic meters) of concrete complete in place and accepted. In computing the yardage of concrete for payment, the dimensions used shall be those shown on the plans or ordered by the Engineer. No measurements or other allowances shall be made for forms, falsework, cofferdams, pumping, bracing, expansion joints, or finishing of the concrete. No deductions in yardage sball be made for the volumes of reinforcing steel or embedded items. 610-4.2 Reinforcing steel shall be measured by the calculated theoretical number of pounds (kg) placed, as shown on the plans, complete in place and accepted. The unit weight used for deformed bars shall be the weight of plain square or round bars of equal nominal size. If so indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and drains, metal conduits and ducts, or similar materials indicated and included. P-610 - 7 AC 150/5370-IOG BASIS OF PAYMENT 610-5.1 Payment shall be made at the contract unit price per cubic yard (cubic meter) for structural Portland cement concrete and per pound (kg) for reinforcing steel. These prices shall be full compensation for furnishing all materials and for all preparation, delivery and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-610-5.1 Structural Portland Cement Concrete - per square yard 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 C136 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 C 143 Standard Test Method for Slump of Hydraulic -Cement Concrete ASTM C231 Standard Test Method for Air Content of freshly Mixed Concrete by the Pressure Method ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete ASTM C1077 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 Aggregates (Accelerated Mortar - Bar Method) ASTM E329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection 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 A 184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement P-610 - 8 AC 150/5370-1OG ASTM A185 Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete 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 A775 Standard Specification for Epoxy -Coated Steel Reinforcing Bars ASTM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C33 Standard Specification for Concrete Aggregates ASTM C94 Standard Specification for Ready -Mixed Concrete ASTM C150 Standard Specification for Portland Cement ASTM C 171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete 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 D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 P-610 - 9 ITEM P-620 RUNWAY AND TAXIWAY MARKING DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. The terms "paint" and "marking material" as well as "painting" and "application of markings" are interchangeable throughout this specification. MATERIALS 620-2.1 MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers 55 gallons or smaller for inspection by the Engineer. Material shall not be loaded into the equipment until inspected by the Engineer. 620-2.2 MARKING MATERIALS. Paint shall be waterborne in accordance with the requirements of paragraph 620-2.2 a. Paint shall be furnished in white — 37925, yellow — 33538 or 33655 and black — 37038 in accordance with Federal Standard No. 595. a. Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952E, Type I or Type 11. The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements for Type 1, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45°F (7°C) and rising and the pavement surface temperature is at least 57 (2.7°C) above the dew point or meets the manufacturer's recommendations. Markings shall not be applied when the wind speed exceeds 10 mph unless windsereens are used to shroud the material guns. 620-3.2 EQUIPMENT. Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. P-620 - 1 AC I5 The mechanical marker shall be an atomizing spray -type or airless -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross -sections and clear-cut edges without running or spattering and without over spray. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by waterblasting, shotblasting, grinding or sandblasting or by other methods as required to remove all contaminants minimizing damage to the pavement surface. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the Engineer. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. Paint shall not be applied to Portland cement concrete pavement until the areas to be painted are clean of curing material. Sandblasting or high-pressure water shall be used to remove curing materials. At least 24 hours prior to remarking existing markings, Ioose existing markings must be removed such that 90% loose existing markings are removed. After removal, the surface shall be cleaned of all residue or debris either with sweeping or blowing with compressed air or both. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the type of marking paint and that environmental conditions are appropriate for the material being applied. This certification along with a copy of the paint manufacturer's surface preparation and application requirements must be submitted and approved by the Engineer prior to the initial application of markings. 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m), and marking dimensions and spacings shall be within the following tolerances: Dimension and Spacing Tolerance 36 inch (910 mm) or less +1/2 inch (12 mm) greater than 36 inch to 6 feet (910 mm to 1.85 m) fl inch (25 mm) greater than 6 feet to 60 feet (1.85 m to 18.3 m) �2 inch (50 mm) greater than 60 feet (18.3 m) :3 inch (76 mm) The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted. A period of 14 days shaII elapse between placement of a bituminous surface course or seal coat and application of the paint. Prior to the initial application of markings, the Contractor shall certify in writing that the surface has been prepared in accordance with the paint manufacturer's requirements, that the application equipment is appropriate for the marking paint and that enviromnental conditions are appropriate for the material being P-620 - 2 applied. This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the Engineer prior to the initial application of markings. 620-3.6 TEST STRIP. Prior to the full application of airfield markings, the Contractor shall produce a test strip in the presence of the Engineer. The test strip shall include the application of a minimum of 5 gallons (4 liters) of paint and application of 35 lbs (15.9 kg) of Type Y50 lbs (22.7 kg) of Type III glass beads. The test strip shall be used to establish thickness/darkness standard for all markings. The test strip shall cover no more than the maximum area prescribed in Table 1 (e.g., for 5 gallons (19 liters) of waterborne paint shall cover no more than 575 square feet (53.4 m2). Table 1. Application Rates For Paint And Glass Beads (See Note regarding Red and Pink Paint) Paint Glass Beads, Type I, Glass Beads, Glass Beads, Gradation A Type III Type IV Paint Type Square feet per 2 gallon, gal Pounds per gallon of Pounds per gallon Pounds per gallon paint-lb/gal of paint-lb/gal of paint-lb/gal (Sq m perr liter, mZ/l) (Kin per liter of (Km per liter of (Km per liter of paint-kg/1) paint-kg/1) paint-kg/l) Waterborne 115 112/gal max 7 lb/gal min 10 lb/gal min Type I or II (2.8 m2/1) (0.85 kg/1) (1.2 kg/1) It is recommended when using waterborne paints on previously unmarked asphalt or seal coat, that an initial paint coat at M% of the permanent coverage rates be applied for white markings to reduce the discoloration that occurs. New concrete pavements should be allowed to cure for eight to twelve weeks before removing the curing compound and installing permanent markings. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate shown in Table 1. GIass beads shall not be applied to black paint or green paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment should be performed. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.7 APPLICATION —PREFORMED THEROPLASTIC AIRPORT PAVEMENT MARKINGS. a. Asphalt and Portland cement. To ensure minimum single -pass application time and optimum bond in the marking/substrate interface, the materials must be applied using a variable speed self-propelled mobile heater with an effective heating width of no less than 16 feet (5 m) and a free span between supporting wheels of no less than 18 feet (5.5 m). The heater must emit thermal radiation to the marking material in such a manner that the difference in temperature of 2 inches (50 min) wide linear segments in the direction of heater travel must be within 5% of the overall average temperature of the heated thermoplastic material as it exits the heater. The material must be able to be applied at ambient and pavement temperatures down to 35°F (2°C) without any preheating of the pavement to a specific temperature. The material must be able to P-620 - 3 AC 150/5370-10G be applied without the use of a thermometer. The pavement shall be clean, dry, and free of debris. A non-volatile organic content (non-VOC) sealer with a maximum applied viscosity of 250 centiPoise must be applied to the pavement shortly before the markings are applied. The supplier must enclose application instructions with each box/package. 620-3.8 PROTECTION AND CLEANUP. After application of the markings, all markings shall be protected from damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris, waste, loose or unadhered reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the Engineer. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and Federal environmental statutes and regulations. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the Engineer. No separate measurement will be made for reflective media (glass beads). BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. ivo se arate a ment will ne maue for reflective meaia lass neaas�. Payment will be made under: Item P-620-5.1 White Markings (Reflective) - square foot Item P-620-5.2 Yellow Taxiway MarkinsReflective) - per Square Feet Item P-620-5.3 4 " - �e rn-ei-i�Ts -iti mr Black Taxiway Markings (Non -Reflective) - per Square Feet Item P-620-5.6 Pavement Marking Removal - square foot Q 1 TESTING REQUIREMENTS ASTM C371 Standard Test Method for Wire -Cloth Sieve Analysis ofNonplastic Ceramic Powders ASTM D92 Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester ASTM D711 Standard Test Method for No -Pick -Up Time of Traffic Paint ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive P-620 - 4 AC 150/5370-10G ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand -Operated Instruments ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating FIuorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallie .Materials MATERIAL REQUIREMENTS ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content, water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective American Association of State Highway and Transportation Officials (AASHTO) M247 Standard Specification for Glass Beads Used in Pavement Markings FED SPEC TT-P-1952E Paint, Traffic and Airfield Marking, Waterborne Commercial Item Description A-A-2886B Paint, Traffic, Solvent Based FED STD 595 Colors used in Government Procurement AC 150/5340-1 Standards for Airport Markings END OF ITEM P-620 P-620 - 5 AC 150/5370-1OG Intentionally Left Blank P-620 - 6 Part IX — Drainage AC 150/5370-JOG 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. - ASTM C-76, Class III RCP 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: American Association of State Highway and Transportation Officials (AASHTO) M 167 Standard Specification for Corrugated Steel Structural Plate, Zinc -Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches AAS14TO M190 Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M243 Standard Specification for Field -Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AAS14TO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-min (12- to 36-in.) Diameter ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic -Coated for Sewers and Drains ASTM A761 Standard Specification for Corrugated Structural Steel PIate, Zinc -Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains D-701 - i ASTM A849 Standard Specification for Post Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Stone 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 ASTM F667 Standard Specification for 3 through 24 in Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Outside Diameter ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage ASTM F2736 Standard Specification for 6 to 30 in. (152 to 762 min) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in. (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in. (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 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. D-701 - 2 AC 150/5370-1OG 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 C 144. 701-2.6 JOINT TILLERS. 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). Controlled low -strength material shall conform to the requirements of Item P-153. When CLSM is used all joints shall have gaskets. CONSTRUCTION METHODS 101-3.1 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 backfilled 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. D-701 - 3 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. Class C bedding is not allowed on this project. Cement stabilized sand shall be used for pipe bedding material. 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 I0% 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. 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 Minifhum Bedding Depth inch mm 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 mm) below the bottom of the pipe and extend up around the pipe for a depth of not Iess 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. D-701 - 4 AC 150/5370-1OG Elliptical 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 maybe 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. 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 shall meet the requirements of select fill. 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 Iayers 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. D-701 - 5 AC 150/5370-100 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. Payment will be made under: Item D-701-5.1 24" Dia. ASTM C-76, Class III RCP — per linear foot MATERIAL REQUIREMENTS AASHTO M 167 Standard Specification for Corrugated Steel Structural PIate, Zinc -Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches AASHTO M190 Standard Specification for Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M198 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field -Bolted Pipe, Pipe -Arches, and Arches. AASHTO M243 Standard Specification for Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe -Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter AASHTO M304 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE) Ribbed Pipe, 300- to 900-mm (12- to 36-in.) Diameter D-701 - 6 AC 15015370-10G ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A761 Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field -Bolted Pipe, Pipe -Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM A849 Standard Specification for Post -Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe 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 C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe 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 D 1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 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 through 24 in. Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE) Plastic Pipe (DR PR) Based on Outside Diameter D-701 - 7 AC 150/5370-100 ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe & Fittings Based on Controlled Inside Diameter ASTM F894 Standard Specification for Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non -Pressure Drainage and Sewerage ASTM F2736 Standard Specification for 6 to 30 in. (152 to 762 mm) Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in. (750 to 1500 mm) Polypropylene (PP) Triple Wall Pipe and Fittings for Non -Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in. (300 to 1500 mm) Polypropylene (PP) Dual Wall Pipe and Fittings for Non -Pressure Storm Sewer Applications END ITEM D-701 D-701 - 8 AC 150/5370-1OG Intentionally Left Blank D-701 - 9 AC 15015370-1OG ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES DESCRIPTION 751-1.1 This item shall consist of construction of manholes, catch basins, inlets, and inspection holes, in accordance with these specifications, at the specified Iocations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 751-2.1 BRICK. The brick shall conform to the requirements of ASTM C32, Grade MS. 751-2.2 MORTAR. Mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type 1. The sand shall conform to the requirements of ASTM C 144. 751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). There shall be a gasket between individual sections and sections cemented together with mortar on the inside of the manhole. 751-2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO) M36. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: a. ASTM A48, Class 3513: 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, Grade 65-45-12: Ductile iron castings f. ASTM A897:Austempered ductile iron castings All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings, aircraft gear configuration and/or direct loading, specified. Each frame and cover or grate 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. D-751 - 1 AC 150/5370-1OG All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. 751-2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. 751-2.8 PRECAST INLET STRUCTURES. Manufactured in accordance with and conforming to ASTM C1433. CONSTRUCTION METHODS 751-3.1 UNCLASSIFIED EXCAVATION. a. The Contractor shall excavate for structures and 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. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximately only; and the Engineer may direct, in writing, changes in dimensions or elevations of footings necessary for a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or 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 or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturb and excavation to final grade shall not be made until immediately before the concrete or reinforcing is placed. e. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing Iaws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry. The cost of removal shall be included in the unit price bid for the structure. e. After excavation is completed for each structure, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.2 BRICK STRUCTURES. a. Foundations. A prepared foundation shall be placed for all brick structures after the foundation excavation is completed and accepted. Unless otherwise specified, the base shall consist of reinforced concrete mixed, prepared, and placed in accordance with the requirements of Item P-610. b. Laying. brick. All brick shall be clean and thoroughly wet before laying so that they will not absorb any appreciable amount of additional water at the time they are laid. All brick shall be laid in freshly made mortar. Mortar not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. An ample layer of mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily closed by the laying of the brick. All bed and head joints shall be filled solid with mortar. End joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a shoved D-751 - 2 joint made to squeeze out mortar at the top of the joint. Any bricks that may be loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh mortar. No broken or chipped brick shall be used in the face, and no spalls or bats shall be used except where necessary to shape around irregular openings or edges; in which case, full bricks shall be placed at ends or corners where possible, and the bats shall be used in the interior of the course. In making closures, no piece of brick shorter than the width of a whole brick shall be used; and wherever practicable, whole brick shall be used and laid as headers. e. Joints. All joints shall be filled with mortar at every course Exterior faces shall be Iaid up in advance of backing. Exterior faces shall be plastered or parged with a coat of mortar not Iess than 3/8 inch (9 mm) thick before the backing is laid up. Prior to parging, all joints on the back of face courses shall be cut flush. Unless otherwise noted, joints shall be not less than 1/4 inch (6 mm) nor more than 1/2 inch (12 mm) wide and the selected joint width shall be maintained uniform throughout the work. d. Pointing. Face joints shall be neatly struck, using the weather -struck joint. All joints shall be finished properly as the laying of the brick progresses. When nails or line pins are used the holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned by scrubbing and washing with water. If necessary to produce satisfactory results, cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with liberal quantities of water. f. Curing and cold weather protection. The brick masonry shall be protected and kept moist for at least 48 hours after laying the brick. Brick masonry work or pointing shall not be done when there is frost on the brick or when the air temperature is below 50°F (10°C) unless the Contractor has, on the project ready to use, suitable covering and artificial heating devices necessary to keep the atmosphere surrounding the masonry at a temperature of not less than 60°F (16°C) for the duration of the curing period. 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and shape indicated on the plans. The construction 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. All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped to the outlet. 751-3.4 PRECAST CONCRETE STRUCTURES. Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed on prepared or previously placed slab foundations conforming to the dimensions and locations shown on the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily. Joints between precast concrete risers and tops shall be full - bedded in cement mortar and shall be smoothed to a uniform surface on both interior and exterior of the structure. The top of the upper precast concrete section shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to flow. The metal steps that are embedded or built into the side walls shall be aligned and placed at vertical intervals of 12 inches (300 ram). When a metal ladder replaces the steps, it shall be securely fastened into position. D-751 - 3 751-3.5 CORRUGATED METAL STRUCTURES. Corrugated metal structures shall be prefabricated. All standard or special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal structures. The top of the metal structure shall be designed so that either a concrete slab or metal collar may be attached to allow the fastening of a standard metal frame and grate or cover. Steps or ladders shall be furnished as shown on the plans. Corrugated metal structures shall be constructed on prepared foundations, conforming to the dimensions and locations as shown on the plans. When indicated, the structures shall be placed on a reinforced concrete base. 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures a sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar shall be placed around these pipes to form a tight, neat connection. 751-3.7 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 elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry shall be brought true to line and grade and shall present an even bearing surface so the entire face or back of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or as directed by the Engineer. All units shall set firm and secure. After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden for seven (7) days before the grates or covers are placed and fastened down. 751-3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at Ieast seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete structures, they shall be cast into the side of the sections at the time the sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. When steps are required with corrugated metal structures, they shall be welded into aligned position at a vertical spacing of 12 inches (300 mm). Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the bottom support into drilled holes in the foundation or as directed by the Engineer. 751-3.9 BACKFILLING. a. After a structure has been completed, the area around it shall be backfilled with approved material, in horizontal layers not to exceed S inches (200 mm) in loose depth, and compacted to the density required in Item P-152. Each layer shall be deposited evenly 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. D-751 - 4 b. Backfill shall not be placed against any structure until approved by the Engineer. For concrete structures, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing methods. e. Backfill shall not be measured for direct payment. Performance of this work shall be considered an obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes shall be measured by the unit. BASIS OF PAYMENT 751-5.1 The accepted quantities of structures will be paid for at the contract unit price per each in place when completed. Removal of existing drainage structures, pipes, etc., as shown on the plans and as necessary to complete the work of this item, shall be considered subsidiary to the bid items listed in the Bid Form. The Contractor shall plug or replace any drainage structure tie-in where the Contractor is instructed to remove the pipe tying into the aforementioned drainage structure, as shown on the plans and as necessary to complete the work of this item, at no direct pay, so that the drainage structure to remain shall remain functional and structurally sound. 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 such specials and connections to pipes 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 Payment wiII be made under: Item D-751-5.1 9_1_ - Furnish and Install 3' x 3' Inlet and Grate - per Each Q 1 MATERIAL REQUIREMENT 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 A] 23 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 A897 Standard Specification for Austempered Ductile Iron Castings D-751 - 5 ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale) ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C ISO Standard Specification for Portland Cement ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C1433 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metal lie -Coated, for Sewers and Drains END OF ITEM D-751 D-751 - 6 AC 150/5370-JOG Intentionally Left Blank D-751 - 7 AC 150/5370-10G ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND MISCELLANEOUS DRAINAGE STRUCTURES DESCRIPTION 752-1.1 This item shall consist of reinforced concrete culverts, headwalls, and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Reinforced concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 UNCLASSIFIED EXCAVATION. a. Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades and elevations shown on the plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may approve, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or 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 or crevices shall be cleaned out and grouted. All Ioose and disintegrated rock and thin strata shall be removed. When concrete will rest on a surface other than rock, the bottom of the excavation shall not be disturbed and excavation to final grade shall not be made until inunediately before the concrete or reinforcing steel is placed. c. The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. All bracing, sheathing, or shoring shall be removed by the Contractor after the completion of the structure. Removal shall be not disturb or damage the finished concrete. The cost of removal shall be included in the unit price bid for excavation. e. After each excavation is completed, the Contractor shall notify the Engineer. No concrete or reinforcing steel shall be placed until the Engineer has approved the depth of the excavation and the character of the foundation material. 752-3.2 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted. The field density of the compacted material shall be at least 90% of the maximum D-752 - l density for cohesive soils and 95% of the maximum density for noncohesive soils. The maximum density shall be determined in accordance with ASTM D698. The field density shall be determined in accordance with ASTM D1556. b. No backfilling shall be placed against any structure until approved by the Engineer. For concrete, approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that the concrete has attained sufficient strength to withstand any pressure created by the backfill or the placement methods. e. Fill placed around concrete culverts shall be deposited on each side at the same time and to approximately the same elevation. All slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action against the structure. d. Backfill will not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for "unclassified excavation for structures." 752.3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankment, shoulders, or as approved by the Engineer. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 Drainage structures shall be measured on a per each basis for the size of structure as indicated. Measurement shall include excavation, forms, concrete, reinforcing steel, grates, covers, backfilling, and grading necessary to complete the item in accordance with the plans and specifications. BASIS OF PAYMENT 752.5.1 Payment will be made at the contract unit price for the accepted quantities of each item completed and in place. No separate payment shall be made for removal of existing drainage structures, pipes, etc. Removal of existing drainage structures, pipes, etc., as shown on the plans and as necessary to complete the work of this item, shall be considered subsidiary to the bid items listed in the Bid Form. The Contractor shall plug or replace any drainage structure tie-in where the Contractor is instructed to remove the pipe tying into the aforementioned drainage structure, as shown on the plans and as necessary to complete the work of this item, at no direct pay, so that the drainage structure to remain shall remain functional and structurally sound. These prices shall fully compensate the Contractor for furnishing all materials; for all preparation, excavation, and installation for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item D-752-5.1 Furnish stall 4:1 Safety End Treatment for 2' RCP'- per Each Item D-752-5.2 Furnish and Install 4:1 Safety End Treatment for 24" RCP - per Each D-752 - 2 AC 150/5370-1OCT TESTING REQUIREMENTS ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/f(3 (6001cN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Sail in Place by the Sand - Cone Method END OF ITEM D-752 D-752 - 3 Intentionally Left Blank D-752 - 4 Part X — Turf inci AC 150/5370-1OG ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding and fertilizing the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-181, Federal Specification, Seeds, Agricultural. 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 Engineer 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. Seed Mixture (Normal Application) shall be applied as follows: Minimum Seed Minimum Rate of Application, Seed Purity Germination lb/acre Common Bermuda, Hulled 95% 85% 90 Normal application shall be performed during the period between January 15 and May 1 inclusive, unless otherwise approved by the Engineer. Temporary Cool Weather Seed Mixture (For Installation if Requested by the Engineer) shall be applied as follows: Minimum Seed Minimum Rate of Application, Seed Purity Germination Iblacre Oats 95 % 85 % 64 Cool weather application shall be performed during the period between September 1 and November 30 inclusive, unless otherwise approved by the Engineer. T-901 - 1 Temporary Warm Weather Seed Mixture (For Installation if Requested by the Engineer)shall be applied as follows: Minimum Seed Minimum Rate of Application, Seed Purity Germination lb/acre FoxtaiI Millet 95% 85% 34 Warta weather application shall be performed during the period between May 1 and August 31 inclusive, unless otherwise approved by the Engineer. Temporary cool or warm weather grasses must on compete with grasses sown later for permanent cover and shall be a quick -growing species suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 901-2.3 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 e. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 16-20-0 or 16-8-8 composition commercial fertilizer and shall be spread at the rate of 400 pounds per acre. 901-2.4 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 and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (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 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 inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top 3 inches (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. T-901 - 2 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 inches (125 mm). Clods shall be broken and the top 3 inches (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 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. The fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, 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. e. 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 WET APPLICATION METHOD. a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 lb / sq inches (690 kPa). The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (16 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a Iong-range jet nozzle. For case of removal and cleaning, aII nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet (15 m) in length shall be provided to which the nozzles may be connected. T-901 - 3 AC 150/5370-100 e. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least two (2) weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (2) hours from the time they were mixed or they shall be wasted and disposed of at approved locations. d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches (75 mm), after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raped into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 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 regrading and reseeding 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. When either the dry or wet application method outlined above is used for work 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 (0.01 sq m) or less, randomly dispersed, and do not exceed 3% of the area seeded. T-901 - 4 METHOD OF MEASUREMENT 901-4.1 The quantity of Hydromulch, Seed, Lime & Fertilizer for Permanent Application to be paid for shall be the number of units per square yard measured on the ground surface, completed and accepted. 901-4.2 The quantity of Temporary Cool or Warm Weather Seeding to be paid for shall be the number of units per square yard measured on the ground surface, 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 material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Any areas disturbed by the Contractor's operations outside the grading Iimits shown on the plans (such as access roads, haul routes, and staging areas) shall not be measured for payment, but shall be seeded in accordance with this specification, at no additional cost to the Owner. Payment for this work along access roads, haul routes, and/or staging areas shall be considered subsidiary to the various bid items listed in the Bid Form. Payment will be made at the contract unit price for the accepted quantities of each item completed and in place. These prices shall fully compensate the Contractor for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed. Payment will be made under: Item T-901-5.1 f fy di arnalch, Seed, Hydromulch, Seed, Lime, and Fertilizer Slopes <5%) - per Square Yard ItemT-901-5.2 l-- ----umputaly Evo^--f- - _*,--- .. -� Temporary Cool Weather Seeding - Square Yard MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials ASTM D977 Standard Specification for Emulsified Asphalt FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural END OF ITEM T-901 T-901 - 5 FAI Intentionally Left Blank T-90I - 6 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. 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 shall be composed of the species stated in the special provisions, and any vegetation more than 6 inches (150 mm) in height shall be mowed to a height of 3 inches (75 mm) 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. 904-2.4 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 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 (50 mm) in any diameter, sticks, T-904 - 1 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 the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. 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 (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 mm), 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 dainage 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 soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sodbed is watered to moisten the soil to a depth of at least 4 inches (100 mm) 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 mm) 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 (300 mm) in length and have a T-904 — 2 AC 150/5370-1OG cross -sectional area of not less than 3/4 sq inch (18 sq mm.). 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. e. 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 raped 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. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards (square meters) of the surface covered with sod and accepted. BASIS OF PAYMENT T-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 MATERIAL REQUIREMENTS ASTM C602 Standard Specification for Agricultural Liming Materials END OF ITEM T-904 T-904 - 3 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 discing 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 mm) 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. 4 . 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 shown on the plans. 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. T-905 - 1 150/5370-1 905-3.2 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 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 measurements and 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 inches (50 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 Iines, 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. T-905 - 2 AC 150/5370-100 METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site shall be measured by the number of square yards of topsoil measured in its original position and stripped or excavated. Topsoil stockpiled by others and removed for topsoiling by the Contractor shall be measured by the number of cubic yards of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. 905-4.2 Topsoil obtained off the site shall be measured by the number of square yards of topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment will be made at the contract unit price per square yard for topsoiling (obtained on the site). 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 Payment will be made under: Item T-905-5.1 94i-p, SteelEpile E stelTepsai! per Topsoiling Obtained Onsite or Removed from Stockpile - per Square Yard TESTING MATERIALS ASTM C117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 T-905 - 3 AC 150/5370-1OG Intentionally Left Blank T-905 - 4 TXDOT STANDARD SPECIFICATIONS AND MODIFICATION PAGES ITEM H-1 Hangar Metal Building System and Foundation PART 1 GENERAL 1.1 WORK INCLUDED This item shall consist of providing all labor, tools, equipment and materials for furnishing, installation, and erection of aircraft hangars on site as shown on the plans. The items of work include, but are not limited to, the following: design of hangar foundation; construction of hangar foundation and subgrade; purchase and erection of pre -fabricated metal hangar including doors, door operators, hardware, and all other related accessories; purchase and installation of electrical devices; connection of all electrical utilities; and purchase and installation of all other accessories and utility connections as shown on the plans. Construction of one (1) pre-engineered metal building and accessories for aircraft hangars. Metal building to have sloped roof and steel frame type construction, and is to be a completely integrated system according to specified dimensions and as shown on the plans. within this section, all aspects of the building system including design, details, materials, fabrication, quality criteria, tolerances, marking and identification, methods and procedures are governed by the building system manufacturer's standards. Construction of concrete foundation and subgrade, designed for pre-engineered metal building shall be signed and sealed by a Professional Engineer licensed in the State of Texas. If Bidder/Contractor proposes alternate foundation design, the foundation design shall be submitted for approval. A Report of Geotechnical Investigation is provided as an attachment to the specifications. 1.2 BUILDING DESCRIPTION A. Building Type: Aircraft Hangar(s): Ten -Unit (Base Bid), 2 Additional Units (Add. Alternate No. 1); multi -span; sloped roof, rigid frame structure. B. Roof Slope: min. 1:12; max. 2:12; provide 12 inch minimum overhang for bi-fold doors to shed water away from hangar doors. C. Minimum Eave Height: 22 feet, measured vertically from top of eave strut at sidewall steel line to base of sidewall frame column. D. Clear Floor Area(s): 56.0 feet X 62.0 feet. E. Clear Door Opening(s): 56 feet X 18 feet. F. Total Building Overall Dimensions: 124' x 286' (Base Bid), 124' x 336' (Including Add. Alternate No. 1) Tolerance to be within 24 inches. 1.3 QUALITY ASSURANCE A. Codes and Standards: 1. Use following where applicable in structural design: H11 a. AWS "Code of Welding in Building Construction" and "Specification for Welding Sheet Steel in Structures", Iatest edition. b. MBMA "Recommended Design Practices Manual", latest edition and "Low -Rise Building Systems Manual", latest edition. c. AISI "Specifications for the Design of Cold Formed Steel Structural Members", latest edition. d. AISC "Steel Construction Manual" and "Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings", latest edition. e. AAMA "Aluminum Construction Manual", latest edition. f. SJI "Standard Specifications, Load Tables and Weight Tables", latest edition. g. AISC "Specifications for Structural Joints using ASTM A-325 or ASTM A-490 Bolts, latest edition. h. AISC "Code of Standard Practice for Steel Buildings and Bridges", latest edition. i. SDI "Steel Roof Deck Design Manual", latest edition. j. IBC "International Building Code", latest edition, as amended. k. Texas Accessibility Standards (TAS), latest edition. 1. Texas Department of Licensing and Regulations (TDLR). 2. Use following where applicable in other phases of design: a. Building Code and Regulations of other governing authorities having jurisdiction at project site. b. Structural Steel Painting Council (SSPC) Standards. c. Roofing system rating UL Classification 90. d. American Society for Testing and Materials (ASTM) Standards. e. NFPA 409, as applicable to authority having jurisdiction. f. IPC "International Plumbing Code", latest edition, as amended. g. IMC "International Mechanical Code", latest edition, as amended. h. TECC "International Energy Conservation Code", latest edition, as amended. i. NEC "National Electrical Code", latest edition, as amended. H-1-2 B. Design Loads: Basic Design Loads: To include live and wind, in addition to dead loads and including loading imposed by mechanical units. Consider all other design Ioads, whether they are of static, dynamic, or kinetic nature, as auxiliary loads. Design must conform to the minimum requirements of the IBC, latest edition, as amended. Vertical live loads and wind loads with doors closed shall be as prescribed by the IBC, latest edition, as amended. 2. Tributary reductions as allowed by 1BC, latest edition, as amended. 3. Crane Loads: No crane loads are required. 4. Horizontal deflections shall be limited to "L"1180 under full wind load, or as required by hangar door manufacturer's requirements for operation. 1.4 SUBMITTALS A. General. Comply with requirements of City of Fort Worth codes and ordinances. B. Shop Drawings and Calculations: 1. Within four (4) weeks of award of bid, the Contractor shall furnish Engineer with completed erection drawings and calculations for approval. a. Design Calculations and Erection Drawings: Prepared by, or under direct supervision of Professional Engineer licensed to practice in the State of Texas with all drawings and calculations bearing this seal. b. Show each type structural building frame required and their locations within structure; details of anchor bolt settings; sidewall, endwall, and roof framing; diagonal bracing and location within structure; roof and wall insulation and types; longitudinal and transverse cross sections; details of curbs, roof jacks, and items penetrating roof; canopy framing and details; trim, liner panels, wall and roof coverings, and all accessory items; materials; finishes; construction and installation details, and other pertinent information required for proper and complete installation. c. All shop drawings shall be approved by Engineer before purchase or start of fabrication. C. Foundation Design Plan: 1. Within four (4) weeks of bid award, the Contractor shall furnish Engineer with completed foundation design, including all details for each specific hangar unit, for approval. The foundation plan shall be signed and sealed by a Professional Engineer Iicensed to practice in the State of Texas. 2. Contractor, at a minimum, shall furnish Engineer with: a. Manufacturer's product data sheets on joint devices, attachment accessories, admixtures, and bonding agents. b. Manufacturer's installation instructions. H-1-3 c. Certificates — Mill certificates for bulk cement. d. Design Mixes — Submit mix designs for each specified concrete and grout type. Design data shall include the name of the concrete supplier; manufacturer/supplier and type of cement used; size and type of aggregate; proportional weights of cement, aggregate, and water per cubic yard of concrete; name and quantity of admixture used. e. Reinforcement -- Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, and supporting and spacing devices. 3. Bearing material to be as shown on the Report of Geotechnical Investigation. With the design of the foundation, the Contractor shall include a design for providing a suitable subgrade for the hangar construction. This may include reworking/conditioning the subgrade, excavating the existing subgrade materials and replacing with select fill materials, or other methods reviewed and approved by the Engineer. 4. FIoor slab shall not be less than 6" thick with maximum control joint spacing at 15'. The foundation shall be sloped towards the doors of the building to ensure positive drainage is maintained within each unit of the metal building system. 5. The contractor shall coordinate all dimensions and foundation details with the metal building supplier, subcontractors, and any other affected parties to assure a complete, sound and finished project. Contractor shall also coordinate with any plumbing and/or electrical plans to provide all necessary penetrations to hangar foundation. 6. Foundation design shall include a steel base angle with fuel resistant caulk be used at the bottom of the partition walls per section 2.4 of this specification, between each hangar unit, in accordance with NFPA 409. 7. Contractor shall verify all concrete forms for finished floor elevation of the foundation through survey and in the presence of the Engineer before concrete is poured. D. Electrical: Provide electrical as indicated in the plans and electrical specifications. E. Material and Color Samples: For each specific material sample requested by Engineer, submit in size, form, and number as directed. 2. Submit duplicate color sample sets showing full color range available, for selection purposes. The Sponsor will select the roof, wall panel, and trim colors. F. Product Data: Two (2) copies of manufacturer's specifications, and descriptive literature. G. Certification: Two (2) copies of written certification prepared and signed and sealed by a Professional Engineer licensed to practice in the State of Texas attesting that building design meets specified loading requirements, requirements of codes and authorities having jurisdiction at project site, and other requirements as specified. H. Manufacturer's certification for all steel, including origin to comply with "Buy American - Steel and Manufactured Products" grant assurance. H-1-4 1. Contractor shall provide record drawings to the Engineer after final acceptance of the project. 1. Accurately record actual locations of embedded utilities and components which are concealed from view. 1.5 PRODUCT HANDLING A. Deliver and store pre -fabricated components, sheets, panels and other manufactured items so that they will not be damaged or deformed. Any damaged or deformed building materials shall be replaced by the Contractor for no additional cost or project time. B. Stack materials on platforms or pallets, covered with tarpaulins or other approved weather tight ventilated covering. C. Store metal sheets and panels so water accumulation will drain freely. Do not store sheets and panels in contact with other materials that might cause staining. D. Store materials to be readily accessible, with factory makings visible. Contractor shall be responsible for the stored materials until building systems can be erected. Contractor may elect to store materials in bonded warehouse, but at no additional cost. E. Include installation and maintenance instructions. F. No payments shall be made to the Contractor for deposits or down payments for pre- fabricated buildings, components, or equipment. Payment will be made for materials that are delivered and stored satisfactorily on the project site in accordance with these specifications. 1.6 WARRANTIES Item - Materials & Workmanship Panel Finish Panel Rib: Roof 3 years 20 years Panel Rib: Walls 3 years 20 years Panel Rib: Hangar Door 3 years 20 years Materials, Component, and Accessories 3 years 20 years Provide any other manufacturer's standard or extended warranties. PART 2 PRODUCTS AND FABRICATION 2.1 STRUCTURAL STEEL A. Materials: 1. Structural steel shall conform to the following ASTM designations: a. ASTM A36 —Structural steel angles and wide flange sections. b. ASTM A572 GR 50 — Structural steel plate. H-1-5 c. ASTM A500 GR B All tubular sections. d. ASTM A 1003 GR 50 — Cold -Formed steel sections. 2. High Strength Bolts, Nuts and Washers; ASTM A325, or equivalent unless otherwise noted on plans; size required by metal building system manufacturer. 3. Prime Coat: Primer shall meet or exceed the end performance requirements of Federal Specification TT-P-636. B. Fabrication: 1. Primary Framing: Rigid frames of shop -welded steel plate columns and rafters, both tapered and uniform depth sections as required by drawings, complete with all necessary stiffeners, connections plates and holes for field bolted assembly. Design rigid frames on basis of elastic behavior. a. All building components less than 1/8" thick shall be manufactured from galvanized steel. Components greater than 1/8" thick shall have a shop coat of rust inhibitive primer that meets or exceed the end performance requirements of Federal Specification TT-P-636. b. Steel framing shall be factory punched for assembly by bolting; sidewall framing members shall be pre -punched to accurate dimensions. c. Welding shall be done in accordance with the American Welding Society Code for building construction. 2. Secondary Framing: (Purlin, Girts, Struts, Flange Braces, Base Angles, Base Trim Angles), per ASTM A572 and/or ASTM A36 as applicable: a. Clean secondary framing components to be free from oil, dirt, loose scale and foreign matter and apply one (1) coat of primer. 3. Steel Joists: a. Fabricate in accordance with SJl Standard Specifications. Verify dimensions and job conditions prior to starting fabrication. b. Camber to accommodate for dead load deflection. c. Provide extended top and bottom chords where indicated on drawings. d. Clean, prepare and shop prime joists. 2.2 ROOFING AND SIDING A. Exterior Wall and Hangar Door Panels: 1. Minimum 26 gauge pre -coated Galvalume steel ribbed "R" panels with 36" wide net coverage, four (4) major corrugations at 12" centers, with two (2) minor ribs located symmetrically between the major ribs. H-1-6 Provide all wall panels in continuous lengths, complete with all required sealant, trim, flashings, panel closure, and other components required for complete weather -tight installation. Color to be selected by Sponsor. B. Roofing Panels: 1. Minimum 26 gauge Galvalume Plus steel ribbed "R" panels with 36" wide net coverage, four (4) major corrugations at 12" centers, with two (2) minor ribs located symmetrically between the major ribs. Provide all roof panels in continuous lengths from ridge to cave, complete with all required sealant, trim, flashings, panel closure, and other components required for complete weather -tight installation. Color to be selected by Sponsor. C. Building Trim: Minimum 26 gauge pre -coated Galvalume or Galvalume Plus equal in quality to roof and wall panels, color as selected. Color to be selected by Sponsor. D. Interior Liner Panels: 1. Exterior Walls: Minimum 29 gauge Galvalume pressed rib panels, unless otherwise shown in the plans. Sheeting should extend from floor level to roof with allowance for expansion to prevent buckling. Flashing to be added as necessary to seal hangar units. Color to be selected by Sponsor. 2. Interior Partitions. Minimum 29 gauge Galvalume pressed rib panels, both sides, unless otherwise shown in the plans, including firewalls. Sheeting should extend from floor level to roof with allowance for expansion to prevent buckling. Color to be selected by Sponsor. E. Fasteners: 1. Wail Panels: 414 x 7/8" self -tapping zinc plated screws with bonded neoprene washers color coated to match wall and door sheeting. 2. Roof Panels: Fasten panels to purlins with #12 x 1" heavy-duty zinc/aluminum/cast alloy headed self -drilling screws with bonded neoprene washers. Stitch screws to be #14 x 7/8" self -tapping zinc plated screws with bonded neoprene washers. 3. Trim Fasteners: #14 x 7/8" self -tapping zinc plated screws with bonded neoprene washers color coated to match wall and door sheeting. F. Roof, Wall, and Hangar Door Panel Sealant: 1. Neoprene or other solid or closed cell, preformed (inside for roof panels and outside for endwalI panels at the rake) closure strips matching the profile of the panel shall be installed along the cave of the roof panels and rake of the endwall panels. Base Flashing: Manufacturer's standard base trim to provide dirt proof seal between slab and floor panels. G. Roof, Wall, and Hangar Door Insulation: 1. Standard non-combustible fiberglass blanket insulation. H-1-7 2. Sheet vapor retarder, white polyethylene film reinforced with glass square mesh (6 mil.). 1. Minimum 3-inch thickness (RIO). 2.3 WIND BRACING A. General: 1. Approved type rod bracing or portal frames as shown on final shop drawings. 2. Clean components free of oil, dirt, loose scale and foreign matter and apply one (1) coat of primer. 2.4 FIRE PROTECTION A. Fire Walls: Where shown on the plans, provide fire walls with a minimum rating of at least two (2) hours, in accordance with NFPA 409, and as shown on the plans. B. Install metal base sill angle, minimum 6 inch height, between interior partitions, in accordance with NFPA 409, to prevent the flow of liquid from one space to adjacent spaces. Apply approved type, continuous fire resistant caulking between metal base sill angle and concrete. Handle and apply sealant in accordance with sealant manufacturer's recommendations. C. Fire Extinguishers: Provide at least one (1) fire extinguisher with a minimum 2AIOBC rating in each hangar unit. 2.5 HANGAR DOORS A. General: 1. Hangar doors shall be electrically operated bi-fold overhead doors adequate for building design live and wind load with uplift protection. Doors to be installed according to manufacturer's installation instructions and specifications. Door design/manufacture shall. be part of the metal building system for hangar, or certified to be compatible with hangar building design. If hangar and door manufacturers are different, certification of compatibility shall accompany design shop drawings for approval. Door panels shall match building wall material and color. The manufacturer of the metal building system and the hangar doors must coordinate to ensure compatibility of products. Contractor shall be responsible for ensuring the compatibility of the building system and doors and shall bear all costs to replace if they are not compatible at the time of erection. 3. Doors to have secure locking system, to be keyed alike to a master key system, with two (2) keys per hangar, and four (4) master keys for hangar locks to be provided. B. Electric Bi-Fold Doors: I. Each unit shaII be furnished with an electrically -operated bi-fold overhead door. The electric door operator shall be sized and provided by the manufacturer to properly and safely operate the designated size door. Each door shall be controlled by a constant pressure (dead man) switch controlling a single-phase electric motor, worm gear speed reducer, with direct drive or dual chain operation. H-I-8 2. Door operator to be capable of being stopped and restarted, up or down, in any position, and have automatic stop at the fully opened and fully closed positions. Provide wall mounted motor disconnect switch adjacent to the operating switch. 3. A walk-in door approximately 36" wide, minimum 72" door height shall be provided in the bi-fold door for each hangar unit. The door to be installed with hinge pins inside hangar, to swing inward, away from light and door operator switches. Door to have factory baked enamel finish to match hangar wall or trim color. 4. Each walk-in door shall be equipped with heavy duty stainless steel door lock. The portion of the door and frame receiving lock and strike to be solid core. All Iocks to be keyed alike to a master key system, two (2) keys for each Iock and four (4) master keys to be provided. 5. Overhead doors shall be hung plumb and true to building, and shall open in a continuous motion without binding, or warping. 6. Provide full length, durable weatherstrip at sill and head of each overhead door assembly. Walk-in door jambs shall be sealed by steel overlap flashings or appropriate rubber 7. Provide heavy duty poly lift strap system in lieu of cable system for opening the bi-fold doors. Provide Schweiss Bi-Fold Lift Strap system or approved equal. 2.6 ACCESSORIES A. Access Doors, Frames and Hardware: Provide all metal doors in building exterior as follows: 1. Frames: Manufacturer's standard self -flashing, self -trimming, non -handed, wrap -around type fabricated from 16 gauge steel with ASTM A 525 G60 commercial zinc coating, with 5-3I4" frame profile. Provide complete with 18 gauge sill channel, 22 gauge adaptor angles, galvanized reinforcements and preparations required for finish hardware, and factory applied rust inhibitive prime coat finish. Color to be selected by Owner. 2, Doors: Manufacturer's standard non -handed type in size indicated, not less than 1-3/4" thick, of flush panel design. Fabricate from minimum 24 gauge steel with ASTM A-535 G60 minimum commercial zinc coating. Provide complete with internal reinforcements, stiffeners and sound deadening honeycomb core material, galvanized reinforcements and other preparation required for finish hardware, and factory applied rust inhibitive coat finish. Color to be selected by Owner. 3. Finish Hardware: Provide each door with heavy duty stainless steel door lock. The portion of the door and frame receiving lock and strike to be solid core. All locks to be keyed alike to a master key system, two (2) keys for each lock and four (4) master keys to be provided. B. Stationary Ridge Roof Ventilators: 1. Ridge roof ventilators shall be gravity type, manufactured from 24 gauge galvanized steel and be continuous across the ridge. 2. Roof ventilators shall be leak proof. H-1-9 2.7 ELECTRICAL WORK A. General: Contractor shall provide all electrical work necessary for fully -operational hangars, including all accessories as shown on the plans. All electrical work shall be in accordance with the NEC, latest edition, as amended, and shall meet all applicable local codes. Permits required from local authorities shall be determined, coordinated, obtained, and paid for by the Contractor. 1. Contractor shall coordinate all electrical work with building manufacturer and door supplier. 2. See electrical plans and specifications for further requirements. PART 3 EXECUTION 31 FOUNDATION A. General: The work includes the design and construction of concrete foundation(s). Foundation design shall be in accordance with the building manufacturer's requirements and all applicable local codes signed and sealed by a Professional Engineer licensed in the State of Texas. Foundations shall be finished to a smooth steel -troweled finish. Installation shall include a perimeter reinforced concrete building foundation border, minimum thickness and width as indicated on the plans, at locations as shown on the plans. The building foundation border may be poured monolithically with the foundation or dowelled in after foundation construction. The building foundation border shall be considered subsidiary to the cost of the Hangar Building System. I. The site prior to construction shall be roughly prepared and consist of subgrade, as designed by a Professional Engineer licensed to practice in the State of Texas and furnished by the Contractor, graded to within six (6) inches of proposed finish floor elevation. The contractor shall be responsible for all site work as necessary to construct grade beams and concrete foundation, as required by design. 2. The foundation shall be designed and constructed to accommodate the pre-engineered building selected based on the Report of Geotechnical Investigation, included as an attachment to the specifications. Any additional soils information required by the foundation design engineer shall be acquired at Contractor's expense. If building foundation border is to be dowelled into foundation, dowel placement and detail shall be included with foundation design for consideration and approval by the Engineer. 3. All concrete work shall be installed per FAA item P-610, Structural Portland Cement Concrete, and FAA item P-605, Joint Sealing Filler. Contractor shall accept full responsibility for accuracy of levelness, dimensions, and squareness of foundation. 3.2 ERECTION A. General: Clean structural steel members of any dust and dirt acquired during storage before erection. 2. Install metal building system components following manufacturer's instructions and complying with requirements shown on final shop drawings. H-1-10 3. Erection of metal building, insulation and accessories shall be performed by a competent building erector familiar with, and experienced in, aircraft hangar construction. 4. Written approval from the building design engineer shall be submitted to the Engineer before any field changes are made. B. Structural Frames: 1. Erect true to line, level, and plumb, rigid and secure. 2. Level base plates to true even plane with full bearing to supporting structures. Use non - shrinking grout to obtain uniform bearing and to maintain level base Iine elevation. Moist cure grout for not less than seven (7) days after placement. 3. Installation and location of anchor bolts shall be coordinated with manufacturer so that they are installed in the concrete foundation at the correct locations. Manufacturer will be required to review the foundation plan as prepared so that anchor bolt alignment and orientation is acceptable. Drilling and doweling of anchor bolts after the concrete foundation has been placed is unacceptable. C. Steel Joists: 1. Place and secure in accordance with requirements of SJI Specifications and final shop drawings. 2. Place on supporting work, adjust and align in accurate locations and spacing before permanently bolting in final location. 3. Install bridging simultaneously with joist erection, before any construction loads are applied. Anchor ends of bridging lines at top and bottom chords where terminating at wall or beams. 4. Provide and install temporary bridging, connections and anchors to ensure lateral stability during construction. D. Bracing: Install diagonal rod or angle bracing in lieu of sidewall rod bracing, to suit manufacturer's standards. E. Framed Openings: Provide shapes of proper design and size to reinforce opening and to carry loads and vibrations imposed, including equipment furnished under mechanical or electrical work. Securely attach to building structural frame. F. Roofing and Siding Panels: 1. Install roof panels with long edges running parallel to gable ends of building, with panel ends parallel to ridge. Install wall panels with long edges plumb. Install canopy roof panels with long edges running parallel with building walls. 2. Arrange and nest sidelap joints so prevailing winds will blow over, not into, lapped joints. Lap ribbed or fluted sheets one full rib corrugation. 3. Apply panels and associated items for neat and weather -tight enclosure. H-1-11 4. Avoid "panel creep" or application not true to line. 5. Protect factory finishes from damage. Contractor shall repair or replace any damaged panels at the Engineer's direction, at no additional cost. 6. Install approved type closures to exclude weather. Provide weather seal under ridge cap. Flash and seal roof panels at cave and rake, at perimeter of all openings through roof, and elsewhere as required. Flash and seal wall and liner panels at perimeter of all openings, under eaves and gable trims, along lower panel edges, and elsewhere as required or shown on the plans, as applicable G. Wall panels: 1. Install wall panels on exterior of all metal buildings, with liner panels installed on building interior as rioted, 2. Apply approved type, continuous elasto►neric sealant bead between metal base sill angle and concrete, and elsewhere as necessary for waterproofing. Handle and apply sealant and back-up in accordance with sealant manufacturer's recommendations. 3. Align bottoms of panels and fasten with manufacturer's recommended and supplied anchorage devices. Fasten flashings and trim around openings, etc. with approved type self -tapping screws; fasten window and door frames with approved type machine screws or bolts. 4. Install screw fasteners with power tool having controlled torque adjusted to compress tightly without damage to screws, screw heads, or panels. H. Accessories: Install flashings, trim, ridge covers, roof curbs, pipe flashings, closure strips, roof jacks, and other accessories and sheet metal items in accordance with manufacturer's recommendations for anchorage to building and weather -tight mounting. I. Swing Doors and Frames: Install doors and frames straight, plumb, and level. Securely anchor frames to building structure. Set units with 1/8" maximum clearance between door and frame at jambs and head, and 3/4" maximum between door and floor. Adjust hardware for proper operation. J. Thermal Insulation: Install insulation and vapor retarder in accordance with manufacturer's directions, performed concurrently with installation of roof and wall panels. Roof Insulation: Place insulation straight and true in one-piece lengths. Seal both sets of tabs to provide complete vapor barrier. Install in roof and ceiling spaces without gaps or voids. Do not compress insulation. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. Fit insulation tight in spaces and tight to exterior side of mechanical and electrical services within the plane of insulation. Place insulation with facing exposed -to -view from interior of building unless recommended otherwise by metal building manufacturer or shown on the plans. 3.3 PAINTING A. General: Touch-up abrasions, marks, skips or other defects in shop -primed or factory finished painted surfaces with same type material as used for shop primer or factory finished painting. H-1-12 1. Roof panels, wall panels, hangar door panels, liner panels, building trim, walk-in doors, and all other exposed surfaces shall be finish coated, unless otherwise noted. Color to be selected by Owner. 2. Apply finish paint coats to factory primed items on surfaces that are not required to be galvanized surfaces. 3. Provide finish coats that are compatible with metal building manufacturer's prime coat paints. 4. Provide approved type barrier coats over incompatible primers where required. 5. Remove hardware and accessories, and similar items in place and not to be finish - painted, or provide surface -applied protection. Reinstall removed items. 6. Finish exterior swing doors on tips, bottoms, and edges same as exterior faces, unless otherwise indicated. 3.4 FINAL CLEANING A. General: Remove any oilspots, rubber tire marks, or any substance from the surface of the concrete floor after erection of the building and before acceptance by the Engineer. Methods of washing/removal may include power washing. PART 4 MEASUREMENT AND PAYMENT All work and labor involved with the design, erection, and construction of the hangars, reinforced concrete foundations, foundation subgrade, building foundation border, and accessories shall be measured and paid for at the contract unit price per lump sum for the Hangar Building System, as noted in the Bid Form, and as completed and accepted by the Engineer. Payment for electrical work shall be as noted in the electrical plans, specifications and as noted in the Bid Form. Payment for water and wastewater utilities shall be as shown on the plans and as noted in the Bid Form. END OF SECTION H-1-13 This Page Intentionally Left Blank H-1-14 CITY OF FORT WORTH STANDARD SPECIFICATIONS 0241 15 - 1 PAVING REMOVAI, Page 1 of 6 SECTION 02 4115 PAVING REMOVAL PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling; roadway paving S. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1133 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH Multi Unit Sox hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 2, 2016 0241 IS-2 PAVING REMOVAL Page 2 of 6 c. Remove Brick Paving. full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTORS convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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] CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 2, 2016 0241 15-3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.13. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF PORT WORTH Matti Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 2, 2016 024115-4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3A.8, 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3A.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut wbile the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 Multi Unit Box Hangar and Hangar Access Taxilanes City Prefect No, 025I8 0241 15 - 5 PAVING REMOVAL Page 5 of 6 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 1133. 3. Mixing: see Section 32 1133. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 1133. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH Multi Unit Box Hangar and HangarAceess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 2, 2016 I I� 024115-6 PAVING REMOVAL Page 6 of 6 I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3:6 RE -INSTALLATION [NOT USED] 3.7 FIELD 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] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects 2/2/2016 F. Griffin I.2.A.2.b. -- Removed duplicate last sentence. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 Multi Unit Sox Hangar and hangar Access Taxilanes City Project No. 02518 26 05 00 - 1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for "Electrical Facilities". c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Furnish and Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size furnished and installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Furnish/Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised November 22, 2013 200500-2 COMMON WORD RESULTS FOR ELECTRICAL Page 2 of 5 2) Pole risers 3) Meter base 4) Breaker box 5) Breakers 6) Coordination with Electrical Service Provider 3. Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit 2) Pole risers 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Underwriters Laboratories, Inc. (UL) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or Work as may be required in those references, and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, Three Wire, 60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole, primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transformer pad and grounding (if pad -mounted transformer) c. Furnishing and installing transformer f. Terminating underground primary cables g. furnishing metering current transformers (CT's), meter and meter wiring h. Terminating secondary cables to the service transformer CITY OF FORE' WORTH Multi Unit Box Hangar and IlangarAccess I axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November 22, 2013 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure (if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure. Conduit size and type approved by the power company e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services b. Making payment directly to power company for such costs C. Codes, Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electrical service a. Service type shall be as shown on the Drawings. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections. PART 2 - PRODUCTS [NOT USE, PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Interpretation of Drawings CITY OF FOR1' WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November 22, 2013 260500-4 COMMON WORK. RESULTS FOR ELECTRICAL Page 4 of 5 I. Coordinate the conduit installation with other trades and the actual supplied equipment. 2. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation. 3. Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.3 PREPARATION fNOT USED]. 3.4 INSTALLATION A. Phase Balancing 1. Connect circuits on motor control centers and panelboards to result in evenly balanced loads across all phases. 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 A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set,, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking„ control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. C17FY OF FORT WORTH Multi Unit Sox Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Mo. 02518 Revised November 22, 2013 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 I/22/13 S. Arnold Added installation only pay item for electrical services CITY OF FORT WORTR Mull! Unit Box Hangar andHangar.4ccess Taxitanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised November 22, 2013 26 05 33 - 1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of measurement for conduit are from center to center between ground boxes or poles, a combination of the two or to the termination point. b. Payment 1) Payment for conduit small be made at the price bid per linear foot of the size, installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) CoupIings c) Weatherheads 3. Conduit Boxes, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to EIectrical Facilities. b. Payment CITY OF FORT WORTI-1 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 260533-2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 or 12 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical .Facilities, and no other compensation will be allowed. 4. Conduit Boxes, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for "Conduit Box" installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing, placement and compaction of backf ll 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American National Standards Institute, Inc. (ANSI). a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum Conduit (ERAC). 3. National Electrical Manufacturers Association (NEMA). a. 250, Enclosures for EIectrical Equipment (1000 Volt Maximum). b. C80.1, Electrical Rigid Steel Conduit. c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing. c. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 4, National Fire Protection Association (NFPA) a. 70 — National Electrical Code (NEC). 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 2) Chapter 9, Tables. 5. Underwriters Laboratories (UL) a. 6, Electrical Rigid Metal Conduit -- Steel. b. 514B, Conduit, Tubing and Cable Fittings. c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL.. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS CITY OF FORT WORTH Multi Unit Box Ffangar and Hangarrlccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02518 Revised December 20, 2012 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 or 12 A. Product Data 1. Submit to the City, in accordance with Division 1, the manufacturers' names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 01 60 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oRJ OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene (HDPE) Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. LTL Labeled 4. Conforms to: a. UL 651 A b. UL 651 B c. NEMA TC-7 F. Raceway Boxes 1. Use: Exposed raceway systems only 2. Boxes for underground systems: Refer to Section 26 05 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall: Not be less than 6 times the trade size of the largest raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually, and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 26 05 33 - 5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw -clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay -in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated I50 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the Drawings. 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type- G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 3. Exposed: Rigid galvanized steel 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-112 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches: Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations wil I not be permitted. F. Insulated Grounding Bushing Applications 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or switchgear, if there is no wall or floor pan on which to anchor or terminate the raceway. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01518 Revised December 20, 2012 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications 1. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion - deflection fittings does not exceed 150 feet of conduit run. 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on the exposed side of conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings I. Conduit Tag Applications 1. Tag all conduits within I foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and hnholes. J. Raceway Installation 1. No conduit smaller than 1'A inch electrical trade size. 2. No more than the equivalent of 3 - 90 degree bends in any I run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system, where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of sucb raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant (Duxseal or equal), at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with I hole pipe clamps in combination with 1 screw back plates, to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures: Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations, except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes. Connect grounding conductors to the box. 14. InstalI conduits using threaded fittings. Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit: Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations e. Other equipment where vibration is present d. Connections to instrumentation transmitters, where multiple penetrations are required e. Do not use in other locations. £ Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, Table 2, "Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant: Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities, railroad companies, and Dig Tess if applicable, to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be I inch (25 min) in diameter for bores. CITY OF PORT WORTII Multi Unit Box Hangar and 11angarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. f Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps, as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) AlI underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent --weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shalt be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water -tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm) depth below the curb grade in the sidewalk areas, or I8 inches (450 mm) below the finished street grade in the street area. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 260533- 10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit, which is to be placed under existing pavement, sidewalks, and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. 2 1 ) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways, or other facilities, and shall not weaken or damage any embankment structure, or pavement. 22) Backfill - Compaction & Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet (600 mm) back of curb are to be mechanically tamped. b) All tamping is to be density controlled to 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent below optimum. c) All backfll material is to be select native material, 6 inches (150 mm) diameter clods and smaller. d) It is permissible to put Backfill in 6 inches to 8 inches (150 mm to 400 mm) lifts with densities being taken for each 1feet (300 mm) of compacted material on offsetting stations of 50 feet (15.9 M). 23) Provide adequately bent conduit and properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuous and of the same material (metal only or PVC only). 25) Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 26) Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. 27) White -lead paint or equal shall be used on threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 29) Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. Existing Conduit 1) Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access 7imilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 260533-11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 2) If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. InstaIl conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible, use conduit seals to plug the conduits at the point of attachment to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future, in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable, locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within I -feet of the cable tray. c. Weight of the conduit not supported by cable tray 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD f oR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Multi Unit Box hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi-ciect No. 02518 Revised December 20, 2012 26 05 33 - 12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 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 USEDI 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI I Multi Unit Box Hangar and FTangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02518 Revised December 20, 2012 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL, SYSTEMS Page 1 of 7 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways, manholes and hndholes 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Electrical facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specified on the Drawings and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASI-ITO) a. M306 —Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH Multi Unit Box 11angar anclllangar Access 74xilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes, hndholes and associated hardware 1.7 CLOSEOUT SUBMITTALS f NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes: Manufactured in a NPCA (National Precast Concrete Association) Certified Plant 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered; do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS 1.12 WARRANTY A. No separate warranty for this equipment PART2- PRODUCTS 2.1 OWNER -FURNISHED (oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 01 60 00. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes I . Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers I. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 6. Including frame 7. "Electric" or "Communication" raised lettering recessed flush on the cover 8. Drop handles F. Castings I . Made In the USA 2. Cast with the foundry's name and production date (example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in I piece of U.L. listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTI3 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 260543-4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene pulling iron pocket d. Manholes: Recessed in wall opposite each duct entry e. Iaandholes: Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyetbylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL f NOT USED] PART 3 - EXECUTION 3.1. INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes, handholes, ducts and appurtenances B. Furnish and place all sheeting, bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw, wheel or pneumatic ehisel along straight lines before excavating E. Refer to Section 33 05 10, 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH Muld Unit Box Hangar and Hangar Access Taxllanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting, bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system, rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTII Multi Unit Box Hangar and Flangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes 3.5 REPAIR / RESTORATION A. Remove and replace sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other trenching methods, using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod, or 2. Loam and reseed surface 3.6 RE -INSTALLATION A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non -porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of ::L 4 percent e. Mounded 6-inches above existing grade 3. Existing grass, loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of ± 3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfill. 8. Road surfaces a. Broom and hose -clean immediately after backfilling b. Employ dust control measures at all times. CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL, SYSTEMS Page 7 of 7 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner or clean, lint free rags. C. Do not use compressed air. 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 WORTI-I Multi Unit Box Hangar and T-Iangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE. RAMPS Page 1 of 6 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) a. Measurement 1) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb height at back of walk in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb at the Back of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade CITY OF FORT WORTI-[ Multi Unit Box 11angar and FlangarAccess laxitanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 5, 2018 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRJF:R FREE. RAMPS Page 2 of b 2) Furnishing and placing all materials, including concrete and reinforcing steel 3) Excavation in back of "retaining" curb 4) Furnishing, placing, and compacting backfill Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 4. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 1.3 REFERENCES A. Abbreviations and Acronyms 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised Junc 5, 2018 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-1bf/f13) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 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 CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. CITY OF FORT WORTH Mufti Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised June 5, 2018 32 13 20 - 4 CONCRETE. SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 or6 b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal. see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to Iine and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Aecesr Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 5, 2018 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush Ianish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or througb sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion j oints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius witb a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-ineb in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. S. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTI3 Multi Unit Box Flangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 5, 2018 s 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS ARID BARRIER FREE RAMPS Page 6 of 6 3.5 RE,PAIR/RESTORATION [NOT USED] 3.6 REINSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 —Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment.section. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 5, 2018 32 16 13- 1 CONCRETE- CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this City of Fort Worth Standard Specification. 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving S. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types CITY OF FORT WORTH Multi Unit Box ITangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised October 05, 2016 32 16 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION 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 CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete curb, gutter, and curb & gutter is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 I3. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 CITY OF FORT WORTH Matti Unit Box 11angar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised October 05, 2016 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Demolition / Removal. See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1 /8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement i. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete — Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised October 05, 2016 32 16 13-4 CONCRETECURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. Machine -Laid Concrete — Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. b. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised October 05, 2016 32 16 13-5 CONCRETE CURB AND GUI-FERS AND VALLEY GUTTERS Page 5 of 6 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to ASTM C172 with the following requirements: 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for each additional 150 cubic yard or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test for each concrete sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. 7. UpIoad test results into Buzzsaw within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete tester and inspector, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 8. Additional Tests: Additional tests of concrete shall be made when test results indicate that slump, air entrainment, compressive strengths, or other City specification requirements have not been met. The Lab Services division may conduct or request tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by the Project Manager. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACi 301, Chapter 17. Locations of core tests shall be approved by the Project Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Project Engineer shall be provided by the Contractor without cost to the City. 9. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 10. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised October 05, 2016 c 321613-6 CONCRETE CURB AND GU I FERS AND VALLEY GUTTERS Page 6 of 6 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED1 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 05, 2016 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 SECTION 33 0130 SEWER AND MANHOLE TESTING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 33 01 30 - 1 SEWER AND MANHOLE TESTING Page 1 of 7 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 5. Pipe testing will include deflection (mandrel) test for pipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I -- General Requirements 3. Section 03 80 00 -- Modifications to Existing Concrete Structures 4. Section 33 04 50 — Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. b. Payment CITY OF FORT WORTH Mardi Unit Box Hangar- and Hangar Access 7axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. The price bid shall include: 1) Mobilization 2) PIugs 3) Clean-up 1.3 REFERENCES fNOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS fNOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports 1. All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 2. Joint Testing a. Testing Service - Engage a qualified independent testing agency to perform joint evaluation tests b. Equipment - If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Ilangar and Ilangar Access Taxilanes City Project No. 02518 330E 30-3 SEWER AND MANHOLE TESTING Page 3 of 7 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 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Low Pressure Air Test (Pipe 60 inch and smaller) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Assemble individual joint tester over each joint from within the pipe. C. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs mininium b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. g) Mandrel equipment shall be suitable for the pipe material to prevent damage to the pipe. Consult manufacturer for appropriate mandrel equipment. D. Vacuum test (Manhole) Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH Multi Unit Box Hangar and flangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe 60" Inch and Smaller) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. After the stabilization period (3.5 psig minimum pressure) start the stop watch. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D - nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface S. UNI-13-6, Table I provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. UNI-13-6, Table I Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe indicated for q - 0.0015 1 2 3 4 5 eeifi- ion Tonefor1.c ph L Slmwn(tnursee) Minim= Pipe Length for Time for llmmeter fine tvlvtamtm Longer IOOR 156R MOOR 25M 30OR 35oft AM 450R (in.) (nun 'rime (ft) Length (see) sec 4 3:46 597 ,3901. 3.46 3:46 3,46 3:46 3:46 3:46 346 346 6 5:40 398 -854L 540 540 5:40 SAO 5:40 5:40 5:42 624 8 7:34 298 1.520L 734 7-34 734 734 736 8:52 ins 11:24 10 926 239 2.374 L 926 926 926 9,53 11:52 13:51 15:49 17.48 [2 11:20 199 3.418 L 11:20 11:20 11.24 14:15 1705 1956 22:47 25:38.00 15 14:10 159 5.342L 14:10 14:t0 17:48 22:15 26,42^00 3109.00 _ 35:36.00 40:0100 is 17.00 133 7,692 L 17:00 19:13 2538.09 32:031,00 38:27:00 44:52:00 51:1600 57.41:00 21 1250 114 10470 L 1950 26-1000 34:5400 43'3700 52:21:00 61:00:00 69:48'DO 78310 24 22:40 99 13-674 L 2247 3411,00 45:34.00 5U58:00 6922.00 7946.00 91:10.00 102133:00 27 25:30:00 88 17306L 29:51,00 43:16.00 57:41:00 72:07:00 8613200 10057:00 11597".00 129:48:00 30 2&4.000 80 21.366 L 35:37,00 5325:00 71-13 00 89.020D 106:50:00 124:38:00 142-26.00 160:15:00 33 31:10100 72 25.852L 43:0500 6438.1W 86,1000 107,4300 129i6.00 150.43:00 172:2 LOO 193:53:00 36 34:00:00 66 30.768L 51'17.00 76:55.06 102:34:00 128:12:00 1535000 171),29PO 205:07:00 230.46:00 42 39.48:00 57 43.883E _ 69:48:00 104:42:00 139:37i)0 174:36.00 20924.00 244,19:DO 279.13.W 3140700 48 45.34.00 50 54.705 I, 91:10600 136:45:00 182:21:00 227.55:00 273.31:00 319:06:OD 364:42'OO 410_1700 54 SL0200 44 69.236L 115:2400 173.05.09 2,30.47.00 783:29:00 346.11:00 403:53:00 461:34t00 519,16,00 60 564000 40 85476 L 1422800 213,41,09 2805.00 356:09.OD 427:2300 49a37:00 569:50:00 641:04:00 CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 7 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or Iarger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMI.?NTS Revised December 20, 2012 Multi Unit Box hangar and Hangar Access T axilanes City Project No. 02518 330130-6 SEWER AND MANHOLE TESTING Page 6 of 7 Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 * * T=5 T=6.5 T=8 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)-70 seconds) 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3.5 REPAIR / RESTORATION (NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non -Conforming Work 1. Low pressure air test (Pipe 60 Inch and smaller) a. Should the air test fail, find and repair leak(s) and retest. 2. Low pressure joint air test (Pipe 27 inch or larger) a. 100 percent of all joints shall be field tested, prior to the placement of backfill over the spring line of the pipe, after the pipe has been substantially locked in to place by embedment. If the pipe does not pass the field air test, the joint will be pulled and refitted or rejected and removed from the project. After full placement of backfill and proper compaction, 100% of all joints will be tested again, as the installation progresses. At no time shall pipe installation exceed 300 feet beyond the last joint tested. b. No more than 2 percent of the total number of joints failing to meet the requirements of this test shall be field repaired by joint grout injection, or band clamps, or other method. Any joints over 2% requiring field repairs shall be rejected and removed from the project site. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced. 3. Should Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Manhole) CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRIXTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 rld 3301 30 - 7 SEWER AND MANHOLE TESTING Pagc 7 of 7 a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. a) Shall be in accordance with Section 03 80 00. 2) Leaks within the matahole structure may be repaired internally or externally. 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 8/10/2018 W. Norwood 3.4.1) Require testing prior to coating manholes 3.3, A&B, Add individual joint testing option for 27 inch and larger with independent testing. 9/7/2018 W. Norwood 3.4.A Include UNT-B-G, Table 1 for low pressure air test 4.4.13 Include individual joint testing requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECMICATION DOCl1MENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 330440- 1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1- GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 01518 330440--2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning flan -- Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection PIan -- prior to the start of construction submit a disinfection plan including: a. The method Fixing mid introducing chlorine b. Flushing c. De -chlorination d. Sampling 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 2.1 OWNER -FURNISHED [oxj OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February b, 2013 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 RE PAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR1 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF .FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02518 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the train of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main —3/4-inch blow -off 2) 10-inch through 12-inch main —I -inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing All water main that is to be under pressure, shaII be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH Multi Unit Box Flangar and Hangar Aeeess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service Iines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD SIP 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D — nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH Multi Unit Box hangar and Hangar Access laxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24 hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/l or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT' WORTH Multi Unit Box Hangar and NangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS City Project No. 0.2518 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as Iisted in ANSI/AWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the do -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chloride residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. BacteriologicaI Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with A W WA C651, b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6,2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 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 12/20/2012 D. Johnson 3.10.E.1.e.- Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AW WA C655 Field De -Chlorination as reference 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access 1 axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 1Rcvised February 6, 2013 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART 1 - GENERAL 11 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfll h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the Contract 2, Division 1 — General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 30 00 — Cast -in -place Concrete 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 8. Section 31 10 00 — Site Clearing 9. Section 3125 00 — Erosion and Sediment Control 10, Section 33 05 26 — Utility Markers/Locators 11. Section 34 71 13 --Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-2 UTILITY'T`RENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 1. Trench Excavation, Embedment and Baekfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Baekfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF PORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Healtb regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. GeneraI — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM DS and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfll, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: :PAVED; ARIA UNPAVED AREAS Q —, a \ `' INITIAL BACKFiLL //, /\\Ld 0 0 \\ UJ SPRINGHNF ----- /\\, LO a. HAUNCHING BEDDING\\i FOUNDATION .., _ �. �!�.��1 ����1!�yi! ! �<� X�N OD CLEARANCE EXCAVATFD TRENCH WIDTH C ITY OF FORT WORTH Multi Unit Box Hangar and Flangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 3305 10-4 UTILITY TRENCII EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 3. Deleterious materials -- Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium ,Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Pine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 1.0 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 020 b. Request the Iocation of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 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 A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of20 d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained %Z" 0 1/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 2, Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Mulli Unit Box Hangar and Hangar Access Taxilones City Project No. 02518 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 0r20 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 13 1 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8, Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limitless than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKPILL Page 8 of 20 c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. f. Random samples of delivered product will betaken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1. INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKTILL Page 9 of 20 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic CITY ON FORT WORTH Multi Unit Box Hangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable Backfill materials. b. If the unacceptable Backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. CITY OF FORT WORTH Multi Unit Box Hangar and Hangarticcess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 330510-I1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 8. Rock —No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing sail, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. CITY OF FORT WORTH Multi Unit Box Hangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Rcvised December 12, 2016 3305 10 - 12 UTILITY TRENCII EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. £ Control of ground water steal l be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand CITY OF FORT WORTH Multi Unit Box Hangar and Hangar decess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 3305 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 £ Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding maybe required if groundwater is present in the trench. 2) if additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f.. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) t1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. CITY OF FORT WORTH Multi Unit Box hangar and.Flangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 3305 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. £ Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation., and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. I. Density test may be performed by City to verify that the compaction of embedment meets requirements. in. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Decembcr 12, 2016 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 3305 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILI. Page 15 of20 h. The pipe line shall be within ±0. I inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that Iines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. £ Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding maybe required if groundwater is present in the trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Multi Unit Box Hangar and Hangar Access Tarilanes City Project No. 02518 3305 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFIL L Page 16 of20 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a nliniinum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) BackfilI depth from a tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. . Final backfill depth 15 feet or greater: not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBUOMENT, AND BACKFILL Page 17 of 20 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work fallowing all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Multi Unit Box Hangar and Hangar Access T'axilanes City Project No. 02518 3305 10-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backf fled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: CITY OF FORT WORTH Multi Unit Box 11angar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 12, 2016 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of20 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM I556. B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement fbr Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 C1 C 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 1.2.A.3 -- Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 12/12/16 I Z. Arega I 2.2.A. Ld Modify gradation ror sand material CITY OF PORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Multi Unit Box Hangar and Hangar.4ccess 7axilanes City Project No. 02518 SECTION 33 05 12 WATER LINE LOWERING PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 3305 12- 1 WATER LINE LOWERING Page I of 4 1. Locations where existing I2-inch or smaller water lines are crossed by a new storm sewer, sanitary sewer or water transmission main and the existing water line is to be lowered under the proposed improvement and no design profile has been provided in the Drawings 2. Locations where a new 12-inch or smaller water line is installed and crosses an existing underground conflict which requires the water line to be lowered greater than two feet below the standard depth and has not been detailed in the Drawings 3. 16-inch and larger water lines are excluded from this Section and should be specifically designed for lowering and paid for by unit price items B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 --- General Requirements 3. Section 33 04 40 -- Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 5. Section 33 11 10 — Ductile Iron Pipe 6. Section 33 11 11 —Ductile Fittings 7. Section 33 11 12 — Polyvinyl Chloride (PVC) Pressure Pipe 8. Section 33 12 25 — Connection to Existing Water Main 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Water Line Lowering a. Measurement 1) Measurement for this Item shall be per each by size of each Water Line Lower performed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Water Line Lowering" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron Fittings 2) Polyethylene encasement CITY OF FORT WORT11 Multi Unit Box Hangar and Hangar Access T'axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised December 20, 2012 330512-2 WATER LINE LOWERING Page 2 of 4 3) Paving removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing and placement of embedment 8) Furnishing, placement, and compaction of backfill 9) Thrust restraint 10) Bolts and nuts 11) Gaskets 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 16) Connections to the existing water line 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ) a. Title 30 Texas Administrative Code (TAC) Chapter 290, Public Drinking Water. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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] 112 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Ductile Iron Pipe shall conform to Section 33 11 10. 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. 3. PolyvinyI Chloride (PVC) pressure Pipe shall conform to Section 33 1.1 12, CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPICIFICAI'ION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330512-3 WATER LINE LOWERING Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify elevation of conflict which requires the water line to be relocated. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Water lines lowered to resolve conflicts between the water line and a proposed utility shall be lowered to maintain a 2-foot separation between the outside diameters of the water line and the other buried utilities. a. When approved by the Water Department, the separation may be reduced to 12- inches. b. No exception shall be granted to the criteria in Article 3.4 B of the Section. B. Water Crossing Sanitary Sewer 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 TAC Chapter 290. C. Water Lines Crossing under Storm Drains 1. Water lines crossing within 2 feet below storm drains shall be constructed of Ductile Iron Pipe in accordance with Section 33 11 I0. D. Install Ductile Iron Pipe in accordance with Section 33 11 10. E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. F. InstalI Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 12. G. Disinfect and test at the direction of the City. H. Complete connections to the existing main in accordance with Section 33 12 25. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330512-4 WATERLINE LOWERING Page 4 of 4 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD 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 12/20/2012 D. Johnson 1. LA — Clarification of when Section is applicable CITY OF FORT WORTII Multi Unit Box kngar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 3305 13--1 FRAME, COVER, AND GRADE RITIGS-CAST IRON Page 1 of 5 SECTION 33 0513 FRAME, COVER, AND GRADE RINGS — CAST IRON PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Deviations from this City of Fort `North Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 -- Standard Specification for Drainage, Sewer, Utility and Related Castings 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised January 22, 2016 3305 13 - 2 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 2 of 5 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 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] 112 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Castings 1. Use castings for frames that conform to ASTM A48, CIass 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO ES-20 vehicle loading with permanent deformation. 4. Covers CITY OF FORT WORTH Multi Unit Sox Hangar and Hangar Access Taxllanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised January 22, 2016 3305 ]3-3 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 3 of 5 a. Size to set flush with the frame with no larger than a 118 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 22 1/2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non -traffic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA"PION DOCUMENTS Ravised January 22, 2016 Multi [brit Box Hangar and Hangarrlccess Taxilanes City Project Na. 02518 330513-4 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 4 of 5 2.3 ACCESSORIES [NOT USED) 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH kfulli Unit Box Hangar and Hangar Access Toxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised January 22, 201 G 330513-5 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 5 of 5 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [on] 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 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 % inches rather than 19 % inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16- D417. 8/30/2017 W. Norwood Change specification name to add Cast Iron CITY OF FORT WOR'I'n STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Multi Unit Sox Hangar and Hangar Access Taxilanes City Project No. 02518 3305 14- 1 ADJUSTING MANHOLES, INLETS, 'VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 SECTION 33 05 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other miscellaneous structures to a new grade B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 01 17 — Permanent Asphalt paving Repair 4. Section 32 0129 — Concrete Paving Repair 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 -- Cast -in -Place Concrete Manholes S. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21 —AWWA Rubber -Seated Butterfly Valve 11. Section 33 04 11 — Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised December 20, 2012 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up Manhole Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER S"IRUCTURES TO GRADE Page 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) HauIing 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure This Item is intended for a unique structure. Bid Item should include details to identify the specfc structure (i.e. Miscellaneous Structure Adjustment, Sta. 1 +00) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 1.3 REFERENCES A. Definitions 1. Minor Adjustment CITY OF FORT WORTH Multi Unit Box Hangar and llangar Access Taxilanes STANDARD CONSTRUCTION SPECFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhole which requires structural modification or when a 24-inch ring is changed to a 30-inch ring. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 2.1 OWNER -FURNISHED loin] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cast -in -Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfill material 1. See Section 33 05 10, CITY OF FORT WORTH Multi Unit Box hangar and Hangar Aceess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 11. H. Cast -in -Place Concrete Manholes 1. See Section 33 39 10. 1. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification 1. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify final grade before beginning adjustment. 3.4 ADJUSTMENT A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maximum height of adjustment shall be no more than 12 inches for any combination of grade rings. If 12 inches is required, use 3 -- 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. CITY OF FORT WORTII Multi Unit Box Hangar- and 11angar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHEIZ STRUCTURES TO GRADE Page 7 of 7 C. Backfill and Grading 1. 13ackfi11 area of excavation surrounding each adjustment in accordance to Section 33 05 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 01 29. 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 [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings CITY OF FORT WORTH Multi Unit Box Hangar and Hangar.4ccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 02518 Revised December 20, 2012 33 05 16 - 1 CONCRETE WATER VAULTS Page 1 of 5 SECTION 33 05 16 CONCRETE WATER VAULTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete vaults to be used in water utility applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 -- Cast -In -Place Concrete 4. Section 03 80 00 —Modifications to Existing Concrete Structures 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Water Meter and Vault. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per each "Water Meter and Vault" complete in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Concrete Institute (ACT): a. 350, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 4. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. C857, Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures c. C858, Standard Specification for Underground Precast Concrete Utility Structures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 3305 16 - 2 CONCRETE WATER VAULTS Page 2 of 5 d. C891, Standard Practice for Installation of Underground Precast Concrete Utility Structures. e. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 5. Occupational Safety and Health Administration (OSHA) a. 1910.23, Guarding Floor and Wall Openings and Holes 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data I . Precast Concrete Vault 2. Connection materials 3. Pipe connections at vault walls 4. Stubs and stub plugs 5. Grade ring 6. Ladder 7. External coating material 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Meet the requirements of ACI 318. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver vault or panels (units) to project site in such quantity to assure continuity of installation. B. Store units at the project site in a manner which prevents cracking, distortion, staining or other physical damage. C. Lift units by designed lifting points or supports. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 3305 16--3 CONCRETE WATER VAULTS Page 3 of 5 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loRl OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Vault a. Vault dimensions per the Drawings b. Opening per the Drawings c. Incorporate a sump into the base or floor of the vault. 1) Avoid conflicts with piping. 2) Do not locate directly under the access location if applicable. d. Place floor on a minimum 2 percent slope towards the sump. 2. Water Pipe Penetrations a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to provide seals around pipe penetrations. 3. Vault Access a. Cover / Door 1) For non -traffic areas — non H-20 loading 30-ineb x 36-inch steel single leaf door, Bilco Type J model or approved equal 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown in manhole lid assembly in Drawings 3) With steel door, provide an automatic hold -open arm with release handle and locking device. 4) Provide Bilco type fall protection grating under aluminum door that meets OSHA 29 CFR 1910.23 requirements or approved equal. 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault lid. b. Ladder 1) Provide aluminum ladder by Heron Industries or approved equal. 2) Provide ladder to dimensions shown on Drawings. C. Materials 1. Concrete for utility construction — Conform to Section 03 30 00. 2. Frame and Cover — Conform to Section 33 05 13. 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 4. Reinforcing Steel — Conform to Section 03 30 00. 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C 1628. 6. Adjustable -linked rubber seal devices a. Manufactured by Link -Seal or approved equal 7. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMEN,rS City Project No. 025M Revised December 20, 2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 8. Exterior Coating a. Coal Tar Bitumastic for below grade damp proofing b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils c. Solids content is 68 percent by volume ± 2 percent. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD 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] CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised December 20, 2012 /1 I 3.12 PROTECTION [NOT USED] 330516-5 CONCRETE WATER VAULTS Page 5 of 5 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12I20/2012 D.7ohnson 2.2.13.3 — Modified vault hatch door and ladder requiremwits 2.2.C.6 —Modified rubber seal requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project Na. 02518 SECTION 33 05 20 AUGER BORING PART1_ GENERAL 1.1 SUMMARY 330520-1 AUGER BORING Page 1 of 7 A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3, Section 33 05 10 — Utility Trench Excavation, Embedment and BackfiIl 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. Provide written notice to the City at least 3 workings days in advance of the planned Iaunch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, CITY OF FORT WORTH Multi Unit Box Hangar and Flangat- access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330520--2 AUGER BORING Page 2 of 7 B. All submittals shall be approved by the City prior to delivery. 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 A. Qualifications Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oiz] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 330520-3 AUGER BORING Page 3 of 7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b, Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORTII Matti Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 05 20 -- 4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backtill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPrCiFICA'1'ION DOCUMENTS Revised December 20, 2012 Multi Unit Box hangar and hangar Access Taxilanes City Project No. 02518 330520-5 AUGER BORING Page 5 of 7 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and Iarger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for Iine and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade 1. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 330520-6 AUGER BORING Page b of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any tine when changes in soil conditions or obstructions are apparent or suspected. B. Safety The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 20I2 A 33 05 20 - 7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 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] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 SECTION 33 05 22 STEEL CASING PIPE PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Page I of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Foil Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding. Requirements, Contract Forms, and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 —Auger Boring 5. Section 33 05 23 —Hand Tunneling 6. Section 33 05 24 —Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Mull; Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut' installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut' installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (A W WA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORTWORTH TH Multi Unit Box Hangar and IlangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330522-3 STEEL CASING PIPE Page 3 of $ a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11..9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the .Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [m] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Multi Unit Box Hangar and Hangar Access nxilanes City Project No. 02518 330522-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be scaled and signed by a registered Professional Engineer Iicensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter inches Minimum Wall Thickness (inches) 14 — 18 .3125 (5/16) 20 — 24 .375 (3/8) 26 — 32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 .6875 (11116) Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 dfedti Unit Box Flangar and Hangar Access Kuilanes City Project No. 02518 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of ± 2%z degrees and with a width of root face 1/16 inch ± 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. I . Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. crry OF FORT WORTH Multi Unit Box Hangar and Hangar Access Tacilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shaII be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD ioR] 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 12/20/2012 D. Johnson 22A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES Page I of 4 SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: . a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1, None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) CIean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONMUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 0S 30 - 2 LOCATION OF EXISTING UTILITIES Wage 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfll 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate Iocation of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 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] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF PORT WORTH Multi Unii Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and bacicfill in accordance with Section 33 05 10. P. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loin] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 02518 Revised December 20, 2012 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 33 1105- 1 BOLTS, NUTS, AND GASKETS Page 1 of 7 All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets £ Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 4. Section 33 11 10 —Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets 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 sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Item being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF PORT WORTH dladd Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 1105 -2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B 117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M 11, Steel Pipe. e. M4I, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised December 20, 2012 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing 1, The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED ioit] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 11 05 - 4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts 1. Standard XyIan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI Cl I 1/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM Al93, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA CIllIA21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C1I I/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH Mold Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum SO durometer SBR rubber stock of a thickness not less than 1 /8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI CIII/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. f. Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Iyydrocarbon Resistant Gaskets 1. Furnish VitonO (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. c. Coating thickness shall between 0.0007-inches and 0.00 1 2-inches and shall be such that the nut turns freely on the bolt. f. Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Mulli Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 3.3 PREPARATION fNOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSIIAWWA CI I I/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of %z-inch from the nuts. C. Flanged Joints with Isolation Kit 1, Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual MI 1. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of %-inch from the nuts. CITY OF FORT WORTH MuIti Unit Box Hangar and hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] 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 Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 11 12- 1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page I of S SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2, Division 1 — General Requirements 3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation c. Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2019 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 33 11 12-2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backlzll i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN, for Water Transmission and Distribution. d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio CITY OF .FORT WORTH Multi Unit Box hangar and Itangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November I6, 2018 33 11 12-3 POLYVINYL, CHLORIDE (PVC) PRESSURE P1PF Page 3 of 8 d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings. When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. Lay schedule / drawing for 24 inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of 1. manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes maybe provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED Loll] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter (inch) Min Pressure Class (psi) 4 through 12 DR 14 I6 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 Multi Unit Box Hangar and Hangar Access Taxdanes City Project No. 02518 33 11 12-5 POLYVINYL, CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 C. Pressure and Deflection Design Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' — 1,000 max e. Deflection Lag Factor — 1.0 £ Working Pressure (P.,,) — 150 psi g. Surge Allowance (P,) = 100 psi minimum h. Test Pressure = 1) No Iess than 1,25 times the stated working pressure (187 psi minimum) of the pipeline measured at the higbest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 01 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November 16, 201 S 3311 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of S 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM. D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 01 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED) 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED) 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. HandIe piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day:, a. Keep the pipe clean and free of debris, dirt, animals and trash —during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access 7' Lrilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised November 16, 2018 33 11 12-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all. extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31, 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 16, 2018 Multi Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3.4.C.1 — Added reference to Ductile Iron Fittings ] 2/20/2012 D. Johnson 3.4.D — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/l/2013 F. Griffin requirements of ASTM D1784, with a cell classification of -2454--:] ." to "The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classification off". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magana 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". CITY OF FORT WORTH Multi Unit Box Hangar and 1langarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02516 Revised November 16, 2018 33 12 10- 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop CITY OF, FORT WORTH Mufti Unit Box Hangar and Hangar access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 02518 Revised February 14, 2017 33 12 10-2 WATER SERVICES 1-INCH TO 2--INCrI Page 2 of 17 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter S) Meter Box and Lid 9) Pavement removal 10) Excavation 1I) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) I4) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment CITY OF FORT WORTH Multi Unit Sox Flangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised Februaiy 14, 2017 33 12 10-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: I ) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 1 1) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 1.4) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material CITY OF FORT WORTH Multi Unit Box Hangar and ITaugar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2017 33 12 10 - 4 WATER SERVICES t-INCH TO2-INCH Page 4 of 17 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new I -inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that Lies within 5 feet of the existing meter. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P. L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d.. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C 150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures CITY OF PORT WORTII Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised Fcbruaiy 14, 2017 33 12 10-5 WATER SERVICES 1-INCII TO 2-INCH Page 5 of 17 i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: I. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications CITY OF FORT WORTH Multi Unit Box Hangar and Hangar decess Taxilanes STANDARD CONSTRUCTION SPT,,CIFJCATION DOCUMENTS City Project No. 02518 Revised February 14, 2017 33 12 10 - 6 WATER SERVICES I -INCH TO 2-INCH Page 6 of 17 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. A. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria CITY OF FORT WORTS Mufti Unit Box hangar and hangar Access Taxilarres STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14,2017 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends l.) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 1/4 inch per foot or 0.1458 inch per inch J_ 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four I S/16-inch for 1 %a -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na 02518 Revised February 14, 2017 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 l) 3-5/16 inch + I/8 inch for 1-inch diameter 2) 4-1/32 inch -1- 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide 0-ring seal at top and bottom. a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5, Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 Milti Unit Box Hangar and Hangar Access Taxilanes City Project No. 02518 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 f Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Blass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide Iead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps l) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that %2 inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angie Valve a. For 1 '/z-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with 0-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop -in flange gasket surface. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. CITY OF FORT WORTH Multi Unit Box hangar and Ilanga•Access 71 rxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na 02518 Revised February 14, 2017 33 12 10- 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to I % -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice, Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi CITY OF FORT WORTH Multi Unit Box hangar and Hangarrlccess Taxilanes STANDARD CONSTRUCTION SPI CIFfCATION DOCUMENTS City Project No. 02518 Revised February 14,2017 33 12 10 - 11 WATER SERVICES MNCH TO 2-INCH Page I 1 of 17 b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not Less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/a-inch or 3/-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than I5-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AM[ receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. CITY OF FORT WORTH Multi Unit Box Hangar and Hangarzfecess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0,2518 Revised February 14, 2017 33 12 10- 12 WATER SERVICES I -INCH TO 2-INCH Page 12 of 17 4) Dimensions shall be within industry standards ofJ=1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary 15 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall: a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/east iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock -out" plug to accept the AMI end- point. Knock -out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock -out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/I6-inch 304 stainless steel rod. (13) Have 2 pieces of/z-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non -deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x 3/-inch,'/-inch or 1-inch meter Single or Dual service meter. b) Size: I 1-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2017 33 12 10 - 13 WATER SERVICES I -INCH TO 2-INCH Page 13 of 17 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead. Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x 3/-inch or'/ -inch or f- inch Single service meter: b) Size: 1 b-518-inch x 14-518-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip I '/2-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections I . At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C804. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type C. Size of Pipe CITY OF FORT WORTH Multi Unit Rox Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES I-INCI1 TO 2-INCH Page 14 of 17 PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800, 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where, shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40, 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in Iine with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2017 33 12 10- 15 WATER SERVICES l-INCH TO 2-INCH Page 15 of 17 (3) Provide flange outlet with flange to thread insulator adaptor bits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clarnp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter % inch to 3/4 inches larger than the Service Line, 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pick-up by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 14, 2017 33 12 10 - 16 WATER SERVICES I JNCH TO 2-INCII Page 16 of 17 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2017 Multi Unit Box Hangar and 11angar Access Taxilanes City Project No. 02518 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 Revision Log DATE NAME SUMMARY OF CHANGE 12120/2012 D. Johnson Added Blue Text for clarification L2 A. — Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act — All materials shall be lead free in accordance with this Act. 1.2.A.3 -- Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B. — added certification submittals for compliance with regulatory requirements 2/13/2013 F. Griffin Added the phrase', including grass' to lines; Part 1, 1.2.A.1.c.14, Partl, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, Partl, 1.2.A.4.c.11 Added the phrase 'and replacement' to line Part 1,1.2.A.4.c.7 4/26/2013 F. Griffin Revised lines with 'including grass' replacing with `excluding grass (seeding, sodding or hydromulehing paid separately)' Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part I, 1.2, A, 3, c, 1 1; Part 1, L2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c — Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMl meter. 2.2,C, 1 I & 2.2,C,12 11/2l/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14117 W. Norwood 2.2, C, 9.a3 Remove table "Fit Contour of pipe..." 2/14/17 W. Norwood 3.4, C, l.d.(2) Remove nylon sleeve inserts, require cc threads. CITY OF FORT WORTH Multi Unit Box Hangar and hangar Access Mxilanes STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. V2518 Revised February 14, 2017 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 I SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from 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 13 Contract 14 2. Division i — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 — Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged. connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CCTV' OF FORT WORTH Multi Unit Box hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backfill 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this I3 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-ineb and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backfill 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS — Non Rising Stem 43 2. OS&Y — Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH Multi Unit Box hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20.2012 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation Officials (AASHTO). 5 3. American Society of Mechanical Engineers (ASME): 6 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 7 4. American Iron and Steel Institute (AISI). 8 5. ASTM International (ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 11 c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 12 Tensile Strength. 13 d. A536, Standard Specification for Ductile Iron Castings. 14 e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 15 f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 6. American Water Works Association (AWWA): 18 a. C509, Resilient -Seated Gate Valves for Water Supply Service. 19 b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. 20 c. C550, Protective Interior Coatings for Valves and Hydrants. 21 d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN 22 through 12 IN, for Water Transmission and Distribution. 23 7. American Water Works Association/American National Standards Institute 24 (AWWA/ANSI): 25 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 26 b. C1 I 1/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 27 Fittings. 28 c. CI 15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 29 Threaded Flanges. 30 8. NSF International (NSF): 31 a. 64, Drinking Water System Components - Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01. 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH Multi Unit Box hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the Elm is linear low density or high density cross linked polyethylene 2 b. The thickness of the Elm provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet I 1 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515, 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-incb, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the salve 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 4I service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH Multi Unit Box hangar and HangarAccess 7axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 - - - - 33 i220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2I 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED Ion] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description. 1. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Multi Unit Sox hangar and Hangar Access Taxilanes City Project No. 02518 S- 33 1220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1 1. Valve Body 2 a. Valve body: ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance with AWWA/ANSI CI 15/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 C111/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 7 mils, meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge (Gate) 12 a. Resilient wedge. rated at 250 prig cold water working pressure 13 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller, track and scrapper system, an integrally 17 cast bypass on the body of the valve is required_ 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box -Hex head bolt, and hex nut: Steel ASTM 23 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 24 through 12-inch valves) or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 26 sizes) and for valves 16-inch through 36-inch (non -buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 11 05. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 1105. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. 36 6. Joints 37 a. Valves: flanged, or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged joints: AWWA/ANSI C115/A21.15, ASMEB16.1, Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange -joints unless otherwise specified in the Contract 45 Documents. 46 3) Ductile Iron or PVC pressure pipe 47 a) Use mechanical joints with mechanically restrained retainer glands 48 unless otherwise specified in the Contract Documents. CITY OF PORT WORTH Multi Unit Box hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 _ _ . . . . _ _ _ _ _ _ _ . 331220.7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 £ Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 instaIIation- 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3, Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 '/n-inch 35 shafts, screw type, consisting of atop section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 0160 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF PORT WORTH Multi Unit Box hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 1220- 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10, 13 3.5 REPAIRIRESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oRl SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF PORT WORTH Multi Unit Box hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 1 2 3 4 5 6 7 S Y Y Y Y Y Y Y Y Y Y Y 33 ]220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 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] CITY OF FORT WORTH Multi Unit Box hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE, VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment -- Added Cut -In Gate Valve 1.2.A. l .c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 —Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolls, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 35B; Added requirements for reclaimed water applications 1.I.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.B.3 Added Section, Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.13.4 Added Section -- Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A.l.f Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.l.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.I.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2.2.C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Multi Unit Box hangar and Hangar Access Taxilanes City Project No. 02518 20, 2012 33 12 25 - I CONNECTION TO EXISTING WATER MAINS Page 1 of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 40 -- Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 --- Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 —Location of Existing Utilities 6. Section 33 It 05 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this ltean shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobiiization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTII Multi Unit Sox Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. Al94, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low - and Intermediate -Tensile Strength. g. B 117, Standard Practice for Operating Salt Spray {Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 1N and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 5. American Water Works Association/American National Standards Institute (A W WA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C115A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre installation Meetings Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system CITY OF FORT WORTH Manta Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 33 I2 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. ScheduIe a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking, 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. 1n the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) if water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, B. AlI submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable 1. Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTII Multi Unit Box hangar and Hangar Access T axilanet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 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 A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty Manufacturer's warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loirt] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00, a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 20I3 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI CI05/A21.5. I ) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 11 05. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backlzll trench for the exploratory excavation in accordance with 3305 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projea No. 02518 Revised February 6, 2013 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4: If any discharge of chlorinated water occurs, discharged water shall be de - chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13, Request that the City Valve Crew re -pressurize the pipeline. 14, Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 REANSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USE, 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised February 6, 2013 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DA'ITF: NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•C..3 and 4 — Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3 A.B.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH Multi Unit Bax Hangar and HangarAceess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised Febmary 6, 2013 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page I of 6 SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 4. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 —Utility Markers/Locators 7. Section 33 3150 -- Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 19, 2013 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE, Page 2 of 6 h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid PoIy(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(VinyI Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 —Criteria for Laying Pipe. c. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.57 -- Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June l9, 2013 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Qualifications Manufacturers a. Finished pipe shall be the product of I manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1,12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 27-inch 46PS/I 15PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH Multi Unit Box hangar and flangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 19, 2013 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D 1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (1) t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe FIotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1 % pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fs > Wp + Wf+ Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf= weight of flooded soil, pound per foot Wd — weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FORTWORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 19, 2013 3331 20 -- 5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) SeaI of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push -on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 31 50. 6. Detectable Metallic Tape a. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 OS 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling I . Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that: will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH Multi !Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised Tune 19, 2013 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on eacli joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [olt] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 0131. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 01 30, 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 6/18/13 D. Johnson 2.2.I3.1.b — Pipc Material Clarification CITY OF FORT WORTII Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised June 19, 2013 33 31 50 - 1 SANITARY SEWER SERVICE. CONNECTIONS AND SERVICE LINE Page l of 9 SECTION 33 3150 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary sewer service connection, service line and 2-way cleanout from the main to the right-of-way, as shown on the Drawings, directed by the Engineer and specified herein for: a. New Service b. New Service (Bored) c. Private Service Relocation d. Service Reinstatement B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -- General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfil1 4. Section 33 11 10 — Ductile Iron Pipe 5. Section 33 11 11 — Ductile Iron Fittings 6. Section 33 3120 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation A) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad CITY OF FORT WORTH Multi Unit Box hangar and Hangar -Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised April 26, 2013 333I50-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Itern shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 3. New Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each Bored Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1.) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) HauIing 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised April 26, 20I3 3331 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 9) 2-way cleanout and cap with concrete pad 10) Surface restoration surrounding 2-way cleanout 11) Furnishing, placing and compaction of embedment and backfill 12) Clean-up 4. Private Service Relocation a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole or appurtenance b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Private Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Obtaining appropriate Permit 2) Obtaining Right of Entry 3) Performing relocation as specified in the Drawings 4) Excavation 5) Hauling 6) Disposal of excess material 7) Service Line - private side by plumber 8) Fittings 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately) 5. Sewer Service Reconnection a. Measurement 1) Measurement for this Item shall be per each "Sewer Service Reconnection" complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with the relocation of a sewer service, associated with private service line, fittings and cleanout 5 feet or less in any direction from the centerline of the existing service line and the materials furnished in accordance with this Item will be paid for at the unit price per each "Sewer Service, Reconnection" performed for: a) Various service sizes c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to sewer service 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) CITY OF, PORT WORTH Multi Unil Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised April 26, 2013 333150-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 9) 10) 11) Clean-up 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a "2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad 4) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of backfill 8) Clean-up Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Sewer Service, Reinstatement" for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) ,Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfili 10) Clean. -up --- surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately)references B. Definitions 1. New Service a. New service applies to the installation of a service with connection to a new or existing sewer main. CITY OF FORT WORTH Multi Unit Sox Hangar and FlangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised April 26, 2013 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE; Page 5 of 9 b. The service materials would include service line, fittings and cleanou.t. 2. Bored Service a. Bored service applies to the installation of a service with connection to a new or existing sewer main including a bore under an existing road. b. The service materials would include service line, fittings and cleanout. 3. Private Service Relocation a. Private service relocation applies to the replacement of the existing sewer service line on private property typically associated with the relocation of the existing main. b. Typical main relocation will be from a rear lot easement or alley to the street. 4. Service Reinstatement a. Service reinstatement applies to the reconnection of an existing service to an existing main that has been rehabilitated by trenchless methods such as pipe enlargement (pipe bursting), slip lining or CIPP. C. Reference Standards 1. Reference standards cited in this Specification refer to the cuiTent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and .Fittings b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) PIastic Pipe, Schedules 40, 80 and 120. c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications d. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 3. Texas Commission on Environmental Quality a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe and Rule b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related Structures 1.3 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruption to property owner and meet requirements of Division 0. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product data shall include, if applicable: 1. Tee connection or saddle CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised April 26, 2013 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 2. Fittings (including type of cleanout) 3. Service line B. Certificates 1. Furnish an affidavit certifying that service Iine and fittings meet the provisions of this Section. 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section 01 6600, 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of services and appurtenances having similar service and size. B. Materials/Design Criteria 1. Service Line and Fittings (including tee connections) CITY OF FORT WORTH Multi Unit Box flangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised April 26, 2013 3331 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LIME Page 7 of 9 a. PVC pipe and fittings on public property shall be in accordance with Section 33 3120. b. PVC pipe and fittings on private property shall be Schedule 40 in accordance with ASTM D1785. c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance with Section 33 11 10 and Section 33 11 11. 2. Service saddle a. Service saddles shall only be allowed when connecting a new service to an existing sanitary sewer main and shall: 1) Be a I -piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 2) Use saddle to fit outside diameter of main 3) Use saddle with grooves to retain band clamps 4) Use at least 2 stainless steel band clamps for securing saddles to the main b. Inserta tees service connections may not be used. 3. Cleanout a. Cleanout stack material should be in accordance with City Standard Details or as shown on Drawings. b. For paved areas, provide a cast iron cleanout and cast iron lid. c. For unpaved areas, provide PVC cleanout and polyethylene lid. 4. Coupling a. For connections between new PVC pipe stub out and existing service line, use rubber sleeve couplings with stainless steel double -band repair sleeves to connect to the line. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS A. A licensed plumber is required for installations of the service line on private property. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install service line, fittings and cleanout as specified herein, as specified in Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. B. Handling 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle with care to avoid damage. a. Inspect each segment of service line and reject or repair any damaged pipe prior to lowering into the trench. 2. Do not handle the pipe in such a way that will damage the pipe. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02519 Revised April 26, 2013 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard details, or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut, the cost associated with open cut installation, such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed PVC Pipe in accordance with 33 05 10. D. Cleanout 1. Install out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non -paved areas in accordance with City Standard Details. 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. E. Service line connection to main 1. New service on new or replacement main a. Determine location of service connections before main installation so the service fittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection may be used. b. Allow the new main to recover from imposed stretch before tapping and service installation. 1) FoIlow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation Requirements for the relocation of service line on private property a. A licensed plumber must be used to install service line on private property. b. Obtain permit from the Development Department for work on private property. c. Pay for any inspection or permit fees associated with work on private property. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the building cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. £ Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. CITY OF FORT WORTH Multi Unit .box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised April 26, 2013 3331 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION A. Service Relocation 1. All relocations that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. 3.7 FIELD QUALITY CONTROL A. Inspections 1. Private property service line requires approval by the City plumbing inspector before final acceptance. 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 Throughout — Deep Sewer Service was removed 1.2 — Measurement and Payment Items were revised to include relocation and 12/20/2012 D. Johnson reconnection; Blue text was added for guidance in applying the bid Items; Price bid lists revised to include clean -out caps, pads and surface restoration. Added the phrase `, including grass' to lines; Part 1, 1.2.A.1.c9, Part], 1.2.A.2.c.9, Part 1,1.2.A.5.c.8, Part], 1.2.A.6.c.4 Added the phrase `- surface restoration, including grass' to lines; 2/13/2013 F. Griffin Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase 'surrounding 2-way cleanout' from lines; Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part I, 1,2,A.6.c.4 Revised lines with 'including grass' replacing with 'excluding grass (seeding, sodding or hydromulching paid separately)' 4/26/2013 F. Griffin Included in Part I, 1.2, A, I, c, 9; Part I, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1, 1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxi&rues STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02518 Revised April 26, 2013 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY 33 39 20 - I PRECAST CONCRETE MANHOLE Page I of 6 A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 -- Sewer and Manhole Testing 6. Section 33 05 13 --- Frame, Cover, and Grade Rings 7. Section 33 39 60 -- Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shaII be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" instaIIed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backf ll 18) Clean-up 1.3 REFERENCES A. Definitions Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size CITY OF FORT WORTH Multi Unit Box Hangar and HangarAccess Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery, 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 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 A. Manufacturer Warranty CITY OF FORT WORTH Madli Unit Box Hangar and Hangarrlccess Taxilanm STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 02518 Revised December 20, 2012 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shall be in accordance with Division 1, PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loa] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00, a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover — Conform to Section 33 05 13. 5. Grade Ring— Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner— Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM DI 187 Type I and ASTM D 1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilones STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 333920-5 PRECAST CONCRETE, MANI4OLE Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For aII standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH Multi Unit Box Hangar and Ilangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised December 20, 2012 33 39 20 - 6 PRECAST CONCRETE: MANHOLE Page 6 of 6 4. Do not use steel Shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole fratne. E. Internal coating 1. Internal coating application will conforin to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USE, 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1 -- Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.13.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.13.1-3 —Modified in accordance with new ASTM references 2.2.13.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajecl No. 02518 Revised December 20, 2012 33 41 I0 - l REINFORCED CONCRETE STORM DRAIN PIPEICULVERTS Page 1 of 12 SECTION 33 4110 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Furnishing and installing reinforced concrete storm drain pipe and culverts, including: a. Pipe or box fittings b. Connection of drain lines to curb inlets e. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 -- Cast -in -Place Concrete 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 23 — Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "RCP" installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation Cfl'Y OF FORT WORTII Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONS'IIWCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of `Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) CIeaning 12) Jointing 13) Connections to all drainage structures 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. TI 11, Inorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City 1 rojecl No. 02518 Revised July 1, 2011 334110-3 REINFORCED CONCRETE STORM DRAIN PIPElCULVERTS Page 3 of 12 d. C36I, Standard Specification for Reinforced Concrete Low -Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storin Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. in. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. DI 13, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-1, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS A. Certificates Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH Multi Unit Box Hangar and 11angarAccess 7'axilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 3341 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 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 A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600, 2. beep pipe clean and fully drained during storage. 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Fabrication Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively. b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast -in -Place 1) Conform to Section 03 30 00. b. Precast 1) burnish machine made precast boxes in accordance with ASTM C1433. 2) UtiIize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 3341 10 - 5 REINFORCED CONCRETE STORM DRAIN PIPEICUL'VERTS Page 5 of 12 5) Mix concrete in a central batch plant or other approved hatching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A 185 or ASTM A497. 3. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filter and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. f) Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that '/Z may be removed longitudinally without disturbing the other %z to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. Table 1. Sealing Compound Chemical Composition Com osition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of Oil and Asphaltic Compounds 2.0 Max i) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (HZS) solution shall show no visible deterioration.. j) The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 334110-6 REINFORCED CONCRETE STORM DRAIN PIPEICULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum ' Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 de ees F 300- ms) 60-seconds ASTM D217 75 minimum 77 degrees F (150- ms) 5-seconds 50 to 120 115 degrees F (I50-gms) 5-seconds 150 max Flash Point C.O.C. ASTM D92 600 degrees F Fire Point C.O.0 625 degrees F 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria 1. Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall 'B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 05 23. 2) When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH Multi Unit Box Hongar and 11angar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 334110-7 REINFORCED CONCRETE STORM DRAIN PIPC/CULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03, Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-1. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access 7'7xilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 b. Where rubber gasket pipe joints are to be used, the design of joints and permissible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and S. Cast -in -Place or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than 1/2 inch or I percent, whichever is greater. 2) The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than 1/2 inch or I percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1/4 inch or 5 percent, whichever is greater. 1) ff proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or jab site and the joint opening at any point does not exceed I inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast -in -Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. When fine cracks on the surface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. D. Curing 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type of pipe as referred to above. E. Marking 1. Reinforced Concrete Pipe a. Clearly mark the following information on each section of pipe: CITY OF PORT WORTH Multi Unit Box Hangar and Hangar Access Tarilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 3341 10-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following: 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproof paint. 2. Cast -in -Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark I end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. Pipe/Box Rejection 1. Individual sections of pipe/box may be rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more 2. Mark rejected pipe/box with painted "REJECTED". 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH Multi Unit Box Hangar and Hangar Access laxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 20I 1 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPEICOLVERTS Page 10 of 12 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for open -cut type installation. 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling methods are specified on Drawings. 3. Establish and maintain lines and grades. B. Pipe/Box Laying -- Trench Installation 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections properly matched, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer's recommendation. 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. C. Multiple Barrel Box Culvert PIacement I . Fill the annular space between multiple boxes with crushed rock or CLSM according to 03 34 13. a. Water jetting will not be allowed between parallel boxes. 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH Multi Unit Box Hangar and Ilangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 3341 10- 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I 1 of 12 c. Remove paper wrapper from I side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do not remove the outside wrapper until immediately before pushing pipe into its final position. d. Align the tongue correctly with the flare of the groove. e. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze -out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer or Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. g. When the atmospheric temperature is below 60 degrees F, store pre -formed flexible joint sealants in an area warmed to above 70' degrees F or artificially warmed to this temperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, make joints watertight. c. Backfill after the joint has been inspected and approved. E. Backfill 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown. on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field -fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT WORTH Multi Unit Box Hangar and hangar Access Taxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No, 02518 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPE/COLVERTS Page 12 of 12 g. Concrete or mortar (as specified in this segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. 3. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Perform post -construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 01 3I . 2. Ensure that pipes boxes are installed correctly and are free of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. 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 PMulti Unit Box Hangar and llangarAccess Mxilanes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02518 Revised July 1, 2011 ELECTRICAL SPECIFICATIONS ELECTRICAL SPECIFICATIONS ITEM S-E16100 - BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS ITEM S-E16200 - POWER GENERATION 1 UTILITY SERVICE ITEM S-El6300 - POWER DISTRIBUTION DEVICES ITEM S-E16400 - POWER UTILIZATION DEVICES ITEM S-E260573.13 - SHORT CIRCUIT STUDIES ITEM S-E260573.19 - ARC -FLASH HAZARD ANALYSIS �r .' • �Ir .......................*... GONG V NGUYEN ..'99600 .......... lou- 5_ 1 KSA PROJECT NO. QUI.036 TBPE Firm Registration No. F-1356 ITEM S-El6100 BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS PART 1 GENERAL 1.1 SUMMARY A. It is the intent of the contract documents that upon completion of the electrical work, the entire system shall be in a finished workable condition. Therefore, furnish all work, labor, tools, superintendence, material, equipment, and accessories necessary to provide for a complete and workable electrical system as defined by the contract documents. B. All work that may be called for in the specifications but not shown on the drawings, or all work that may be shown on the drawings but not called for in the specifications, shall be formed by the CONTRACTOR as if described in both. Should work be required which is not set forth in either document, but is nevertheless required for fulfilling the intent thereof, then the CONTRACTOR shall perform all such work as fully as if it were specifically set forth in the contract documents. C. The drawings and specifications of other divisions of this contract, as well as supplements issued thereto, information to bidders, and other pertinent documents issued by the Owner's Representatives are a part of these drawings and specifications and shall be complied with in all respects. All the above documents will be on file at the office of the Owner's Representative and shall be examined by the CONTRACTOR. Failure to examine all documents shall not relieve the CONTRACTOR of any responsibility nor shall it be used as a basis for additional compensation due to omission of details of other divisions from the electrical documents. D. The use of the word "furnish" or "install" or "provide" shall be taken to mean that the item or facility is to be both furnished and installed unless specifically stated to the contrary. E. The use of the term "as (or where) indicated"; "as (or where) shown`; "as (or where) specified"; or "as (or where) scheduled" shall be taken to mean that the reference is made to the contract documents, either under the drawings or the specifications, or both documents. F. The CONTRACTOR shall be responsible for visiting the site, checking the existing conditions, and shall determine the conditions to be met for installing the work and plan accordingly. 1.2 RELATED WORK A. Power Generation and Utility Service are included in Item S-E16200. B. Power Distribution Devices are included in Item S-E16300. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-1 C. Power Utilization Devices are included in Item S-E16400. 1.3 SUBMITTALS A. The following is also applicable to Items S-E16200, S-E16300 & S-E16400. B. Each submittal shall be accompanied by a cover memo in which the contents of the submitted documents are described. This memo shall identify the project, whether the documents are "For Information", "For Review and Approval" or "For Record", and shall identify to which Items the attached documents are attempting to fulfill the submittal requirements thereof. Any documents submitted without the reference to which Item they are attempting to fulfill shall be rejected in whole without review. C. Submit the following. 1. For Information: a. Dimension prints for each device or assembly b. Installation manual for each device or assembly C. Dimensions of areas required for servicing device or assembly d. Nameplate data and ratings for all devices e. Recommended spare parts and special tools list for maintaining equipment in service for one year and five year periods f. Catalog literature for each device or assembly 2. For Review and Approval: a. Review shall not remove responsibility for furnishing material or devices of acceptable dimensions, quantity, quality, or errors thereof. b. Drawings not clearly marked or lacking the contractor's approval stamp shall be rejected. 3. Submittal for the following equipment shall be submitted. a. Raceways, Wireway, Boxes, Connectors, Hubs, and Fittings b. Channels, Struts, and Clamps C. Wires and Cables d. Panelboards e. Light Fixtures f. Receptacles, receptacle plates, and receptacle covers BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-2 g. Disconnect Switch h. Lighting Contactor, LC-1, Control Panel i. Static Grounding Receptacle, Ground Rod, and Bare Ground Wire J. Surge Protective Device 4. For Record: a. Operation and maintenance manuals shall be compiled six weeks prior to project completion for each device or assembly. b. Markup deviations to ISSUED FOR CONSTRUCTION drawings with reef pencil and provide original to Engineer for record. D. Exceptions for Submittals 1. Exceptions to the Specifications or Drawings shall be clearly defined by the CONRACTOR in a separate Item of each submittal package. The submittal shall contain the reason for the exception, the exact nature of the exception and the proposed substitution so that a proper evaluation may be made by the Engineer. The acceptability of any device or methodology submitted as an "or equal' or "exception" to the Specifications shall be at the sole discretion of the Engineer. 2. Submittals for certain major items such motor switchboards, transformers, variable frequency drives, etc. shall include a complete copy of their specification section with each paragraph and sub -paragraph noted with the comment "compliance", "deviation", or "alternate". a. By noting the term "compliance", it shall be understood that the manufacturer is in full compliance with the item specified and will provide exactly the same with no deviations. b. By noting the term "deviation", it shall be understood that the manufacturer prefers to provide a different component in lieu of the one specified and in so doing, takes full responsibility for making the equipment work as specified and will provide any and all ancillary components to make the equipment work at no extra cost to the Owner. C. By noting the term "alternate", it shall be understood that the manufacturer proposes to provide the same operating function but prefers to do it in a different manner and in so doing, takes full responsibility for making the equipment work as specified and will provide any and all ancillary components to make the equipment work at no extra cost to the Owner. The alternate method shall be fully described with schematic diagrams and one -line diagrams as applicable. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-3 1.4 QUALITY ASSURANCE A. Regulatory Requirements Secure all permits, licenses, and inspections as required by all authorities having jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations, and contract requirements bearing on the work. 2. Codes and ordinances having jurisdiction over the work shall serve as minimum requirements, but, if the contract documents indicate requirements which are in excess of those minimum requirements, then the requirements of the contract documents shall be followed. Should there be any conflicts between the contract documents and codes, or any ordinances having jurisdiction, then report these. 3. Determine the exact requirements for the utility services as set by the utilities that will serve the facility, and pay for and form all work as required by those utilities. The Contractor shall notify the serving utility immediately u of the contract. 2003 Effective 0910 electrical work shall be performed by electricians and electrical contractors licensed in accordance with chapter 1305 of the Texas Occupations Code. All electrical work shall be performed by licensed electrical apprentices, licensed journeyman electricians, and licensed master electricians. Each electrical contractor shall be a licensed master electrician or employ a licensed master electrician. Each electrical contractor shall submit a copy of their master electrician's license to the engineer prior to the start of electrical work and prior to any other electrical submittal. 1.6 SEQUENCING A. Cooperate with all other trades to facilitate the general progress of the work. Allow other trades every reasonable opportunity for the installation of their work and the storage of their materials. B. The work under this Item shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that openings for cases, pipes, etc., are provided before concrete is placed or masonry installed. C. Work with other trades in determining the exact locations of outlets, conduits, fixtures, and equipment to avoid interference with lines as required to maintain proper installation of other work. D. Progress this work to not delay the work of other trades. Schedule the work so that completion dates as established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements, if directed to do so. 1.6 COMMISSIONING A. Test the insulation value of each service entrance cable, each feeder cable, and each branch circuit wire. Tests shall be made by means of a noncrank-type ohmmeter (megger) that impresses 500 volts do across the insulation. Each ungrounded conductor shall have its insulation integrity tested after installation BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-4 within its raceways from termination -to -termination. However, testing shall be made prior to connection to line or load. All such testing shall be done in the presence of the Owner's Representative and the test results shall be submitted in writing to the engineer for review. The insulation value of each installed cable and wire shall be equal to, or greater than 50 Megohms. Should the insulation value be less than 50 Megohms for any conductor tested, the faulty conductor shall be replaced, and re -tested until compliance is achieved. PART 2 PRODUCTS 2.1 MATERIALS A. All materials and devices shall conform to the requirements of the contract documents. They shall be new and free from defects and shall conform to the requirements of the latest edition of NFPA 70, the National Electrical Code. B. All materials and devices of the same class shall be supplied by the same manufacturer unless otherwise specified. 2.2 ENCLOSURE TYPES A. Unless otherwise required, electrical enclosures shall be NEMA Types as follows: 1. NEMA 1 and NEMA 12 in dry, non -process indoor above grade locations (i.e. electrical room, administration areas, control rooms, storage rooms). 2. NEMA 3R, NEMA 4, and NEMA 4X in damp or wet indoor locations and outdoor locations. Specific NEMA type for each equipment enclosure shall be identified on the drawings; otherwise, Contractor shall provide NEMA 4 for non -corrosive and wet location and item 3 below for corrosive and wet location. 2.3 BOXES A. Dry Location Boxes 1. Outlet boxes shall be zinc -galvanized, extra depth, pressed steel with knockouts and of size and type suitable for the intended application. 2. Boxes that are less than 100 cubic inches in size used for junction or pull boxes shall be zinc galvanized pressed steel not less than 14 USS gauge with appropriate blank covers, minimum size 4-11/16-in square by 2-1/8- in deep. 3. Boxes that are 100 cubic inches and larger shall be constructed of hot dip galvanized sheet steel without knockouts. Covers shall be secured with round head brass machine screws. All joints shall be welded and ground smooth. 4. Terminal enclosure shall be NEMA 12 sheet steel unless otherwise shown on the Drawings. Boxes shall be painted and have continuously BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-5 welded seams. Welds shall be ground smooth and galvanized. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. Terminal boxes shall be furnished with latching hinged doors, terminal mounting straps and brackets. Terminal blocks shall be rated not less than 20A, 600V. S. Acceptable Manufacturers are Raco, Steel City, Hoffman, or equal. B. Wet Location Boxes 3. NEMA 4 terminal boxes, junction boxes, pull boxes, etc, shall be powder painted steel inside and out, unless otherwise shown on the Drawings. Boxes shall have continuously welded seams and mounting feet. Welds shall be ground smooth. Boxes shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 14 gauge metal. Covers shall be gasketed and fastened with stainless steel clamps or latches. Terminal boxes shall be furnished with hinged doors, terminal mounting straps and brackets. 4. Cast or malleable iron device boxes shall be Type FD. Boxes and fittings shall have cadmium -zinc finish with cast covers and stainless steel screws. 3. Cast aluminum device boxes shall be Type FD. Boxes and fittings shall be copper free aluminum with cast aluminum covers and stainless steel screws 4. Acceptable Manufacturers are Crouse -Hinds, Steel City, Hoffman, or equal. 2.4 RACEWAYS AND FITTINGS A. Electrical metallic tubing (EMT) and factory elbows shall be thin wall steel tubing with an electrically galvanized finish after fabrication and comply with ANSI C80.3 and UL1797. Such conduit shall be Allied Tube and Conduit or equal. B. Electrical metallic tubing (EMT) fittings shall be of the rain tight, concrete tight, compression type with malleable iron or pressure cast steel body, steel hex type compression nut and zinc plated finish. Such fittings shall be Cooper Crouse - Hinds or equal. C. Rigid metallic conduit shall be hot -dipped galvanized steel as manufactured in accordance with ANSI C80.1 and UL-6, inside and out. Conduit couplings shall be aluminum or threaded steel with hot -dipped galvanized finish. Such conduit shall be American Conduit by SAPA, Allied Tube and Conduit, Wheatland Tube Co., Republic Conduit, or equal. D, Non metallic conduit shall be rigid polyvinyl chloride (PVC) schedule 40. Rigid PVC conduit shall comply in accordance with UL 651 and NEMA TC2 and shall be rated for 90 degree C conductors in accordance with the National Electrical Code. Such conduit shall be Carlon Corp. or equal. E. Non metallic fittings shall be rigid polyvinyl chloride (PVC). Rigid PVC fittings shall comply in accordance with UL 651 and NEMA TC3 and shall be rated for 90 degree BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-6 C conductors in accordance with the National Electrical Code. Such conduit shall be Carlon Corp. or equal. F. PVC jacketed rigid metallic conduit shall meet the specifications for rigid conduit above and shall have a 40 mil minimum thickness PVC coating on exterior metallic surfaces and a minimum 2 mil urethane coating on interior metallic surfaces. Couplings shall be sleeved. Such conduit shall be RobRoy Industries "Plasti-Bond Red", Thomas & Betts "Ocal", or equal. G. Flexible liquid -tight metallic conduit shall have an extruded thermoplastic cover with interlocked galvanized steel core. The conduit shall be U.L. listed. Such conduit shall be Anamet Electrical, Electri-flex, or equal. H. Flexible Metallic Tubing shall be for use under the provisions of NEC Article 360. Flexible metallic tubing shall be aluminum or hot -dipped galvanized steel strips shaped into interlocking convolutions firmly joined to one another assuring a complete lock. Flexible metallic tubing shall be used only indoors for connection to lighting fixtures in administration and office areas above panel ceiling. Furnish and install insulated bushings at terminations for conductor protection. The conduit shall be U.L. listed. Such conduit shall be Southwire Company, or equal. Non-metallic flexible conduit shall be seamless, liquid -tight UL 1660 listed, Type B conduit with rigid non-metallic reinforcing embedded in integral flexible PVC lining and jacket wall and shall be oil, acid, ozone and alkaline resistant, rated 105 degree C, 60 degree C wet, 70 degree C oil resistant. Non metallic conduit fittings shall be dustight, liquid -tight, chemical resistant thermoplastic/nylon construction with tapered thread hub and neoprene O-ring gasket. Such conduit shall be Carflon, Thomas and Betts, or equal. J. Rigid metallic conduit locknuts shall be galvanized steel in sizes under 2" and galvanized malleable iron on sizes 2%" and larger. Sealing locknuts shall have in addition to that specified above, an integrally fused thermoplastic gasket so that the locknut is rated NEMA-4. K. Rigid metal conduit insulating bushings shall be molded canvas bake-a-lite type and suitable for operation in 100OC rise over 40"C ambient. Polypropylene bushings are not acceptable. L. Grounding type bushings shall have threaded steel body, insulated throat, and ground lug. Insulated throat shall meet specifications under Article I above. Such bushings shall be Crouse Hinds, O.Z.IGedney, or equal. M. Rigid metallic conduit expansion/deflection fittings shall be watertight with a flexible plastic sleeve that allows W movements in all directions. Hubs shall be threaded, galvanized malleable iron. Clamping bands shall be stainless steel. There shall be an equipment bonding ground jumper. Expansion deflection fittings shall be Crouse Hinds, O.Z.IGedney, or equal. N. Rigid metallic conduit hubs shall be liquid -tight type with threaded female body, with sealing ring on conduit side and threaded male tapered steel body with hardened steel locknut on box side. Plastic jacketed hubs shall have 40 mils PVC coating. Such fittings shall be T&B, Crouse Hinds, or equal. O. Chase nipples, reducers, enlargers, "Ericksons", capped els, short els, long els, split couplings and fittings shall be hot dipped galvanized malleable iron threaded type for use with rigid metallic conduit. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-7 P. Rigid metallic conduit bodies shall be cast aluminum with threaded hubs and gasketed cast metal covers with stainless steel screws. Conduit bodies shall be Crouse -Hinds Form 7 Condulets, Appleton Form 35 Unilets, or Engineer approved equal for non -hazardous and Division 02 locations. Listed explosion -proof fittings shall be used in Division 01 locations. Q. Explosion proof fittings shall be as manufactured by Crouse -Hinds, Appleton, O.Z.IGedney, or equal. R. Liquid -tight flexible conduit fittings shall be hot -dipped galvanized steel body with captive grounding ferrule, sealing ring, and compression nut. Connector body shall have nylon -insulated throat. Pullout resistance of each completed connector shall be at least 1112 times U.L. minimum. Such fittings shall be T&B Crouse -Hinds, Appleton, or equal. S. Rigid metal conduit boxes shall be cast aluminum with threaded integrally -cast hubs, cast metal cover, and with stainless steel cover screws. Such boxes shall be Crouse -Hinds "Condulets", Appleton "Unilets", or equal. Plastic jacketed type shall have 40 mils minimum coating of PVC. T. Cadmium plated devices and hardware shall not be acceptable. U. Any and all conduits penetrating fire rated walls shall do so only through UL listed openings having a fire rating equal to or greater than the fire rating of the wall which they penetrate. All such openings shall be installed in accordance with the manufacturer's instructions. V. No conduit shall be embedded or concealed in a fire rated wall. 2.5 WIRING A. 600 Volt Building Wire: 1. All conductors for power and control wiring shall be stranded, soft drawn copper. 2. Insulation for Power and Control Circuitry shall be 90 degree rated, THHNITHWN-2. 3. Factory pigmented insulation color for sizes #6 and smaller for building power wiring shall be as follows: a. 150V to ground, or less: phase A - Red, phase B - Black, phase C - Blue. Grounding Conductor- Green Grounded Conductor - White b. Greater than 150V-to-ground: phase A — brown, phase B — purple, phase C- yellow. Grounding Conductor - Green Grounded Conductor - Grey BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-8 4. Bare conductors for grounding purposes shall be hard -drawn stranded copper. B. Connectors Mechanical connectors shall be bolted pressure type with tin-plated bronze body and tin-plated silicon -bronze hardware. 2. Insulated setscrew connectors shall consist of copper body with flame- retardant, 600V class insulated shell. Such connectors shall be Ideal, T & B, 3M, or equal. 3. Terminal connectors for flat -head terminal screws shall be locking spade type with vinyl insulated compression indent shaft, T&B, Ideal, Amp, or equal. 4. Terminal strips shall be channel -mounted types with tin-plated solderless box lugs contained with barriered nylon -insulated separable barriers. Such devices shall be Square D, Cutler -Hammer, Allen Bradley, or equal. C. Motor Connections Motor connections shall be ring type mechanical compression terminations installed on the branch circuit wires and the motor leads and secured with bolt, nut and spring washer. Connections shall be insulated with a Raychem Type RVC, roll-on stub insulator; Thomas & Betts, Shrink-Kon MSCV20; or equal. For wire sizes No. 8 and larger, long barrel, tin plated copper compression (hydraulically pressed) type connections (Burndy Co., or equal) shall be installed on the branch circuit wires and the motor leads. Connections shall be insulated with heavy duty heat shrinkable material (Raychem Corp., or equal.) D. Insulating Products 7. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure -adhesive type; Plymouth "Slipknot Grey", 3M "Scotch #33, or equal. 2. Insulation putty shall be rubber -based, non -vulcanizing, elastic -type putty in tape form; Plymouth #2074, 3M "Scotchfill", or equal. 3. High Temperature, insulating void filling, moisture -proof tape shall be stretchable ethylene propylene rubber with high -tack, self -fusing surfaces. Tape shall be rated for 900C continuous, 1300C overload. Such tape shall be Plymouth "Plysafe", 3M Scotch 23", or equal. 4. High temperature protective tape shall be rated 1800C continuous, Indoor/outdoor and shall be cured, self -fusing silicone rubber. Such tape shall be Plymouth "Plysil", 3M "Scotch 70", or equal. S. Arc and fireproofing tape shall be oil and water resistant, heat resistant, fabric reinforced; Plymouth "Plyarc #3318", 3M "Scotch 7700", or equal. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-9 E Labels Marking labels for wire numbering shall be typed -on heatshrink plastic. Such labels shall be Raychem "Shrinkmark", or equal. 2. Write -on type labels for identification of conduits shall be weather resistant polyester with flat surface for marking pen application. 3. Colored bonding tape shall be 5 mil stretchable vinyl, self-adhesive (with permanent solid colors corresponding to hereinbefore specified wire colors) Plymouth "Slipknot 45", 3M "Scotch 35", or equal. 2.6 EQUIPMENT IDENTIFICATION NAMEPLATES AND SIGNS A. Equipment identification nameplates shall be engraved, laminated plastic, not less than 1/16" inch thick, lengths as required to accommodate lettering, and in W and 2 W widths with minimum 3/16" high white letters on a black background. Each plate shall have adhesive backing with pull -apart resistance of at least 100 psi. Plates shall be laminated type with black background and white letters. Nameplates shall be installed on all motor starters, switches, control panel, panelboards, etc. Nameplate designations are shown on the drawings. B. Signs shall be similar to nameplates in (A) above with the size, type, and wording as indicated on the contract drawings. 2.1 SUPPORTING DEVICES A. Slotted channel supports and framing members shall be cold rolled steel. Finish for inside, dry location in finished areas (such as offices) shall be factory painted with backed -on enamel. Finish for outside and damp or wet locations shall be hot dipped galvanized after fabrication. Size of slotted channels unless otherwise indicated, shall be 1W x 1W in cross-section. Acceptable manufacturers are Unistrut P1000, Elcen, B-Line Systems, or equal. Special purpose slotted channel support shall be furnished as indicated. B. Double channel supports and framing members shall be constructed similar to Item A above. Such channel shall be Unistrut P1001 or equal. C. Hanger rods shall be hot dipped -galvanized and shall be all -thread type, W, minimum diameter and length as required. D. Beam clamps, side -beam connectors, and one -hole clamps shall be hot -dipped galvanized malleable iron, and shall be Steel City, T&B, or O.Z./Gedney. Plastic coated types shall have 40 mils, minimum PVC covering. E. Pressed steel, two-piece single bolt, slotted channel conduit straps shall be electro- galvanized and shall be of the same manufacturer as the slotted channel. Plastic coated types shall have 40 mils, minimum PVC covering and hardware shall be stainless steel. F. Single rod -hung "J" conduit clamps shall be adjustable type with hot dipped galvanized finish and shall be Unistrut J-1200 series, Elcen figure 90, or equal. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-10 G. Indoor, dry -location slotted channel hardware (nuts, bolts, washers, etc.) shall have electro-galvanized finish. Outdoor, wet location slotted channel hardware shall be stainless steel. H. Stainless steel hardware shall be AISI Type 304 or 316. I. Plywood shall be solid -core, marine type suitable for wet locations. Edge trim shall be oak. Trim glue shall be epoxy type waterproofed glue. J. Concrete and masonry anchors shall be stainless steel type equal to Hilti brand. 2.8 GROUNDING DEVICES A. Ground rods shall be copper clad steel, 314 in. dia. X 10 ft. long, unless otherwise specified on the drawings. Ground rods shall be Blackburn, Erico, Copperweld, or equal.Ground rod connectors shall be copper alloy with silicon bronze bolts and in sizes to fit ground rod diameters. Furnish O.Z.IGedney, Burndy, or equal. B. Pipe ground connectors shall be copper alloy with silicon bronze bolts and in sizes to fit pipe diameter. Furnish O.Z./Gedney, Burndy, or equal. C. Thermal welding devices shall consist of correct size molds to fit application and correct amount of weld metal. Furnish Enrico "Cadweld", Burndy "Thermoweld", or equal. D. Aircraft Static Grounding Receptacle shall be cast bronze, chain retained cover plate, couple directly to 3/" sectional ground rod, install flush with finish floor surface, and manufactured by Erico Model LPC681, Burndy YGT275, or approved equal. PART 3 EXECUTION 3.1 EXAMINATION A. Except where specifically detailed or shown, the locations and elevations of equipment are approximate and are subject to small revisions as may prove necessary, or desirable, at the time the work is installed. Final locations shall be confirmed with the Engineer in advance of construction. Confirmed locations shall be made for the following: poles, receptacles, rough -ins and connections for equipment furnished under other Items, lighting fixtures, outlets, panelboards, etc. B. Where equipment is being furnished under another Item, request from the Engineer an accepted drawing that will show exact dimensions of required locations of connections. Install the required facilities to the exact requirements of the approved drawings. C. The drawings are diagrammatic and do not give exact details as to elevations or routings of conduits, nor do they show all offsets and fittings; nevertheless, install the conduit system to conform to the structural and mechanical conditions of the construction. Unless locations and routing of exposed conduits are dimensioned, confirm locations and routing prior to installation with the Engineer. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-11 3.2 INSTALLATION A. All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are skilled in their trade. The electrical Contractor shall employ a Texas licensed master electrician assigned to this project and all electricians serving this project shall be Texas licensed electricians. The standard of work required throughout shall be of the first class only and electricians whose work is unsatisfactory to the Engineer shall be dismissed from the work upon written notice from the Engineer. All work must meet the approval of the Engineer. B. Cabling inside equipment shall be carefully routed, trained, and laced. Cables so placed that they obstruct equipment devices shall not be accepted. C. Equipment shall be set level and plumb. Supporting devices installed shall be set and braced so that equipment is held in a rigid, tight -fitting manner. 3.3 RACEWAYS A. Conduits and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in all process spaces. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. B. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. Kinked conduit, conduit inadequately supported or carelessly installed shall not be accepted. C. Raceways shall be installed for all wiring runs except as otherwise indicated. D. Conduit sizes, where not indicated, shall be code -sized to accommodate the number and diameter of wires to be pulled into the conduit. Use NEC tables for sizing. E. Exposed runs of conduit shall be installed parallel to the lines of the structure. F. PVC runs shall be joined with manufacturers approved cement. G. Finished installation of conduit runs from each terminus to each terminus shall be watertight. H. Generally, raceways shall be installed exposed on the structures and in the buildings except as otherwise specified. Horizontal runs shall be supported on 24" centers and vertical runs on 48" centers. 1. Conduit runs in finished areas within building shall be installed concealed within the structure but not in the slab, except as otherwise specified. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-12 J. Except where upturns to structures and equipment is made. The up -turn shall be made with 40 mil PVC coated steel 900 elbow and conduit. Depth of lateral runs shall be 24" minimum unless otherwise indicated. Coordinate installation with site work finished grades. Duct bank depths shall be as indicated on the drawings. K. Conduit runs that enter an enclosure without penetrating the sheet metal, such as bottom entry into motor control centers, shall be equipped with bushings. L. Conduit bodies such as "LB, "T', Condulets, Unilets, or equal shall be installed in exposed runs of conduit wherever required to overcome obstructions, and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. M. Conduit shall enter all wireways, boxes, motor control centers, panelboards and other enclosures straight and true. Conduits installed cocked and not parallel to the lines of the enclosure shall not be acceptable. N. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching out braces, and removal of enclosure channels and sills shall not be accepted. O. Use approved hole cutting tool for entrances into sheet metal enclosures. Use of cutting torch or incorrect tool shall not be accepted. P. Install expansion or expansion/deflection fittings where conduit runs across an expansion joint within the concrete, or where conduit runs across an expansion joint and the runs are rigidly attached to the structure. Q. Plastic jacketed flexible metallic conduit shall be used for connections to motors, solenoids, pressure switches, electric valve operators, unit heaters, motorized louvers, torque switch devices, flowmeters, limit switches, iay-in lighting fixtures, and other devices that may need to be removed for servicing in non -hazardous locations. R. Flex runs shall be joined with specified flex connectors and these connectors shall be made up tightly onto the lengths of flex and onto its connected devices. All plastic jacketed flexible conduit connections shall be watertight. S. Cap each end of conduits as soon as placed to prevent mud, dirt, debris, and water from entering raceways. Each run shall be swabbed clean prior to wire pulling. T. All junction and pull boxes shall be equipped with blank covers. U. All boxes shall be installed with their axes parallel to the lines of the building structure. V. All conductors shall be the size as indicated and where no size is given, the conductor size shall be #12 AWG, unless otherwise specified. W. Generally, control wiring shall be #14 AWG. X. All wiring shall be installed in raceways unless otherwise indicated. Y. All power and control wiring shall be made with insulated, stranded copper wire. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-13 Z. No wire or cable shall be drawn into a conduit until all work of a nature which may cause injury is completed. A cable pulling compound shall be used as a lubricant and its composition shall not affect the conductor or its insulation. AA. Do not exceed cable manufacturer's recommended pulling tensions. BB. Service and feeder wiring runs shall be made from terminus to terminus without splice. CC. Branch circuits shall run from supply to load without splice except where taps and splices are required for receptacle, light fixture, and small appliance loads. DD. Taps, splices, and connections shall be made with tinned copper alloy compression connectors. Make up connection tightly to produce as low a resistance as if the conductor where continuous. Such connectors shall be insulated with a smooth cover of void -filling insulation putty and then covered with at least four (4) half lapped layers of electrical tape. Insulated connector shall have at least 1 %Z KV insulation value. EE. Specified sizes of wire shall be installed with factory -pigmented colors. Phase label black pigmented wires with colored banding tape as specified. Install labels at each terminus. FF. Numbered marking labels shall be installed to identify circuit numbers from panelboards and to identify control wires. Install labels on each wire in each panelboard, junction and pullbox, and device and control connection. GG. Label each wiring run with write -on waterproof labels inside each motor control center, switchboard, pullbox and handhole. Wrap label ties around wire group at conduit entrance and write on label the wire size, conduit size, and service. HH. Control wiring that terminates onto flat head type terminals shall be equipped with crimp -type spade lugs. Label each wire with number to correspond with terminal strip number. ll. All wiring inside enclosures shall be neatly trained and laced with tie -wraps. JJ. All raceway systems, outlets, boxes, wireways, cabinets, enclosures, lighting fixtures, transformers, and related equipment shall be adequately and safely supported with at least 3-1 safety factor. KK. Slotted channels shall be used to support equipment that is mounted free of structure. Use factory fabricated back-to-back hot -dipped galvanized members 3%4° deep that have welded feet. ILL. Runs of exposed conduits shall be installed as follows: Single surface runs shall be attached to the structure by means of conduit clamps, except as otherwise specified. Single runs along structural members shall be supported by means of side beam clamps, or similar supporting devices. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-14 2. Multiple surface runs shall be attached to the structure by means of slotted channels. Each conduit shall be attached to the slotted channel by means of two-piece conduit clamps. 191IM. Rod hangers shall be hot dipped, galvanized all thread, W minimum diameter steel type. Paint each rod hanger and its support with undercoat and one finish coat of galvanized type paint. NN. Rod hangers shall be attached to the structure with appropriate hanger such as concrete insert, beam clamp, ceiling flange, or side beam connector. 00. Slotted channels that are field cut shall have raw edges painted with cold galvanized coating spray paint. 3.4 GROUNDING A. Install equipment grounding conductors with all feeders and branch circuits. B. Bond all steel building columns in new structures together with ground wire in steel conduit and connect to the main distribution equipment ground bus, as shown on the Drawings. C. Ground wire connections to structural steel columns shall be made with exothermic welds. D. Liquid tight flexible metal conduit in sizes 1-1/2-in and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tie wraps. E. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250-66. E. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12 THW green conductor connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. G. Molds used for thermal welding shall be new. The number of welds made per mold shall not exceed manufacturer's recommendations H. Bond metal poles supporting outdoor lighting fixtures to a supplemental grounding electrode (rod) in addition to the separate equipment grounding conductor run with the supply branch circuit. I. Use braided -type bonding jumpers to electrically bypass water meters. Connect to pipe with ground clamp connectors. J. Bond interior mental piping systems and metal air ducts to equipment grounding conductors of associated pumps, fans, blowers, electric heaters and HVAC equipment. Use braided -type bonding straps. K. Ufer Ground (Concrete -Encased Grounding Electrode): Fabricate in accordance with NEC Paragraph 250.52 using a minimum of 20-ft of bare copper conductor not smaller than No. 4 AWG. Where base of foundation is less than 20-ft in length, coil excess conductor within base of concrete foundation. Extend BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-15 grounding conductor below grade and connect to building grounding grid, ground loop, or grounding electrode external to concrete. 3.6 EXCAVATION AND BACKFILLING A. Complete excavating and hack -filling necessary for the installation of the work. This includes shoring and pumping in ditches to keep them dry until the work has been installed. Shoring required to protect the excavation and safeguard employees shall be properly performed. B. All excavations shall be made to the proper depth, with allowances made for floor slabs, forms, beams, finished grades, etc. Soil under conduits shall be well compacted before conduits are installed. C. All backfill shall be made with selected soil, free of rocks and debris and shall be pneumatically tamped in six-inch layers to secure a field density ration of 90 percent, unless otherwise specified. D. All excavated material not suitable and not used in the backfill shall be removed to the on -site disposal area. The disposal area shall be as directed by the Engineer. 3.6 CUTTING AND PATCHING A. Cutting and patching required under this Item shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. B. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. C. Where large openings are cut through metal surfaces, attach metal angles around the opening. D. Patch concrete openings that are to be filled with nonmetallic, non -shrinking grout. Finished concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. E. No cutting of structural elements shall be done without permission of the Engineer. F. Where openings are cut through masonry walls, provide lintel or other structural supports to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to the masonry. G. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with a hole -punch. Cutting openings with a torch or other device that produces a jagged, rough -cut shall not be accepted. H. Raceway entry into equipment shall be carefully planned. Cutting of enclosure framework to accommodate poorly planned raceway placement shall not be accepted. 3.7 FLASHING A. Provide waterproof flashing for each penetration of exterior walls and roofs. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-16 B. Flashing for conduit penetrations through built-up roofs shall be made with pitch panel filled full with pitch. 3.8 REPAIRIRESTORATION A. Field check and verify the locations of all underground utilities prior to any excavation. Avoid disturbing these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired so as to make their operation equal to that before the excavation was started. B. Where the excavation requires the opening of existing walks, drives, or other existing pavement, these facilities shall be cut as required to install new lines and to make connections to existing lines. The sizes of the cuts shall be held to a minimum, consistent with the work to be installed. After installation of new work is completed and the excavation has been backfilled in accordance with the above, then repair existing walks, drives, or other existing pavement to match existing installation. 3.9 CLEANING A. Remove all temporary labels, dirt, paint, grease, and stains from all exposed equipment. Upon completion of work, clean equipment and the entire installation to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. B. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer, or with an approved paint. C. Clean interiors of each item of electrical equipment. At completion of work, all equipment interiors shall be free from dust, dirt, and debris. 3.10 PROTECTION A. Provide suitable protection for all equipment, work, and property against damage during construction. B. Assume full responsibility for material and equipment stored at the site and incorporated within the project. C. Conduit openings shall be closed with caps or plugs during installation. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt, and debris. D. Equipment shall be covered and tightly sealed against entrance of dust, dirt, and moisture. BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E16100-17 PART 4 METHOD OF MEASUREMENT 4.1 All work performed and materials furnished shall be measured by the lump sum, completed in place in accordance with the contract drawings and specifications and accepted by the Engineer. Unless specifically provided for as an item for payment in the proposal, all work, material, equipment, and labor shall be considered subsidiary to the cost of the lump sum price for "10-Unit Box Hangar Electrical'. PART 5 BASIS OF PAYMENT 5.1 The proposed installation of the Hangar, including the coordination of the utility companies, and associated appurtenances will be paid for at the unit bid price per lump sum. This price shall fully compensate the Contractor for providing shop drawings; for furnishing all materials; for all preparation; for all necessary excavation/embankment; installation; for all labor, equipment, tools; start-up; testing; training; and incidentals necessary to complete the item as specified herein and as described on the contract drawings. No separate payment shall be made for core drilling, sawcutting, trenching, embedment, backfilling, pavement repair, sod and soil repair, and/or concrete encasing for the installation of the underground duct bank. The lump sum prices shall also include payment for the furnishing of tools and construction equipment needed to perform the construction; for supervision of the construction; for furnishing the water and electricity needed for construction; for bonds and insurance; for the cost of keeping records and so forth; for moving in and moving out; and for all other overhead items of any kind; and for profit. Payment shall be made under: Item S-E16100-5.1 EMT Conduits, Boxes, and Fittings - per Lump Sum Item S-E16100-52 Conduit Fastener, Strut Channel, and Misc Support - per Lump Sum Item S-E16100-5.3 THHN 600 Volt Wire - per Lump Sum Item S-E16100-5.4 Grounding Receptacles, Rods, Cald Weld, and Wires - per Lump Sum Item S-E16100-5.5 2" PVC Under Slab for Future Telephone Service - per Lump Sum END OF ITEM "10100 "A BASIC MATERIALS AND METHODS FOR ELECTRICAL INSTALLATIONS S-E 16100-18 ITEM S-E16200 POWER GENERATION I UTILITY SERVICE PART 1 - POWER GENERATION 1.1 SUMMARY A. A standby generator shall not be provided. No provision for a future generator nor a mobile generator shall be provided. PART 2 - UTILITY SERVICE 2.1 SUMMARY A. Furnish and install as specified here in and as detailed on the drawings a utility meter service. A new utility service shall be provided to serve the loads at the proposed 12-Units Hangar. Each unit shall be individually metered and shall have distribution power panel. 2.2 SERVICE DESCRIPTION A. The utility company serving this project is Oncor Electric Delivery. Contact Terry Sears at 817-688-7897. Services will be obtained at 1201240 Volts, 1 Phase, 3 Wire, 60 Hz from a pole -mounted transformer. B. Oncor will be responsible for the following work: 1. Termination of secondary conductors at the pole -mounted transformer and meter sockets. 2. Furnishing and installing meter for meter socket. 3. Provide inspection of work described below performed by the contractor. C. The Contractor shall be responsible for the following work in accordance with the utility company standards: 1. Make all arrangements with the utility company for obtaining electrical utility services, pay all utility company charges up to the allowance amount and furnish all labor and material required for the electrical utility service. If the power company charges exceed the allowance amount, the difference will be provided to the Contractor by change order. If the power company charges are less than the allowance amount, the balance will be credited back to the Owner. 2. Perform all trenching, backfilling, and casing per Oncor's requirements and as detailed on the drawings. 3. Furnishing and installing secondary conduit to the meter sockets located at Hangar. POWER GENERATION/ UTILITY SERVICE S E16200-1 4. Furnishing and installing secondary conductors from pole -mounted transformer to the meter socket. 5. Furnishing and installing grounding at the meter sockets. PART 3 - EXECUTION 3A The contractor shall notify the serving utility immediately upon award of the contract, determine the exact requirements for the utility services as set by the utilities that will serve the facility, pay for, and perform all work required by those utilities. PART 4 MEASUREMENT AND PAYMENT 4.1 All work performed and materials furnished shall be measured by the lump sum, completed in place in accordance with the contract drawings and specifications and accepted by the Engineer. Unless specifically provided for as an item for payment in the proposal, all work, material, equipment, and labor shall be considered subsidiary to the cost of the lump sum price for "10-Unit Box Hangar Electrical - Base Bid" or "I 2-Unit Box Hangar Electrical - Alternate Bid" or as described in Item S-E16100. The cost of this item will be subsidiary to Item S-E16100-5.1 and Item S-E16100-5.2. Payment shall be paid under: item S-E16200-5.1 Utility Metering Enclosure - per Each END OF fTEM S-IE11200 POWER GENERATION/ UTILITY SERVICE "A S_E16200-2 ITEM S-E16300 POWER DISTRIBUTION DEVICES PART 1 - GENERAL 1.1 ARC FLASH — SHOCK PROTECTION A. All equipment shall be labeled in accordance with NFPA 70 Article 110.16 (latest edition) to warn qualified personnel of potential electric arc flash hazards. B. All flash hazard reduction and shock protection features available as factory options for power distribution devices shall be provided. Such features may include, but are not limited to thermography windows, view ports and finger safe voltage test points. PART 2 - MATERIALS 2.1 WIRING DEVICES A. All wiring devices shall be heavy duty, specification grade. B. GFCI device shall be a duplex 5-20R, 20 amp, 125 V, 3-wire outlet with reset and test pushbuttons Arrow -Hart Catalog #WrvGF20, or equal. Dry location enclosure shall consist of coverplate AH Catalog #901061, Bryant Catalog #T1-S, or equal on a stamped steel box. C. Single -pole, single -throw, 20 Amp, 120/277 Volt toggle switch shall be Arrow -Hart #1991, Hubbell #1221, or equal. D. Single -pole, double -throw (three-way) 20 Amp, 120/277 Volt toggle switch shall be Arrow -Hart #1993, Hubbell #1223, or equal. E. Manual motor controller shall be Allen Bradley Bulletin 600, Square D Class 2510, or equal, Select overloads to be 1.15 times motor FLA. F. Covers for wiring devices located out-of-doors in damp or wet locations shall have weatherproof cover, gaskets, and stainless steel cover screws. G. Covers for surface wiring devices located indoors and in dry locations shall be stainless steel type with beveled edges. 2.2 SAFETY SWITCHES A. Non -fusible safety switches shall be size and type as indicated on the drawings. Each disconnect means shall be heavy-duty (unless specifically denoted otherwise), quick -make, quick -break mechanisms. All current carrying parts shall be copper. B. Fused switches shall be heavy duty, quick make, quick break, 3 pole, 600 volt with visible break contacts, equipped with Class R fuse clips for 600 amps or less and Class L for above 600 amps, and current limiting fuses. Fuses shall be furnished for each fused overcurrent device and, in addition, threes are fuses for each -rating required shall be furnished. POWER DISTRIBUTION DEVICES S-E16300-1 2. Fuses rated 600 amperes or less shall be dual element Class R, time -delay type. Such fuses shall incorporate separate thermal overload and short circuit elements. The design shall provide time delay of not less than ten seconds at 500 percent of ampere rating. The interrupting rating shall be at least 100,000 amperes RMS symmetrical. 3. Fuses above 600 ampere shall be constructed using silver links with a fusing alloy soldered to the link for low temperature overload protection. The design shall provide time -delay of not less than 45 seconds at 300 percent of ampere rating. The interrupting rating shall be at least 200,000 amperes RMS symmetrical. 4. Fuses shall be Bussman, Chase Shawmut, or equal. C. Unless otherwise indicated NEMA 12, 3R, and 4 enclosures shall be painted steel and NEMA 4X enclosures shall be aluminum or stainless steel enclosure. D. Switches shall be as manufactured by the Square D Co., General Electric, Eaton, or equal. 2.3 PANELBOARDS A. Panelboard ratings shall be as shown on the Drawings. All panelboards shall be rated for the intended voltage. B. Panelboards shall be manufactured by Siemens, Square D Co., Eaton, General Electric Co., or equal. C. Panelboards shall be dead -front type and shall be manufactured in accordance with Underwriters' Laboratories, Inc., standard for Panelboards (UL67). D. Cabinets shall be manufactured in accordance with Underwriters' Laboratories, Inc., standard for Cabinets and Boxes (UL 50) and shall provide a minimum of four inches wiring gutter on all sides. Cabinet fronts shall include doors with semi -concealed hinges, combination lock and catch on doors and a directory frame with circuit directory behind clear plastic, mounted on back of door. The front shall be attached to the box with suitable provision to provide proper alignment of trims. E. The panelboards shall include automatic short circuit and over -current protective devices of the molded case circuit breaker type. All multi -pole breakers shall be so designed that an overload on one pole automatically causes all poles of the circuit breaker to open. The circuit breakers shall be quick make, and quick break on manual as well as automatic operation and shall have inverse time trips. Circuit breakers shall have the short circuit interrupting ratings indicated on the drawings. F. Interiors shall be assembled on reinforced mounting pans or rails which provide protection against damage during handling or installation. Circuit breakers shall be assembled in accordance with the panel schedules included on the drawings. Design shall permit replacement of individual breakers without disturbing adjacent units or without disturbing main bus or branch circuit connectors. Interior design shall permit changing of branch circuits or the addition of circuit breakers to future spaces without additional machining, drilling, or tapping. Main bus bars and branch circuit connectors shall be made of copper. In -and -out adjustments of the panel interior shall be provided. POWER DISTRIBUTION DEVICES S-E16300-2 G. Panel bussing shall be arranged to maintain sequence phasing throughout, that is, adjacent poles shall be of unlike polarity and rotated in sequence. Circuit members shall be provided for each pole space or breaker space as shown on the panel schedule. H. A nameplate shall be provided listing manufacturer's name, panel type and rating. I. Install a 1-in by 3-in laminated plastic nameplate with 1/4-in black letters on a white background on each panelboard. Nameplate lettering shall be as shown on the panel schedules. J. Residential load centers shall not be accepted in lieu of panelboards. K. Install new circuit directory cards in each panelboard. New directories shall be heavy card stock with machine printed text. Verify all existing circuits and update circuit directories giving location and description of every load served by the panel. PART 3 - EXECUTION 3.1 INSTALLATION A. Follow manufacturer's installation instructions. B. All cables inside enclosures shall be neatly arranged, bundled, and bound with plastic tie -wraps. C. Tighten all wire and busbar connectors to factory recommended torque settings. D. Apply anti -corrosive compound equal to Kopr-Shield to all wire terminations. 3.2 CLEANING A. Remove all rubbish and debris from inside and around the equipmentlenclosure. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint -free rags. Do not use compressed air. PART 4 MEASUREMENT AND PAYMENT 4.1 All work performed and materials furnished shall be measured by the lump sum, completed in place in accordance with the contract drawings and specifications and accepted by the Engineer. Unless specifically provided for as an item for payment in the proposal, all work, material, equipment, and labor shall be considered subsidiary to the cost of the lump sum price for "10-Unit Box Hangar Electrical - Base Bid" or 12-Unit Box Hangar Electrical - Alternate Bid" or as described in Item S-E16100. The cost of this Payment shall be paid under: Item S-E16300-5.1 GFCI Receptacles - per Each Q Item S-E16300-52 Light Switches - per Each POWER DISTRIBUTION DEVICES S-E16300-3 Item S-E16300-5.3 Surge Protection Devices - per Each Item S-E16300-5.4 Panelboard - per Each Item S-E16300-5.5 Disconnect Switch for Bi-Fold Door - per Each END Or— IYEM aC-1 6300 FAM POWER DISTRIBUTION DEVICES S-E16300A ITEM S-E16400 POWER UTILIZATION DEVICES PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish and install all power utilization devices as shown on the Drawings and as specified herein. 1.2 SUBMITTALS A. Submit, in accordance with Item S-E16100 of all equipment specified in sufficient detail to show compliance with the Drawings and Specifications. PART 2 MATERIALS 2.1 LIGHTING FIXTURES A. Fixture types shall be furnished as required by the "Light Fixture Schedule" on the Drawings. The catalog numbers are given as a guide to the design and quality of fixture desired. Equivalent designs and equal quality fixtures of other manufacturers will be acceptable upon approval by the Engineer. B. Fixture lamps shall be furnished as scheduled. Incandescent lamps shall be 130V inside frosted type; fluorescent lamps shall be cool -white; LED shall be 100,000 hours life; unless other styles are specified. C. Each fixture shall be complete with its appropriate hardware, finish trims, and appurtenances as required for a finished installation. PART 3 EXECUTION 3.1 LIGHTING FIXTURE INSTALLATION A. Each fixture shall be a completely finished unit with all components, mounting and/or hanging devices necessary, for the proper installation of the particular fixture in its designated location and shall be completely wired ready for connection to the branch circuit wires at the outlet. B. Fixture locations are shown on the Drawings in approximate locations; however exact locations shall be coordinated so as to avoid conflicts with HVAC ducts, equipment and other obstacles. C. Where the Drawings state a particular mounting height, it shall imply that the bottom of the fixture shall be mounted at the stated mounting height above the finished floor, unless specifically noted otherwise. PART 4 MEASUREMENT AND PAYMENT POWER UTILIZATION DEVICES S-E16400-1 4.1 All work performed and materials furnished shall be measured by the lump sum, completed in place in accordance with the contract drawings and specifications and accepted by the Engineer. Unless specifically provided for as an item for payment in the proposal, all work, material, equipment, and labor shall be considered subsidiary to the cost of the lump sum price for "10-Unit Box Hangar Electrical - Base Bid" or "12-Unit Box Hangar Electrical - Alternate Bid" or as described in Item S-E16100. The cost of this item will be subsidiary to Item S-E16100-5.1 and Item S-E16100-5.2. Payment shall be paid under. - Item S-E16400-5.1 High Bay LED Lights - per Each Item S-E16400-5.2 Exterior Wall Light, LED - per Each Item S-E16400-5.3 Emergency Light - per Each Item S-E16400-5.4 Utility Disconnect Switches - per Each END OF ITEM S=S1 400 N POWER UTILIZATION DEVICES S-E16400-2 SECTION 26 05 73.13 - SHORT-CIRCUIT STUDIES PART 1 -GENERAL 1.1 SUMMARY A. Section includes a computer -based, fault -current study to determine the minimum interrupting capacity of circuit protective devices. 1.2 DEFINITIONS A. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed and salvaged, or removed and reinstalled. Existing to remain items shall remain functional throughout the construction period. B. Field Adjusting Agency: An independent electrical testing agency with full-time employees and the capability to adjust devices and conduct testing indicated and that is a member company of NETA. C. One -Line Diagram: A diagram that shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein. D. Power System Analysis Software Developer: An entity that commercially develops, maintains, and distributes computer software used for power system studies. E. Power Systems Analysis Specialist: Professional engineer in charge of performing the study and documenting recommendations, licensed in the state where Project is located, F. Protective Device: A device that senses when an abnormal current flow exists and then removes the affected portion of the circuit from the system. G. SCCR: Short-circuit current rating. H. Service: The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served. }" I. Single -Line Diagram: See "One -Line Diagram." 1.3 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 1. IEEE 141 - Recommended Practice for Electric Power Distribution and Coordination of Industrial and Commercial Power Systems. 2. IEEE 242 - Recommended Practice for Protection and Coordination of Industrial and Commercial power Systems. 3. IEEE 399 - Recommended Practice for Industrial and Commercial Power System Analysis 4. IEEE 241 - Recommended Practice for Electric Power Systems in Commercial Buildings. S-E260573.13 Multi Unit Box Hangar and Hangar Access Taxilanes 5. IEEE 1015 - Recommended Practice for Applying Low -Voltage Circuit Breakers Used in Industrial and Commercial Power Systems. B. American National Standards Institute (ANSI): 1. ANSI C57.12.00 - Standard General Requirements for Liquid -Immersed Distribution, Power, and Regulating Transformers. 2. ANSI C37.13 - Standard for Low Voltage AC Power Circuit Breakers Used in Enclosures. 3. ANSI C37.010 - Standard Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis. 4. ANSI C 37.41 - Standard Design Tests for High Voltage Fuses, Distribution Enclosed Single -Pole Air Switches, Fuse Disconnecting Switches and Accessories. C. The National Fire Protection Association (NFPA) 1. NFPA 70 - National Electrical Code 2. NFPA 70E - Standard for Electrical Safety in the Workplace 1.4 ACTION SUBMITTALS A. Product Data: 1. For computer software program to be used for studies. 2. Submit the following after the approval of system protective devices submittals. Submittals shall be in digital form. a. Short-circuit study input data, including completed computer program input data sheets. b. Short-circuit study and equipment evaluation report; signed, dated, and sealed by a qualified professional engineer. 1) Submit study report for action prior to receiving final approval of distribution equipment submittals. If formal completion of studies will cause delay in equipment manufacturing, obtain approval from Architect for preliminary submittal of sufficient study data to ensure that selection of devices and associated characteristics is satisfactory. 2) Revised one -line diagram, reflecting field investigation results and results of short-circuit study. 3. The report shall include the following sections: a. Executive Summary. b. Descriptions, purpose, basis and scope of the study. C. Tabulations of circuit breaker, fuse, and other protective device ratings versus calculated short circuit duties. d. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip unit settings, and fuse selection. e. Fault current calculations including a definition of terms and guide for interpretation of the computer printout. f. Impedance one fine diagram. 4. If the power systems study submittal is not approved following the second submittal, the contractor shall pay the Project Engineer $200.00 per hour to review additional submittals until the study is approved. 5. The Registered Professional Electrical Engineer shall be a full-time employee of the electrical equipment manufacturer or a professional electrical engineering firm. 6. The Registered Professional Electrical Engineer shall have a minimum of five (5) years of experience in performing power system studies. S-E260573.13 Mufti Unit Box Hangar and Hangar Access Taxilanes The studies shall be performed using the latest revision of the SKM Systems Analysis Power*Tools for Windows (PTV1r7 software program. Other commercially available products may be considered under certain circumstances. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: 1. For Power Systems Analysis Software Developer. 2. For Power System Analysis Specialist. 3. For Field Adjusting Agency. B. Product Certificates: For short-circuit study software, certifying compliance with IEEE 399. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: 1. For overcurrent protective devices to include in emergency, operation, and maintenance manuals. 2. The following are from the Short -Circuit Study Report: a. Final one -line diagram. b. Final Short -Circuit Study Report C. Short-circuit study data files. d. Power system data. e. Tabulations of circuit breaker, fuse, and other protective device ratings versus calculated short circuit duties f. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip unit settings, and fuse selection. g. Fault current calculations including a definition of terms and guide for interpretation of the computer printout. h. Impedance one line diagram. 1.7 QUALITY ASSURANCE A. Short -Circuit Study to be submitted with the panelboard submittals for final panelboard approval. B. The studies shall be performed using the latest revision of the SKM Systems Analysis Power*Tools for Windows (PTW) software program. Other commercially available products may be considered under certain circumstances. C. Software algorithms shall comply with requirements of standards and guides specified in this Section. D. Manual calculations are unacceptable. 1. Power System Analysis Software Qualifications: Computer program shall be designed to perform short-circuit studies or have a function, component, or add -on module designed to perform short-circuit studies. S-E260573.13 Multi Unit Box Hangar and Hangar Access Taxilanes 2. Computer program shall be developed under the charge of a licensed professional engineer who holds IEEE Computer Society's Certified Software Development Professional certification. E. Power Systems Analysis Specialist Qualifications: Professional engineer licensed in the state where Project is located. All elements of the study shall be performed under the direct supervision and control of this professional engineer. F. Short -Circuit Study Certification: Short -Circuit Study Report shall be signed and sealed by Power Systems Analysis Specialist. G. Field Adjusting Agency Qualifications: 1. Employer of a NETA ETT-Certified Technician Level Ill or NICET Electrical Power Testing Level III certification responsible for all field adjusting of the Work. 2. A member company of NETA. 3. Acceptable to authorities having jurisdiction. PART 2-PRODUCTS 2.1 POWER SYSTEM ANALYSIS SOFTWARE DEVELOPERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: SKM Systems Analysis, Inc. B. Comply with IEEE 399 and IEEE 551. 1. Analytical features of power systems analysis software program shall have capability to calculate "mandatory," "very desirable," and "desirable" features as listed in IEEE 399. C. Computer software program shall be capable of plotting and diagramming time -current - characteristic curves as part of its output. 2.2 SHORT-CIRCUIT STUDY REPORT CONTENTS A. Executive summary of study findings. B. Study descriptions, purpose, basis, and scope. Include case descriptions, definition of terms, and guide for interpretation of results. C. One -line diagram of modeled power system, showing the following: 1. Protective device designations and ampere ratings. 2. Conductor types, sizes, and lengths. 3. Transformer kilovolt ampere (kVA) and voltage ratings. 4. Motor and generator designations and WA ratings. 5. Switchgear, switchboard, motor -control center, and panelboard designations and ratings. 6: Derating factors and environmental conditions. 7. Any revisions to electrical equipment required by the study. S-E260573.13 Multi Unit Box Hangar and Hangar Access Taxilanes E. F G. Comments and recommendations for system improvements or revisions in a written document, separate from one -line diagram. Protective Device Evaluation: 1. Evaluate equipment and protective devices and compare to available short-circuit currents. Verify that equipment withstand ratings exceed available short-circuit current at equipment installation locations. 2. Tabulations of circuit breaker, fuse, and other protective device ratings versus calculated short-circuit duties. 3. For 600-V overcurrent protective devices, ensure that interrupting ratings are equal to or higher than calculated 1/2-cycle symmetrical fault current. 4. For devices and equipment rated for asymmetrical fault current, apply multiplication factors fisted in standards to 1/2-cycle symmetrical fault current. 5. Verify adequacy of phase conductors at maximum three-phase bolted fault currents; verify adequacy of equipment grounding conductors and grounding electrode conductors at maximum ground -fault currents. Ensure that short-circuit withstand ratings are equal to or higher than calculated 112-cycle symmetrical fault current. Short -Circuit Study Input Data: 1. One -line diagram of system being studied. 2. Power sources available. 3. Manufacturer, model, and interrupting rating of protective devices. 4. Conductors. 5. Transformer data. Short -Circuit Study Output Reports: 2. Low -Voltage Fault Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location: a. Voltage. b. Calculated fault -current magnitude and angle. C. Fault -point X/R ratio. d. Equivalent impedance. e. Include on each TCC graph, a complete title, applicable notes, and one -line diagram with legend identifying the specific portion of the system covered. f. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which the device is exposed. g. Identify the device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended. h. Plot the following characteristics on the TCC graphs, where applicable: i. Electric utility's overcurrent protective device. j. Low voltage equipment circuit breaker trip devices, including manufacturer's tolerance bands. k. Transformer full -load current, magnetizing inrush current, and ANSI through -fault protection curves. I. The frequent fault portion of the damage curve should not be shown unless the transformer feeds overhead lines. The shifted curve for line4o-ground faults on the secondary side shall be shown on the ground fault plot. Provide adequate time margins between device characteristics such that selective operation is provided, while providing proper protection. S-E260573.13 Multi Unit Box Hangar and Hangar Access Taxilanes 3. Momentary Duty Report: Three-phase and unbalanced fault calculations, showing t following for each overcurrent device location: a. Voltage. b. Calculated symmetrical fault -current magnitude and angle. C. Fault -point XIR ratio. d. Calculated asymmetrical fault currents: 1) Based on fault -point XIR ratio. 2) Based on calculated symmetrical value multiplied by 1.6. 3) Based on calculated symmetrical value multiplied by 2.7. 4. Interrupting Duty Report: Three-phase and unbalanced fault calculations, showing the following for each overcurrent device location: a. Voltage. b. Calculated symmetrical fault -current magnitude and angle. C. Fault -point XIR ratio. d. No AC Decrement (NACD) ratio. e. Equivalent impedance. f. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a symmetrical basis. g. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a total basis. PART 3 - EXECUTION 3.1 POWER SYSTEM DATA A. Obtain all data necessary for conduct of the study. 1. Verify completeness of data supplied on one -line diagram. Call any discrepancies to Architect's attention. 2. For equipment included as Work of this Project, use characteristics submitted under provisions of action submittals and information submittals for this Project. 3. For equipment that or relocated equipment and that which is existing to remain, obtain required electrical distribution system data by field investigation and surveys, conducted by qualified technicians and engineers. Qualifications of technicians and engineers shall be as defined by NFPA 70E. B. Gather and tabulate the required input data to support the short-circuit study. Record data on a Record Document copy of one -line diagram. Comply with recommendations in IEEE 551 as to the amount of detail that is required to be acquired in the field. Field data gathering shall be under direct supervision and control of the engineer in charge of performing the study, and shall be by the engineer or its representative who holds NETA ETT-Certified Technician Level III or NICET Electrical Power Testing Level III certification. Data include, but are not limited to, the following. - Product Data for Project's overcurrent protective devices involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. Obtain electrical power utility impedance at the service. Power sources and ties. S-E260573.13 Multi Unit Box Hangar and Hangar Access Taxilanes 4. For transformers, include WA, primary and secondary voltages, connection type, impedance, XIR ratio, taps measured in percent, and phase shift. 5. For reactors, provide manufacturer and model designation, voltage rating, and impedance. 6. For circuit breakers and fuses, provide manufacturer and model designation. List type of breaker, type of trip, SCCR, current rating, and breaker settings. 7. Generator short-circuit current contribution data, including short-circuit reactance, rated WA, rated voltage, and XIR ratio. 8. Busway manufacturer and model designation, current rating, impedance, lengths, and conductor material. 9. Motor horsepower and NEMA MG 1 code letter designation. 10. Conductor sizes, lengths, number, conductor material and conduit material (magnetic or nonmagnetic). 11. Derating factors. 3.2 SHORT-CIRCUIT STUDY A. Perform study following the general study procedures contained in IEEE 399. B. Calculate short-circuit currents according to IEEE 551. C. Base study on device characteristics supplied by device manufacturer. D. Extent of electrical power system to be studied is indicated on Drawings. E. Begin short-circuit current analysis at the service, extending down to system overcurrent protective devices as follows: 1. To normal system low -voltage load buses where fault current is 10 kA or less. 2. Exclude equipment rated 240 V ac or less when supplied by a single transformer rated less than 125 kVA. F. Study electrical distribution system from normal and alternate power sources throughout electrical distribution system for Project. Study all cases of system -switching configurations and alternate operations that could result in maximum fault conditions. G. Include the ac fault -current decay from induction motors, synchronous motors, and asynchronous generators and apply to low- and medium -voltage, three-phase ac systems. Also account for the fault -current do decrement to address asymmetrical requirements of interrupting equipment. H. Calculate short-circuit momentary and interrupting duties for a three-phase bolted fault and a single line -to -ground fault at each equipment indicated on one -line diagram. For grounded systems, provide a bolted line -to -ground fault -current study for areas as defined for the three-phase bolted fault short-circuit study. I. Include in the report identification of any protective device applied outside its capacity. END OF SECTION S-E260573.13 Multi Unit Box Hangar and Hangar Access Taxilanes SECTION 26 05 73.19 - ARC -FLASH HAZARD ANALYSIS PART 1 - GENERAL 1.1 SUMMARY A. Section includes a computer -based, arc -flash study to determine the arc -flash hazard distance and the incident energy to which personnel could be exposed during work on or near electrical equipment. 1.2 DEFINITIONS A. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. B. Field Adjusting Agency: An independent electrical testing agency with full-time employees and the capability to adjust devices and conduct testing indicated and that is a member company of N ETA. C. One -Line Diagram: A diagram that shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein. D. Power System Analysis Software Developer: An entity that commercially develops, maintains, and distributes computer software used for power system studies. E. Power Systems Analysis Specialist: Professional engineer in charge of performing the study and documenting recommendations, licensed in the state where Project is located. F. Protective Device: A device that senses when an abnormal current flow exists and then removes the affected portion from the system. G. SCCR: Short-circuit current rating. H. Service: The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served. Single -Line Diagram: See "One -Line Diagram." 1.3 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 1. IEEE, 1584 - Guide for Performing Arc -Flash Hazard Calculations 2. IEEE 242 - Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems 3. IEEE 399 - Recommended Practice for Industrial and Commercial Power System Analysis 4. IEEE 241 - Recommended Practice for Electric Power Systems in Commercial Buildings B. American National Standards Institute (ANSI): S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes 1. ANSI C57.12.00 - Standard General Requirements for Liquid -Immersed Distribution, Power, and Regulating Transforme. 2. ANSI C37.13 - Standard for Low Voltage AC Power Circuit Breakers Used in Enclosures 3. ANSI C37.010 - Standard Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis. 4. ANSI C 37.41 - Standard Design Tests for High Voltage Fuses, Distribution Enclosed Single -Pole Air Switches, Fuse Disconnecting Switches and Accessories. C. The National Fire Protection Association (NFPA) 1. NFPA 70 - National Electrical Code 2. NFPA 70E - Standard for Electrical Safety in the Workplace 1.4 ACTION SUBMITTALS A. Product Data: For computer software program to be used for studies. B. Study Submittals: Submit the following submittals after the approval of system protective devices submittals. Submittals shall be in digital form: 1. Arc -flash study input data, including completed computer program input data sheets. 2. Arc -flash study report; signed, dated, and sealed by Power Systems Analysis Specialist. 3. Submit study report for action prior to receiving final approval of distribution equipment submittals. If formal completion of studies will cause delay in equipment manufacturing, obtain approval from Architect for preliminary submittal of sufficient study data to ensure that selection of devices and associated characteristics is satisfactory. 4. Submit the arc flash hazard analysis, at the end of the construction cycle when all circuits are installed and all equipment is on site and/or installed such that complete and accurate data may be obtained. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: 1. For Power Systems Analysis Software Developer. 2. For Power System Analysis Specialist. 3. For Field Adjusting Agency. B. Product Certificates: For arc -flash hazard analysis software, certifying compliance with IEEE 1584 and NFPA 70E. C. Submit a preliminary arc flash hazard analysis to the design engineer prior to receiving final approval of the shop drawings and/or prior to release of equipment drawings for manufacturing. The preliminary study shall provide sufficient data to aid the electrical contractor in conforming to NFPA 70E requirements during construction. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: Provide maintenance procedures in equipment manuals according to requirements in NFPA 70E. S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes 2. Operation and Maintenance Procedures: provide maintenance procedures for use by Owner's personnel that comply with requirements in NFPA 70E. 3. Submit the arc flash hazard analysis at the end of the construction cycle when all circuits are installed and all equipment is on site and/or installed such that complete and accurate data may be obtained. 4. If the power systems study submittal is not approved following the second submittal, the contractor shall pay the Project Engineer $200.00 per hour to review additional submittals until the study is approved. 1.7 QUALITY ASSURANCE A. The studies shall be performed using the latest revision of the SKM Systems Analysis Power*Tools for Windows (PTW) software program. Other commercially available products may be considered under certain circumstances. B. Software algorithms shall comply with requirements of standards and guides specified in this Section. C. Manual calculations are unacceptable. D. Power System Analysis Software Qualifications: An entity that owns and markets computer software used for studies, having performed successful studies of similar magnitude on electrical distribution systems using similar devices. 1. Computer program shall be designed to perform arc -flash analysis or have a function, component, or add -on module designed to perform arc -flash analysis. 2. Computer program shall be developed under the charge of a licensed professional engineer who holds IEEE Computer Society's Certified Software Development Professional certification. E. Power Systems Analysis Specialist Qualifications: Professional engineer in charge of performing the arc -flash study, analyzing the arc flash, and documenting recommendations, licensed in the state where Project is located. All elements of the study shall be performed under the direct supervision and control of this professional engineer. F. Arc -Flash Study Certification: Arc -Flash Study Report shall be signed and sealed by Power Systems Analysis Specialist. G. The Registered Professional Electrical Engineer shall be a full-time employee of the electrical equipment manufacturer or a professional electrical engineering firm. H. The Registered Professional Electrical Engineer shall have a minimum of five (5) years of experience in performing power system studies. I. The equipment manufacturer or approved engineering firm shall demonstrate experience with Arc Flash Hazard Analysis by submitting a detailed plan outlining the steps to be taken to ensure a proper outcome (if required). J. Field Adjusting Agency Qualifications: 1. Employer of a NETA ETT-Certified Technician Level III or NICET Electrical Power Testing Level III certification responsible for all field adjusting of the Work. 2. A member company of NETA. 3. Acceptable to authorities having jurisdiction. S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes PART 2-PRODUCTS 2.1 COMPUTER SOFTWARE DEVELOPERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. SKM Systems Analysis, Inc. B. Comply with IEEE 1584 and NFPA 70E. C. Analytical features of device coordination study computer software program shall have the capability to calculate "mandatory," "very desirable," and "desirable" features as listed in IEEE 399. 2.2 ARC -FLASH STUDY REPORT CONTENT A. Executive summary of study findings. B. Study descriptions, purpose, basis, and scope. Include case descriptions, definition of terms, and guide for interpretation of results. C. One -line diagram, showing the following: 1. Protective device designations and ampere ratings. 2. Conductor types, sizes, and lengths. 3. Transformer kilovolt ampere (kVA) and voltage ratings, including derating factors and environmental conditions. 4. Motor and generator designations and kVA ratings. 5. Switchgear, switchboard, motor -control center, panelboard designations, and ratings. D. Study Input Data: As described in "Power System Data" Article. E. Short -Circuit Study Output Data: As specified in "Short -Circuit Study Output Reports" Paragraph in "Short -Circuit Study Report Contents" Article in Section 26 05 73.13 "Short -Circuit Studies." F. Arc -Flash Study Output Reports: 1. Interrupting Duty Report: Three-phase and unbalanced fault calculations, showing the following for each equipment location included in the report.- 2. Voltage. b. Calculated symmetrical fault -current magnitude and angle. G. Fault -point XIR ratio. r d. No AC Decrement (NACD) ratio. e. Equivalent impedance. f. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a symmetrical basis. g. Multiplying factors for 2-, 3-, 5-, and 8-cycle circuit breakers rated on a total basis. G. Incident Energy and Flash Protection Boundary Calculations: 1. Arcing fault magnitude. 2. Protective device clearing time. S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes 3. Duration of arc. 4. Arc -flash boundary. 5. Restricted approach boundary. 6. Limited approach boundary. 7. Working distance. 8. Incident energy. 9. Hazard risk category. 10. Recommendations for arc -flash energy reduction. H. Fault study input data, case descriptions, and fault -current calculations including a definition of terms and guide for interpretation of computer printout. 2.3 ARC -FLASH WARNING LABELS A. Produce a 3.5-by-5-inch self-adhesive equipment label for each work location included in the analysis. B. Label shall have an orange header with the wording, "WARNING, ARC -FLASH HAZARD," and shall include the following information taken directly from the arc -flash hazard analysis: Location designation. Nominal voltage. Protection boundaries. a. Arc -flash boundary. b. Restricted approach boundary. C. Limited approach boundary. 4. Are flash PPE category. 5. Required minimum arc rating of PPE in Cal/cm squared. 6. Available incident energy. 7. Working distance. 8. Engineering report number, revision number, and issue date. C. Labels shall be machine printed, with no field -applied markings. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine Project overcurrent protective device submittals. Proceed with arc -flash study only after relevant equipment submittals have been assembled. Overcurrent protective devices that have not been submitted and approved prior to arc -flash study may not be used in study. 3.2 ARC -FLASH HAZARD ANALYSIS A. Comply with NFPA 70E and its Annex D for hazard analysis study. B. Preparatory Studies: Perform the Short -Circuit and Protective Device Coordination studies prior to starting the Arc -Flash Hazard Analysis. S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes Short -Circuit Study Output: As specified in "Short -Circuit Study Output Reports" Paragraph in "Short -Circuit Study Report Contents" Article in Section 26 05 73.13 "Short - Circuit Studies." C. Arc flash labels shall be provided for the following equipment as a minimum and all labels shall be based on recommended overcurrent device settings and worst case incident energy available. D. Calculate maximum and minimum contributions of fault -current size. 1. Maximum calculation shall assume a maximum contribution from the utility and shall assume motors to be operating under full -load conditions. 2. Calculate arc -flash energy at 85 percent of maximum short-circuit current according to IEEE 1584 recommendations. 3. Calculate arc -flash energy at 38 percent of maximum short-circuit current according to NFPA 70E recommendations. 4. Calculate arc -flash energy with the utility contribution at a minimum and assume no motor contribution. E. Calculate the arc -flash protection boundary and incident energy at locations in electrical distribution system where personnel could perform work on energized parts. F. Include medium- and low -voltage equipment locations, except equipment rated 240 V ac or less fed from transformers less than 125 kVA. G. Calculate the limited, restricted, and prohibited approach boundaries for each location. H. Incident energy calculations shall consider the accumulation of energy over time when performing arc -flash calculations on buses with multiple sources. Iterative calculations shall take into account the changing current contributions, as the sources are interrupted or decremented with time. Fault contribution from motors and generators shall be decremented as follows: 1. Fault contribution from induction motors shall not be considered beyond three to five cycles. 2. Fault contribution from synchronous motors and generators shall be decayed to match the actual decrement of each as closely as possible (for example, contributions from permanent magnet generators will typically decay from 10 per unit to three per unit after 10 cycles). Arc -flash energy shall generally be reported for the maximum of line or load side of a circuit breaker. However, arc -flash computation shall be performed and reported for both line and load side of a circuit breaker as follows: 1. When the circuit breaker is in a separate enclosure. 2. When the line terminals of the circuit breaker are separate from the work location. J. Base arc -flash calculations on actual overcurrent protective device clearing time. Cap maximum clearing time at two seconds based on IEEE 1584, Section B.1.2. 3.3 POWER SYSTEM DATA A. Obtain all data necessary for conduct of the arc -flash hazard analysis. S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes 1. Verify completeness of data supplied on one -line diagram on Drawings and under "Preparatory Studies" Paragraph in "Arc -Flash Hazard Analysis" Article. Call discrepancies to Architect's attention. 2. For new equipment, use characteristics from approved submittals under provisions of action submittals and information submittals for this Project. 3. For existing equipment, whether or not relocated, obtain required electrical distribution system data by field investigation and surveys conducted by qualified technicians and engineers. B. Electrical Survey Data: Gather and tabulate the following input data to support study. Comply with recommendations in IEEE 1584 and NFPA 70E as to the amount of detail that is required to be acquired in the field. Field data gathering shall be under the direct supervision and control of the engineer in charge of performing the study, and shall be by the engineer or its representative who holds NETA ETT-Certified Technician Level III or NICET Electrical Power Testing Level III certification. Data include, but are not limited to, the following: 1. Product Data for overcurrent protective devices specified in other Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. 2. Obtain electrical power utility impedance or available short circuit current at the service. 3. Power sources and ties. 4. Short-circuit current at each system bus (three phase and line to ground). 5. Full -load current of all loads. 6. Voltage level at each bus. 7. For transformers, include WA, primary and secondary voltages, connection type, impedance, XIR ratio, taps measured in percent, and phase shift. 8. For reactors, provide manufacturer and model designation, voltage rating and impedance. 9. For circuit breakers and fuses, provide manufacturer and model designation. List type of breaker, type of trip and available range of settings, SCCR, current rating, and breaker settings. 10. Generator short-circuit current contribution data, including short-circuit reactance, rated kVA, rated voltage, and XIR ratio. 11. For relays, provide manufacturer and model designation, current transformer ratios, potential transformer ratios, and relay settings. 12. Busway manufacturer and model designation, current rating, impedance, lengths, size, and conductor material. 13. Motor horsepower and NEMA MG 1 code letter designation. 14. Low -voltage conductor sizes, lengths, number, conductor material and conduit material (magnetic or nonmagnetic). 15. Medium -voltage conductor sizes, lengths, conductor material, conductor construction and metallic shield performance parameters, and conduit material (magnetic or nonmagnetic). 3.4 LABELING A. Apply one arc -flash label on the front cover of each section of the equipment and on side or rear covers with accessible live parts and hinged doors or removable plates for each equipment included in the study. Base arc -flash label data on highest values calculated at each location. B. Each piece of equipment listed below shall have an arc -flash label applied to it: 1. Motor -control center. 2. Low -voltage switchboard. 3. Switchgear. S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes 4. Medium -voltage switch. 5. Medium voltage transformers 6. Low voltage transformers. 7. Panelboard and safety switch over 250 V. 8. Applicable panelboard and safety switch under 250 V. 9. Control panel. C. Note on record Drawings the location of equipment where the personnel could be exposed to arc -flash hazard during their work. 1. Indicate arc -flash energy. 2, Indicate protection level required. 3.5 APPLICATION OF WARNING LABELS A. Install arc -flash warning labels under the direct supervision and control of Power System Analysis Specialist. 3.6 DEMONSTRATION A. Engage Power Systems Analysis Specialist to train Owner's maintenance personnel in potential arc -flash hazards associated with working on energized equipment and the significance of arc - flash warning labels. END OF SECTION S-E260573.19 Multi Unit Box Hangar and Hangar Access Taxilanes Additional Technical Specifications ITEM S-1 PROJECT SCHEDULE, MOBILIZATION AND FIELD OFFICE DESCRIPTION S-1-1.1 The work covered by this section consists of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for the establishment of all offices, buildings, and other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. This item shall also cover the mandatory project schedule to be updated and provided to the Engineer, as described herein. S-1-1.2 PROJECT SCHEDULE. A complete project schedule, including critical path, shall be provided by the Contractor at the Pre -Construction meeting and shall be explained by the Contractor to the meeting attendees. Any necessary runway and /or taxiway shutdown dates may be determined at the Pre -Construction meeting, or at a later time, as approved by the airport manager and coordinated by the Resident Project Representative. Interim project schedules shall be provided prior to processing each month's pay request and shall include the following, as necessary: a. Original baseline schedule; b. Updated schedule to current construction activity; c. Adjusted critical path; and d. Adjusted runway and/or taxiway shutdown dates. Each month's pay request will not be processed until the updated interim project schedule has been submitted to the Engineer. Any delay in the Engineer receiving the updated interim project schedule will cause a delay in processing that month's pay request. Refer to the General Notes as shown on the plans for any additional requirements. The Contractor shall not deviate from the approved construction sequence without first obtaining approval from the Engineer. S-1-1.3 STAGING AREA. The area designated on the plans as the Contractor's staging area, including ingress and egress to the construction site, shall be prepared for the storage of equipment and ,supplies. This shall include, but not be limited to,. grading, gates (for the Contractor's equipment and supplies), power supply, telephone service, field offices, etc., necessary for the Contractor to perform his responsibilities as required by the Contract. Restoring the site to pre -project conditions by grading and establishing grass shall be included in this item. The installation of a safety fence around the perimeter of the staging areas shall also be included in this bid item., as necessary. S-1-1.4 FIELD OFFICE. A temporary field office with security lock and "complete" set of keys separated from. the Contractor's Field Office shall be furnished to the Engineer for his sole use. The office shall be in clear view of the project area. The office shall be structurally sound, meet all local building codes for temporary structures and have a minimum of the following: S-1-1 a. 150 square feet of floor space; b. Entrance steps, as necessary; c. One office desk with office chair; d. One table suitable for drafting and layout with drafting chair; e. One table with chairs suitable for meetings; f. Filing cabinet and storage shelves; g. Commercial power supply with adequate outlets and lights; h. Approved heating and/or cooling units; i. Drinking water; j. Toilet facilities; k. Separate phone line and equipment including local phone service; 1. 3 MI3ps Internet service; m. Copy machine and supplies; and n. Portable hand-held aviation band radio. Contractor shall be responsible for payment of all monthly utility bills and installation fees. S-1-1.5 ADDITIONAL REQUIREMENTS. Refer to the General Notes as shown on the plans for additional requirements. METHOD OF MEASUREMENT S-1-2.1 Measurement for this item will be by the lump sum as the work progresses. BASIS OF PAYMENT S-1-3.1 All work covered by this section will be paid for at the contract lump sum price for "Mobilization, Etc." Partial payments for the "Mobilization, Etc." bid item will be made with the first and second partial pay estimates paid on the contract, and will be made at the rate of 50% of the lump sum price for "Mobilization, Etc." on each of these partial pay estimates, provided the amount bid for "Mobilization, Etc." does not exceed 59/o of the total amount bid for the contract. Where the amount bid for the item of "Mobilization, Etc." exceeds 5% of the total amount bid for the contract, 2-1/2% of the total amount bid will be paid on each of the first two partial pay estimates, and that portion exceeding 5% will be paid on the last partial pay estimate. S-1-2 Payment will be made under: Item S-1-3.1 Mobilization Per Lump sum END OF ITEM S-1 S-1-3 ITEM S-2 SHOP DRAWINGS, PROJECT DATA, AND SAMPLES DESCRIPTION S-2-1.1 Contractor shall furnish all Iabor, materials, tools, equipment, and perform aII work and services necessary for or incidental to the furnishing, processing, delivery, reproduction and other necessary functions incidental to scheduling and handling of shop drawings, project data, and samples as indicated on the plans and/or as specified, in accordance with provisions of the Contract Documents, and completely coordinated with work of all trades. a. Although such work is not specifically shown or specified, all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for completion of work under this item shall be furnished and performed as part of this item. b. See appropriate sections for specific items for which data and/or samples are rcquired. GARNER S-2-2.1 SUBMITTAL, ADDRESS. All items shall be submitted electronically. Th of submission is utilizing the Newforina Info Exchange project page provided by4. will provide a link to the project page for the Contractor to make submittals, to submit RFI's, and upload large files as necessary. There Is no cost for using this service. if for Some roason +ho f ontrartor G-aa-44ot nnad Gopy o he 44tal via 4p--- Pa4:w4k to iW Vroj @Gt Manager, Chri-a-.cgUlhit :eitr'�, If Hard copies are required the KS F-agir.aarc r r S-2-3.1 SUBMITTALS, GENERAL. GARVER Attn: Vladimir Stevanovic 3010 Gaylord Parkway, Suite 190 Frisco, TX 75034 a. Contractor shall be responsible for and make all submissions. All items shall be transmitted electronically and include a Contractor's review stamp. b. Each transmittal will be sequentially numbered starting with No. 1. (1) An item that is resubmitted will retain the original number but with an added suffix starting with A. (2) Only one specification division should be covered by one letter of transmission. (3) Sufficient catalog information together with catalog cuts and technical data must be submitted to allow an evaluation to be made to determine whether or not the item in question is acceptable. c. No submittals will be returned to subcontractors. Submittals transmitted to the Engineer by anyone other than the Prime Contractor will be returned to the Prime Contractor. S-2-1 d. Submit items sufficiently in advance of date required to allow reasonable time for review, and to allow for resubmission if necessary. Items submitted without Contractor's approval stamp will be returned, without action, for resubmission. Items that are not submitted in accord with the provisions of this item will be returned, without action, for resubmission. e. Operation and Maintenance Manual, and/or warranties where required, shall be separate transmittal. 5-2-4.1 SUBMITTALS / SHOP DRAWINGS PROCEDURE. a. Submit as indicated above. Identify submittals as to manufacturer, item, use, type, project designation, specification section or drawing detail reference, and other pertinent information. b. Submit an electronic copy of each submittal until approval is obtained. (1) If hard copies are required, submit a minimum of four (4) hard copies, for the Engineer plus the number required by the Contractor, of each submittal until approval is obtained. Submit in or around mailing tube; do not fold. c. Allow clear space for stamping on right hand side. Contractor shall stamp his approval on drawings prior to submission to Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Marks on submittals by Contractor shall not be in red. d. Submit standard items like equipment brochures, cuts of fixtures, or standard catalog items (reproducible not required). Indicate exact item or model and all proposed options. Include scale details, sizes, dimensions, performance characteristics, capacities, wiring diagrams, controls, and other pertinent data. e. All submittals for items to be used in construction of the project shall be submitted to the engineer for review and approval no less than ten (10) days prior to commencement of all related construction activities. S-2-51 SUBMITTALS, SAMPLES. a. Submit to address indicated above. Identify submittals as to manufacturer, item, use, type, project designation, specification section of drawing detail reference, and other pertinent information. b. Forward with transmittal letters. Include brochures, shop drawings, and installation instruction. Contractor shall stamp his approval on drawings prior to submission to Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Resubmit samples of rejected items. e. Approved samples submitted or constructed, constitute criterion for judging completed work. Finished work or items not equal to samples will be rejected. d. Samples will be retained for comparison purposes and/or the Contractor shall remove samples as directed. Contractor shall pay all costs of furnishing and removing samples. 5-2-2 S-2-6.1 SUBMITTALS, APPROVAL OR REJECTION. a. Transmittals returned with Approval are considered ready for fabrication and/or installation. If for any reason a transmittal that has an A or B approval is resubmitted, it must be accompanied by a letter pointing out the changes that have been made and the reason for the re -submittal. It shall be the Contractor's responsibility to assure that the previously approved documents are destroyed when they are superseded by a re -submittal as such. b. Transmittals with approval combined with Action "Revise and Resubmit" or "Rejected" will be individually analyzed giving consideration as follows: (1) If the items or system proposed is acceptable and the majority of the major individual components (Drawings or Documents) are in compliance; however, there are some minor items not in compliance. The portion of the transmittal given "Revise and Resubmit" or "Rejected" will not be distributed (unless previously agreed to otherwise). Copies of the "Revise and Resubmit" or "Rejected" drawings will be marked up and returned to the Contractor electronically. It shall be the Contractor's responsibility to insure that these items are corrected and resubmitted. (2) If the items or system proposed are acceptable; however, the major part of the individual drawings or documents are incomplete or require revision, the entire submittal will be given "Revise and Resubmit" or "Rejected" action. Again, it is reiterated that this is at the sole discretion of the Engineer and some drawings may contain relatively few or no comments for the statement, "Resubmit" to maintain a complete package. Distribution to the Owner and field will not be made unless previously agreed to otherwise. (3) Approval is general and does not permit departure from Contract Documents; relieve Contractor from responsibility for errors in detail, dimensions or related items; approve departure from previous instructions or details; components, wiring, etc., required to make item operational or usable. (4) Manufacture or fabrication of items prior to final approval is at Contractor's own risk. S-2-7.1 REQUIRED SHOP DRAWINGS, CERTIFICATE, OR REPORTS. Shop drawings, certificate, or reports shall be submitted on the following items, as appropriate, for approval. The foIIowing list is not considered all-inclusive. The Contractor shall supply all submittals required by the plans and specifications. Specification Submittal P-151 Clearing and Grubbing Blasting plan P-152 Excavation, Subgrade, and Embankment Borrow excavation P-153 Controlled Low -Strength Material (CLSM) Mix design with materials P-154 Subbase Course A re ate mixture P-155 Lime Treated Subgrade Soil -Lime mixture List of E ui meat P-156 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Temporary Seeding Erosion control plan S-2-3 Storm Water Pollution Prevention Plan (SWPPP) P-157 Cement Kiln Dust (CKD) Treated Subgradc Soil-CKD mixture List of Equipment P-158 Fly Ash Treated Subgrade Soil -Fly Ash mixture List of Equipment P-208 Aggregate Base Course Aggregate mixture P-209 Crushed Aggregate Base Course A gre ate mixture P-210 Caiiche Base Course Aggre ate mixture P-211 Lime Rock Base Course Aggre ate mixture P-301 Soil -Cement Base Course Aggregate mixture a. Concrete Mix Design for each class of concrete used b. Reinforcing Steel c. Seed, Fertilizer, Hydromulch, Lime, and Nutrients Certificates d. Joint Sealing Materials (Backer Rods, Sealants & Expansion Material) e. Glass Beads for Pavement Markings f. Aggregate Samples and Test Results for Crushed Aggregate Base Material g. HMAC Mix Designs h. Lime Certificates and Data for Material to be Used in Lime Stabilized Subgrade i. Erosion Control Matting j. Silt Fencing END OF ITEM 8-2 k. Precast Headwalls and/or Safety End Treatments 1. Pavement Paint Certificates m. Bituminous Prime Coat n. Bituminous Tack Coat o. Reinforced Concrete Pipe p. Pipe Bedding Material q. Storm Water Pollution Prevention Plan (Not for Review) r. Embankment Material s. Topsoil t. Electrical Components u. Structural Geogrid Subgrade Materials v. Underdrain Materials 5-2-4 This Page Intentionally Left Blank S-2-4 ITEM S-4 TRENCH AND EXCAVATION SAFETY SYSTEMS DESCRIPTION 5-4-1.1 This section covers excavation and supporting systems for trenches and other excavated areas to protect the safety of workers, provide suitable means for constructing utility lines, culverts, storm sewers, inlets, junction boxes, headwalls, electrical cable and conduit, etc. and to protect public or private property, including existing utilities. This section shall govern the designing, furnishing, installing, maintaining and removing of temporary Trench and Excavation Safety System(s) for protecting workers in excavations. S-4-1.2 Where existing buildings, utilities, streets, highways, or other structures are in close proximity to the trench, adequate protection shall be provided by the use of sheeting and shoring to protect the buildings, utilities, streets, highways, or other structures from possible damage. In the case of utilities, the Contractor may elect to remove the utility provided that the removal and subsequent replacement rneets with the approval of the Construction Manager, the utility owner, or whoever has jurisdiction of the structure. In all cases, it shall be the responsibility of the Contractor to protect public and private property and any person or persons who might, as a result of the Contractor's work, be injured. S-4-1.3 Trenches as used herein, shall be considered as follows: a. Any narrow excavation (in relation to its depth) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet. b. Trench safety system requirements apply to larger open excavations if the erection of structures or other installations limits the space between the excavation slope and the installation to dimensions equivalent to a trench as defined. S-4-1.4 The current edition of the Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trench Safety Systems (29 CFR 1926, Subpart P) is hereby incorporated into the Contract Documents by reference and shall be deemed to be included in the Contract the same as though being written out in full. The requirements of 29 CFR 1926 shall be the minimum requirements for this specification. "Trench and Excavation Safety System" as used herein shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project or to provide protection of buildings, utilities, streets, highways, or other structures from possible damage. It is the sole responsibility of the Contractor, and not the City or Engineer, to design, furnish, install, and maintain for the specific applicability of a Trench and Excavation Safety System to the field conditions to be encountered on the job site during the project. It is the sole responsibility of the Contractor to design, implement, and maintain Trench and Excavation Safety System(s) meeting the requirements of the referenced OSHA regulations. The Contractor shall indemnify and hold harmless the City and Engineer from all damages and cost that may result from failure of methods or equipment used by the Contractor to provide Trench and Excavation Safety System(s). S-4-1 SUBMITTALS S-4-2.1 Submittals shall be in accordance with specification S-2, Shop Drawings, Project Data, and Samples. Excavation shall not proceed until the Owner and Engineer have received the Contractor's Trench and Excavation Safety System Plan(s) for the project. Prior to starting any excavation, the Contractor shall submit to the Owner and Engineer: a. A Trench and Excavation Safety System Plan(s) developed specifically for the project. The Trench and Excavation Safety System Plan(s) shall include all engineering calculations used for design and shall be sealed by a professional engineer, licensed in the State of Texas. b. Shop drawings containing, at a minimum, the following information: 1. Detailed drawings of the Trench and Excavation Safety System(s) meeting the requirements of the referenced OSHA regulations. The drawings shall note the required load carrying capacity, dimensions, materials, and other physical properties or characteristics in sufficient detail to describe thoroughly and completely the Trench and Excavation Safety System(s). 2. Drawings, notes, or tables clearly detailing the specific areas of the project in which each Trench and Excavation Safety System shall be used, the permissible size of the excavation, the length of time that the excavation shall remain open, the means of egress from the excavation, the location of material storage sites in relation to the excavation, the methods for placing/compacting bedding/backfill within the safety of the system, any excavation safety equipment restrictions and subsequent removal of the system. 3. Recommendations and limitations for using the Trench and Excavation Safety System(s). c. Manufacturer's tabulated data or other tabulated data for Trench and Excavation Safety System(s) consisting of pre-engineered protective systems such as trench shields, aluminum hydraulic shoring, timber shoring, pneumatic shoring, or trench jacks, or benching or sloping or other protective systems that are not designed specifically for the Project. Manufacturer's tabulated data shall meet the requirements in OSHA and shall describe the specific equipment to be used on the Project. Tabulated data must bear the seal of the licensed professional engineer who approved the data. Manufacturer's tabulated data shall be an attachment to the Contractor's Trench and Excavation Safety System Plan(s). EXECUTION S-4-3.1 The Contractor shall implement the Trench and Excavation Safety System(s) and conduct affected work in accordance with the same. 5-4-3.2 The system shall be in use during all phases of construction, as required. S-4-3.3 Neither the Engineer nor the Owner will be responsible for ensuring the trench safety system is constructed and utilized in accordance with the Trench and Excavation Safety System plan. This shall be the sole responsibility of the Contractor. S-4-3.4 Provide dewatering and drainage services in accordance with Item S-11, Dewatering the Project Site. S-4-2 METHOD OF MEASUREMENT S-4-4.1 Trench safety shall be measured on a lump sum basis only for those trenches that workers would reasonably be expected to enter and only for those trenches exceeding five feet in depth. No evaluation of the adequacy of the trench safety precautions will be made by the Engineer since the means, methods, and responsibility for safety rest solely with the Contractor. BASIS OF PAYMENT S-4-5.1 Payment for trench safety, measured as prescribed above, will be made at unit bid price per centerline linear foot of trench. The unit bid price shall include full compensation for designing, furnishing, and installing the system; for dewatering; and for maintaining, replacing, repairing, and removing the Trench and Excavation Safety System and for sloping, special clearing, and excavation necessary to safely implement the Trench and Excavation Safety System. No payment will be made for Trench and Excavation Safety Systems made necessary by the Contractor's selection of an optional design or sequence of work that creates the need for the Trench and Excavation Safety System. Payment will be made under: Item S-4-5.1 Trench Excavation Safety Protection Per Lump Sum END OF ITEM S-4 S-4-3 S-4-4 ITEM S-7 TEMPORARY SEDIMENT CONTROL FENCE DESCRIPTION S-7-1.1 This item describes the installation of temporary sediment control fences utilized during construction and prior to the final development of the project site. Submittals, including manufacturer's catalogue sheets and all other pertinent information on geotextile fabric, shall be provided to the Engineer prior to ordering any materials to be used on the project for erosion or sediment control. EQUIPMENT AND MATERIALS S-7-2.1 Fabric. Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control fence fabric." S-7-2.2 Posts. Provide straight steel posts with a minimum length of 54 in., unless otherwise shown on the plans. T-shaped steel posts shall have a minimum weight of 1.3 lb. per foot. S-7-2.3 Net Reinforcement. Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2" x 4", at least 42" wide, unless otherwise shown on the plans. S-7-:2.4 Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 5-7-2.5 Used Materials. Use recycled material meeting the applicable requirements if accepted by the Engineer. EXECUTION S-7-3.1 Provide temporary sediment control fence near the downstream perimeter of a disturbed area at the locations shown in the plans or as directed by the Engineer to intercept sediment from sheet flow. S-7-3.2 Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the project is accepted by the Owner. Remove erosion and sedimentation control systems promptly, in an appropriate manner, when directed by the Owner. S-7-3.3 Remove and dispose of sediment deposits off -site. Off -site disposal will be at the expense of the Contractor. Sediment shall not be allowed to flush into streams or drainage ways. If sediment has been contaminated, it shall be disposed of in accordance with existing federal, state and local regulations. S-7-3.4 Damage caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately at the expense of the Contractor. S-7-3.5 Conduct all construction operations under this Contract in conformance with the erosion control practices described. S-7-3.6 Inspection of temporary sediment control fences shall occur after each rainfall or daily during periods of prolonged rainfall. Inspection shall occur at least once a week during rainless periods. S-7-1 Repair or replace damaged section immediately to restore the requirements of this item. Sediment deposits shall be removed when they reach one-third of the height of the fence. CONSTRUCTION METHODS 5-7-4.1 Installation of Posts. Embed posts at least 18" deep, or adequately anchor, if in rock, with a spacing of 6' to 8', and install on a slight angle toward the run-off source. S-7-4.2 Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6" to 8" of fabric. Provide a minimum trench cross-section of 6" x 6". PIace the fabric against the side of the trench and align approximately 2" of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. 5-7-4.3 Fabric and Net Reinforcement Attachment. Unless otherwise shown under the plans, attach the reinforcement to steel posts with T-clips, in at least 4 places equally spaced. Sewn vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15" or less. S-7-4.4 Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6" attached in at least 6 places equally spaced, unless otherwise shown under the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: a. Fabric with minimal or no visible signs of biodegradation (weak fibers); b. Fabric without excessive patching (more than 1 patch every 15' to 20'); c. Posts without bends; and d. Backing without holes. 5-7-4.5 The Contractor shall remove all temporary sediment control fence upon establishment of the permanent variety of grass as described in FAA Item T-901, Seeding. In addition, the Contractor shall grade the ruts created by the removal of the temporary sediment control fence and reseed the graded areas as a subsidiary cost to the cost of the temporary sediment control fence. METHOD OF MEASUREMENT 5-7-5.1 Measurement for work performed under this item shall be specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. BASIS OF PAYMENT 5-7-6.1 Payment for work performed under this item shall be as specified under FAA Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. END OF ITEM S-7 5-7-2 DIVISION II ATTACHMENTS ATTACHMENT GEOTECHNICAL INVESTIGATION REPORT GALiAnce 6 GEOTECHPIICAL C�iOUP Mr. Chris A. Whitfield, P.E. Senior Project Manager KSA Engineers, Inc. 8875 Synergy Drive McKinney, Texas 75070 Re: Geotechnical Investigation 10-Unit Box Hangar and Hangar Access Taxi lanes West Hangar Development Fort Worth $pinks Airport City of Fort Worth, Texas KSA Project No. 1=WS.002 AGG Report No. ILE15-007 Dear Mr. Whitfield: GEOTECHNICAL ENGINEERING ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIALS ENGINEERING AND TESTING April 2, 2015 Submitted herein is our geotechnicai report for the project referenced above. This study was performed in general accordance with KSA Task Order No. FWS.002GEO, dated March 17, 2015. Verbal Notice -To -Proceed with our investigation was granted by Mr. Chris Whitfield, P.E. on March 2, 2015. Boring locations were located in the field by representatives of the client on March 12, 2015. This report describes the results of our field and laboratory investigations together with recommendations for the design and construction of the planned project. For your construction materials testing and related quality assurance requirements, it is recommended that this work be performed by Alliance Geotechnical Group, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We appreciate the opportunity to assist you on this project phase. Please call should you have any questions or when we can be of further assistance. Sincerely,CIF to ALLIANCE GEOTECHNICAL GROUP, INC. o :" 10 e. , � i. .lilt. . ...... i E/ Terry W. Oswald, P.E. Vice President TBPE Firm Registration Number 1970 Copies Submitted: (3) s 317 W. Harrison Road Longview, Texas 75604 Tel:903-759-5395 0 Fax.903-759-0619 v www.aggengr.com GEOTECHNICAL INVESTIGATION 10-UNIT BOX HANGAR AND HANGAR ACCESS TAXILANES All:M d : l_1 L I:H:1M Q ATA =1 Ko], Lyf 1 =1 ► I I FORT WORTH SPINKS AIRPORT CITY OF FORT WORTH, TEXAS KSA PROJECT NO. FWS.002 AGG REPORT NO. LE16-007 TO KSA ENGINEERS, INC. McKINNEY, TEXAS BY ALLIANCE GEOTECHNICAL GROUP, INC. LONGVIEW, TEXAS APRIL 2, 2016 ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 TABLE OF CONTENTS 's m 1. PROJECT DESCRIPTION -------------------------------------------------------------------------------- 1 2. PURPOSE AND SCOPE ---------------------------------------------------------------------------------- 1 3. FIELD INVESTIGATION-------------------------------------...._...._........----....----......----------------------2 4. LABORATORY INVESTIGATION----------------------..__-_-----.._------------------------------_-----3 5. GENERAL SITE AND SUBSURFACE CONDITIONS---------------------------------------------4 5.1 SITE CONDITIONS------------------------------------------------------- ....._............-------- 4 5.2 SUBSURFACE CONDITIONS -------------------------------------------------------------------- 4 5.3 GROUNDWATER CONDITIONS---------------------------------------------------------------- 5 5.4 EVALUATION OF SULFATE CONCENTRATIONS -----------------------------------------6 6. ANALYSES AND GEOTECHNICAL RECOMMENDATIONS ------------------------------------ 6 6.1 STRUCTURES---------------------------------------............------------------------------------------ 7 6.1.1 SOIL MOVEMENT-------------------------------------_---------------------------------- 7 6.1.2 SUPPORT OF STRUCTURAL LOADS ---------------------------------------------- 8 6.1.3 SLAB -ON -GRADE SUBGRADE PREPARATION --------------------------------- 8 6.1.3.1 EXCAVATION AND REPLACEMENT WITH SELECT FILL------- 10 6.1.3.2 EXCAVATION AND MECHANICAL REWORKING OF CLAY SUBGRADE SOILS AND PLACEMENT OF SELECT FILL BUILDING PAD "CAP ------------------------------------------------- 13 6.1.4 SLAB -ON -GRADE FOUNDATION SYSTEMS ----------------------------------- 17 6.1.4.1 POST -TENSIONED SLAB -ON -GRADE FOUNDATION DESIGN PARAMETERS --------------------------------------------------- 18 6.1.5 PIPE CONNECTIONS AND BEDDING -------------------------------------------- 20 6.2 PAVEMENTS--------------------------------------------------------------------------------------- 20 6.2.1 AIRCRAFT LOADING CONDITIONS ----------------------------------------------- 20 6.2.2 PAVEMENT SUBGRADE DESIGN PARAMETERS---------------------------- 20 6.2.3 FAA PAVEMENT ANALYSES AND DESIGN STUDIES ----------- -------- 22 6.2.4 RIGID (PORTLAND CEMENT CONCRETE) PAVEMENT DESIGN-------- 23 6.2.5 FLEXIBLE (HOT MIX ASPHALTIC CONCRETE) PAVEMENT DESIGN-- 24 6.2.6 DIFFERENTIAL UPWARD PAVEMENT MOVEMENTS----------------------- 25 6.2.7 PAVEMENT SUBGRADE PREPARATION --------------------------------- ---- 26 6.2.8 PAVEMENT SUBGRADE TREATMENT ------------------------------------------ 30 6.2.9 FLEXIBLE BASE COURSE----------------------------------------------------------- 31 6.2.10 HOT MIX ASPHALTIC CONCRETE------------------------------------------------ 32 6.2.11 PAVEMENT SUBGRADE DRAINAGE --------------------------------------------- 33 6.3 CONSTRUCTION CONSIDERATIONS------------------------------------------------------ 34 6.4 SECONDARY DESIGN CONSIDERATIONS ----------------------------------------------- 34 6.5 QUALITY ASSURANCE----------------------------------------------- ------------------------ 35 7. INSPECTION AND TESTING -------------------------------------------------------------------------- 36 8. LIMITATIONS ---------------------------------------------------------------------------------------------- 36 ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 TABLE OF CONTENTS (Cont.) ILLUSTRATIONS 9 141k z PLANOF BORINGS-------------------------------------------------------------------------------------------1 LOGS OF BORINGS ---------------------------------------------------------------------------------------- 2-6 KEY TO LOG TERMS & SYMBOLS-----------------------------------------------------------------------7 SULFATE CONTENT IN SOILS — COLORIMETRIC METHOD ------------------------------------- 8 ONE DIMENSIONAL (FREE) SWELL TEST RESULTS ---------------------------------------------- 9 ATTERBERG LIMIT DETERMINATION ON LIME STABILIZED SOILS----------------------------------------------------------------------------- 10 CALIFORNIA BEARING RATIO (CBR) TEST RESULTS ------------------------------------------ 11 APPENDICES APPENDIX A: MEASURES TO MINIMIZE DEEP SEATED SWELL APPENDIX B: FAA PAVEMENT ANALYSES AND DESIGN STUDIES ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 GEOTECHNICAL INVESTIGATION 10-UNIT BOX HANGAR AND HANGAR ACCESS TAXILANES WEST HANGAR DEVELOPMENT FORT WORTH SPINKS AIRPORT CITY OF FORT WORTH, TEXAS KSA PROJECT NO. FWS.002 1. PROJECT DESCRIPTION The proposed project includes construction of one (1) new 10-Unit Box Hangar and associated Hangar Access Taxilanes at Fort Worth Spinks Airport in the City of Fort Worth, Texas. Specifically, the new approximately 120-feet by 307-feet (approximately 36,840 square feet) 10-unit structure and associate paving are planned generally along the north side of the existing hangar facilities. Specifically, the new improvements are planned along the west side of Taxiway A, east side of Wings Way, and between Taxiway F and Taxiway G. Hangar Access Taxilanes will be constructed along the north and south sides of the new structure. Automobile parking is planned along the west side of the structure, abutting Wings Way. The proposed new structure is planned to consist of a single story, free standing pre-engineered metal building with concrete slab. It is understood that a conventional stiffened and strengthened slab -on -grade foundation system with turned down perimeter and interior stiffener beams is likely the preferred foundation system for support of the new structure. The new aircraft pavement sections will be designed and constructed to meet FAA design requirements, based on aircraft traffic and loading conditions provided by the Engineer. Final grading plans were not completed at the time of this report. However, based on preliminary grading requirements and discussions with the client, it is understood that minimal site grading (cuts and fills of less than about one (1) to two (2) feet will typically be required for construction of the planned improvements. Isolated areas may require additional site grading to facilitate surface water drainage improvements and new construction. A general layout of the proposed improvements is shown on the Plan of Borings, Figure 1. 2. PURPOSE AND SCOPE This investigation was designed to evaluate subsurface conditions at the project site and to develop engineering soil design parameters and recommendations to be used to guide design and construction of the planned project. Our scope of services included: obtaining samples of the subsurface soil formations and making groundwater observations within the limits of five (5) exploratory borings for evaluation of general soil and groundwater conditions; 2. obtaining representative samples of the anticipated subgrade soils for laboratory Proctor compaction and California Bearing Ratio (CBR) tests for evaluation of load bearing characteristics of the existing subgrade soils; 3. performing laboratory soil tests for soil classification, swell, and strength characteristics of the subsurface strata; 4. performing laboratory Proctor compaction and California Bearing Ratio (CBR) tests for evaluation of the design CBR values; ALLIANCE GEOTECHNICAL GROUP, INC. LEI 6-007 PAGE 1 5. providing foundation recommendations for support of the proposed structure, including foundation type(s), depths, allowable bearing capacity and subgrade preparation procedures which may be used to minimize post -construction movement of the foundation system; 6. performing pavement design studies for new pavement construction in accordance with FAA design requirements, based on aircraft traffic and loading conditions provided by the client; 7. providing recommended pavement sections (asphaltic concrete and Portland cement concrete) for new pavement construction; 8. providing recommendations for pavement subgrade preparation, including recommended dosage rates of stabilization additive and guideline specifications for subgrade stabilization, if applicable; 9. providing recommendations for compaction of earthwork and recommendations for suitable fill materials, placement, and compaction; and; 10. discussion of potential construction problems. 3. FIELD INVESTIGATION Subsurface conditions were evaluated by a total of five (5) sample test borings drilled on March 16, 2015 within the limits of the proposed improvements. Boring locations were selected jointly by representatives of KSA Engineers, Inc. and Alliance Geotechnical Group, Inc., and staked in the field by representatives of KSA Engineers, Inc. The approximate boring locations are shown on the Plan of Borings, Figure 1. Borings were drilled to depths ranging from about 10 to 25 feet below existing grade to evaluate subsurface conditions within the limits of the proposed improvements. Specifically, Borings B-1 and B-2, located within the limits of the proposed Box Hangar structure, extended to depths of about 25 feet below existing grade, while Borings B-3 through B-5, located within the limits of the proposed paving, extended to depths of about 10 feet below existing grade. Sample depth, soil description and classification (based on the Unified Soil Classification System) are shown on the Logs of Borings, Figures 2 through 6. A key to the descriptive terms and symbols used on the logs is presented on Figure 7. The locations and elevations indicated on the boring logs were provided by the client. The borings were advanced using continuous flight augers. The subsurface soils were sampled using 3-inch diameter Shelby tube samplers in accordance with ASTM D1587. Texas Department of Transportation (TxDOT) Cone Penetration (TCP) tests (Tex-132) were performed at maximum five foot intervals within the underlying limestone formation. In accordance with TxDOT Test Method Tex-132, this test consists of measuring the penetration of a 3-inch diameter cone driven with a 170 pound hammer, free -falling from a height of 24 inches. The results of all field tests are tabulated at the appropriate test interval on the boring logs. Bulk samples of the limestone materials were also obtained from the flight augers at the respective test intervals for further visual identification. The boreholes were logged in the field, including visual examination of all samples, by Alliance Geotechnical Group, Inc. representatives, classified, and packaged for transport to the laboratory for further identification and classification. Borings were drilled dry, without the aid of drilling fluids, to allow groundwater observations while drilling. Groundwater observations were made during drilling, after completion of the respective borings, and at ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 2 the end of the day's drilling activities. These observations are reported on the boring logs. All borings were backfilled with soil cuttings and the surface tamped after final water levels measurements. One (1) representative bulk subgrade sample was obtained for evaluation of Proctor compaction and California Bearing Ratio (CBR) characteristics. The CBR sample, CBR-1, consisted of the clay subgrade soils obtained within the upper soil profiles at Borings B-3 through B-5 and combined to produce one (1) representative bulk subgrade sample. 4. LABORATORY INVESTIGATION Upon return to the laboratory, all soil samples were visually examined and classified by an Alliance Geotechnical Group, Inc. geotechnical engineer and representative specimens were selected for testing. The laboratory testing program was directed toward evaluation of the physical and engineering characteristics of the subsurface soils. Classifications were verified by determination of natural moisture content, liquid and plastic limits, and percent fines passing the No. 200 sieve. The results of these tests are tabulated at the appropriate sample depth on the boring logs. Strength characteristics of the subsurface clay soils were evaluated in the field by calibrated hand penetrometer strength determinations. Likewise, strength characteristics of the underlying limestone formation was evaluated in the field by Texas Department of Transportation (TxDOT) Cone Penetration (TCP) tests. These test results are also shown at the appropriate sample depth on the boring logs. Laboratory analytical tests were performed on representative samples of the clay subgrade soils in accordance with TxDOT Test Method Tex-145E, Part 11 (Colorimetric Method) to determine concentrations of sulfates for evaluation of the potential for sulfate induced heave. These test results are summarized on Figure 8. One dimensional swell tests (ASTM D4546) were performed on representative samples of the overburden clay soils to evaluate potential swell characteristics of the subsurface soils. These test results are summarized on Figure 9. The optimum content of stabilization additives were evaluated by a series of liquid and plastic limit tests on lime treated soils. These results are shown on Figure 10. One (1) California Bearing Ratio (CBR) test was performed on recompacted subgrade soil samples. The CBR sample, CBR-1, consisted of the clay subgrade soils obtained within the upper soil profiles at Borings B-3 through B-5. A total of five (5) CBR values were determined on samples compacted to varying moisture contents and densities. The samples were soaked for 96 hours prior to determination of the CBR value. The results of these tests are shown on Figure 11. All field and laboratory tests were performed in accordance with ASTM and/or TxDOT test standards. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 3 S. GENERAL SITE AND SUBSURFACE CONDITIONS 6.1 Site Conditions The site of the proposed new 10-Unit Box Hangar and associated Hangar Access Taxilanes is generally located along the north side of the existing hangar facilities. Specifically, the new improvements are planned along the west side of Taxiway A, east side of Wings Way, and between Taxiway F and Taxiway G. Hangar Access Taxilanes will be constructed along the north and south sides of the new structure. Automobile parking is planned along the west side of the structure, abutting Wings Way. The topography across the site is relatively flat to gently sloping downwards towards the southeast with borehole elevations ranging from about El 695.38 (Boring B-2) to El 698.27 (Boring B-4). Final grading plans were not completed at the time of this report. However, based on preliminary grading requirements and discussions with the client, it is understood that minimal site grading (cuts and fills of less than about one (1) to two (2) feet will typically be required for construction of the planned improvements. Isolated areas may require additional site grading to facilitate surface water drainage improvements and new construction. Surface vegetation, where present, consists of native grasses and weeds. A general layout of the site is shown on the Plan of Borings, Figure 1. 5.2 Subsurface Conditions The site of the proposed improvements is geologically located in an area underlain by the Grayson Marl and Main Street Limestone (undivided), as indicated on the Dallas Sheet of the Geologic Atlas of Texas. Soil formations encountered at the site are shown in detail on the boring logs, Figures 2 through 6. These soils generally consist of relatively low to highly plastic (CL & CH) clay, sandy clay and calcareous clay soils, both fill and natural, underlain by limestone strata. Note that depth on the boring logs refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. Fill and/or possible fill soils consisting of relatively low (CL) sandy clay and moderately to highly plastic (CL & CH) clay soils containing varying amounts of sand were encountered in Borings B-1, B-2, and B-4 to depths ranging from about 2 to 3 feet below existing grade at the boring locations. These clay fill soils are generally moist and considered stiff to very stiff in consistency at the present time as a result of recent rainfall, having penetrometer readings ranging from about 1.5 to 2.75 tons per square foot (tsf). The sandy clay fill soils encountered at Boring B-1 exhibited a liquid limit of about 27, a plasticity index (Pl) of about 14, and contained about 61 percent fines (silt and clay passing the No. 200 sieve). In their rp esent moisture content (moisture contents about 5 percentage points above (+5%) their respective plastic limits), these sandy clay fill soils are generally considered only slightly to moderately expansive with future increases in moisture. The clay fill soils encountered at Borings B-2 and B-4 exhibited liquid limits ranging from about 44 to 50, plasticity indices (PI's) ranging from about 28 to 32, and contained about 61 to 63 percent fines (silt and clay passing the No. 200 sieve). In their rya esent moisture content (moisture contents ranging from about 3 to 6 percentage points above (+3% to +6%) their respective plastic limits), these clay fill soils are generally considered only slightly to moderately expansive with future increases in moisture. The subsurface soils generally consist of moderately to highly plastic (CL & CH) clay, sandy clay and calcareous clay soils containing varying amounts of iron stains and nodules, calcareous nodules and inclusions and limestone fragments, underlain by limestone strata. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 4 Specifically, highly plastic (CH) clay soils were encountered to depths ranging from about 4 to 7 feet below existing grade at the boring locations. The near surface, highly plastic (CH) clay soils are underlain by moderately plastic (CL) clay, sandy clay and calcareous clay soils to depths ranging from about 14 to 15 feet below existing at Borings B-1 and B-2. The near surface, highly plastic (CH) clay soils encountered at the boring locations are considered stiff to hard in consistency at the present time as a result of recent rainfall, having penetrometer readings ranging from about 1.5 tons per square foot (tsf) to in excess of 4.5 tsf. These clay soils exhibited liquid limits ranging from about 52 to 67, plasticity indices (PI's) ranging from about 32 to 51, and contained about 63 to 71 percent fines (silt and clay passing the No. 200 sieve). In their rp esent moisture content (moisture contents ranging from about 1 percentage point below (-1%) to 7 percentage points above (+7%) their respective plastic limits), these clay soils are generally considered moderately to highly expansive with future increases in moisture, as shown on Figure 9. The near surface, highly plastic (CH) clay soils are underlain by moderately plastic (CL) clay, sandy clay and calcareous clay soils at depths ranging from about 4 to 7 feet below existing grade at the boring locations. These clay soils are considered stiff to hard in consistency at the present time as a result of recent rainfall, having penetrometer readings ranging from about 1.5 tons per square foot (tsf) to in excess of 4.5 tsf. These clay soils exhibited liquid limits ranging from about 36 to 51, plasticity indices (PI's) ranging from about 20 to 34, and contained about 49 to 98 percent fines (silt and clay passing the No. 200 sieve). In their rp esent moisture content (moisture contents ranging from about 4 percentage point below (-4%) to 7 percentage points above (+7%) their respective plastic limits), these clay soils are generally considered only slightly to moderately expansive with future increases in moisture, as shown on Figure 9. The overburden clay soils encountered in Borings B-1 and B-2 are underlain by limestone strata at depths ranging from about 14 to 15 feet below existing grade at the boring locations. The upper portion of the limestone formation is typically weathered and fractured to varying degrees and is typically characterized by the presence of iron stains, iron stained fractures and clay seams and layers. The frequency of fractures and the thickness of the clay layers typically decreases with depth. The weathered limestone strata is the result of decomposition (weathering) of the underlying gray limestone strata. At this site, the upper portion of the limestone strata is tan in color, and contains iron stained fractures and clay seams and layers. At this site, the tan weathered limestone strata is underlain by tan and gray weathered limestone strata containing fractures to varying degrees, iron stains and occasional clay seams and layers at depths of about 17 feet below existing grade at the boring locations. The weathered limestone strata at this site are considered moderately hard to hard having field Texas Department of Transportation (TxDOT) Cone Penetration (TCP) test values ranging from 100 blows for about 1-114 to 1-1/2 inches of penetration. The hard gray limestone stratum, encountered at depths ranging from about 19 to 20 feet below existing grade in Borings B-1 and B-2, revealed field Texas Cone Penetrometer (TCP) test blow counts ranging from 100 blows for about 112 to 314-inch of penetration. 5.3 Groundwater Conditions At the time of this investigation, groundwater seepage was not encountered during drilling operations. All borings were dry and open to their respective 10 to 25-feet completion depths upon completion of the respective boring as indicated on the boring logs. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 5 Groundwater level observations performed at the end of the days drilling activities revealed groundwater below the drilled depths of the borings, as indicated on the boring logs. It should be recognized that groundwater levels will fluctuate with variations in seasonal precipitation, and surficial runoff. If construction occurs during or following periods of heavy rainfall, shallow groundwater may be encountered in the form of seepage through the cracks, fissures and fractures within the overburden clay soils and near the surface of the underlying tan weathered limestone stratum. Future construction activities may also alter the surface and subsurface drainage characteristics of this site. Therefore, the depth of groundwater should be verified just prior to construction. If there is a noticeable change from the conditions reported herein, Alliance Geotechnical Group, Inc. should be notified immediately to review the effects it may have on the design recommendations. It is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon short-term observations. Shallow groundwater levels are not desired for optimum pavement performance. At the time of our investigation (borings drilled March 16, 2015, after relatively prolonged periods of hot and dry (drought) summer and mild winter weather conditions), shallow groundwater seepage was not encountered during drilling operations. However, due to the potential for trapping surface water within granular (aggregate) base layers, subgrade drainage systems should be considered adjacent to all pavement sections containing granular (aggregate) base materials, if applicable. The purpose of the subsurface drainage system is to intercept any surface water and/or groundwater seepage trapped (perched) within the adjacent granular (aggregate) base layers. Recommendations regarding subgrade drainage improvements are presented in the following section of this report, Section 6.2.11, Pavement Subgrade Drainage. 5.4 Evaluation of Sulfate Concentrations Analytical testing was performed on representative samples of the clay subgrade soils to determine their concentrations of sulfates in accordance with TxDOT Test Method Tex- 145E, Part II (Colorimetric Method) for evaluation of the potential for sulfate induced heave. Results of these tests are summarized on Figure 8. Large detectable gypsiferous crystals were not detected during visual examination of the test samples. Likewise, test results indicated concentrations of sulfates within the selected test samples ranging from less than 200 parts per million (ppm) to about 644 ppm. According to recent research regarding "sulfate induced heave", sulfate concentrations in excess of 2,000 ppm (threshold level) indicates a moderate potential for "sulfate induced heave" if these soils are treated lime, cement, fly -ash or other additives having a pH in excess of 10. Sulfate concentrations in excess of 5,000 ppm indicates a high potential for "sulfate induced heave". Likewise, concentrations in excess of 10,000 ppm indicates that a serious problem associated with "sulfate induced heave" could occur during or after construction. Since concentrations of sulfates in the selected subgrade samples ranged from less than 200 ppm to about 644 ppm (well below the threshold level of 2,000 ppm), the subgrade soils encountered at the site should be suitable for lime stabilization. 6. ANALYSES AND GEOTECHNICAL RECOMMENDATIONS The recommendations given in this report were prepared exclusively for KSA Engineers, Inc., the City of Fort Worth, Fort Worth Spinks Airport, and their design consultants. The information supplied herein is applicable for the design of the previously described ALLIANCE GEOTECHNICAL GROUP, INC. LETS-007 PAGE 6 improvements to be constructed at the location indicated at this site and should not be used for any other purpose. 6.1 Structures 6.1.1 Soil Movement The subsurface exploration revealed the presence of expansive clay soils having a moderate to high shrink/swell potential at the site. Swell potential of the subsurface soils was estimated based on the physical and engineering properties of the clay soils (present moisture condition, hand penetrometer test results, one dimensional swell test results, and Atterberg limit test results), and the proposed site grading requirements. Specifically, potential vertical rise (PVR) calculations were performed using the results of the one dimensional swell tests to estimate the swell potential of the overburden clay soils at the time of our investigation. In addition, PVR calculations were performed using techniques outlined in TxDOT Test Method Tex-124-E, Determining Potential Vertical Rise. Based on the present moisture condition of the overburden clay soils at the time of our investigation (borings drilled March 16, 2015 after periods of recent rainfall) and the results of the one dimensional swell tests, it is estimated that floor slabs placed over the existing soils could be subject to upward ground movements on the order of about two (2) to four (4) inches of "active -zone" swell and up to about one-half (1/2) to one (1) inch of "deep-seated" swell. These swell studies are indicative of the swell potential based on the present moisture condition of the overburden clay soils at the time of our investigation. It should be noted that the borings were drilled March 16, 2015, after relatively prolonged hot and dry weather (drought) summer and mild winter conditions. However, the clay soils in the -upper soil profile were generally considered stiff to hard in consistency at the present time as a result of recent rainfall. If construction occurs in late summer or fall (after prolonged periods of hot and dry weather conditions), the near surface clay soils will become desiccated due to the hot and dry weather conditions. As a result, upward ground movements on the order of about four (4) to six (6) inches should be anticipated within the "active -zone" at this site. PVR calculations performed in accordance with TxDOT Test Method Tex-124-E, Determining Potential Vertical Rise, indicate that that floor slabs placed over the existing soils could be subject to upward ground movements on the order of about two (2) to four (4) inches of "active -zone" swell and up to about one (1) inch of "deep-seated" swell. It should be noted that these PVR calculations are based on empirical data and are not always indicative of actual field conditions. The assumed "active -zone" swell values are upward soil movements that could occur due to seasonal moisture changes and soil swelling within the upper twelve (12) feet. The "deep- seated" swell values are upward soil movements that could occur due to moisture changes and soil swelling below a typical twelve (12) feet deep "active zone". Deep-seated swell could occur due to groundwater fluctuations or free water sources such as ponding water conditions, percolation of water in unlined landscaped areas, Leaking sprinkler lines and/or leaking utility lines that are not detected and repaired in an expedient manner. Measures to minimize deep seated swell associated with artificial sources are provided in the Appendix A of this report. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 7 6.1.2 Support of Structural Loads The results of the field and laboratory tests show the presence of potentially expansive clays in the upper soil profile. It is understood that a conventional stiffened and strengthened slab -on -grade foundation system with turned down perimeter and interior stiffener beams is likely the preferred foundation system for support of the new structure. Final grading plans were not completed at the time of this report. However, based on preliminary grading requirements and discussions with the client, it is understood that minimal site grading (cuts and fills of less than about one (1) to two (2) feet will typically be required for construction of the planned improvements. Isolated areas may require additional site grading to facilitate surface water drainage improvements and new construction. As previously mentioned, the estimated swell potential for slab -on -grade construction is on the order of about four (4) to six (6) inches "active -zone" swell and up to about one-half (112) to one (1) inch of "deep-seated" swell, if construction occurs in late summer or fall and the surficial clay soils have become desiccated due to prolonged periods of hot and dry weather conditions. If construction occurs in late winter or spring and the surficial clay soils have become wet due to prolonged periods of rainy weather conditions, lower swell potentials should be anticipated. Due to the potential for significant upward slab movements, site preparation will be required to lower the potential soil movements of "active -zone" swell to more tolerable levels. Recommendations regarding subgrade preparation are provided below in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections. It should be noted that due to the presence of potentially expansive clay soils at this site, the recommended subgrade preparation procedures outlined below will be required for all ground supported floor slabs, including those used in conjunction with a pier and grade beam foundation system. A pier and grade beam foundation system utilizing a structurally supported (suspended) floor slab would not require extensive subgrade preparation. However, pier and grade beam foundation construction utilizing a structurally supported (suspended) floor slab is typically cost prohibitive for projects such as this. However, if desired, recommendations regarding the use of a pier and grade beam foundation system in conjunction with a structurally supported (suspended) floor slab can be provided for this project. 6.1.3 Slab -on -Grade Subgrade Preparation It is understood that a conventional stiffened and strengthened slab -on -grade foundation system with turned down perimeter and interior stiffener beams is likely the preferred foundation system for support of the new structure. As previously mentioned, the estimated swell potential for slab -on -grade construction is on the order of about four (4) to six (6) inches "active -zone" swell and up to about one-half (112) one (1) inch of "deep-seated" swell, if construction occurs in late summer or fall and the surficial clay soils have become desiccated due to prolonged periods of hot and dry weather conditions. If construction occurs in late winter or spring and the surficial clay soils have become wet due to prolonged periods of rainy weather conditions, lower swell potentials should be anticipated. Therefore, site preparation work will be required in order to lower the potential soil movements of "active -zone" swell to more tolerable levels. Due to the relatively small building area, water pressure injection to pre -swell the clay soils at this site would likely be cost prohibitive. Therefore, excavation and mechanical reworking of the subgrade soils in compacted ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 8 (moisture conditioned) lifts or excavation of the highly plastic clay soils and replacement with low plasticity, non -expansive select fill (clayey sand) appears to be the most cost effective alternatives of subgrade preparation. Typically, conventional slab -on -grade construction requires upward ground movements of about one (1) to two (2) inches (two (2) inches or less typically required for lightly loaded metal structures (i.e., structures not containing of brick and/or block veneer)). if designed and constructed properly, post -tensioned slabs can generally tolerate larger differential movements than conventional slab -on -grade construction. Typically, post -tensioned slab - on -grade construction requires potential upward ground movements of less than about two (2) inches. However, if constructed improperly, post -tensioned slabs tend to reflect cracking and distress same as conventional slab -on -grade construction. The recommendations for subgrade preparation provided below include minimum depths for excavation of the clay soils and replacement with low plasticity, non -expansive select fill (clayey sand) required to reduce potential upward slab movements within the "active -zone" to about two (2) inches and one (1) inch, respectively. Similarly, recommendations provided below also include the minimum depths for excavation and mechanical reworking of the on - site clay subgrade soils in compacted (moisture conditioned) lifts in conjunction with the use of a minimum two (2) feet thick low plasticity, non -expansive select fill (clayey sand) building pad "cap" required to reduce potential upward slab movements within the "active -zone" to about two (2) inches and one (1) inch, respectively. The purpose of the low plasticity, non - expansive select fill (clayey sand) building pad "cap" is to provide a moisture barrier above the moisture conditioned clay soils to prevent excessive moisture losses during and after construction. It should be noted that the depths of subgrade preparation required to reduce the potential upward slab movements are dependent on the moisture content of the subsurface soils at the time of construction. The depths of subgrade preparation provided below assume that construction occurs in late summer or fall and the surficial clay soils have become desiccated due to prolonged periods of hot and dry weather conditions. If construction occurs in late winter or spring (after the rainy season), and lower swell potentials are anticipated, it would be prudent to perform additional studies just prior to the start of construction to evaluate the moisture condition and associated swell potential of the subsurface soils at the time of construction in an effort to evaluate if shallower depths of subgrade preparation are possible as a result of favorable subsurface moisture conditions. It is recommended that, as a minimum, three (3) additional sample borings be drilled and sampled immediately prior to construction. In order to reduce potential upward slab movements within the "active -zone" to about two (2) inches, excavation of the surficial clay soils and replacement with low plasticity, non - expansive select fill (clayey sand) should be performed to minimum depths of at least four (4) feet below existing grade or final pad grade and/or at least three (3) feet below the bottom of the deepest grade beams, whichever is deeper. Alternately, excavation and reworking of the on -site clay soils to depths of at least seven (7) feet below existing grade or final pad grade and/or at least six (6) feet below the bottom of the deepest grade beams, whichever is deeper, will be required with the use of a minimum two (2) feet thick low plasticity, non -expansive select fill (clayey sand) building pad "cap". ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 PAGE 9 In order to reduce potential upward slab movements within the "active -zone" to about one (1) inch, excavation of the surficial clay soils and replacement with low plasticity, non - expansive select fill (clayey sand) should be performed to depths of at least six (6) feet below existing grade or final pad grade and/or at least five (5) feet below the bottom of the deepest grade beams, whichever is deeper. Alternately, excavation and reworking of the on -site clay soils to depths of at least nine (9) feet below existing grade or final pad grade and/or at least eight (8) feet below the bottom of the deepest grade beams, whichever is deeper, will be required with the use of a minimum two (2) feet thick low plasticity, non - expansive select fill (clayey sand) building pad "cap". Recommendations regarding the various subgrade preparation procedures indicated above, required to reduce the potential soil movements of "active -zone" swell to about two (2) inches and one (1) inch, respectively, are presented in the following sections of this report. As indicated above, it would be prudent to perform additional studies just prior to the start of construction to evaluate the moisture condition and associated swell potential of the subsurface soils at the time of construction in an effort to evaluate if shallower depths of subgrade preparation are possible as a result of favorable subsurface moisture conditions. 6.1.3.1 Excavation and Replacement with Select Fill Excavation of the highly expansive clay soils and replacement with low plasticity, non - expansive select fill (clayey sand) may be considered to reduce the potential upward slab movements to more tolerable levels. In order to reduce the potential upward slab movements within the "active -zone" to about two (2) inches, excavation of the highly plastic clay soils and replacement with low plasticity, non -expansive select fill (clayey sand) will be required to depths of at least four (4) feet below existing grade or final pad grade and/or at least three (3) feet below the bottom of the deepest grade beams, whichever is deeper. However, in order to reduce the potential upward slab movements within the "active -zone" to about one (1) inch, excavation of the highly plastic clay soils and replacement with low plasticity, non -expansive select fill (clayey sand) will be required to depths of at least six (6) feet below existing grade or final pad grade and/or at least five (5) feet below the bottom of the deepest grade beams, whichever is deeper. Recommended subgrade preparation procedures to reduce the potential upward slab movements within the "active -zone" to more tolerable levels are presented below. These swell potentials assume subgrade preparation in strict accordance with these recommendations. The subgrade shall be prepared in accordance with the procedures outlined below. Clearing, grubbing and stripping of brush, organic topsoil and unsuitable materials shall also be accomplishes[ in accordance with the procedures outlined below. Remove and waste any surface vegetation, organic topsoil, loose organics, debris, and any undesirable materials from the construction area. Usable topsoil should be stockpiled for later use in landscaping. Topsoil is defined as the surface soil layer containing organic matter and minor plant roots, free of debris or other deleterious materials. As part of the site preparation, good surface drainage should be initiated at the beginning of construction and maintained thereafter to prevent ponding of water in the construction pad and fill areas. ALLIANCE GEOTECHNIICAL GROUP, INC. LEI 6-007 PAGE 10 2. If the proposed structure can be designed to tolerate potential upward ground movements of about two (2) inches, excavate to a minimum depth of four (4) feet below existing grade or final pad grade and/or at least three (3) feet below the bottom of the deepest grade beams, whichever is deeper. However, if the proposed structure requires potential upward ground movements of about one (1) inch, excavate to a minimum depth of six (6) feet below existing grade or final pad grade and/or at least five (5) feet below the bottom of the deepest grade beams, whichever is deeper. We recommend that Alliance Geotechnical Group, Inc. review the excavation plan for compliance with this report prior to construction bidding. The excavation shall extend a minimum of five (5) feet beyond proposed building lines or 12 inches beyond adjacent sidewalks, whichever is greater. The excavation and subsequent fill placement shall transition (taper) from the bottom of the excavation (minimum 5 feet beyond proposed building limits) to the ground surface beyond the building area, along at least a 1(H):1(V) slope. The bottom of the excavation shall be placed on a 1% slope so any water that may collect does not pond (excessively) within the building foot print. Any existing structure in close proximity to the building pad excavation (including newly constructed structures and paving) should be shored, monitored and protected during construction. This is discussed in greater detail in Section 6.3, Construction Considerations. 3. The subgrade soils at the base of the excavation shall be proofrolled prior to fill placement to detect any areas of weakness. Proofrolling shall be performed in accordance with Texas Department of Transportation (TxDOT) Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 Edition, Item 216, Proofrolling. As a minimum, the subgrade soils should be proofrolled using a fully loaded dump truck to detect any areas of weakness. The proofrolling operations should be observed by an experienced Alliance Geotechnical Group, Inc. geotechnical engineer or geotechnician. Any soft or compressible areas detected by Alliance Geotechnical Group, Inc. field personnel during proofrolling shall be undercut until firm material is exposed. Low areas resulting from undercutting shall be filled in compacted lifts in accordance with Item 4, below. It cannot be overemphasized that the proofrolling is imperative to assure that a firm subgrade is present prior to fill placement. It is also imperative that a firm subgrade be provided and maintained during construction. 4. After proofrolling, scarify the exposed subgrade to a minimum depth of eight (8) inches, adjust the moisture content and recompact to within the limits indicated below. Sandy soils having a plasticity index (PI) of 15 or less shall be compacted to a minimum of 95% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content within three percentage points (±3%) of the optimum moisture value. Sandy clay soils having a plasticity index (PI) between 16 and 25 shall be compacted to between 95% and 100% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content ranging from one percentage point below to four percentage points above the optimum moisture value (-1% to +4%). Clay soils having a plasticity index (PI) between 26 and 35 shall be compacted to between 95% and 100% ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 11 of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content ranging from one to six percentage points above the optimum moisture value (+1 % to +6%). Clay soils having a plasticity index (Pl) of 36 or more shall be compacted to between 93% and 98% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content ranging from four to eight percentage points above the optimum moisture value (+4% to +8%). Overcompaction shall not be allowed. The recommended moisture content at the time of compaction and the density limits are listed below based on the plasticity index (P1) of the respective subgrade and/or fill soils. Plasticity Moisture Content Range Percent Maximum Index PI at Time of Compaction (%) Dry Density <15 +3% 95% + 16 to 25 -11% to +4% 95% to 100% 26 to 35 +1 % to +6% 95% to 100% > 36 +4% to +8% 93% to 98% * Percent of the maximum density defined by ASTM D698 (standard Proctor). 5. Fill to final pad grade using low plasticity, non -expansive select fill (clayey sand). All select fill soils placed within the building pad shall consist of homogeneous soils free of organic matter or rock fragments and/or soil clods larger than 2 inches in any dimension, and possessing a plasticity index (Pi) between 5 and 15, with a liquid limit of 35 or less, and contain a maximum of 45 percent passing the No. 200 sieve (silt and clay). All select fill soils shall be placed in maximum eight (8) inch lift and compacted in accordance with the moisture content and density requirements indicated above in Item 4. The first lift of select fill shall be placed and compacted within 48 hours of satisfactory compaction of the underlying soils at the base of the excavation. Likewise, subsequent lifts of select fill shall be placed and compacted within 48 hours of satisfactory compaction of the previous lift of fill. If the proposed structure is designed to tolerate potential upward ground movements of about two (2) inches, a minimum of four (4) feet of compacted select fill shall be provided beneath the slab -on -grade foundation system and/or a minimum of three (3) feet of compacted select fill shall be provided below the bottom of the deepest grade beams, whichever is rq eater. However, if the proposed structure requires potential upward ground movements of about one (1) inch, a minimum of six (6) feet of compacted select fill shall be provided beneath the slab -on -grade foundation system and/or a minimum of five (6) feet of compacted select fill shall be provided below the bottom of the deepest grade beams, whichever is rg eater. The upper eighteen (18) inches of fill adjacent to the building (both paved andlor unpaved areas) should consist of compacted on -site clay soils to minimize water infiltration into the select fill. ALLIANCE GEOTECHNICAL GROUP, INC. LE155-007 PAGE 12 6. Conduct in -place (nuclear) density tests (ASTM D6938) at the rate of at least one (1) test per 1,000 square yards (SY) of surface area per lift or a minimum of five (5) tests for each lift of materials placed, whichever is rg .eater. 7. Perform laboratory classification tests (Atterberg limits (PI's) and percent fines passing the No. 200 sieve) on all select fill (clayey sand) placed in the building pad at the rate of at least one (1) test for each lift of material placed. 8. The moisture content and density within the completed pad shall be maintained until the slab is constructed. Water should not be allowed to pond in any beam excavation. Prior to concrete placement, it should be verified that all beams are founded in firm, compact soils. 9. The utility plan should be reviewed to verify that no utility line excavations extend within the zone of influence of any load bearing perimeter and/or interior stiffener grade beam (within a 1(H):1(V) slope extending below the edge of the grade beams). Utility service line excavations extending beneath (and perpendicular to) the perimeter grade beams should be backfilled and compacted in accordance with Item 4, above. 6.1.3.2 Excavation and Mechanical Reworking of Clay Subgrade Soils and Placement of Select Fill Building Pad "Cap" Excavation and mechanical reworking (moisture conditioning) of the highly expansive clay soils in conjunction with the use of a minimum two (2) feet thick low plasticity, non - expansive select fill (clayey sand) building pad "cap" may be considered to reduce the potential upward slab movements to more tolerable levels. The purpose of the low plasticity, non -expansive select fill (clayey sand) building pad "cap" is to provide a moisture barrier above the moisture conditioned clay soils to prevent excessive moisture losses during and after construction. Assuming placement of a minimum two (2) feet thick low plasticity, non -expansive select fill (clayey sand) building pad "cap", in order to reduce the potential upward slab movements within the "active -zone" to about two (2) inches, excavation and mechanical reworking (moisture conditioning) of the on -site clay soils will be required to depths of about seven (7) feet below existing grade or final pad grade andlor at least six (6) feet below the bottom of the deepest grade beams, whichever is deeper. However, in order to reduce the potential upward slab movements within the "active -zone" to about one (1) inch, excavation and reworking of the on -site clay soils to depths of about nine (9) feet below existing grade or final pad grade and/or at least eight (8) feet below the bottom of the deepest grade beams, whichever is deeper will be required with the use of a minimum two (2) feet thick low plasticity, non -expansive select fill (clayey sand) building pad "cap". Recommended subgrade preparation procedures to reduce the potential upward slab movements within the "active -zone" to more tolerable levels are presented below. These swell potentials assume subgrade preparation in strict accordance with these recommendations. The subgrade shall be prepared in accordance with the procedures outlined below. Clearing, grubbing and stripping of brush, organic topsoil and unsuitable materials shall also be accomplished in accordance with the procedures outlined below. Remove and waste any surface vegetation, organic topsoil, loose organics, debris, and any undesirable materials from the construction area. Usable topsoil should be stockpiled for later use in landscaping. Topsoil is defined as the surface soil layer ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 13 containing organic matter and minor plant roots, free of debris or other deleterious materials. As part of the site preparation, good surface drainage should be initiated at the beginning of construction and maintained thereafter to prevent ponding of water in the construction pad and fill areas. 2. If the proposed structure is designed to tolerate potential upward ground movements of about two (2) inches and a minimum two (2) feet thick low plasticity, non -expansive select fill (clayey sand) building pad "cap" is provided, excavate to a minimum depth of seven (7) feet below existing grade or final pad grade and/or at least six (6) feet below the bottom of the deepest grade beams, whichever is deepeer (to provide a minimum of five (5) feet of moisture conditioned clay subgrade soils beneath all ground supported slabs and/or a minimum of four (4) feet of moisture conditioned clay subgrade below the bottom of the deepest grade beams, whichever is deeper, with the use of a minimum two (2) feet thick compacted low plasticity, non -expansive select fill (clayey sand) building pad «cap,,.) However, if the proposed structure requires potential upward ground movements of about one (1) inch, excavate to a minimum depth of nine (9) feet below existing grade or final pad grade andlor at least eight (8) feet below the bottom of the deepest grade beams, whichever is deeper (to provide a minimum of seven (7) feet of moisture conditioned clay subgrade soils beneath all ground supported slabs and/or a minimum of six (6) feet of moisture conditioned clay subgrade below the bottom of the deepest grade beams, whichever is deeper, with the use of a minimum two (2) feet thick compacted low plasticity, non -expansive select fill (clayey sand) building pad "cap".) We recommend that Alliance Geotechnical Group, Inc. review the excavation plan for compliance with this report prior to construction bidding. The excavation shall extend a minimum of five (5) feet beyond proposed building lines or 12 inches beyond adjacent sidewalks, whichever is greater. The excavation and subsequent fill placement shall transition (taper) from the bottom of the excavation (minimum 5 feet beyond proposed building limits) to the ground surface beyond the building area, along at least a 1(H):1(V) slope. The bottom of the excavation shall be placed on a 1% slope so any water that may collect does not pond (excessively) within the building foot print. Any existing structure in close proximity to the building pad excavation (including newly constructed structures and paving) should be shored, monitored and protected during construction. This is discussed in greater detail in Section 6.3, Construction Considerations. 3. The subgrade soils at the base of the excavation shall be proofrolled prior to fill placement to detect any areas of weakness. Proofrolling shall be performed in accordance with Texas Department of Transportation (TxDOT) Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 Edition, Item 216, Proofrolling. As a minimum, the subgrade soils should be proofrolled using a fully ALLIANCE GEOTECHNICAL GROUP, INC. LEI 5-007 PAGE 14 loaded dump truck to detect any areas of weakness. The proofrolling operations should be observed by an experienced Alliance Geotechnical Group, Inc. geotechnical engineer or geotechnician. Any soft or compressible areas detected by Alliance Geotechnical Group, Inc. field personnel during proofrolling shall be undercut until firm material is exposed. Low areas resulting from undercutting shall be filled in compacted lifts in accordance with Item 4, below. It cannot be overemphasized that the proofrolling is imperative to assure that a firm subgrade is present prior to fill placement. It is also imperative that a firm subgrade be provided and maintained during construction. 4. After proofrolling, scarify the exposed subgrade to a minimum depth of eight (8) inches, adjust the moisture content and recompact to within the limits indicated below. Sandy soils having a plasticity index (PI) of 15 or less shall be compacted to a minimum of 95% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content within three percentage points (±3%) of the optimum moisture value. Sandy clay soils having a plasticity index (PI) between 16 and 25 shall be compacted to between 95% and 100% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content ranging from one percentage point below to four percentage points above the optimum moisture value (-1% to +4%). Clay soils having a plasticity index (PI) between 26 and 35 shall be compacted to between 95% and 100% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content ranging from one to six percentage points above the optimum moisture value (+1% to +6%). Clay soils having a plasticity index (PI) of 36 or more shall be compacted to between 93% and 98% of the maximum density defined by ASTM D698 (standard Proctor), at a moisture content ranging from four to eight percentage points above the optimum moisture value (+4% to +8%). Overcompaction shall not be allowed. The recommended moisture content at the time of compaction and the density limits are listed below based on the plasticity index (PI) of the respective subgrade and/or fill soils. Plasticity Moisture Content Range Percent Maximum Index (P0 at Time of Compaction M Dry Density M <15 +3% 95% + 16 to 25 -1 % to +4% 95% to 100% 26 to 35 +1 % to +6% 95% to 100% > 36 +4% to +8% 93% to 98% * Percent of the maximum density defined by ASTM D698 (standard Proctor). 5. Fill pad to within two (2) feet of final pad grade using the excavated on -site clay soils, or their approved off site equal, placed in moisture and density controlled lifts (to allow placement of a minimum two (2) feet thick compacted low plasticity, non -expansive select fill (clayey sand) building pad "cap"). All on -site clay soils shall be placed in maximum eight (8) inch lifts and compacted in accordance with Item 4, above. Pocket penetrometer readings should be performed along with each field density test for further verification of proper moisture conditioning. Pocket penetrometer readings on clay soils in the range of 1.5 to 2.5 tsf will indicate satisfactory results are being achieved. The first lift of fill shall be placed and compacted within 48 hours of satisfactory compaction of the underlying soils at the base ALLIANCE GEOTECHNICAL GROUP, INC. LEI 6-007 PAGE 16 of the excavation. Likewise, subsequent lifts of fill shall be placed and compacted within 48 hours of satisfactory compaction of the previous lift of fill. Pocket penetrometer readings should be performed in the laboratory on each Proctor compaction point prior to construction for correlation and verifications of the desired range of pocket penetrometer readings with respect to Proctor moisture, density and swell. Prior to construction, it should be confirmed that the "targeted moisture contents" recommended above will results in an average volumetric swell of less than 1 %. This swell testing should be performed in conjunction with all Proctor compaction testing. If the targeted moisture contents result in an average swell of over 1 % or in a pocket penetrometer reading outside the range indicated above, Alliance Geotechnical Group, Inc. should be contacted to determine if the intent of the geotechnical design is being achieved with respect to the required swell reduction and bearing capacity. Note: A pulverizing rotary mixer (commonly used during subgrade stabilization operations) shall be used to achieve a relatively uniform moisture content within each lift of clay fill, as specified above, prior to compaction of each lift. 6. Fill to final pad grade using low plasticity, non -expansive select fill (clayey sand). All select fill soils placed within the building pad shall consist of homogeneous soils free of organic matter or rock fragments and/or soil clods larger than 2 inches in any dimension, and possessing a plasticity index (PI) between 5 and 15, with a liquid limit of 35 or less, and contain a maximum of 45 percent passing the No. 200 sieve (silt and clay). All select fill soils shall be placed in maximum eight (8) inch lift and compacted in accordance with the moisture content and density requirements indicated above in Item 4. The first lift of select fill shall be placed and compacted within 48 hours of satisfactory compaction of the underlying clay fill soils. Likewise, subsequent lifts of select fill shall be placed and compacted within 48 hours of satisfactory compaction of the previous lift of fill. A minimum of two (2) feet of compacted select fill shall be provided beneath the slab -on -grade foundation system. The upper eighteen (18) inches of fill adjacent to the building (both paved and/or unpaved areas) should consist of compacted on -site clay soils to minimize water infiltration into the select fill. 7. Conduct in -place (nuclear) density tests (ASTM D6938) at the rate of at least one (1) test per 1,000 square yards (SY) of surface area per lift or a minimum of five (5) tests for each lift of materials placed, whichever is ra eater. 8. Perform laboratory classification tests (Atterberg limits (PI's) and percent fines passing the No. 200 sieve) on all select fill (clayey sand) placed in the building pad at the rate of at least one (1) test for each lift of material placed. 9. The moisture content and density within the completed pad shall be maintained until the slab is constructed. Water should not be allowed to pond in any beam excavation. Prior to concrete placement, it should be verified that all beams are founded in firm, compact soils. ALLIANCE GEOTECHNICAL GROUP, INC. LEI 5-007 PAGE 16 10. The utility plan should be reviewed to verify that no utility line excavations extend within the zone of influence of any load bearing perimeter and/or interior stiffener grade beam (within a 1(H):1(V) slope extending below the edge of the grade beams). Utility service line excavations extending beneath (and perpendicular to) the perimeter grade beams should be backfilled and compacted in accordance with Item 4, above. Due to the critical nature of the excavation and mechanical reworking (moisture conditioning) of the clay subgrade soils, these subgrade preparation procedures should be inspected on a full-time basis by an experienced Alliance Geotechnical Group, Inc. geotechnician. Closely spaced vertical control joints should be provided along any exterior masonry walls, if applicable, to control cracking associated with slight differential foundation settlements. 6.1.4 Slab -on -Grade Foundation Systems The slab -on -grade foundation system may be conventionally reinforced or post -tensioned. The foundations should be designed to provide sufficient stiffness and rigidity to properly support the total expected loads, while withstanding the expected post -construction total soil movements. Alternatives for subgrade preparation are provided above in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections. Subgrade preparation in strict accordance with these recommendations should reduce post -construction upward slab movements to more tolerable levels. The magnitude of anticipated settlement is discussed below. All load bearing beams should be designed for a maximum allowable soil bearing pressure of 2,000 pounds per square foot (psf). All perimeter beams should be founded at minimum depths of 18 inches, and maximum depths of 30 inches, below the lowest adjacent grade, while the interior stiffener beams should be founded at minimum depths of 12 inches below final pad grade. In order to provide a margin of safety against a local or punching sheer failure of the foundation soils, it is recommended that a minimum beam width of 12 inches be provided. These load bearing beams should be subject to settlements of less than one (1) inch, provided subgrade preparation is performed in strict accordance with the recommendations outlined above in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections. Settlements can be reduced by widening the beams and reducing the actual bearing pressure beneath the beams. Actual settlements will vary linearly with bearing pressure. If the above recommended bearing pressure is reduced by 50%, settlements should be on the order of one-half inch. However, reducing the actual bearing pressure also reduces the restraining pressure being applied on the clay soils, thus increasing the swell potential. No utility excavation should extend within the zone of influence of any load bearing perimeter and/or interior stiffener grade beam (within a 1(H):1(V) slope extending below the edge of the grade beams) unless it is verified that the compaction levels and bearing capacity of the excavation backfill soils are adequate to support the foundation load. If footings are founded in or in close proximity to undercompacted excavation backfill, excessive settlements could occur. ALLIANCE GEOTECHNICAL GROUP, INC. LEI 6-007 PAGE 17 All beam excavations and installations should be inspected by an experienced Alliance Geotechnical Group, Inc. geotechnical engineer or geotechnician to verify that all beams are installed at the proper depth, in firm, compact soils, and that the beam excavations are clean, properly sized, and dry prior to concrete placement. All footings shall be concreted within 48 hours after excavation. In order to obtain optimum performance from the floating slab -on -grade foundation system, it is imperative that positive drainage be provided around the building area. It is also imperative that that a moist (not soaked) soil condition be maintained around the perimeter of the slab during dry weather conditions. Closely spaced vertical control joints should be provided along any exterior masonry walls, if applicable, to control cracking associated with slight differential foundation settlements. It is recommended that a minimum 4-inch thickness of cushion sand be utilized beneath the reinforced concrete floor slab. This cushion (leveling) sand layer shall consist of clean bank run sand, free of excessive fines. A suitable polyethylene moisture (vapor) barrier should be provided beneath all ground supported slabs. This design detail is of particular importance in areas where the slab will be painted or covered with wood, the or linoleum or if products stored on the floor are sensitive to moisture. Procedures for installation of polyethylene moisture (vapor) barriers are recommended in ACI 302 Section 3.2.3, 2004 Edition. It should be recognized that a conventionally reinforced or post -tensioned slab -on -grade foundation system placed at this site will be subjected to differential movements. These movements can cause cracking of interior sheetrock walls and cracking of exterior brick walls. Differential movements can also cause planar movements of window frames and door frames, particularly large opening such as bay doors, requiring adjustments to the doors and windows. As mentioned above, if designed and constructed properly, post - tensioned slabs can generally tolerate larger differential movements than conventional slab - on -grade construction. However, if constructed improperly, post -tensioned slabs tend to reflect cracking and distress same as conventional slab -on -grade construction. Design requirements for post -tensioned slab -on -grade foundation systems are provided below for building pads that are prepared in accordance with this report. The design values indicated below are not relevant unless the building pad is prepared as specified herein. 6.1.4.1 Post -Tensioned Slab -on -Grade Foundation Design Parameters Design requirements for post -tensioned slab -on -grade foundations are indicated below. These design parameters are based on building pads containing moist to average soil moisture conditions and subgrade preparation is performed in strict accordance with recommendations provided above in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections, in order to reduce upward slab movements to about two (2) inches. Design parameters were determined in accordance with the procedures outlined in the Post -Tensioning Institute (PTI) design manual, Design and Construction of Post -Tensioned Slabs -on -Ground, for building pads containing moist to average soil moisture conditions and prepared as outlined above in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections. The plasticity index (P1) of the soils, clay mineralogy, amount of clay mineral in the soil, and the moisture conditions for the time of construction through the ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 PAGE 18 life of the structure are parameters which should be considered in slab design. The moisture condition has a significant effect on slab behavior and is highly variable with time and climatic conditions. The Edge Moisture Variation Distances (en,) for center lift and edge lift conditions were derived based on an estimated Thornthwaite Moisture Index ranging from about -10 to +20 for this project site. The Edge Moisture Variation Distances (em) are based on the PTI design manual and are provided in Table 1. The Differential Soil Movement (ym) for center and edge lift conditions provided in Table 2 are estimated for building pads containing moist to average soil moisture conditions and prepared as outlined above in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections, in order to reduce upward slab movements to about two (2) inches. It should be noted that the Post -Tensioning Institute (PTI) design method incorporates numerous design assumptions associated with the derivation of required variables needed to determine the soil design criteria. The PTI method of predicting differential soil movement is applicable only when the site moisture conditions are controlled by climate alone on a well -graded site (i.e. no improper drainage, water leaks or free water sources). Under these conditions, moisture increases within the supporting soils and the resulting differential foundation movements are much lower than differential movements that can occur due to post -construction movements due to localized soil saturation caused by free water sources near or beneath the structure. The performance of the slab foundation can be significantly influenced by landscaping details, maintenance, recessed landscaping details, additions near the structure, water line leaks as well as any other free water sources, and deep rooted trees and shrubs. Table 1: Estimated Edge Moisture Variation Distances (em) Center Lift Condition (em): 5.7 feet Edge Lift Condition (e,,,): 5.3 feet Table 2: Estimated Differentia[ Soil Movement (ym) Design PVR: 2.0 inches* Center Lift Condition (ym): 2.0 inches* Edge Lift Condition (y.): 1.75 inches* The design values indicated above are for moist to average soil moisture conditions. For this condition, the Subgrade must be prepared in strict accordance with the subgrade preparation procedures outlined above in Section 6.1.3, Slab -on -Grade Subgrade Preparation, and associated subsections, in order to reduce upward slab movements to about two (2) inches. Closely spaced vertical control joints should be provided along any exterior masonry walls, if applicable, to control cracking associated with slight differential foundation settlements. ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 PAGE 19 6.1.5 Pipe Connections and Bedding Pipe connections to the structure, if applicable, should consider the potential for post - construction differential ground movements. If rigid pipe connections are used, additional bedding may be required beneath the pipe. Flexible joints or tapered bedding depths could be used to accommodate future differential movement. Backfill for utility lines should be carefully placed so they will be stable. The backfill should be placed in maximum eight (8) inch lifts and compacted as outlined below based on the plasticity index (PI) of the respective fill soils. Where utility lines pass through pavement areas, the upper 6 to 8 inches should be prepared and compacted similarly to the remainder of pavement subgrade. Plasticity Moisture Content Range Percent Maximum Index PI at Time of Compaction M Dry Density M) < 15 +3% 95% + 16 to 25 -1 % to +4% 95% to 100% 26 to 35 +1 % to +6% 95% to 100% > 36 +4% to +8% 93% to 98% Percent of the maximum dry density defined by ASTM D-698 (standard Proctor). 6.2 Pavements 6.2.1 Aircraft Loading Conditions In accordance with discussions with the client, it is our understanding that the new pavement sections will be designed and constructed to support 30,000 pound (maximum take -off weight) Single Wheel Gear Configuration design aircraft loading conditions. Specifically, as requested by the Client, pavement sections were analyzed and developed for two (2) operations per day (one (1) departure per day) of 12,500 pound and 30,000 pound (maximum gross take -off weight) Single Wheel Gear Configuration design aircraft loading conditions. Listed below is a summary of the traffic data provided by the Client, including the various aircraft gear (wheel) types, the maximum gross takeoff weights, and the estimated annual departures of the individual aircraft. At the request of the Client, pavement analyses and design studies were performed for a 20-year design life, utilizing these aircraft traffic loading conditions with no annual traffic growth rate (0.0 percent). Maximum Annual Gross Takeoff Departures of Aircraft Gear (Wheel) Type Weight (lbs.)_ Individual Aircraft Single Wheel Gear (Generic) 12,500 365 Single Wheel Gear (Generic) 30,000 365 6.2.2 Pavement Subgrade Design Parameters The new pavement sections will be designed and constructed to meet FAA design requirements, based on aircraft traffic and loading conditions provided by the Engineer. Final grading plans were not completed at the time of this report. However, based on preliminary grading requirements and discussions with the client, it is understood that ALLIANCE GEOTECHNICAL GROUP, INC. LEI 5-007 PAGE 20 minimal site grading (cuts and fills of less than about one (1) to two (2) feet will typically be required for construction of the planned improvements. Isolated areas may require additional site grading to facilitate surface water drainage improvements and new construction. Therefore, exposed subgrade soils are anticipated to consist of moderately to highly plastic (CL & CH) clay and sandy clay soils, both fill and natural. California Bearing Ratio (CBR) test results performed on the highly plastic (CH) dark brown and brown clay soils shown on Figure 11 indicate a CBR value ranging from about 1 or 2 to about 4 at about 95% standard Proctor density compaction and moisture contents ranging from about 15.0 to 23.9 percent (about 4.5 percentage points below (-4.5%) to about 4.4 percentage points above (+4.4%) the optimum moisture value). Likewise, at moisture contents within 3 percentage points of the optimum moisture value (±3%) and compaction levels (percent densities) ranging from about 96.8% to 97.1 % of the maximum dry density value determined by the standard Proctor test (ASTM D698), these clay soils indicate a CBR value ranging from about 2 to 5. It should be noted that these CBR values represent "soaked" subgrade conditions and are not always indicative of actual field conditions. Typically, natural (not reworked and/or recompacted) clay soils having moisture contents 6 to 7 (or higher) percentage points above their respective optimum moisture values tend to yield (pump) during proofrolling operations. Therefore, it cannot be overemphasized that the proofrolling is imperative to assure that a firm subgrade is present beneath the new pavement sections. The proofrolling operations should be performed prior to lime treatment operations to ensure that a firm subgrade is present prior to the treatment operations. Based on the results of the CBR tests and the above recommendation regarding proofrolling of the subgrade soils prior to construction, it recommended that a CBR value of about 3 be used for the design of these pavement sections. It is our opinion that a CBR value of 3 is relatively conservative and should be representative of actual field conditions. The recommended CBR value indicated below for pavement design is based on the assumption that a firm subgrade (verified by proofrolling), having adequate moisture content and density, be provided and maintained during construction. It should be noted that FAA pavement design criteria indicates that a CBR value of 20 be used for subbase materials (FAA Item P-154). Materials meeting this specification consist of hard, durable particles or fragments of granular aggregates. Based on our experience, lime treated subgrade soils (subbase) meeting FAA Item P-155 typically exhibit CBR values ranging from about 10 to 20 at about 95% standard Proctor density compaction. Based on our experience, it is recommended that a CBR value of about 12 (for lime treated subgrade soils) be used for the design of these pavement sections. Since surface and subsurface drainage improvements are planned and subgrade stabilization will be performed for this project, it is our opinion that a CBR value of 12 is relatively conservative and should be representative of actual field conditions. Pavement design requires the use of soil properties or the results of specific tests to determine appropriate design parameters. Based on the results of the field and laboratory investigation, on soil plasticity properties and the above recommendations concerning providing firm subgrade soils, the following parameters were used: ALLIANCE GEOTECHNICAL GROUP, INC. LEI 5-007 PAGE 21 Subgrade Soil: Clays and Sandy Clays, Both Fill and Natural Classification by USCS: CL & CH California Bearing Ratio (CBR): Subgrade: 3 (E = 4,500 psi) Subbase (Lime Treated Subgrade): 12 (E = 18,000 psi) 6.2.3 FAA Pavement Analyses and Design Studies Pavement analyses and design studies have been performed in accordance with FAA methods using the FAA Computer Design Program, FAARI=IELD, and the Advisory Circular AC 15015320-6E, Airport Pavement Design and Evaluation, dated 9/30109. As requested by the Client, pavement sections were analyzed and developed for the design aircraft loading conditions as outlined above in Section 6.2.1, Aircraft Loading Conditions. Print-outs of these pavement design studies are included in Appendix B. Due to the presence of moderately to highly plastic (CL & CH) clay soils in the upper soil profile at this site, rigid (Portland cement concrete) pavement sections are preferred over flexible (hot mix asphaltic concrete) pavement sections. Portland cement concrete pavement sections are capable of resisting slight differential ground movements caused by seasonal shrinkiswell of the highly active clay soils. Differential ground movements are much more evident beneath asphalt pavement sections due to the low flexural strength of the asphaltic concrete. If hot mix asphaltic concrete (HMAC) pavement sections must be used due to economic considerations, it is recommended that full depth asphalt pavement sections be utilized for this project in lieu of using flexible base (crushed stone). Full depth asphalt pavement sections placed over lime treated subgrade soils are more likely to resist cracking at the ground surface caused by differential ground movements. It is believed that flexible base pavement sections using a crushed stone base course will require more frequent maintenance. In addition, due to the presence of moderately to highly plastic (CL & CH) clay soils and the potential for trapping surface water within granular (crushed stone) base layers, subgrade drainage systems should be considered adjacent to all pavement sections containing granular (crushed stone) base materials, if applicable. Surface water has the potential of infiltrating granular (crushed stone) base materials through joints in the pavement, as well as along the pavement edges. When saturated, granular (crushed stone) base materials experience a significant reduction in their load bearing characteristics, resulting in premature deterioration of the pavement sections. Likewise, perched (trapped) water within the granular (crushed stone) base materials cause swelling, as well as strength loss, of underlying clay subgrade soils, ultimately resulting in premature deterioration of the pavement sections. As discussed above, due to the potential for trapping surface water within granular (crushed stone) base layers, it is recommended that a pavement section containing a stabilized base course (hot mix asphaltic concrete) be utilized for this project in lieu of a granular (aggregate (crushed stone)) base course. Likewise, in accordance with paragraph 324 of Advisory Circular AC 15015320-6E, Airport Pavement Design and Evaluation, dated 9/30109, ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 22 base and/or subbase layering must be done so as not to produce a sandwich section (granular layer between two relatively impervious layers). If granular base materials (crushed stone (aggregate) base course) must be used due to economic considerations, subgrade drainage improvements should be considered to aid in the long term performance of the pavement sections. The purpose of the subsurface drainage system is to intercept any surface water and/or groundwater seepage trapped (perched) within the adjacent granular (crushed stone) base layers. Recommendations regarding subgrade drainage improvements are presented in the following section of this report, Section 6.2.11, Pavement Subgrade Drainage. 6.2.4 Rigid (Portland Cement Concrete) Pavement Design Utilizing the procedures outlined in Advisory Circular AC 15015320-6E, Airport Pavement Design and Evaluation, dated 9130/09, and the FAA Computer Design Program, FAARFIELD, the following Rigid (Portland Cement Concrete) Pavement sections were determined. Using FAARFIELD, the lime treated subbase (FAA Item P-155) is referred to as an "Undefined" layer having a CBR of 12 and an associated Modulus (E) value of 18,000 psi. Print-outs of these pavement design studies are included in Appendix B. Pavement Course Pavement Component Thickness Inch) Portland Cement Concrete, FAA Item P-501, Minimum 650 Surface psi Flexural Strength at 28 days or minimum 4,400 psi 5 Course compressive strength at 28 days. All coarse aggregate shall consist of crushed stone. Lime Treated Subgrade, FAA Item P-155, minimum 6% Subgrade/ hydrated lime by dry weight (minimum 42 pounds per Subbase square yard), compacted to a minimum of 95% standard 8'0 Course Proctor maximum dry density (ASTM D698), at a moisture content within three percentage points (+3%) of optimum moisture. NOTE: Per paragraph 329 of Advisory Circular AC 150/5320-6E, Airport Pavement Design and Evaluation, dated 9/30/09, the pavement thickness (Portland cement concrete) indicated above is rounded to the nearest 0.5 inch. Careful attention should be given to subgrade preparation, subgrade treatment, and drainage since pavement performance is highly dependent on proper subgrade support and drainage. Guideline specifications for the installation of pavement subgrade, and lime treated subgrade are provided in the following sections of this report. Concrete flexural strength (Modulus of Rupture) should be at least 650 psi at 28 days. Alternately, concrete compressive strength should be at least 4,400 psi at 28 days. It is recommended that concrete pavement be jointed and load transfer dowels provided in accordance with FAA Standards. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 23 6.2.5 Flexible (Hot Mix Asphaltic Concrete) Pavement Design FAARFIELD, by default, computes the structural thickness required for the base course, using a subbase layer which is assumed to provide the equivalent bearing capacity of a CBR 20 subgrade. Therefore, since the design subbase course (FAA Item P-155) is assumed to have a CBR value of 12, the final pavement design consists of an iterative process whereby the thickness of the respective base courses (Stabilized Base Course (FAA Item P-4011P-403) or Aggregate Base Course (FAA Item P-209) are varied in order to compute a subbase thickness (FAA Item P-155) of less than eight (8) inches. Using FAARFIELD, the lime treated subbase (FAA Item P-155) is referred to as an "Undefined" layer having a CBR of 12 and an associated Modulus (E) value of 18,000 psi. Utilizing the procedures outlined in Advisory Circular AC 15015320-6E, Airport Pavement Design and Evaluation, dated 9/30/09, and the FAA Computer Design Program, FAARFIELD, the following Flexible (Hot Mix Asphaltic Concrete) Pavement sections were determined. Print-outs of these pavement design studies are included in Appendix B. Pavement Pavement Thickness Course Component inch Surface Hot Mix Asphaltic Concrete, FAA Item P-401 (112" or 3/4" 4.0 4.0 Course maximum nominal size aggregate, 50-blow compaction). Stabilized Hot Mix Asphaltic Concrete, FAA Item P-401 or Item P- Base 403 (314" or 1" maximum nominal size aggregate, 50- 4.0 --- Course blow compaction). Crushed Aggregate Base Course, FAA Item P-209, Aggregate compacted in maximum eight (8) inch lifts to a minimum Base of 95% of the modified Proctor maximum dry density --- 7,00) Course (ASTM D1557), at a moisture content within three percentage points (±3%) of optimum moisture. Lime Treated Subgrade, FAA Item P-155, minimum 6% Sub hydrated lime by dry weight (minimum 42 pounds per e Subbase square yard), compacted to a minimum of 95% standard 8.0 8.0 Course Proctor maximum dry density (ASTM D698), at a moisture content within three percentage points (±3%) of optimum moisture. 1►1*1f1:$ (1) If the design section includes granular base materials (crushed aggregate base course), subgrade drainage improvements should be considered to aid in the long term performance of the pavement sections. Careful attention should be given to subgrade preparation, subgrade treatment, and drainage since pavement performance is highly dependent on proper subgrade support and drainage. Guideline specifications for the installation of pavement subgrade, lime treated subgrade, flexible base course, and asphaltic concrete (HMAC) pavement are provided in the following sections of this report. ALLIANCE GEOTECHNICAL GROUP, INC. LEI6-007 PAGE 24 6.2.6 Differential Upward Pavement Movements It is important to consider the potential for differential upward pavement movement due to post -construction soil swelling in areas where new pavement construction is performed adjacent to existing pavement sections. Optimum moisture levels are usually present beneath existing pavement sections since the existing pavement section serves as a moisture barrier in preventing moisture losses in the underlying clays. However, where new construction is performed over unpaved and unprotected highly plastic clay soils exposed to moisture losses through evaporation, the clay soils in these unprotected areas usually have a higher swell potential (higher PVR) unless construction occurs during the rainy season when the surficial clays are moist. As indicated above, at the time of our investigation (borings drilled on March 16, 2015, after periods of recent rainfall), the clay soils in the upper soil profile were relatively moist as a result of recent rainfall. Therefore, the potential for differential pavement movement is not considered to be large at the rp esent time due to the relatively moist condition of the underlying clay soils. At the present time, differential PVR is estimated to be on the order of about one (1) to two (2) inches. However, if construction occurs during or after prolonged periods of hot and dry weather and the surficial clays are allowed to become dry and desiccated, differential upward pavement movements on the order of two (2) to three (3) inches could occur between the existing pavement sections and the proposed new construction, due to post -construction swelling of the active CL & CH clay soils beneath new (presently unprotected) construction. Therefore, subgrade preparation should be considered within presently unpaved areas to reduce the potential for differential upward pavement movements to more tolerable levels. On previous paving projects where new pavement sections are constructed over expansive clay soils, the standard of care used was to reduce the differential PVR to about one (1) inch or less by means of excavation/mechanical reworking or water injection stabilization. Differential movements of greater magnitude could possibly be tolerated if the concrete pavement section is thickened (adjacent to existing pavements) and/or provided with reinforcement to resist differential post -construction upward ground movements due to soil swelling. Due to the relatively small areas abutting existing paving, and the presence of underground utilities, water pressure injection would likely be cost prohibited. Therefore, it appears that excavation/mechanical reworking of the on -site clays would be required to reduce the potential for post -construction upward pavement movements. Due to the presence of moderately to highly plastic (CL & CH) clay soils anticipated in the upper soil profile at this site, excavation/mechanical reworking of the on -site clays in moisture and density controlled lifts should be considered in areas presently unpaved to minimize potential upward pavement movements. If construction occurs in late winter or spring (after the rainy season), it is possible that excavation/mechanical reworking of the clay subgrade soils may not be required. However, if construction occurs in late summer or fall (after prolonged periods of hot and dry weather conditions), the near surface clay soils will become desiccated due to the hot and dry weather conditions, and excavation/mechanical reworking of the clay subgrade soils should be considered to minimize the potential for differential upward pavement movements due to post -construction soil swelling. Excavation/mechanical reworking of the on -site clays (in areas presently unpaved) in moisture controlled lifts should be considered to minimum depths of about 36 ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 25 inches (3 feet) below the bottom of the lime treated subgrade as outlined in the following section in order to minimize potential upward pavement movements. A contingency for this additional subgrade preparation and stabilization, if required, should be included as a possible line item in the construction documents. During construction, the subgrade soils shall be inspected by an experienced Alliance Geotechnical Group, Inc. geotechnical engineer to field delineate areas requiring excavation/mechanical reworking at the time of construction. 6.2.7 Pavement Subgrade Preparation Final grading plans were not completed at the time of this report. However, based on preliminary grading requirements and discussions with the client, it is understood that minimal site grading (cuts and fills of less than about one (1) to two (2) feet will typically be required for construction of the planned improvements. Isolated areas may require additional site grading to facilitate surface water drainage improvements and new construction. Therefore, exposed subgrade soils are anticipated to consist of moderately to highly plastic (CL & CH) clay and sandy clay soils, both fill and natural. Due to the presence of moderately to highly plastic (CI_ & CH) clay soils anticipated in the upper soil profile at this site, excavation/mechanical reworking of the on -site clays in moisture and density controlled lifts should be considered in areas presently unpaved to minimize potential upward pavement movements, as discussed above in Section 6.2.6, Differential Upward Pavement Movements. Excavation/mechanical reworking of the on -site clays in moisture controlled lifts, if required, should be performed as outlined below. Prior to lime treatment operations, it is recommended that analytical testing be performed on representative samples of the (untreated) subgrade soils after the pavement areas have been brought to final subgrade elevation to determine their concentrations of sulfates for evaluation of the potential for sulfate induced heave. Subgrade soils suitable for lime stabilization operations shall have sulfate concentrations of 1,000 parts per million (ppm) or less as determined by TxDOT Test Method Tex-145E, Part 11 (Colorimetric Method). Surface drainage is critical to the performance of these pavements. Water should be allowed to exit the pavement surface quickly. The maximum slope of the finished grades allowed by FAA should be used for this project. It cannot be overemphasized that it is imperative that a firm subgrade condition be provided (verified by proofrolling) and maintained during construction. Recommended earthwork construction and pavement subgrade preparation procedures are as follows: Remove and waste any surface vegetation, organic topsoil, loose organics, debris, and any undesirable materials from the construction area. Usable topsoil should be stockpiled for later use in landscaping. Topsoil is defined as the surface soil layer containing organic matter and minor plant roots, free of debris or other deleterious materials. As part of the site preparation, good surface drainage should be initiated at the beginning of construction and maintained thereafter to prevent ponding of water in the pavement and fill areas. Surface water should be pumped immediately from the construction area after each rain and a firm subgrade maintained. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 26 2. All pavement and fill areas shall be proofrolled using a fully loaded dump truck prior to fill placement and/or new pavement construction to detect any areas of weakness. In cut areas, the soil shall be cut to rough grade prior to proofrolling. The proofrolling operations should be observed by an experienced Alliance Geotechnical Group, Inc. engineer or geotechnician to verify that firm non -yielding subgrade soils are present. Any soft or compressible areas detected during proofrolling shall be undercut until firm soil is exposed. Low areas resulting from undercutting shall be filled in compacted lifts in accordance with Item 3, below. It cannot be overemphasized that the proofrolling is imperative to assure that a firm subgrade is present beneath the new pavement section. It is also imperative that a firm subgrade be provided and maintained during construction. 3. In fill areas, scarify the exposed subgrade (after proofrolling) to a minimum depth of eight (8) inches, adjust the moisture content and recompact to within the limits indicated below. Sandy soils having a plasticity index (PI) of 15 or less shall be compacted to a minimum of 95% of the maximum density defined by ASTM D-698 (standard Proctor), at a moisture content within three percentage points (±3%) of the optimum moisture value. Sandy clay soils having a plasticity index (PI) between 16 and 25 shall be compacted to a minimum of 95% of the maximum density defined by ASTM D-698 (standard Proctor), at a moisture content ranging from one percent below to four percentage points above the optimum moisture value (A % to +4%). Clay soils having a plasticity index (PI) of 26 or more shall be compacted to between 95% and 100% of the maximum density defined by ASTM D-698 (standard Proctor), at a moisture content ranging from one to six percentage points above the optimum moisture value (+1 % to +6%). The recommended moisture content at the time of compaction and the density limits are listed below based on the plasticity index (PI) of the respective subgrade and/or fill soils. Overcompaction shall not be allowed. Plasticity Moisture Content Range Percent Maximum Index(PI) at Time of Compaction (%) Dry Density M < 15 +3% 95a/o + 16 to 25 -1% to +4% 95% + > 26 +1 % to +6% 95% to 100% * Percent of the maximum density defined by ASTM D-698 (standard Proctor). 4. Where fill is required to achieve the desired grades, such material may consist of on -site clay soils, or their approved off site equal. All off -site clay fill soils shall be free of organic matter, or rock fragments larger than two (2) inches in any dimension, and possessing a plastic index (PI) between 10 and 40, with a liquid limit of 60 or less. Use of rock fragments and/or soil clods greater than two (2) inches in any dimension should be prohibited, since attaining uniform moisture and density without voids would be difficult. All fill shall be placed in properly benched horizontal lifts not exceeding eight (8) inches in thickness and compacted in accordance with the moisture content and density requirements indicated above in Item 3. The first lift of fill shall be placed within 48 hours of satisfactory compaction of the underlying subgrade soils. Likewise, subsequent lifts of fill shall be placed and compacted within 48 hours: of satisfactory compaction of the previous lift of fill. ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 PAGE 27 Analytical testing shall be performed on all off -site fill soils required for grading operations prior to placement operations to determine their concentrations of sulfates for evaluation of the potential for sulfate induced heave. Acceptable off -site fill soils shall have sulfate concentrations of 1,000 parts per million (ppm) or less as determined by TxDOT Test Method Tex-145E, Part II (Colorimetric Method). All fill shall be place d in properly benched horizontal lifts not exceeding eight (8) inches in thickness and compacted in accordance with the moisture content and density requirements indicated above in Item 3. If shallow fills are required along sideslopes, the sideslopes shall be properly benched prior to fill placement to allow placement of fill soils in horizontal compacted lifts. Horizontal benches must be sufficiently wide to accommodate both the construction equipment and to allow for the related placement and compaction operations. Placement of fill soils in sloped lifts shall not be allowed, regardless of fill depths. Where cuts are required along existing sideslopes, the slopes should be compacted after excavation to final grade to tighten the surficial soils loosened during excavation operations. 5. As indicated above, due to the presence of moderately to highly plastic (CL & CH) clay soils in the upper soil profiles at this site, excavation/mechanical reworking of the on -site clays in moisture and density controlled lifts in areas presently unpaved should be considered to minimize potential upward pavement movements, as discussed above in Section 6.2.6, Differential Upward Pavement Movements. It is recommended that shallow test pit excavations be performed by the contractor (at the time of construction) within the areas presently unpaved. In cut areas, the soil shall be cut to grade prior to excavation of the shallow test pits. In place (nuclear) density tests (ASTM D6938) should then be performed on the subgrade soils at each 6-inch depth increment (six (6) inch (probe depth) tests) to depths of at least 30 inches below the bottom of the lime treated subgrade at each test pit excavation (i.e., six (6) inch (probe depth) tests at depths corresponding to the bottom of the lime treated subgrade; six (6) inches below the bottom of the lime treated subgrade; twelve (12) inches below the bottom of the lime treated subgrade; etc. to depths of about thirty (30) inches below the bottom of the lime treated subgrade). If the moisture content of the clay subgrade soils at the time of construction meets project specifications, based on the plasticity index (Pl) of the respective subgrade soils, excavation/mechanical reworking of the subgrade soils will not be required. During construction, the subgrade soils shall be inspected by an experienced Alliance Geotechnical Group, Inc. geotechnical engineer to field delineate areas requiring excavation/mechanical reworking at the time of construction. If excavation/mechanical reworking of the on -site clays within presently unpaved areas in moisture and density controlled lifts is required to minimize potential upward pavement movements, the upper 38 inches of subgrade (30 inches below the bottom of the lime treated subgrade) shall be excavated and stockpiled on -site. Where possible, excavation shall extend a minimum of five (5) feet beyond the limits of the pavement section. The underlying clay subgrade soils at the base of the excavation shall then be scarified to a minimum depth of six (6) inches, the moisture content adjusted and the subgrade recompacted in accordance with Item 3, above. Subsequent fill placement should be performed in maximum six (6) inch lifts in accordance with the moisture content and density requirements indicated above, Item 3. The first lift of fill shall be ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 28 placed within 48 hours of satisfactory compaction of the underlying subgrade soils. Likewise, subsequent lifts of fill shall be placed and compacted within 48 hours of satisfactory compaction of the previous lift of fill. Note: A pulverizing rotary mixer (commonly used during subgrade stabilization operations) shall be used to achieve a relatively uniform moisture content within each lift of clay fill, as specified above, prior to compaction of each lift. 6. The upper eight (8) inches of the subgrade in all aircraft pavement areas should be lime treated in accordance with the applicable provisions of Item P-155 of the latest change to the Federal Aviation Administration (FAA) Standards for Specifying Construction of Airports, AC 150/5370-10G, dated July 21, 2014. A minimum of six percent (6%) hydrated lime (minimum 42 pounds per square yard for an eight (8) inch treatment depth) should be used in all pavement areas as outlined below in Section 6.2.8, Pavement Subgrad_e Treatment. Prior to lime treatment operations, analytical testing should be performed on the subgrade soils after the pavement areas have been brought to final subgrade elevation to determine their concentrations of sulfates for evaluation of the potential for sulfate induced heave. As a minimum, analytical testing should be performed on the subgrade soils at a rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater. Subgrade soils suitable for lime stabilization operations shall have sulfate concentrations of 1,000 parts per million (ppm) or less as determined by TxDOT Test Method Tex-145E, Part II (Colorimetric Method). 7. Verify compaction of pavement fill and/or treated subgrade soils by in -place (nuclear) density tests (ASTM D6938) at the rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is reater, for each lift of material placed. At each in -place density test location performed on the treated subgrade soils, a representative sample of the treated subgrade soils shall be obtained and laboratory oven dried moisture content tests (ASTM D2216) performed to determine the moisture content of the subgrade soils. The dry density values used for evaluating compaction levels (percent density) shall be calculated based on the wet density values determined in the field in accordance with ASTM D6938 (nuclear method) and the oven dried moisture contents determined in the laboratory in accordance with ASTM D2216. Areas adjacent to existing pavement should be compacted per specification requirements so that a strip of poorly compacted soils is not left due to access limitations of the heavy equipment. Hand compaction equipment may be required to achieve adequate compaction levels along edges of new construction abutting existing pavement sections. This includes compaction of the treated and untreated subgrade soils. 8. Each construction area should be shaped to provide drainage of surface water. Surface water should not be allowed to pond. Surface water should be pumped immediately from each construction area after each rain and a firm subgrade maintained. ALLIANCE GEOTECHNICAL GROUP, INC. LE1 5-007 PAGE 29 9. The moisture content and density within the completed subgrade shall be maintained during construction, until application of the prime coat has been completed, if applicable. 6.2.8 Pavement Subgrade Treatment Lime treatment of the subgrade soils beneath aircraft pavement should be accomplished with the applicable provisions of Item P-155 of the latest change to the Federal Aviation Administration (FAA) Standards for Specifying Construction of Airports, AC 15015370-10G, dated July 21, 2014. The compaction requirements indicated below should be specified in lieu of the requirements recommended by the FAA. Prior to lime treatment operations, analytical testing should be performed on the subgrade soils after the pavement areas have been brought to final subgrade elevation to determine their concentrations of sulfates for evaluation of the potential for sulfate induced heave. As a minimum, analytical testing should be performed on the subgrade soils at a rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater. Subgrade soils suitable for lime stabilization operations shall have sulfate concentrations of 1,000 parts per million (ppm) or less as determined by TxDOT Test Method Tex-145E, Part II (Colorimetric Method). Where possible, it would be beneficial to treat the subgrade soils at least five (5) feet beyond the proposed paving limits. These extended limits should aid in reducing pavement movements and cracking along the pavement edges due to seasonal moisture variations after construction. Lime should be added to the subgrade after removal of all surface vegetation and debris. A minimum of six percent (6%) hydrated lime should be used in all pavement areas. The required application rate for a six percent (6%) treatment depth of eight (8) inches is outlined below. Application Depth of Treatment Lime Required (percent) (inches) (pounds/square yard)* 6 8 42 * The recommended lime quantities have been adjusted to compensate for construction tolerances (non -uniformity) associated with lime spreading and rotary mixing. Rotary mixing to depths in excess of those specified should be prohibited in order to prevent dilution of the required lime dosage. The mixing depths during construction should not be less than the specified depth of treatment and should be no more than one (1) inch deeper than the specified treatment depth. Project specifications should allow a "mellowing" period between initial and final mixing of the lime stabilized soils. After initial mixing, the lime treated subgrade should be lightly rolled and maintained at or within 5 percentage points above the soil's optimum moisture content until final mixing and compaction. We recommend a minimum 3-day "mellowing" period for these soils. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 30 Approval of final mixing operations should be based on field gradation tests with at least 60 percent of the stabilized soil passing the No. 4 sieve at a moisture content near optimum. Pulverization (field gradation) tests shall be performed at the rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater. The lime treated soil should be compacted to a minimum of 95 percent of the maximum dry density defined by the standard Proctor test (ASTM D 698), at a moisture content within three percentage points (±3%) of the optimum moisture value determined by the standard Proctor test (ASTM D698). Verify compaction of pavement subgrade by in -place (nuclear) density tests (ASTM D6938) performed at the rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater. At each in -place density test location, a representative sample of the treated subgrade soils shall be obtained and laboratory oven dried moisture content tests (ASTM D2216) performed to determine the moisture content of the subgrade soils. The dry density values used for evaluating compaction levels (percent density) shall be calculated based on the wet density values determined in the field in accordance with ASTM D6938 (nuclear method) and the oven dried moisture contents determined in the laboratory in accordance with ASTM D2216. Untreated leveling sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in strength loss of subgrade soils. It should be specified that only lime treated soil will be allowed for fine grading. After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non -yielding subgrade. After blue top stakes have been set in preparation for fine grading, the depth of the treated subgrade should be measured to verify that the specified depth of treatment has been achieved below final pavement subgrade elevation. Verify thickness of the lime treated subgrade soils at the rate of at least one test per 300 square yards of surface area, in accordance with FAA standards. It cannot be overemphasized that the mixing depths be monitored during construction in order to prevent dilution of the required lime dosage. The rotary mixing depth during construction should not be less than the specified depth of treatment and should be no more than one (1) inch deeper than the specified treatment depth. The moisture content and density within the completed subgrade shall be maintained during construction, until application of the prime coat has been completed, if applicable. 6.2.9 Flexible Base Course 1. Flexible base material shall comply with specifications for Item P-209 of the latest change to the Federal Aviation Administration (FAA) Standards for Specifying Construction of Airports, AC 150/5370-10G, dated July 21, 2014. 2. The material should be scarified, wetted, mixed, bladed, and rolled to secure'a uniform mixture complying with specifications. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 31 3. The uniform mixture should be compacted in maximum eight (8) inch lifts to at least 95 percent of the maximum density defined by ASTM D1557 (Modified Proctor), at a moisture content within 'three percentage points (+3) of the optimum moisture value. 4. Verify compaction of pavement flexible base by in -place (nuclear) density tests (ASTM D6938) at the rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater, for each lift of material placed Areas adjacent to existing pavement should be compacted per specification requirements so that a strip of poorly compacted flexible base is not left due to access limitations of the heavy equipment. Hand compaction equipment may be required to achieve adequate compaction levels along edges of new construction abutting existing pavement sections. 5. After fine grading, the depth of flexible base materials should be measured to verify that the specified depth (thickness) of base materials has been provided. Verify thickness of the flexible base materials at the rate of at least one test per 1,000 square yards of surface area (of the final lift, if multiple lifts required) or a minimum of three (3) tests per construction area, whichever is rg eater. 6. Each construction area should be shaped to provide drainage of surface water. Surface water should not be allowed to pond. Surface water should be pumped immediately from each construction area after each rain and a firm base maintained. 7. The moisture content and density within the completed base course shall be maintained during construction. 6.2.10 Hot Mix Asphaltic Concrete 1. Hot mix asphaltic concrete (HMAC) Surface Course placed in aircraft pavement areas shall be designed in accordance with Item P-401 (1/2" or 314" maximum nominal size aggregate, 50-blow compaction) of the latest change to the Federal Aviation Administration (FAA) Standards for Specifyinq Construction of Airports, AC 15015370-10G, dated July21, 2014. Hot mix asphaltic concrete (HMAC) Stabilized Base Course placed in aircraft pavement areas may be designed in accordance with Item P-401 or Item P-403 (314" or 1" maximum nominal size aggregate, 50-blow compaction) of the latest change to the Federal Aviation Administration (FAA) Standards for Specifying Construction of Airports, AC 15015370-10G, dated July 21, 2014. Current mix designs (within the last 12 months) should be furnished by the paving contractor (or supplier) prior to paving operations for each type of asphaltic concrete placed at this site. 2. The placement temperature and lay -down thickness of hot mix asphaltic concrete should be monitored during placement operations. Hot Mix Asphaltic Concrete (FAA Item P-401 or P-403) samples should be obtained and laboratory tests performed in accordance with the rates (frequencies) indicated by the FAA guidelines. Asphaltic concrete cores should ALLIANCE GEOTECHNICAL GROUP, INC. LE15-001 PAGE 32 be obtained for verification of thickness and in -place density in accordance with the rates (frequencies) indicated by the FAA guidelines. 6.2.11 Pavement Subgrade drainage Shallow groundwater levels are not desired for optimum pavement performance. Shallow groundwater levels cause strength loss of granular (aggregate) base and/or subgrade soils, resulting in premature deterioration of the pavement sections. At the time of our investigation (borings drilled March 16, 2015, after relatively prolonged periods of hot and dry (drought) summer and mild winter weather conditions), shallow groundwater seepage was not encountered during drilling operations. However, due to the presence of moderately to highly plastic (CL & CH) clay soils in the upper soil profile at this site and the potential for trapping surface water within granular (aggregate) base layers, subgrade drainage systems should be considered adjacent to all pavement sections containing granular (aggregate) base materials. The purpose of the subsurface drainage system is to intercept any surface water and/or groundwater seepage trapped (perched) within the adjacent granular (aggregate) base layers. Surface water has the potential of infiltrating granular (aggregate) base materials through joints in the pavement, as well as along the pavement edges. When saturated, the granular (aggregate) base materials experience a significant reduction in their load bearing characteristics, resulting in premature deterioration of the pavement sections. Likewise, perched (trapped) water within the granular (aggregate) base materials cause swelling, as well as strength loss, of clay subgrade soils, ultimately resulting in premature deterioration of the pavement sections. Therefore, if granular base materials (crushed stone base course) must be used due to economic considerations, subgrade drainage improvements should be considered to aid in the long term performance of the pavement sections. It is important to note that subsurface drains can be effective in improving subgrade drainage. However, subgrade drainage will not prevent future increases in the subgrade moisture content since all moisture infiltration cannot be intercepted. If the design sections are to include subgrade drainage improvements, it is recommended that subgrade drains be installed along the pavement edges to depths of at least three (3) feet below final pavement subgrade. The subgrade drains shall be installed no greater than one (1) foot behind the edge of pavement, and shall be connected to the granular (aggregate) base course. In addition, lateral drains should also be considered in order to intercept water beneath the pavement section. These lateral drains should be connected to the edge drain systems. The subgrade drains shall be sloped to allow gravity drainage to convenient discharge points. The subgrade drainage system may consist of a conventional french drain system or a manufactured edge drain system. If a manufactured edge drain system is used, the edge drains shall be installed in accordance with the manufacturer's recommendations. Due to the significant amounts of fines (silt and clay) present within the existing subsurface soils, a suitable filter fabric such as Mirafi 140N, or an approved equal, shall be placed between the free draining granular backfill and the existing soils to prevent migration of fines and possible eventual clogging of the drainage system. The extra layer of filter fabric shall be installed in addition to the filter fabric wrapping the perforated pipe (conventional french drain system) or the filter fabric provided for the manufactured edge drain systems. This design detail shall be utilized regardless of the type of edge drain construction. ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 PAGE 33 6.3 Construction Considerations The contractor should be advised that groundwater seepage should be anticipated in the form of seepage through the cracks, fissures and fractures within the overburden clay soils, particularly if construction occurs during or after periods of heavy rainfall. Provisions should be made to ensure the integrity of the existing structures in close proximity of the building pad excavations (including newly constructed structures and paving) during construction of the select fill building pads. Existing buildings, paving, and utility lines, if present, should be protected and maintained during construction. It is recommended that, as a minimum, settlement markers consisting of survey points be installed on existing structures and above any existing utility lines, if present. These settlement markers should be installed and monitored prior to and during excavation and construction of the select fill building pad. 6.4 Secondary Design Considerations The following information has been assimilated after examination with numerous problems dealing with soil strata throughout the North and Northeast Texas area. It is presented here for your convenience. If these features are incorporated in the overall design of the project, the performance of the structure will be improved. 1. Roof drainage should be obtained by a system of gutters and downspouts and transmitted by pipe to a storm drainage system or to a paved surface where water can drain away without entering the soil. 2. Pavements, sidewalks, and the general ground surface should be sloped away from the structure on all sides. Water should not be allowed to pond near the structure after the foundation units have been placed. 3. Backfill for utility lines should be carefully placed so they will be stable. The backfill should be placed in maximum eight (8) inch lifts and compacted as outlined below based on the plasticity index (PI) of the respective fill soils. Where utility lines pass through pavement areas, the upper 6 to 8 inches should be prepared and compacted similarly to the remainder of pavement subgrade. Plasticity Moisture Content Range Percent Maximum Index (FlJ at Time of Compaction % Dry Density M < 15 +3% 95% + 16 to 25 -1 % to +4% 95% to 100% 26 to 35 +1 % to +6% 95% to 100% > 36 +4% to +8% 93% to 98% * Percent of the maximum density defined by ASTM D698 (standard Proctor) 4. Unpaved areas should be protected from erosion by the establishment of a good surface vegetation cover. 5. The design depth for frost penetration in the Burleson, Texas area is approximately 6 inches. ALLIANCE GEOTECHNIICAL GROUP, INC. Lr--[O-uul PAGE 34 6.6 Quality Assurance 1. The suitability of on -site and/or off -site fill materials and asphalt materials should be verified by laboratory testing prior to installation at the jobsite. 2. The Moisture -Density Relationship (Proctor curves) of each material type should be determined prior to compaction. Such tests typically require at least three (3) to four (4) days to complete. 3. Prior to lime treatment operations, analytical testing should be performed on the subgrade soils after the pavement areas have been brought to final subgrade elevation to determine their concentrations of sulfates for evaluation of the potential for sulfate induced heave. As a minimum, analytical testing should be performed on the subgrade soils at a rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater. Subgrade soils suitable for lime stabilization operations shall have sulfate concentrations of 1,000 parts per million (ppm) or less as determined by TxDOT Test Method Tex-145E, Part 11 (Colorimetric Method). 4. Pulverization (field gradation) tests should be performed on the treated subgrade soils at the rate of at least one test per 1,000 square yards of surface area or a minimum of three (3) tests per construction area, whichever is rg eater. 5. In -place (nuclear) density tests (ASTM D6938) should be performed at the following rates for each lift of material. Compliance with compaction specifications should be required prior to the placement of additional lifts. Building Area: one (1) test per 1,000 square yards (SY) of surface area per lift or a minimum of five (5) tests for each lift of materials placed, whichever is rg eater. Paving Area: at least one (1) test per 1,000 square yards (SY) of surface area or a minimum of three (3) tests per construction area per lift, whichever is rg eater. At each in -place density test location performed on the treated subgrade soils, a representative sample of the treated subgrade soils shall be obtained and laboratory oven dried moisture content tests (ASTM D2216) performed to determine the moisture content of the subgrade soils. The dry density values used for evaluating compaction levels (percent density) shall be calculated based on the wet density values determined in the field in accordance with ASTM D6938 (nuclear method) and the oven dried moisture contents determined in the laboratory in accordance with ASTM D2216. 6. After fine grading, verify thickness of the treated subgrade soils at the rate of at least one test per 300 square yards of surface area, in accordance with FAA standards. 7. After fine grading, verify thickness of the flexible (aggregate) base materials, if applicable, at the rate of at least one test per 1,000 square yards of surface area (final lift, if multiple lifts required) or a minimum of three (3) tests per construction area, whichever is rg eater. ALLIANCE GEOTECHNICAL GROUP, INC. Lt15-UU/ PAGE 35 8. The placement temperature and lay -down thickness of hot mix asphaltic concrete should be monitored during placement operations. Hot Mix Asphaltic Concrete (FAA Item P-401 or P-403) samples should be obtained and laboratory tests performed in accordance with the rates (frequencies) indicated by the FAA guidelines. Asphaltic concrete cores should be obtained for verification of thickness and in -place density in accordance with the rates (frequencies) indicated by the FAA guidelines. 9. Portland cement concrete pavement (FAA Item P-501) shall be sampled and tested in accordance with the rates (frequencies) indicated by the FAA guidelines. Concrete placed for aircraft paving shall have a minimum concrete flexural strength (Modulus of Rupture) of 650 psi at 28 days or a minimum concrete compressive strength of 4,400 psi at 28 days. 10. One set of four (4) concrete test cylinders shall be cast along with one air test and one slump test per every 60 cubic yards or less, for each day's placement of Structural Concrete and shall be tested for compressive strength as indicated below. One (1) concrete test cylinder shall be tested 7 days after placement, while two (2) concrete test cylinders shall be tested 28 days after placement. One (1) concrete test cylinder shall be held (not tested), unless required for confirmation of companion 28-day concrete compressive strength results (within ASTM standards of acceptable test results for companion cylinders). 7. INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all site and subgrade preparation, proofrolling, fill placement, foundation installations, and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of all earthwork. Inspection should be performed prior to and during concrete placement operations. Alliance Geotechnical Group, Inc. employs a group of experienced, well -trained technicians for inspection and construction materials testing. We would be pleased to assist on this project phase. 8. LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. Although our field personnel visually survey the site for surface features indicative of variable soil conditions, the possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group, Inc. should be notified immediately so that the effects of these conditions on design and construction can be addressed. ALLIANCE GEOTECHNICAL GROUP, INC. UZIO-UUI PAGE 36 This study was conducted for the exclusive use of KSA Engineers, Inc., the City of Fort Worth, Fort Worth Spinks Airport, and their design consultants. The reproduction of this report or any part thereof, in plans or other documents supplied to persons other than the owner, should bear language indicating that the information contained therein is for general design purposes. All contractors referring to this geotechnical report should draw their own conclusions for bidding purposes. This report is intended to guide preparation of project specifications and should not be used as a substitute for the project specifications. We will retain the samples acquired for this project for a period of 60 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the client in writing. ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 PAGE 37 IL ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 ILLUSTRATIONS I I I, -WSTIN44AHEARS r,tOPOSED HANGARS PR^POccD AIRSIDE rl%V"MENT PROPOSED LANDSIDE QALLIIP�i C FIGURE � GEO`I'�CHt111CAL "!0-Unit Box Hangar and CROUP Hangar Access Taxilanes PLAN OF BORINGS NO. TB PE Firm #1970 West Hangar Development 317 W. Harrison Road Fort Worth Spinks Airport Longview, Texas 75604 Cityof Fort Worth, Texas (903) 759-5395 Scale: Project No.: Not -to -Scale LE15-007 LOG OF BORING BORING B-1 Project: Hangar & Hangar Access Taxilanes; W, Hangar Dev.; Spinks Airport; Pt. Worth, TX Project No.: LE15-007 Surface Elev.: 697.90 Date Drilled: 3-16-15 Location: See Plan of Borings - Figure 1 Northing: 6888731.45 Easting: 2334149.06 Depth to wafter at completion of boring: Dry Depth to water when checked: @ End of Day was: Dry Depth to caving when checked: @ End of Day was: Open ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % D.D. pcf P.PEN tsf UNCON. tsf o- ---------------------------------------- Stiff to very stiff dark brown & brown sandy CLAY wl limestone fragments --- -- --- - ----- ------ 2.0 ------_ jFILL� jCLj_ ------------------- Stiff dark brown & brown CLAY w/ iron nodules & stains 18 --- 27 -- 13 --- 14 - 61 2.0 1.5 4 -hard below 3' 17 15 67 16 51 69 119.5 4.5+ 4.5++ (CH) 4.5+ 692- Very stiff light brown to tan CLAY w/ iron stains & nodules, calcareous nodules & 15 41 12 29 70 &5 inclusions a 16 37 13 24 63 2.5 688 2.75 (CL) Brown sandy CLAY wl calcareous �z nodules 17 45 13 32 49 :. ssa _ - Hard tan calcareous CLAY wl tan weathered limestone fragments & seams 9 SCH-CU 16 19 51 17 34++ 116.9 4.5+ 4.5++ 16 501.0" 5010.5" ------------ Moderatel hard to hard tan weathered y LIMESTONE w/ iron stained fractured & clay seams & layers Moderately hard to hard tan & gray 680 weathered LIMESTONE, fractured wl iron stains & occasional clay seams & layers 50I0.5" Hard gray LIMESTONE 676 24 5010.3" 5010.3" 672 - . Notes: Completion Depth: 25' Boring Backfilled with Soil Cuttings and Tamped After Final Water Level Measurements at the End of the Day. FIGURE NO.: 2 Alliance Geotechnical Group LOG OF BORING BORING B-2 Project: Hangar & Hangar Access Taxilanes; W. Hangar Dev.; Spinks Airport; Ft. Worth, TX Project No.- LE15-007 Surface Elev.: 695.38 Date Drilled: 3-16'-15 Location. See Plan of (Borings - Figure 1 Northing: 6888632.55 Easting: 2334418.66 Depth to water at completion of boring: Dry Depth to water when checked: @ End of Day was: Dry Depth to caving when checked- @ End of Day was: Open ELEVATION/ DEPTH (feet} SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MG o70 LL 070 PL o7a Pf 200 o7o D.D.. pcf sf tsf UN sf tsf o------- ---------------------------------- Stiff dark brown CLAY, slightly sandy w/ iron nodules --- -- ___ - _ 1.75 22 44 16 28 63 1.75 (POSSIBLE FILL) (CL) 1.75 692 4 Stiff to very stiff brown CLAY wl occasional calcareous nodules 25 65 19 46 68 2.0 -----------------------(CH)---_ 2.25 - Very stiff light brown to tan CLAY W/ iron stains & nodules, calcareous nodules & 17 45 16 29 51 2.75 inclusions 6aa s -hard below 8' 12 36 16 20 73 4.5+ 13 125.3 4.5++ (CL) ------------------------------------------ --- -- --- -- ---- ---- 4.0 Hard tan calcareous CLAY wl tan ------ ------- 664 _ - - weathered limestone fragments & seams 12 — - - (CL) 16 47 18 29 96 4.5+ 6so 16 5o1o.a^ so1o.5° Moderately hard to hard tan weathered LIMESTONE w/ iron stained fractured & clay seams & layers ------------------------------------------ Moderately hard to hard tan & gray --- -- --- -- ---- ---------------------- weathered LIMESTONE, fractured wl iron stains & occasional clay seams & layers 676 20 50105„ 5010.3" Hard gray LIMESTONE 672 24 5010.51 50/0.01, 668 Notes: Completion Depth: 25` Boring Backfilled with Soil Cuttings and Tamped After Final Water Level Measurements at the End of the Day. FIGURE NO.: 3 Alliance Geotechnical GrouD LOG OF BORING BORING B-3 Project: Hangar & Hangar Access Taxilanes; W. Hangar Dev.; Spinks Airport; Ft. Worth, TX Project No.. LE16@007 Surface Elev.: 696.21 Date Drilled: 3-16-15 Location: See Plan of Borings - Figure 1 Northing: 6888774.12 Easting: 2334401.47 Depth to water at completion of boring: Dry Depth to water when checked: @ End of Day was: Dry Depth to caving when checked: @ End of Day was: Open ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION MC % LL % PL % PI -200 % D.D. PCf P.PEN tsf UNCON. tsf a------------------------------------------ Stiff to very stiff dark brown to brown --- __ ------ - CLAY wl iron nodules 2.75 25 52 20 32 67 1.5 1.5 (CH) 23 62 16 46 63 2.0 ssz Hard brown to light brown CLAY wl _ occasional calcareous nodules 4.5+ 14 45 14 31 57 4.5+ (CL) Stiff to very stiff brown sandy CLAY w/ 6 calcareous nodules Gas 19 40 14 26 49 2.0 (CL) 2.0 Hard tan CLAY w/ iron stains & nodules, 4.5 calcareous nodules & inclusions (CL) 684 12 66a 16 676 20 672 — 24 Notes: Completion Depth: 10' Boring Backfilled with Soil Cuttings and Tamped After Final Water Level Measurements at the End of the Day. FIGURE NO.: 4 Alliance Geotechnical Group -- - -_ LOG OF BORING BORING B-4 Project: Hangar & Hangar Access Taxilanes; W. Hangar Dev.; Spinhs Airport; Project No.: L.E15-007 Surface Elev.: 698.27 Date Drilled: Location: See Plan of Borings - Figure 1 Northing: 6888682.74 Easting: Depth to water at completion of boring: Dry Depth to water when checked: @ End of Day was: Dry Depth to caving when checked: @ End of day was: Open Ft. Worth, TX 3-16-1 v 2334096.64 ELEVATION/ DEPTH (feet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION I MC % LL % PL % PI -200 % D.D. pcf P.PEN LINCON. lsf tsf 0 --------------------------------- Stiff to very stiff dark brown & brown --- -- --- -- ---- ---- ------ ------- CLAY wl iron nodules & calcareous 2.75 nodules 21 50 18 32 61 2.75 696 -stiff below 2' IPQSSfBLE_FILL)______________�CH� _ -- -- --- -- ---- ---- 1.5 - ---- ------- Stiff to very stiff dark brown to brown 22 62 15 47 71 2.0 4 CLAY w/ iron nodules 3.5 3.5 69z (CH) ------------------------------------------ --- -- --- -- ---- ---- ------ ------- Stiff tan CLAY wl iron stains & nodules, a calcareous nodules & inclusions 21 39 14 25 61 1.5 (CL) 1.75 688 12 6B4 16 680 20 676 24 672 Notes: Completion Depth: 10' Boring Backfilled with Soil Cuttings and Tamped After Final Water Level Measurements at the End of the Day. FIGURE NO.: 5 Alliance Geotechnical Group LOG OF BORING BORING Sm5 Project: Hangar & Hangar Access Taxilanes; W. Hangar Dev.; Spinks Airport; Project No.: LE15-007 Surface Elev.: 695.42 Date Drilled: Location: See Plan of borings - Figure 1 Northing: 6888607.89 Easting: Depth to water at completion of boring: Dry Depth to water when checked: @ End of Day was: Dry Depth to caving when checked: @ End of Day was: Open Ft. Worth, TX 3-16-16 2334=276.91 ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feet) & FIELD TEST DATA I MC DESCRIPTION % LL % PL % PI -240 % 1 D.D. pcf P.PEN tsf UNCON. lsf o-------------------------------__--- Stiff to very stiff dark brown & brown CLAY wl iron nodules 1.75 �CH) 26 56 21 35 67 2.25 Stiff to very stiff brown CLAY wl iron 25 nodules 61 19 42 66 2.75 ssz T 6" sand & gravel layer �a7 3.5' 2.0 NIA 4 _ _ -- Stiff to very stiff light brown to tan CLAY -- --- -- ---- -__ ------- wl calcareous nodules 17 36 12 24 67 1.5 2.75 (CL) 688 ------------------------- ------------ --- -- --- -- ---- ---- ------ ------- $ Hard tan CLAY wl iron stains & nodules, calcareous nodules & inclusions 16 45 16 29 96 4.25 (CL) 4.5 684 12 680 16 676 20 672 24 668 Notes: Completion Depth: 10' Boring Backfilled with Soil Cuttings and Tamped After Final Water Level Measurements at the End of the Day. FIGURE NO.: 6 Alliance Geotechnical Group KEY TO LOG TERMS & SYMBOLS Symbol Description Strata..symbols sandy CLAY CLAY calcareous CLAY (severely weathered limestone) weathered LIMESTONE LIMESTONE ail Samplers Shelby Tube Bulk sample taken from flight auger ® Texas Department of Transportation (TxDOT) Cone Penetrometer Test Notes: 1. Exploratory borings were drilled on dates indicated using standard truck -mounted drilling equipment. Z Water level observations are noted on boring logs. 3. Results of laboratory tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: MC natural moisture content (%) LL = liquid limit (%) PL = plastic limit (%) Pl = plasticity index (%) -200 = percent fines passing the #200 sieve (%) D.D. = dry unit weight (pcf) P.Pen. hand penetrometer (tsf) LINCON. = unconfined compression (tsf) NP Non -Plastic (P1=0) W = Weight of Drill Rods & Hammer FIGURE NO.: 7 Alliance Geotechnical Group SUMMARY OF RESULTS SULFATE CONTENT IN SOILS — COLORIMETRIC METHOD (TEX-145-E, PART II) Boring Number Depth (ft) Material Description Sulfate Content PPM B-3 1-2 Dark Brown to Brown CLAY (CH) < 200 B-4 1-2 Dark Brown & Brown CLAY (POSSIBLE FILL) (CH) < 200 B-5 1-2 Dark Brown & Brown CLAY (CH) < 200 B-5 2-3 Brown CLAY (CH) < 200 B-5 4-5 Light Brown to Tan CLAY (CH) 252 CBR-1 NIA Dark Brown & Brown CLAY (CH) 644 NOTE: Large detectable gypsiferous crystals were not detected during visual examination of the test samples. According to published research regarding "sulfate induced heave", sulfate concentrations in excess of 2,000 ppm (threshold level) indicates a moderate potential for "sulfate induced heave" if these soils are treated with lime, cement, fly -ash or other additives having a pH in excess of 10. Sulfate concentrations in excess of 5,000 ppm indicates a high potential for "sulfate induced heave". Likewise, concentrations in excess of 10,000 ppm indicates that a serious problem associated with "sulfate induced heave" could occur during or after construction. According to the Texas Department of Transportation (TxDOT) Guidelines for Treatment of Sulfate -Rich Soils and Bases in Pavement Structures, dated September 2005, research and field experience have shown that soils with sulfate levels of 3,000 ppm or less pose low potential for sulfate heave. Standard construction and mix design practices, as specified in Item 260 of the Texas Department of Transportation (TxDOT) Standard Soecifications for Construction and Maintenance of Hiahways. Streets and Bridges, 2004 Edition, can be utilized to treat soils exhibiting sulfate concentrations below 3,000 ppm. Sulfate reaction still occurs in these types of soils, but with adequate mixing and moisture, the effects are typically not detrimental. Likewise, research and some cursory field data has shown that soils with sulfate levels greater than 3,000 ppm but less than or equal to 8,000 ppm can be successfully treated with lime. However, modified construction methods must be followed to treat soils exhibiting sulfate concentrations greater than 3,000 ppm but less than or equal to 8,000 ppm in order to ensure the prevention and mitigation of sulfate heave. These modified methods include the laboratory determination of the amount of time and moisture content of the soil -lime mixture (at the optimum lime content) required to reduce the sulfate content to 3,000 ppm. This amount of time and moisture content can then be used in the field as controls for mellowing time and moisture content. FIGURE NO.: 8 ALLIANCE GEOTECHNICAL GROUP, INC. LEI5-007 SUMMARY OF RESULTS ONE DIMENSIONAL SWELL TESTS (ASTM D4546, METHOD 13) Test Number 1 1 12 3 Boring Number B-1 B-1 B-2 Depth,ft 3-4 14-15 8-9 Soil Type A B C Liquid Limit, % 67 51 36 Plastic Limit, % 16 17 16 Plasticity Index (PI), % 51 35 20 Percent Finer than #200 Sieve, % 69.2 97.5 73.4 Dry Unit Weight, pcf 119.5 116.9 125.3 Initial Moisture Content, % 15.2 16.3 12.9 Final Moisture Content, % 22.4 17.2 13.8 Initial Penetrometer Reading, tsf 4.5++ 4.5++ 4.5++ Final Penetrometer Reading, tsf 2.25 4.5+ 4.5+ Overburden Swell Pressure, psf 437.5 1812.5 1062.5 Vertical Swell, % 12.35 0.87 0.64 Soil Type A: Dark Brown & Brown CLAY (CH) B: Tan Calcareous CLAY (CH) C. Light Brown to Tan CLAY (CL) FIGURE NO.: 9 ALLIANCE GEOTECHNICAL GROUP LE15-007 Location: Depth: Description LIME CONTENT (%) 0 4 6 8 10 SUMMARY OF RESULTS ATTERBERG LIMIT DETERMINATION ON LIME STABILIZED SOILS B-5 1°-2' Dark Brown & Brown CLAY (CH) LIQUID LIMIT (%) 56 54 53 50 49 ALLIANCE GEOTECHNICAL GROUP, INC. PLASTIC PLASTICITY LIMIT (%) INDEX (PI) 21 35 36 18 40 13 40 10 39 10 FIGURE NO.: 10 I LE15-007 CALIFORNIA BEARING RATIO (CUR) TEST REPORT CBR-1 MM 11 0 MEMO■NEENEENEENNNNNENNNNNEEMEEMENE MEMEMEEME officamonswass manNEEMON M�Zwmm 10000MEMMMOMEEMMOMMEM Moisture content from top inch after soaking. NEEMMEMEMMEEMEEN AWWWRI • Ratio ASTM D 1883 -California-Bearing Approximate Location Elev./ Depth Proctor Test Results ASTM D 698, Method C Material Description Optimum Moisture = 19.5 % cf Maximum Dry Density = 102.5 p• AGG REPORT NO.: LE1 5-007 DATE: 3131115 PROJECT: 1 O-Unit Box Hangar and Hangar Access Taxilanes West Hangar Development Fort Worth Spinks Airport - City of Fort Worth, Texas ill UMCP_ 01_�OTeCHMCRL CIROU1, CBR TEST REPORT APPENDIX A MEASURES TO MINIMIZE DEEP SEATED SWELL ALLIANCE GEOTECHNICAL GROUP LE1 6-007 APPENDIX A APPENDIX A MEASURES TO MINIMIZE DEEP SEATED SWELL In order to reduce the risk of excessive upward ground movements caused by soil swelling associated with free water sources, the following measures should be taken during design and construction. 4 The use of superior utility contractors and utility line materials accompanied with Quality Control inspection and testing of all utility line installations including automatic sprinkler systems installed after construction. * Sprinkler lines should not be installed near the structure. Instead, the system should be designed so that the lines themselves are as far away from the structure as possible. Sprinkler heads should be used with a capacity to direct water toward the structure from distances of several feet. Q Utility under -drains with impervious barriers along the trench bottom may be used as an additional safeguard where it is desired to minimize post -construction upward movement. * Elevated landscaped beds over impervious lining should be used in lieu of recessed beds to prevent ponding water conditions near the structure. 4 Positive drainage should be provided. Surface drainage gradients within 10 feet of the building should be constructed with maximum slopes allowed by local codes. * Roof gutters should be used to direct roof runoff away from the structure in the most direct manner. Downspouts should not be allowed to discharge into landscaped areas near the building. Downspout extensions should be used to facilitate rapid drainage away from the structure. 4 Rapid repair of any utility leak including water lines, sewer lines, sprinkler lines and sprinkler heads. a Trees and deep rooted shrubs should be located no closer to the structure than one-half their ultimate mature height to reduce foundation settlement effects caused by moisture absorption of the root system. A moist soil condition (not a soaked condition) must be maintained within 5 feet of the foundation during prolonged periods of dry weather to prevent differential settlements caused by ground shrinkage. Deepen the depth of excavation and moisture conditioning and/or water pressure injection, if appropriate, to reduce the potential magnitude of deep seated swell and increase the dampening effects of the moisture conditioned fill soils. ALLIANCE GEOTECHNICAL GROUP LEI 5-007 APPENDIX A APPENDIX B FAA PAVEMENT ANALYSES AND DESIGN STUDIES ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 APPENDIX B APPENDIX B FAA PAVEMENT ANALYSES AND DESIGN STUDIES (PRINT-OUTS FROM FAARFIELD COMPUTER DESIGN PROGRAM) FAARFIELD - Airport Pavement Design (V 1.305, 9/28/10 64-bit) Section PCC 30k SWL in Job LE15007Spinks. Working directory is C:kProgram Files (x86)1FAAIFAARFIELDI The structure is New Rigid. Design Life = 20 years. A design for this section was completed on 04/01/15 at 12:04:35. Pavement Structure Information by Layer, Top First _......_..­_ _ ._ ......_ .. ------ No. T e Thickness Modulus 1 Poisson's yp Strength intio psi Rai R,psi _ 1 .,._ PCCSurtace M TT7.36 I 4.000,000 0.15 W „ - 650 .. _� _._._.-._- _ -- -_-___- - .a.. _ 2 i define Undefined 18 000 d 75— I _....... _ _ . 3,_ �._Subgrade AW000 .W.__..� 4500� _ _._�.�040 �.�_....------- Total thickness to the top of the subgrade 14.86 in Airplane Information No. Name Gross Wt. Annual %Annual Ibs Departures j Growth _ 00 365 _----- " _.__.L_._._..__- i 0.00 365 Additional Airplane information I No. � Name CDF iCQF Max Contribution j forAirplane PIC � Ratio 1 Sngl Whl 12.5 0 00 0.00 0 00 _. �_.._..I...... __..,......__ Sngi Wh1 30 M ..._ __— w. a . _. 0 00 0 00 _. _ 0 00 J ALLIANCE GEOTECHNICAL GROUP, INC. LE16-007 APPENDIX B APPENDIX B FAA PAVEMENT ANALYSES AND (DESIGN STUDIES (PRINT-OUTS FROM FAARFIELD COMPUTER DESIGN PROGRAM) FAARFIELD - Airport Pavement Design (V 1.305, 9128110 64-bit) Section HMAC_HMAC in Job LE15007Spinks. Working directory is C:(Program Files (x86)1FAAIFAARFIFLDI The structure is New Flexible. Asphalt CDF was not computed. Design Life = 20 years. A design for this section was completed on 04/01/15 at 12:07:00. Pavement Structure Information by Layer, Top First 1 Thickness f Modulus Poisson's Streng#h No Type I in j psi Ratio R psi 1 P 4011 P-403 HMA Surface I w .. _ ._._ 4.00 200,000 ! 0.35 ; 0 2 mm Variable 5t (flex) W Undefined__i 4 00 6 24 _ 200 04D 18 500 0.35 ; 0.35 _. V.. 0 _ 0., 4 _ Subgrade ._ 0 04W._.__.. u 4 504 _ 0 35 _ e T_. Total thickness to the top of the subgrade = 14.24 in Airplane Information No. Name Gross Wt. Annual °10 Annual Ibs Departures Growth 1 Sngl Whl-12.5 12,50D J 365 } 0.00 3D,060 Additional Airplane Information Subgrade CDF No. Name CDF CDF Max PIC i Contribution for Airplane __ _ _ . I Sngl Whl 12�5������0.00�—�- m^ ��0 00 _._! ^.Ratio 0 00 ALLIANCE GEOTECHNICAL GROUP, INC. LE'16-00! APPENDIX B APPENDIX D FAA PAVEMENT ANALYSES AND DESIGN! STUDIES (PRINTOUTS FROM FAARFIELD COMPUTER. DESIGN PROGRAM) FAARFIFLD - Airport Pavement Design (V 1.305, 9128110 64-hit) Section NewFlexible in Jab LE15007Spinks. Working directory is G:1Program Files (x86)1FAA%FAARFIELDI The structure is New Flexible. Asphalt CDs= was not computed. Design Life = 20 years. A design forthis section was completed on 04/01/15 at 12:19:17. Pavement Structure Information by Layer, Top First Thickness ! Modulus Poisson's Strer No. Type i _.-_.._--�------- ------ in1�.. psi ( Ratio R F 1 i P-401/ P-403 H_MA Surface ...... _. .._...._ 200,000 .__. _0 P-209 Cr Ag m�._. a„4.0 f 7.00 _^ 42,873 0.35 0 �.. __..._...... _..__.. _ .....Undefined _...__._ ...._ .._..._.._..... __ 6.25 _.._ .� __.18,50D ._.". _ 0.35..,.... _ j.._.......—Q _.,_. _.. .. _.......,._...... _ _.__ ._._.._ ._ ..__.._.._.__..... _...... ---- .-._______... 4 Sub rade _ __.___..... _..,....__.._ .. 0.00 Total thickness to the top of the subgrade = 17.25 in Airplane Information No. Name Gross Wt Annual %Annual I Ibs Departures Growth Whl-12.5 12 500 __. SngI Whl-30 _.__.. 30 . _.._ . 000 365 ___._. 0.00 Additional Airplane Information Subgrade CDF CDF CDF Max Name �^^___ P/C far Airplane Rat A^ mNo ^M 2 ...._.....Conttrbution - ---------- § g- Whl-12.5.��.-. ) 0.00 ._._. _ ._.-_._.._-.. a.40 � _..._ 0.00 0 00 ALLIANCE GEOTECHNICAL GROUP, INC. LE15-007 APPENDIX B ATTACHMENT 2 II.I0]4:HJ&9:1AaV INDEX OF SHEETS CIVIL I COVER SHEET 2 SUMMARY OF QUANTITIES/INDEX OF SHEETS 3 GENERAL NOTES 4 CITY OF FORT WORTH GENERAL NOTES 5 AIRPORT LAYOUT DRAWING 6 PROJECT LAYOUT/ DIMENSIONAL CONTROL 7 PHASING PLAN 8 9 10 11 12 1.3 14 i5 16 17 18 19 20 21 22 23 24 25 26 27 10-UNIT BOX HANGAR (BASE BID) 12-UNIT BOX HANGAR (BASE BID + ADD. ALTERNATE) HANGAR DETAILS GRADING AND DRAINAGE PLAN DRAINAGE DETAILS TXDOT SET P-CD (SHEET 1 OF 2) TXDOT SET P-CD (SHEET 2 OF 2) TXDOT SET P-PD UTILITY PLAN — WATER & SANITARY SEWER UTILITY (WATER/SANITARY SEWER) DETAILS I UTILITY (WATER/SANITARY SEWER) DETIALS 11 UTILITY (WATER/SANITARY SEWER) DETAILS III SITE PAVING, JOINT AND SPOT ELEVATION PLAN PAVING DETIALS JOINT DETAILS MARKING PLAN MARKING DETAILS DRAINAGE AREA MAP STORMWATER POLLUTION PREVENTION PLAN STORMWATER POLLUTION PREVENTION LAYOUT STIORM) MATER PSI LtlTIQN[TREVEIlTION DETAILS MECHANICAL M-001 MECHANICAL GENERAL NOTES M-101 MECHANICAL FLOOR PLANS M-501 MECHANICAL DETAILS M-601 MECHANICAL SCHEDULES ELECTRICAL E-4.1 PROPOSED MULTI -UNIT BOX HANGAR ELECTRICAL SITE PLAN E-4.2 PROPOSED MULTI -UNIT BOX HANGAR ELECTRICAL FLOOR PLAN E-6.1 ELECTRICAL DETAILS I E-6.2 ELECTRICAL DETAILS If E-6.3 ELECTRICAL DETAILS III City Project No. 02518