Loading...
HomeMy WebLinkAboutContract 56640������ ���� , , ��� ��cR�s�v ,, . �������a. �� ��� _ __. COI�TRACT FOR THE COl�TSTRUCTION OF '� ALLIANCE AIItPORT TAXIWAY P, PHASE � .-.�:� �_� . . , '�+� •-- Mattie 1'artcer Mayor Roger Venables Director, Aviatian Departmer�t Prepared for The City of Fort Worth Aviation Department May, 2021 ���o---��t� � E TF i .��?'t/ ,��1 .' `. � . . � � ............... . .............. .... � . .M.B.5ZAB0 4 ....... . . � �8���s � o .- �,� +�' G, �O.•� �� �� �� �� �a#i��GVAL E�G� �d���..� �'���1 Elec�rical Specifications City Pro,ject No. 143000 Issued for B id Jacobs Engineering Group Inc. 777 Main Streat Fart Warth, TX 76102 Texas PE Firm 2966 David Cooke City Manager � � . - - - - �k�� Civil S�e�i�rc�ti.��� - �ARY x:t � � 'ti � `�. � 00 oa oa �ra.BL� or• corrrar��rs Page ! of 3 sEcrion� o0 oa o0 TABLE QF CONTENTS Di�ision 00 - General Conditinns OQ OS i0 Mayor and CounciI Communicatran 00 OS 15 Addenda 00 11 13 Tnvitation to Bidders DO 21 13 Xnsti•uctians to Bidders 00 32 15 Const�uction Project Schadule 00 35 I3 Conflict of Intei�es.t Statement Qa 41 00 Bid Form 00 42 43 1'roposaI Forrn Unit Price 00 43 la Bid Bond 00 43 37 Vendor Compliance to S#ate Law Nonresident Bidder 00 45 11 Bidders Prequalifieations 00 45 I2 Prequali�ication S#atement Oa 45 13 Intentionally Omitted OD 45 26 Conh�actor CompGance with Wor�Cers' Compensation Law 00 45 40 Intentionally Omitted 00 45 41 Intentionally Omitted 00 45 42 Disacivantaged Business Enterprise �pecifications 00 52 43 Agreement 00 6I 13 Perfarmance Bond �p 61 l� Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insiu•ance 00 72 00 General Conditions 00 73 00 Supplementary Conditiar�s Division Ol - Gene�•al Requirements 41 11 00 Summary of Work DI 25 00 Substitution Procedw'es Ol 31 19 Preconstruction Meefing O1 31 2Q Projeci Meetings O1 a2 16 Construction Progress 5chedule O1 32 33 Preconstr�ction Video 4l 33 00 Submittals O1 �S 1� Special Fraject Procedures 41 45 23 Testing and Cnspection 5ei•vices 01 50 0� Temparary Faciiities and Controls D1 55 26 Street Use 1'ermit and Modiiicatinns to Traffic Control 0 i 57 13 5torm GVater Pollution Prevention Plan 01 58 13 Temporary Project Signage O1 60 OQ Product Requirements O 1 66 00 Product Storage and Handling Requirements O1 70 0� Mobilization and Remobilization 01 71 23 Construction Sial�ing and Sur�e� C1TY OF FQRT WORTI-I Alliance Airport Taxiway P, Phase 2 5TANDARD GONSTRUCTION SPECIFICATIQN llOCUMENT5 Project No. 103000 Itevised April 2, 2021 0o qo 00 TASLE OP CONTENTS Page 2 oi3 b 1 74 23 Cleaning O I 77 19 Closeout Requirements Q I 78 23 Ope�•ation and Maintenance Data O1 78 �9 Pf•oject Record Dacuinents FAA General Prn�isians Sectian 10 Definitipn of Terms Section 20 Proposal Requirements and Conditions Section 30 Awa.rd and Execution nf Contract Section 4D Scope of Work Section 50 Cnntrnl of Work Section 60 Control of Materials Section 70 Legal Regulations and Responsibility to Public Section 80 Execution and Progress Section 90 Measurement and Payment Fede�•al Contract Provisions FCP-1 Aecess to �ecards and Repo.rts FCP-2 Breach of Co:ntract FCP-3 General Civil Rights Provisions FCP-4 Ci�il Rights — Title VI Assuxances FCP-5. Clean Air/Water Poljution Control FCP-6 Coniract Work Homs and Safety Siandards FCP-7 CopeIand. Anti-Kickb.ack FCP-8 Davis Bacon Reguirements FCP-9 Cei�Yif cation of Lower Tier Contractars Regarding Debaarment �CP-10 Dis.ac�r+antaged Sus.iness Enterprises FCP-11 Te�ting When Dri�ing FCP-12 �nergy Conservation Requir�rn�nts FCP-13 �qual Oppoitunity Clause ��� 1� Standard Federai Equa1 Employment Opportunity Constru�ion Contract Specifications FCP-15 Certification Regarding Lobbying FCP-S 6 Prohibition of Segregated Facilities FCP-17 Occupational �afety and Healt� Act of 1970 FCP-1 S Procurement of Recovered M�.terials FCP-19 Cei�tification of Offerer/Bidder Regarding T� Delinquency and Felony Convictions FCP-20 T�z7nination for Convenience (Construction & Equipment Cantracts) FCP-21 Ve�eran's Preference Technical Speciizcations _ Ite�n C-100 Cantractor Quality Contral Program (CQCP) Item C-1 d2 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control Item C-I05 Mobilization Item C-110 Methbd o� Estimating Percentage of Material Wit�in Specification Limits {PWL) Item G-145 Tempoxary �'encing, Bai•ricades, and Facilities Item P-101 Prepat•atianlRemoval ofE�isting 1'avements CTTY O]' FORT WORTI�I Alliance AirporE Tivciway P, Phase 2 STANDARD C.ONSTRUCTION SPECirICATIOFV DOCIJMBAiTS Projecf No. ]03004 lievised April 2, 2021 ao ao an TABLE dF CONTENTS Page 3 of 3 Item P-1�1 Item P-1S2 Item P-153 [tem P-35S Item P-209 Itezr P-'44 Item P-403 ltein P-501 Item P-602 Item P�603 Item P-605 Ttem P-b06 Itern P-614 Item P-62a Item T-900 Item T-904 Item T-905 Item L-10� Item L-1Q8 Itein L-110 Item I�-1 I 1 Item L-11 S Item L-125 Appendix GC-4.02 Clearing and Grubbing � Excavation, Subgrade, and Embankment Con#a•oIled Low-Strength Material (CLSM} Lime-T��eated Su6grade Crushed Aggregate Base Coursa Cement-Treated AggY'egate Base Cout•se (CTB) Asphali Mix Pavement Surface Course Cement Cancrete Pa�ement Emulsi�ed Asphalt Prime Coat Emulsified Asphalt Tack Coat Joint Sealants for Pavements Adhesive Compounds, Two-Component for Sealing Wire and Lighis in 1'avement Co�crete for MisceIIaneous Structures Runway and Taxiway Marking Temporary Irrigation Syste�n Sadding Topsoil General Pravisions - Electrical Undergound Power Cable for Airports Airport Underground Electrical Duct Banks and Canduits Airfield Electrica� Installation Testing Electrical Manhales and Junction Structures Insfallation of Airport Lightin� Systeins Subsurface and Physical Conditions END OF SECTION CITY OF FORT WORTH Alliance Airport Taxiway P, Phas� 2 STANDARD CONSTRUCTIdN SP�CIEICATIQN DOCCINIENTS Project No. 103000 Re�ised April 2, 2021 II I ��� ����� � �� � � � � �� �� ��� � Division DO - General Conditions CITY OF PRRT WORTN Allian¢e Airport Taxiway P, Phase 2 S�'AN�AFtD Cpi�TS`I'RUCTION SP�CIFICATION DOCUMENTS ProjeciNa. ]03QOp Revised April 2, 2Q21 sECT�orr o0 os �a MAYOR AND COUNCIL COMMUNICATION (M&C) ❑AT�: REF�RENCE **M&G 29- ��A� TAXIWAY PAPA . 90/19/2021 NO�: ag22 LOG NAME: EXTEN�iON PHASE II CONSTRUCTION AGRE�MENT CODE: C TYP�: CONSENT P�B�`�C NO HEARING: SUBJECT: (CD 7) Authorize the Execu�ion of a Constructior� Contract with Mario Sinacola and Sons �xca�a�ing, Inc., in an Amount Up to $5,632,393.08 for the Cons#ructian of Phase Il ofi the Taxiway Papa Extension Project af Fort Worih AlGance Airport � R�COMFVfENDATION: lt is recommended t�at the Ci#y Council authorize the execution a# a construction contract with Mario Sinacola and Sons �xcavating, 1nc., in an amount up fa $5,632,393.08 for �i�e canstruc�ion af Phase l{ of the Taxiway I'apa Extensian projeet at �ort Worth Alliance Airpor� (City Projeci No's. 103000 and 1036fi8). DISCUSSION: The A�iation Depa�tment is seeking City Council appraval ta authorize the �xecutian of a construction cantract with Mario Sinacola and Sons Exca�ating, Inc. (Sinacola), in an amount up to $5,632,393.08 for the construction of Phase II of the 7axiway Papa Extension project (Project) at Fart Worth Alliance Airpo�t (Airpart). Or� June 4, 2029 and June 9, 2021, the Praject was ad�ertised in the Far� Worfh Star-Telegram. On .1uly 1, 2021, the City received three sealed bids for the Praje�t. The bids received are as falkows: _ OFFERERS B�� �chedu e 1 MariQ Sinacola and Sons Excavating, $5,�32,393.OS c. Bridge & Road, Inc. � $5,729,86794 Bid Schec3ule � Bid Scl�ec�ule 2 1 � '�9,747,237.21 I $ i 3,�20,07131 � 1 C�,017,781.67 �$12,963,294.4EM Head, Inc. $6,317,485.17�$10,696,434.15I$14,174,324.62. Ai#er bids were received and r��iewed, 5inacafa was s�lected for the Project. Only bid schedule 1 wiU be awarc�ed. Th� locatian of this Project is an the southwest carn�r of the Airport (see attached map), ancf wiil connect the currently-ongoing construction of Phase I of the Praject to existing Taxiway Delta. This taxiway extension will e�entuaily provide a connecting surface at the midpoint of the runway, greater ease of acc�ss to tenants on tF�e west side of the Airport, and allow for better orrera�l operational efficiency. This Praject also pro�ides additional public profection alang the west perimeter of the Airport by pro�iding a larger protection zone that will enhance the rrzargin o� safety on airpark proper#y ground in accorcfance with Federal A�iation Advisory Circulars. 7axiway Papa construction wifl be divided into multiple phases to match a�ailable funding. Fec�eral Aviation Adrninistraf�on {FAA) Discrefionary Grant funding is being used for this project. Mario 5inacola and 5ons Excavating, Inc, is in compliance with the City's DB� Program by committing to 141% DBE part�cipation on this Projeet. The City's �BE goal on this I'rojeci is 141%. Since no City salaries will be charged to this grant, indirect cost reco�ery does not apply. ADVIS�RY B�ARD APPROVAL — On March 11, 2021, the Aviation Aclvisory Board �oted to recommend fhat the City Cauncil apprave the A�iation Depar#�nenf's Five-Year Capital Improvement Plan. The Taxiway Papa �xtension project was par� of the approved plan. Fart Worth AIliance Airpor� is located in COUNCIL DISTRiCT 7. F15CAL 1NFORI111ATIQNICERTIFICATION: The Director of F'inance certifies that funds ar� ava�lable in th� current capital budget, as previausly a�propriated, in the Muni Airport Grants Federal Fund for the AFW Taxiway Papa Ext Phase II and AFW Taxi Papa Ext Phase ill projects to support the appro�al of ihe abo�e recomrnendatian and execution of the contract. f'riar to an expendifure being incu�red, the A�iatian Department has the r�s�onsi�iliky to �alidate the a�ailability of funds. Fund Department ID OM Funei Department {D Accaunt Project Program iD Account Project Program ID Acti�ity Budget Reference # Amount Year Chartfield 2 Acti�ity Budget Reference # Amount Y�ar fChartfield 2j __ Su�imitted far Cit Mana er"s Office �: Ori inatin De artmen# Head: Additionaf Snformation Contact: Fernando Costa (fi122} Roger Venables {6334) Tyler Dale (5416) ATTACHMENTS Taxiwav Papa Extensior� Phase II M&C MaJ�df ODOS IS A➢DEiVDA Page 1 af 20 SECTION o0 os ls ADDENDA C1TY OF FOIZ'T WORTH Alliance Airport TEtxiway P, Phase 2 STANDARD CQNSTRUCTION SPECIFIGATION DOCUM�NTS ProjectNo. 103000 Revised Aprik 2, 2021 ������ Fort Worth AI I iance Airport Taxiway P, Phase 2 Addendum 1 June 'f 0, 202'i 1. Omitt�d 5pecifiication 5ectian a. 5ectian QO 45 11 — Bidders Prequafifications, uuas omitted from the Specifications and Contract documents. lt is attached to this addendum. CITY QF FORT WORTH Alliance Airport7axiway P, Phase Z ADDENDUM 1 Project IVo.10300D aoas�i-i HmDER5 Pk2EQUALlFICA`1'LONS Page 1 af 3 SECT�ON 0� 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to b.e praqualified by the City prior ta submitting bids. To be eligible to bid the contractor must submit Section Oa 45 12, Prequalification Statement for the tvork type(s) listed with ti�eir Bid. Any contracfar or subcankractor wtno is not prequalified far the work type(s) listed must sub�nit Section 00 �5 13, Bidder Prequalification App�ication in accordance with the requirezne�ts below. The prequali�cation pj�ocess wi11 establish a b�d limii based on a technRcaf evafuation and financiaj analysis of the cantractor. Tl�e information must be submitted seven (7) days prior to the date qf the opening of bids. For example, a cor�tractar wishing to submit bicis on projects to 6e capened on the 7th of April must file the inforination by the 31st day of March in order ta bid on these prnjects. In �rder to expedite and facilitate the approval oF a Bidder's Frequalification Applicatian, the following must accompany the submission. a. A cQmplete �et of audited or reviewed financial statetnents. (1) Classified Balance 5hee1: (2} [ncorne Statement (3) 5tatemeni of Cash Flows (4) 5tatement af Retained Earnings (S) Notes tn the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Chartez, Articles of Incorporation, Artic[es af Organization, Ceriiftcate of Formation, LLC Regulations, Certi�cate af Limited Partnership Agreement}. c. A carnpleted Bidder Prequaliiication Application. {1} The �t'm's Texas Taxpayer ldentif cation Numb�r as issued by the Texas Comptz'oiler of Publie Accounts. To nbtain a Texas T�payer ldentif cation numbar visit the T�xas Comptroller of Public Accounts online at the fallowing web address www.window.state.tx.asltaxpermitl and fill out the applicatian to apply for y�our Texas tax ID. (2} The firin's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This nuTnber is used by the City for required repoi�ing on Federal Aid projects. The DUNS number inay be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the princip[es ofthe firm far firms submitting their initial prequalification. These resumes should innlude the size and scop� of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Fanancial ,Statements. Financial statement submission must %e provided in accordance with the following: {I} The City requires that the original Financia.l Statement or a certified copy be submitted for consideration. C1TY OF POTLT WC?RTH Alliance AirRorE Taxiway P, Phase 2 STANAARD CflNSTRUCTION SPECII'[CATION DOCUMENTS Praject No. IQ300Q Reuised 7u�y 1, 2011 D(l 45 L 1- 2 BIDD�RS PItEQUALIF[CATIONS Page2 oi3 (2j To be satisfactory, the financial siateinents must be audited or review�d by an independ�nt, certi�ied public accounting firm regi.stered and in good standing in any state. Curz'ent Texas stat�es also require that accouz�ting firms pe�•forir►ing audits or reviews on business entities within the State of Texas be properly licensed or registei�ed wiYh the Texas State Board of Pub.lic Accountancy. (3) Th� accounting firm shouici state ir► the audit report or review wl�ether the contractor 1s an individual, corporation, or limited iiability company. (4) Flnancial Staternents must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will nat recognize any certified public aceai.ultant as independent who is not, i� faet, independent. (6) The accountant's opinion on tf�e financial staterrkents of th� contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of Ame�'ica. This must be stated irj the acco�nting firm's opinion. It should: (1) ex�ress an unqualified opinion, or (2) express a qualified opinion on the state�nents taken as a whole. (7} The City reserves the right to r�quire a new statement at any time. ($) The iinanciai statement must be prepared as of the last day of any month, not more than ane year oId and must be on file with the City 16 months thereafter, in accordance with �ai'agraph 1. (�) The City will determine a contz�a.etor's bidding capacity far the purposes of awarding contracts. Bidd�ng capacity is determined by inultsplying the positive net w�rking capital (working capital = current assets — cur�'ent �iabilities) by a faetor of 10. Only those statements reflect�ng a positive net warking ca�ital position wiIl be considered satisfactory for prequalificatian purpQses. { 1 D) In the case that a bidding date falis within the tinne a new financial statement is being prepa�'ed, the previaus staterzi�nt shall be updated with proper verification. b. Bidder Prequalification Applicadion. A Bidder Prequaliiication Application must be submit�ed along with audited or reviewed financial statem�nts by �irms wishing to be eligible to hid on all classes of canstruction and maint�nance projects. Ineomplete Appli�aYions will be rejected. (1) In those schedules where there is nothing to report, the notafion of "None" or "NIA" should be inserted. (2) A minirnum oi ii�c (5) references of related work musf be �ro�ided. (3) Submission of an equipment schedule which indicates eauipment under the control of the Contractar and which is related to the type of work for which the Gontactor is seeking prequalification. The schedule must include the mar�ufacturer, model and general common description oF each piece of equipment. Abbreviations nr means of describing equipment other ihan provided abo�e will not he accepted. 3. E�igibility to Bid a. The City shall be �h� sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequaSification for failuz'e by the contra�tor to demonstrate acceptable financial ability or performance. a The CiYy wi11 issue a letter as to the status ofthe prequalification approval. CITY OF FORT WORTH Alfian¢e Airpart T�iway P, Phase 2 STANJ7ARD CbNSTRUCTI�31 SPECIPICATION DOCLTMENTS Project Na. 1fl3000 Revised 7uly l, 2Q11 oo4srt-3 B1DD�R5 AREQUALIFICATIbAlS 1'age 3 oi3 d. If a cont��actor has a valid prequalification letter, the conix'actor will be eligible to i�id the prequaIified work types until the expiration da�e stated in ihe letter. END OF SECTXON C1TY OF FQRT WORTH Afliance Auport Taxiway P, Pbase 2 STA3VDARD CONSTRUCTION SPECIFICATI�N DOCilMENT3 ProjeetNo. {Q3000 Revised Tuly 1, 2Q1 l �c����� Fo�-�t Worth ALLiance Airport Taxiway P, RhaSe 2 Addendum Z June 29, 2D21 This Addendum No. 2 contains re�isions to the Bid Proposal Workbaok, IFB plan drawings, l�B 5pecifications and 5olicitation Questions and Answers. 5ummary of Pian Sheet Re�isions: 1. GN-002 {ndex of Drawings 2, �N-�101 �eneral Notes — Note 10: Blackout Dates. 3. GC-001 Overall Phasing Plan — Added existing soil stockpile location and added a calloui to show where th� nearest City af Hasl�t fire hydrant location. 4�. GC-h a1 Phase 1(Base Bid) — Re�ised Phasing Notes to correspond to the correct phases. 5. GC-34� Phasing Notes — Revised Note 7 and the number of calendar days per pha�e in the phasing not�s. 6. CP-501 Rerrmaved calLout to "crimp the wire unit at C/L in field" to rnatch specif�cation requirement. Summary of 5pecification Revisions: Revised Sheet 6 of 6 in Spec9fication 00 11 13 CITYOF FORT WDRTH Afliance AirportT�xiway Q, Phase2 STANDARD CONSTRUCTIOIV SPGCIFICATION �OClIMENi'S Projectl�io, 1D3D00 ADDENDUM 2 Solicitation 4uestions and Answers Number z 3 � 4uestion Answer VUc�u�d ye�u ��Ee��fi� �e�� r3�t� i�� pre-�ic! �eetir�c� aE[enr��e List h�� beeT� fi�r4�vide�l �ni.}�+ oi �f�� �re� hid n�[�e�kn� a��d i��lud�d wi�l� this ariciendu��_ atz���e�s Eis� f�r this_E�ra'� a. Addendum � for the referenced project requires Preg�alification o� �idders. The Addendum 1 "paragraph 1. Summary." calls for pre-bid submission of Section 00 45 1 Z Prequalificatian Statement which is not in the documents that were available ta downloac�. h. Further, it states that if you are not atready pre- qualified you must 5ubmit Section Oa 45 13 Bidder Fre-Qualificatinn A�plicatior� which is al5o not in the doeUments. Please provide the required documents as we need to submit the information prior to bid submis5ion in order to be responsive to the solicitation. a. Addendum No. 1 did nat add the requtrement �or prequalification, the requirement for prequaLification may be found in Section 00 21 13 — Instructions to Bidders, 5ection �. b. Section 00 45 13 Bidd�r Pre-QuaLification Applieation was included in the original documents and can 6e found at Page 3� ofi 103000 - Taxiway P �xt Ph If Issued for Bid -- Specs PDF. C��n the �ick cfate for t�� �1��. ��r��ee� be �x��s+�ed tr� � [IaC� wF�er� �he Txl7�T �et�ing I� r�ot We take exception to some af the language within Spec 00 52 �+3 Agreement, Artide b: INDEMNIF1CATlON, 5ection� �.2 and 6.2. Is this Language negatiable? Ir� �cet��r� ��l �I i 13 �,nder the "P�a� �-Iczlder�" par��c�r�p�, it asks �or us ta dawnl�xad, fill o�it, antl ��i�ri� �F�e �l�ra I�alder r�r���tratiarx forrr7, Can y�u p[eas� }�r��xide �his fofm or pni�tit �e sn the r��ht dl�ec��on tC3 E117L� It� The City of Fort Worth can negotiate with Contractors on lndemnification language, if setected. 1'k1� "�lai� F-Eokc€�r" para�F�pE7 I�i S�etiFic�tion 5eci�+�r� �C� 1 1 13 I��s b��� dei�iec� I�� Et� ��kir�l�r_ F��+�+��d S�re�if it�i�on Seftion �Q ���13, ��g� � af 6, �s ir�c lu�ed wilh rldc�end��rn �. C1TY OF FORT WORTH Allianca Airport Taxiway P, P1i�se 2 STANDARD COAFSTI2UCTIqIV SPHCIFICATION DOCUMENTS Project No. ] 03�00 AD�ENDUM 2 a. Is the prequalificacion paperwork/information necessary for us to complete and submit? 6. If we da need to submit this information, who is tMe best contact to send this to? Ucr �o+� know wl7���4ti I ca�i �eE a l��t nf �er�E�olde�s E�rth�s 1�roje{t� E 1n 00 11 13 - Invitation to Bidder� there is a "Buy American Preference" section which states in t�e secand paragraph: "A bidder ar offeror must com�lete and submit the Buy America certificatian incLuded herein with their bid or ofFer. 7he Dwner will reject as nonresponsive any bid or offer that does not include a compL�teci CertificatE of Buy American Compliance." QLease pro�ide this Buy America certifiication farm. � 1n the Exc�l file eE�w���or�c��d ar�d urwzip�e�i fr��n �o rtwo n�k, t��ca 3. g ov j��� r� h a si Fnr the p�oj��rr, the �abs far, - 00 43 �7 -� Ve��dor 1 �orr�pki�r��e to ��ate �ak� h14n-R�51Clent Bici[E�+� - 00�+���� PrrqualiEic�tion statem�R�t a. The improvernents included in this project must be performed by a contractor who is pre-qualified by the City at the �ime of bid opening. The proeedures far qualification and pre-qualification are outlined in the Sectian 00 2� 13 —1NSTRUCTIONS TD BID�ERS. b. See 5ectian 00 45 � 3 ]�Jn �lai� I�r�lcl�r �ist is k���wrr, ht�t tl}� ps�-�+irl meetin� �ttencl�e �i�t h�s �eei� ��`ov��l�d a�d i��cl�i�led �,��tf, l��d��tdurn �. I�iaweve�, �r�mpanie� �r�, �Sut noL Eimit�:d lo, �I�S C�ntr��[i�3t� I_�, Ilu5tlil �t�lC�C}[' � F�U��, He�d 1�i�., 1=�W F�eeteR{�� �c���t�r�r�[€�rs 1n�., f��syal Cke�tr��, �ir�d f�iario ��n��roE� � ��ns �xc�v�rirsi�, 1���. The Buy America Certification Form has been added to tl�� Bid Proposal Workbook and included �rith Addendum 2. �„���� �^���,_t i�,ft�rrr�atier� �r� OC7 �� �� to up�at� �0 43 CITY Q4�' FORT WOR7'll f�l4iance Airport Taxiway P, Phase 2 5TANDARD CONSTIZUCTION SPECIFICATION DOCUMSNTS Projecf Nn. ]03000 ADDENDUM 2 I-I,��e 7�rotc��t[�[i c�lls wl7�t�e it �v�,�ti� us to ty{�e campaM�y narrr�, �1�1dr��s gi�. ��1� you y�r�vide il���� �#t�+�fs in an rdi��hie nr u�,�ra:st�ct #����'i�t for [h�se ��ll� �n we c��� in�rut p�r ioi�o���t�tion? 1Q 11 The following locations within Che specificatEons are consistent with regards to the prajecti sch�dule requirements: 00 4� 00 -- �id Form -- 4.1 FAA 5pec Sectian 70-13 FAA Spec Section 80-0$ 00 52 43 — Article 4— Contract Tirne These all note thar the durations are as follows: 8�d 5chedule 1— 210 Days; Bid 5chedule 2— 365 Days; Bid ScheduLe 3 — 550 Days. Howe�er, on Drawing Sheet GC-301 — Phasing Notes under the "Phasing Notes" it states that the totaL project duration shall not exceed the number of cal�ndar days shown belaw for th� selected phase: Phase 1 — 300 Phase 2 — 25Q Phase 3 —180 Please cor�fiirm what the contract duraCions for each bid � schedule are. �E���e �den[iCy w����'� kk�� �nntractor wilE have wate� ho�& �o� ��cess. 12 Will we need to get water from Fort 1�lorth ar Naslet? Haslet water is over $17/MG. 13 L��as tfi�� A�r�arr i�entif�ed a w�ste lcscato�r� for kh� exee�s excav�te� rna�erra� �or tk��� pelete Sheet GC-301 in its entirety and reptace with new Sheet GC-30�1 included with this addendum depicting the correct bid schedule durations. €�r-.�+�4ecE �17c,�t s;�-�O-I �a cakio�t r�earest wa�er S�surc�, C�ty c�f I�as�et h�s ici�ntifi�d a fre I�ydrant or� I��term�d�� I��rkway ��r wa�er s�n+�te, Haslet 'C he ��cistin�} .�ail stackplle a��a�+ b� a�deci to. Revi��� �he�t [�C-�1�1 t� sFr�aw e�c�sC�ng so€L �iie. C1TY OH rURT WORTH STAAII3ARD COl�iSTRUCTIOid 3PECIFIGATION DOCUMENTS ADDENI7UM 2 Alliance Airport Taxiway P, Pitase 2 1'rojoctNa. ]03000 pr�je�t? ���ei It�m I'-1 �� s�ys w�ste a� r��� �s si��wn on ��k�ns, but v�e c�+nr,ot #ir�c� �f�� lacat�ari i��e�tii�itci on tM� pla� sl�e�t�, :1� � 15 16 S�eet GC•��01, �� L;he �reen staging area inCend�d to 6e th� location of the ofFice traiEers, employee parking, and concrete batch plant? SMeet GC.-�E07, f�ote5, F'�as� i C lnt�it��� f� use ru��w�� c�csure }�'s �ur-ii3t� �'ha,� �C, �l���i� v�fi�� �ha� this is tt�e [nra�e�t �k'ias2 re�kiifin� r����v,��y Clnsure5. The Lime application rate is stated to be 8%. The Lime TN/Lime SY equates to a material unit weight of � 50 LB/ft^3. Please verify the l.ime TN bid item is correct. 17 S���e P•-3_4_�.� Bt�«rl C3ee�k2r �p�cifi�5 �1�� �s� t�f #89 Chr�k� �t�r�� at �.� �" thie.�C. V�i�lk ��� �p�ro��ed f,��ri� �f g3�"iuksl�ir� �� an �cce�tat��� �Lt�rr��tive7 � 1� Sheet GC-3i31, Note 7 states ali personnel s�all be �adged. At the prebid it was s�at�cl that Alliance airport does not issue hadges. Can you pLease clarify? Shett C��• 1�1, h,latcF �0 s�ates rhe contra�tor is f� be �w�r� to Che l�Lt�cls�ut dates i�r �ection }C}� }{}{ }{}{ ii7[Lu�in,� � 1 eEays �� Thank�gEvi��g ar�d �Q cl�}�+� a# Chri�trr}��, }ldr�iti���lty, t�t� E�rei��d not�� �La�urr� �si�� I�r��ir dates r� rnv�y5, zr�d no wo�k in l��A area� �uring tire Allia�{� Ai�_- �orrect F�uo�w�� ��asur� }�'� ��r� requi�ed �r�r �F�ases 1 Bi 2�3 �+�� 3_ GC.� 101 �Jt�tc}� reu���d, aiid � ���w sl�eet i�i�iu�ie� wit1� A�dt��y�i4a� �, Contractor shall bid quantiCy as pubfished. �C� Badging is not required at AFW. GC-30�, Note 7 has been revised to have that language removed and a new sheet �ncLud�d with Addendum 2. 6E�r.knut �7a��s c�n �g ft�����d i� 5eetion 8E]-0�+ Lir�ik�tiorM af D�ier�iioils, She�t G�1-101 iVate 1Q I�as �een r�viser� ��d a ne� �i��et ir�clu�ed worh lldcl�r�c�urn �. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS A➢DENDUM 2 All iance Airport Taxiway A, Phase 2 Project Aia. 1030D0 �I�ow_ I'L�a52 c{afa�y tik� ��r�ion Ll��t 5tt���+��1 akl €�l��kn«t C� c7 ��Ti. 20 �� If bid pac�cage 2 ar 3 is Assume th� phases wiLl be performed s�quentially. If selected, will the contractor be awarded, then we can further discuss. allowed to work in multiple phases concurrently? 1��L1 tf7e c�a�tr�ctor L�e allnwecJ l� s�tu� � �orL�b�e COI��reL'� planz �t rhe s��g���r� ar�a? Y c�s 22 Can a checklist of required documents and �orms for the bid submittal be provided? � �3 24 �� 26 Refer to Q� 41 00 ltem 5 1^�I��t �dr�ikio��l ik�fnrmat�a�� is Re�gr �b OQ �e 1 0� Itern 5 r�q4iired ��s� [I�� h3d subrr�i�t{�l �i� 1�ic� c�a�+ other tl3an 0� �+ � 4� L3icJ F'r�p��al l+�o�kb�ok? Is the bidder required to ent�r !VO information in columns R through AE in the Sid Propasal Workbook on sheets 00 42 G3-�, Oa 42 43-2, and 00 42 43-3? ��e tcs t�� ����r�atti��� of the �ii� f�eapr�5�l V4+t�rkb�ak, s#��ets 00 �+� 43- � , �}Q �+� 43-�, ���c� 0� f�� �+3-3 priRit very sn�aE�_ StrouLd we c.i�ar��� tflC� �3f�13� ar�a ta t��e "Bidcler's ��]�j�CCrI�E�TI" �rea nnly� F�rin� �'ar7ge���5 bee�t �oM�re�te�i Is an electronic/digital eopy of N�. the Bid Proposal Warkbook required with the bid submittal? �7 �l�eets �f3 �+3 �� ar�d 00.�+� �E � nf the B�� Rropasal V�lot�kb�nk ar� [c�cket� ��d tt�� bidd�r ar7�orati�atian c�r�no[ I�� r��nge�. Er�[�r c�rrect ir��t�ri7���Er�ri �r� �� �+7 QO t� u��ate �� �� �{ ClTY ��' AORT WQRTH STANDARD CONSTRUCTI0�1 SPECIFICATION DOCUMENTS A17DENAiINf 2 Alliance Airpart Taxiw�y P, Phase 2 Project No. 10300D 28 5pecification 00 2� 13 12.2 There is no locat9on on Che bid form to write in words. states that "B9dder shall state the prices, written in ink in both words and nurnerals, for which Che Bidder proposes to da the work contemplated ar �urnish materials required." Where on the bid form documents are, we supposed to write in the words for �he prices? 29 5pecifica�ion 5ection 90-06 The more restrictive pro�isions wouLd govern. 'Partial Payments'. Paragraph b. states that the contractor is to pay all subcontractors no later than 30 days after the eontrac�or has recei�ed a partial payment from the owner. 7'his appears to he in direct tontrast to th� Texas Government Code, Chapter 2251.�22 which mandates vendor payment to a subeontractor not later than the 10th day after the date �endor receives �ayrnent from the owner. Will the owner please rnodify Specification 5ection 90-06 to match the Texas Gflvernment Cade requirem2nt5?" 30 5pecification 5ection 70-'l3 Delete 5heet GC-301 ir� its entirety and replace w9tF� shows durations as PH 1= 210 new Sheet GC-34� inc�uded with this addendum CD, P�I Z=� 55 CD, ancf PH 3= depicting the correct bid sch�dule durations. 1$5 CD. Plan sheet GC-301 show5 durations as PH 1= 30D CD,PH2=�50CD,PH3= � 80 CD, �lease advise which ane is correct. 31 7he Contract Agreem�nt and The City will negatiat� any contract pravisions with the the Standard General �rinning bidder, including ind�mnity provisians. Conr�i�ions contain provisions that require the contractor� ta indemnify the owner against its awn negligence (broad form indemnity). We request C.1TY OF PORT WOTiTFI Aliiance Airport Taxiway P, Phese 2 5TA%TD�1RI3 CON5TItUCT10N SPECIPICATION DOCUMENTS PrajectNo. ]03D40 ADDENDUM 2 that aLl indemnification requirements be intermediate form indemnity and alL references to broad form indemnity be s�ricken. 32 Section 00 45 42 A'Request for Listing' form can be found at Disadvantage Business t a ments d' rsi - �nterprise SpeciFication states in sion b i es5-e ii under'Resources.' Th� title of thatthe City's DBE goal on this ihis link i5'M/WBE Listing Forrn,' ar�d it can be filled out project is 14%. T�e and sent to the OfFice of Business Di�ersity to obtain the subcontracting and supplier most updated list of DBE certified sub-contractors. opporCunities paired with DB� availability for tMe scope af Ifi that goal is not able ta be reached, a Good �aith Effort this praject are not sufficient (GFE) form, can be submitted and will 6e review�d by to meeC the DB� goaL af 14°/a. the Office of Business Div�rsity. F�lease pravide guidance as to � the basis of i 4% so that we can target the opporfunities you have identified. CITY QF FQRT WORT[� Alliance Airport'faxiway P, Phase2 STANDARU CONSTRUCTION SP�CIFICATTON DOCUMENTS ProjectNo. 103.000 ADD&NDL1M 2 04 1 1 13 INV11'ATION TO RI[}DERS Page G of6 subcantz•act for clefault at na cost to the Owner or the FAA. �NQUIRYES Ajl inquiries relati�� to this pracureinent should be addressed to thefallowing: Attn: Johnny Jac�Cson, PE, Jaco6s Engineering Graup Email: Johnny.Sacksanl @jacob5.com Phone: 502.387.8278 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any �ew� inforination pertinenf to this project or the COVIL�19 ernergency declaj�ation, as a�nended, as it may reiate to this project, bidders are requested to email Expressions of Inter�st in this procuremenf to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that individuals e�nail address and phone number. All Addend.a wiil be distributed dire�tly to thosa who nave expressed an interest in the procurement and will also be posted in the City ofFoE�t Woi�th's purcl�asing website at http'�Ifortw.�rthtekas.go� putchasine � ADVEATISEM�NT DATES June 2, 2021 3une 9, 2021 END OF SECTION CITY OF FORT WQRTH Allianc.e AirportTaxiway P, Phase2 STANDARD CONSTIZUCTION SPECIFICATION DOCUMENI`5 ProjeccTio. 103000 Revised Apri) 2, 2021 uasvxaMoisxsix�ai.un�f7cvl. � u�az �xi'tuaauiaod X34NI `.�NlMI�LlO nn�e aoxvmv �zzs laodero �ore�ni7vsuv�niaod ��a�e `�� z�g�wnorvaaw �.�,� oie.eaanarnsa uotAv�o v z � �a o �� k� ��3 � � ���, � �2�,� �� �.� �� ���� °�s3 ���g ���� �a €�� �� ���� ��� �€�a�� � �� � ��n�. �� �� �� � � ��_ ����W ���� � ���a �m� ��:� �W ����� ��� � � � ��3a � ���� ��� ��� �'�,, ��es� ��� ����� ���� a �,� � � � ;�W ,:���� ��� ���a� ��� � � ���` �w� ��� ��� � �� ��� ����� ���� ���� ��W ��� �� �.���s ��� �� � g��F � �w� ��_ �� €z��o� ��� �q=�d� ��� � �F.�v�� ��q �u� �p� O ��F� �a ,y �u�� �$ �� �Q�v��� ��� ��� °�� ����� ��� °���5.� ��aa E�. &��,�E � "� ��} . ��"3 � h ��a � wRe � ffzo w�� �a� �w ����� ���� e���� ���� W� ���� ��� ���� ��� ����� ���3� ����p�}-. ���� ��4 F Yr+a� iLLn�� �OPi� FS�y F-�ri.£ �� �n�g �g� ���� g�� �o��� �m� ���€� �.���� � �� � � � � �� ��� e�b�� ���� ���� ��� g �e �" E, o o k � �a�a gG�� € � �°'��t � "� 3. �� � �.� ���'� s��� ���w ��� r����� �jg �$���a ���� �� F��� ��.g.� ��� ��� ��� ���� ����� ���� �� �� � ���� ���� ��� ����� ��z� �o��� ��$€ �� ���� ���� ���� ��� �a��< ��o� i���� ���; F � � � r � � � �g�g � ���� � �� � � � �� � � �: � � � s � � �o� �� ��i � � �s��� � �����m� °� ��'. a � � s�°e�� � _�����$ �� ��; a � ���� � ������� �� ��' � � � � � ��� �� g= �� � g €���� � �g9���� �� ��a g � � ����' � ��q'g��g �� � � � @ � � �� � � ���a� � � � � o� � ��g��� r o��$���a �� � ; o �o��� � �6&�ud�� i� � ��i � � ���.�� � �����ga� �� � � � � � s�: � � '�=a� � s����$a �� �� g � �`��� � ��� �� �� �� � ����g � ���r�g� �'� �� 113SdHd N�SSH31X3 dAtlNJ%tll dLt& 9CL�NiNONIliiO� 'QAla3�Fltlllltl IS¢ AtlOdHM3�kMllV HLHdN 1NW � 1#.I.xp���`{ w �O s ���� g "g� t� � �y � ���� �� . � ;���F ���� �� � � ;���� ��s� �� � � � �$��� ���� �� � i �_�� 1��i a � , 4r��5 �Fs � s�a�€� �'s�� �� S ��� a ���� � � ��� ��� � a����� ���� �g � a � �� �� � -sa�� �f�; w� � �;���� �:��� �� � ������ ���z �a � am�a�� �w �L ���ao �� S �ff���.H z� � 3�. � ������ ���5 �� � F �ar ���, �Q ���8�� ����'.' ��� > �����s ���� �� � � �a��� €��� �� �"��� � o��p� �' ���g� ��. a��€q �.o ���o.� �� ��5�b 'a� o���� �� � w �g �����' °�" F ��� � ����� 6 ��� � ����� w� �y � � aB ` ��� �� ��� �� yr� �*�F �N �� � �g���� � ������s ��� ���'� $�s� �� �� ����d� �� �����$� g�� ����� ���a� �tl LL � � F�€e�� � m o �� �����3�� �� � � � ��� � � �_� �-� � � � � ����� � � �� ��g ��� � � �o� � � � �� �s ��� � < �€��.�� � � �� �� ��� � � ���€�� � � �� �� ��� � � ��'��� � w �w�� � _ �� �� ��� �� �� � � � ��i $g S� � � ������ � � �. �� �a €� �� � �����g K � � � '� �_ �� �� � a����� _� � $ � �€ >'.� ��� ��.� ��zcFS�� � � �� ��F� � � �� �� �g� �a a �8���� � � �� asg��g � � n� Bg�W �� � ���" � � �. �����U�W�z��� �� �~ '��� � f� ������ � � � �6���������������� �� ���� �� � �:����a a ���'����s���������_��� ���� �� �� g��•��� ¢ �<��������$gaff�����§�� �s�� �E � $��� Z �.... ..... ���� �� �� ������ (��J .. n � e u � . �_'i � � � � � �. � � s � � 9 �� � � � � � E K 9 � � � E��� , � � � S ��� �� ��W� � �� �t ���;� �� � �� r �o`� �da� �Ca �.� ��$5'��q ����°-�S ������ ������� �' 4����" ������� g; �; ����°� ������� �� ������ ������ �, � � �F � i �� sws o�� � � �� ������� . � � € $���$ � ������ ����.��� �� ��� � � � Q���� � ����� ���' � �aV7 �. ����'� ���� °�� � � ��� �"���`° � ����� ��� g� � ° � �� ���� € �����w�� �a����� � ��� $� ���$��o i ������� � ����� � .� w d s�LaN �va�tu�� !� B a Ba � � � � � � ������� ����� �. a �������a � ������ a � ����as�� ����� a � �� ���� ����z� � � ����q�� ��� �� � � z a �� � � ����sa�� ���z'� � g � ��'�oa ���g�� � � �- �F� � �'" a W � .� ��o z.p_ 4 �����oa� �� ��� m� ;� ��y.�� � ��� ����m� ;� :������� w��r.�� �� i� �o� � g����� ��� � ����� � �� �w�� ���� as `"o� N�� �� ���3�m�� ������ �� �� �g��j���� �� �� �� Sa '"�g�o�m�� $ ��� ;� �� _��� � ���� � ��. �.� w����"��e �.����R �� �s �����3��� �..� ` � ��uw� � ����� W� aa ��>��<��� �����s ma r � ��e � �m o �.�r� °�� � ��� �.�a � ��a �t ��e� ����� ��`�, s� ��� �' �� �� �� ��.� �� ��pµ��� �� ��� � �F� ��� �F �6� �. �z� ���� a�` �� ���s �z h � ����� ��� &F �¢�� �: ���5���� � � € a ¢ �w= $ � n� �� � �� �� ��� �� � �� �: ��� ����� �€� �° 3��� �� ��z .a�� �m�� �'� ���� �� ���� ������ ��� �� ���� �! ��� ����� ��� �B ��ag �;i ��� ������ � � �� ���� �� ��� ������ ��� �� ���� �� �` �a��� R�� '� ���� a '� � ��€� ��� � ��g � ��' ��e��� ��� �� � f� � ��� ������ ���� �� ���� � w�_ � � ��� ������ ��� �� ���� � ��� ������ ���� �u si�s � � . � � _ � �� $� � � �€��� �m � � � :���$ �� � � #z-�� �a � � � g�� > � :$ a�� � � d � u ��Fm ���� hanYiiia 41 � V.1H' �R 59e3M0 ��,,;.�m—....31 � 'a�wna+adaa t�{\ \r.�� ia�lrstl �z � W � � 3 4 � ypy �i �� � H 3 � � � ��� � a 8� p ��a �m � �.�� W $� �smu��A��.�. o � ��� ���������� �.5� U � �g l9 ¢ � �i� � ' I � `� �� R p N � L- � � �� �"'�� �'2 1' e -_I -��� � �1� �;'�' � �,. ��� _yf ..t � ¢,�. . -�,. 9� � ���. � � ,�s.�'� �`�,�..' = . ; ,�� ��.,� �.i i �' s � � �,�� '_ � � rl �'? - ��� ? ��� e5 �i �i.. _' ���5 � . � - '-_ .�} 'K �� � i �'��� dn `,, ���y ��=� �.� , �' , 5 Gy?.� � � � 1 ��� �� �^'"� ' � „ _- � . � � � � � � � 119SVIId WtlIgN3:X3 d htlNJ%V1 luei 'w'wbw,�iani �ams asxmna �zaz �oaa ro aoNm�x Ni�c�nn �w -J�� N'dld �JNISHHd 11V�33A0 �r ` . li � � ,��/�n� ,//�� � �f� �- � -x--..__._�.___ I � � �j� i ' � �� �" � , �,� � s ,��r"__ � �. ��p �! � ��� . ' _ � .. — — ---� :-. 1 � � � I ���� �?, . � -' � � � , �. -•--- ' �i � ;.: °� �� E+ �4 l' � � �. If -. , - . . r_ � ., _..... �. I .� .= _w�:, '` �.� � �� � i, - �7'F {f�' ; '� � -��y.. IfL. _ � � . � � , �.--,, . _ � ...�, � � � '..�' � � �� �� � ' li, , i �� �� I`k I�� r� I � J, ,. � � � -+� . �� � ; � „ :;,. ' ,�- � �, � ;��;: .�� _� d�s� i,__ . � ' �. "`"-�'� -- { �' ��' � I��� iG� I f i � l�' �w i '�� � ' r �� ,,, � �, �; i �.� �� , �i� " �: i i -' ��,.; s _ � ;,� '�' ' �i' /I � � � � � ��� �C �� �y � I � — - r �,�� �� �� � c I � . � — _ �__ �� ��� �3� ''� I �I I�' "� �� v! �, � � �� I�ti� I ���;..,'. ' � � � A ; I I �' n �' _, -- ..�_ . • � � �,s � .��.,::}-_��,'` 1� I��' ������1�:�:��$,.. � � � , � � � . ��. & ��._� _¢ i i ., �� 4 � r,uY� . , .. i � � . m ' � ��_. � � �, � ; y l. �� i . � �� � � ' i t� O t/ � 6 u N � w �,_� � � :!. � �I -';+; 4� .�� i� m; �% - -::�.._�.�._ .-� „ �� � n � ,mm �--�F � �� - � i � %1 � ' �. -� la � p` „�,i � � ��'i`1171 � � ' , .v�_ € . _ P 'j� � �.. i � EI , � � � ` �3N1�� �� � � i I . � �` _ !` � � � ' _ . � 0 ,. � �: � � i' i � � 4�� �" � � ' � _i% i. � � I � � � � ,i%� {�� : ' i o � a �', � . ��� w � " -_ �' � i i .--- ::�' =y'. .��_..,I � I � � " i ' �;� i�G;%�.-f r , , e _ r� f;,_3•�;: � _ � � .. „�i`' . . �;��.5„ � � r`- $ `- � � � "��� ; ,'��;;���`, � �f f/ . � `' � i i 1 � ', fi`l,l_, r'/ �:4 I i 1 � � � �i�( .�.�:.�,. %f ��;;ij �� . ' 'i' � 1 J I.,k . l �� i /r ,/:�-- �. �� = "��- n� � �� ��%� ����-��3���s���� � �� �a 6 � � �s �� °�6�� �� �d� x��� ������ ����� � ��6 ���m� , gw ������ m _3�84���� � ��� r1 ri�: N M .. ..� � N.I �. a tl� .� ii asysiaxoisrrdl� a nanukvL LLl9L 'Xl'N1ilOMA11trJ �,a3�h,� �Za 1HodtlN3aNV1711 H121aL1 J334J �S � � Q � � ti w � � � � � � � � ��� ��;�� � � AJ`� � LJ � - i I ' ' I � � � � , � i � `� � ti � � � �� llli� �„ � ; �� ��� �iE` �� ;� i i � , � ;� �,, � � � '. � � , , �� I: ,�� ' � j �� � � � � � I � � � �� � � � �� 1' I � �.: � _, � '� i � I � I I � I � ` � - -�.� � � ' _- i - I � i � ; � � - _ _ �._,..,..,... _.--_. �,: � � �y � � � � �. �J � � - �----i-- fi y I 31NA ' - I - 14 ��,^� � 'I - C � ��� . I l l A y.i . ��.._ a� � /�' . I �t �� - f� a � ; � � r„ � � .�... � � 'k �I � � \� . ` � i� � .. � � , � �� � `� � ' I � � , � � � I � I i , � �_ ; ' I, � � M � �� � . .I � � I a � ' � � � � I. � �I � � � i � � ; � a � � �' i �'� 9 �` � I� , rt , �I � � � i ,�y � I ; � � ] r I , , S � fV - � i � ' �� . � 1 � �. � i . � { + I I 9 � � I ti �` � Ik IE ; I' � � � � i I�� � � � � ' � �� � � ' � � � � � � �? �� r � � y I � I� � :q � ���w � � ��_� � � i � � 7 : �Q1 1 I � ���. ' � � I l � I II � _ � � �—' � i �" ' � , �E � � "__...� �+ � . 1� �'-�� � I �� � � 1 , , .—l= �. . . . � , 'I � u nvi " "/a' I� � ° � r .. � �� � ' � €i�"�� ' •. � .xe�,._.. ; ��. . � � : �..,._� � i i —� , ��: � , .00. , �.- �� ��. � � � I I �I I� I� ;� �� -,= i� cnia aseal4 �sdHd � � � � I � � z.�oN wnar�aay sp ��- ��������n ��� � � �m6e � � � � � M � $ � �o _ �� ry g � ��' ,- i � i � � � , � � �_ _.._ ��_:...Y �.._.__------- �� � 1 �,.__.. Ilk � tf r—�' ♦ � ' �� � � i �1 � � � I �� �; �111, �I�� , ! Ill Ill' � ' ; _,� I--- I � � I � 1 � � � '` � � I �� �� �� l �-�� .�/ rs, g � � 0 � � m� F � J �� F �aa �o � rW � y� d �a �Y4 q0 �2v�,•� z�� �� S3� �i�a ��a� `S ss �� �'�a ��€ ��� mG z�m °��_ �i �a � �i� �$�� z`�� �¢F � �w3 mt3� �� ��fi� ��� � �O� �9�'� �, 8 �� ��� 'P ��� ���� ��s�� ��4 � ��o� a���� ��Q� �'� ��� R��� m a ����� � ����� a � a���� a °�$a� 8 `�°��� � ��o�� � �a�- p � � a ���3� �� a ��x �+��w-���wa oz �a'c�� �`w� � aim�° 3 �� �� _�N �� au«�'c4Fa.`����`�',��� ��� �,�� FB���m� o�.�� m ��a� ��� �a�$ o���au�"�a cnn � �io a��az `� w� �oo� ��o ���$�mig����� ���� �¢ �Y����'am��g� � �nsot3 ��� _ � ,� e 1138'dHd NOISN311Cid AVhN%Ml I �«� �"L'H1tlOA"� 5310N �JNIS1iHd �an�e aawrmd �zu laoaeN aarl nnv wxaa lao� '-z �a z .- �_ ��a 6 i¢ �� >� � yW � �wso� ���o��m ��a a�'w �,���� ������ � m �.� �a8 4 � Ox a �� S D�� � � a 6� � � �� � ����� � � �� � � a �y � �� � aF 3 o�u�� � ��`��� a W �� � p ���F �� �g��S �. � �� ` � �aaa �' �Uz�a o � � g � �. �€ o& � �o� � � q� �� � .g.�. o ag re�i a � ¢�� € g��� Qa ��Saa � $ �� �� az�a �� ��no� � � �� �w �w � mw � ���� �'� ���a� � '�� �� �� � a a ��o � Wy� �B ° �� '� N$�$ �� ?rc���'i' � °�'$8���ac'� a¢ a w ��'k"�u� �� � �o� �g ga�� �� xui am�'..p1�°:��s tW �� ��� �$ ��o�����"�' �a �F�o��R�i� � � ��� °% � os'om$ �� � =��a�z��� Q� �Q s = = M � a �� o a��� �3 a:�M �ww`a'�9���� �� ��3���� ����g�i �g �Qr .�a��<3Y `� �a uz��egii��� w�Piao�� z� �a aa��a ,� a _ n � r „ � . .� �s e li 3SVHd NaI3k31:X� d AVMINHL 1L�91 '%L�H11iOM.IN6! wis 3aunmd �z�e iawaro�aMm7v�uaauaod � � � � � qo � ag g��o� q� �� � �� �.���� � � �� �� ��� �gg�W �z �` � � � � g �� $.�� : � g �� � �� �� ��<� i � ����� ���� ����W� �a� � � °a q" ���� � � � �� � ���� QQ���� � � a� g��� � ���� a� �� �� � � � m � � � � �_�� � � m� <��� 8 p � �� 8�8 4 f ��< � 0 � � �� � � �� ` �� �W��a 4 > � a� ¢��� � � � � �LL� �� ���� � � ; � � �� � �� �� ��j �-o��� �� �� �� �.�� ���� � � „��m g e��� <���F Q� a � d �� ��� � �� � �� - ����w �.�,g Q� o��� �� � � � �¢ ��� ��� ����� � �� � ���W�� ���� ���°��� �� � � � � oag3 ,3 � ��} � �� flSg ��� ����� 4� �� $ oi� �� 4��� ������$ �4 � � ''< 8� � et �i � W d � .. N N � .� A ����4 n � ��4 • a; w ���� � A � ���� �� rc4 �� d rn e� C �i �� �� �< � � �r�' ��. � �� �a � � � � �L Z r w�0 Z� �Ipz ��,0 d�� ,aW w�a FC��P m � Q w � E- F-- z woo J''j � � � Z � p�� �U� U�� aZ � �oo� N z � Q z� W� � U� Q� }� � F-W� � r � �� � �c� � � �~ z �� .a e�1 '�1 1:1 ��1 , . 1 ��/ ��� � 11� :�1 � I �� ; :.};sr�,., a . . o �; ���'s:r.`�f - ..0. �� i:i'�F��'?},. ��ry e� 1k�.�i;:�4 : �� o { T' � i1 �'�Y�z��`i �$ �' � � ',°� ° � cj:- � r'-;>" � f3Mi�a/(�' Cu � '`•:•��'�' �' ��. �� . �.. �� o �� E>��. i � gp j'S•'l'�('. �0�4� �(1 �"��"l�Lf{ .'.a. '0 � �s��;,. ;� < o . � . . ��! _ 'q � F � �� ., � • �-� ��;'• �, V �'6F �. . . . � � ' a d� �...'. ' `�v_� ' � ��3 I �I - s�i+��a �Ninvd ..��� �� �� 0 �x �� c7 w �,n 4 O ❑ � Z/� V @ � i � � �� $ �� �y ��. � �� �� ���� ��� nt� ��r Z W � �z I W Q � a� � � � �Q Z� � � � W 0.0 I l 13 1NV]TATlON `CO �31D�ERS Page 1 of 6 S�CTION 00 11 l3 INVITATION TO BIDD�RS RECEYPT OF BIDS Due to the COVIDI9 Emer.gency declared by the City of Fort Worth and until the emergency declaration, as �mended, is rescinded, sealad bids for the construction of Alliance Air ort Taxiwa P�'hasc 2("Proj �ct"} will be received by the City. of Fart Worth Furchasing Office until 1:30 P.M. CST, Thursday, July 1, 2a21 as further des�ribed below: City of I'ort Wor�ih Purchasing Di�ision 200 Taxas Sheet Fort Worih, Texas 76102 Bids wiI! be accepted by: I. US Mail at the address above, 2. By cou�•ier, FedEx or hand delivery from 8:30-I 34 on Thursdays only at tt►e South �nd Lobby of Cit}� Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Departinent staff person wili be available to accept the bid and provide a tirne sfamped receipt; or 3. Ifthe bidder desires ta submii the bi d on a day ar time other tIian ihe designated Thursday, the bi dder must contact the Purchasing Department during normal wor�ing haurs at 817-392-2A 62 to make an appointzr►ent to meet a Purchasing Department emplayee at the 5outh End Lobby q�CityHall located at 200 Texas Street, �'ort Wortk►, Texas 76142, where the 1�id(s) will be received and fiime/date stamped as abov�. Bids will be opened pu6licly and read aloud at 2:00 PM CST i� the City Council Chambers and broadcast thr�ugfi live stream and C�'W public teievision which can be accessed at http:l/fartworthtexas.�ov/fwtv/. The ger�eral public will not be allowed in the City Council Cha�nbers. in addiiion, in lieu of delivering completed DBE farms for the praj ect to the Purchasing Office, bidders sha11 e-maij the complet�d DBE forms ta the City Project Manager no later than 2:00 p.rn. on the secand City business day after the bid opening date, exciusive of the bici opening �late. GENERAL DESCRIPTION O�" WORK T�e maj or work �uill consist af the (approximate) foSlowing: Construction of Taxiway P, Phase 2., including approximately 35,OU0 square yards of Portland Cement Cancrete �avement, as�haltshoulders, ta�ir°vay edge and centerline lights, aii•iie€d signs, airfield pavement markings, temporary, and permanent erosion ar�d sedimentatian +controis. PA�QUALI�ICATION The impz'a�ements included in this proj ect must be perfarmed by a contractor who is pre-qualif ed by the City atthe time ofbid opening. The pt•ocedures for qualification and pre-qua�ification are outlined in the Seetion 00 21 la — INSTRUCTIOIVS TO BIDDERS. DOCYIMENT EXAMINATION AND PR4CUREMENTS The Bidding ar►d Contract Docuinents may be examined or o6tained on-line by �isiting the City of Fart Worth's Purchasing Division w�bsite at h:/ �+w-a�.fortworc}tte�as. 0•./ urcnx�u, ! and clicking on ti�e link to the aci�ertised project folders on the City's electronic document management and callaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/ai• suppliers. CITY OF FORT VJOILTH Alliance r\irpo.rt Taxiway P, Pl�ase 2 STAlrlDARD CONSTItC]CTION SP�CIFICATION DbCU[vlENi'S ProjecENa. 103000 Re�ised April 2, 2d21 o.o i� t� 17+IViTAT10�1 TO f3IDDERS Pagc 2 of 6 Copies af the Bidding and Contract Doanments may be downloaded fi•om the City of Fort Worth Purchasing website (dacuinents will not be made available %r viewing in p�rson): h�s_"iartr.�rthte�a�.�Ipurcbasin : Clicl� 1Q30D0: Taxiway F Extension Phase 2 Cl�ck Dovunload tn download a Zii' fife of the project docuinents I'REBID CON�'ERENCE A prebici conference z-nay be held as discussed in Section 00 21 13 - TNS"CRUCTIONS TO BTDDERS at the fallowing date, and tizne via a web conferencing application: DATE: .Tune 1.0, 2Q21 TIME: lO:Ob ain PLACE: Virtual Meeting Click or paste the following link into yaur brawser: htt s:Iheams.microsofi.coEnlllmeetu - oin119%3ameetin YTBmMWRiMmYtNzY�MS(ION2 wLW�1Z'AtN'BmM' 3NTA3Ym z%4Othrcad.v�/0?context=%'ib%�2Tid%22%3a%��31247 798-f42C-42fd-$a3�-d49 c7128d36b%22 %2e °/a22 Oid °/a22 °/a3� %220�'4 bcfC8-36a7-4763-9634-e45 90aabf3e5%2�°fo'�d Or ca11 in (audio only): �-1 469-214-8538„7118148 86# Phone Can%rerice ID: 711 814 886# CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the z-ight to wai�e irregularities and to aceept or reject bids. Execution of Yhis project is contingent upon recespt of Federal �-lviation Administration g��anci funds expec#ed to be recei�ed within 90 days of bid opening. AWARD City will award a contract to the Bidder presenting the lowest grice, quatificatians and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded fram revenues generated fram Federal Aviaf'ron Adnainistration FAA Air ort I�n rovement krn ram AIP rant and reservad by the City for the Projeet. NOTICE OF REQUIREMENT TOR A�'FTRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNTTY 1. The Offeror's or Bidder's aftention is called to the "Equal Opportunity� Clause" and the "5tandard Federal Equa1 Employment Opportunity Constructio� Contract Speeifications" set foi�th herein. 2_ The �oals and timetables for minority and female pai�ticipation., expressed in percenta�e terma for the Coniracto�•'s aggregate wqr�Cforce in each trade on all consiruction work in the ca�+ered area, are as follows: C3TY OF FORT WOR'fH Alliance Airport Taxiway P, Phase 2 STA�TDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 103U00 Revised April 2, 2021 00 11 13 1NV1'1'ATION TQ BIDDEIi5 Page 3 of 6 Tiinetahles Goals for minority p�-ticipation for each trade: 18.2% Gaais for femala paz�iscipation in each trade: 6,9% These goals are applicable to aii of the Cont��actai's construction work (whethej� or not Et is Federal or fedea�ally assisted) perfo�'�ned in the covered area. If the Contractar performs construction wo�•k in a geographical area located autside of the covered area, it shall apply the goals estabjished for such geagraphical area where the work is actually performed. With regard to this second area, the Contz'actor also is subject to the goals for both its federally involved and non-federa�ly involved const�uction. 'I'he Contractor's cornpliance with the.Executive Order and the regalations in 41 CFR Pai�t 60-4 shall he based on its iznplementation of the Equal Opporiunity Clause, specific af£'irmative action obligations required by the specifications sei forth in 41 CFR 60-4.3 (a} and its efforts to meetthe goals. The honrs of minority and female ernployment and fraining must be subsiantiaily un iform throughout the length afthe cont�aet, and in each trade, and the Contractor shall make a good faith effort to employ rr�inorities and women �venly on each of its projects. The t�ansfer of minority or feiz�ale employees or trainees from Contractor to Cantractor or from proj ect to projeet for the sole purpose of ineafing the Contractor's goals shall be a violatian of the cont�•act, the Executive Oz�der and the regulations in 4l C�`R Part b0-4. Compliance with the goals will bs measured against the total wor�C haurs performed. 3. The Cnntc•actor shail provide written notification to the Director of the Offiee of �'ederal Contract C.ompliance Programs (OFCCP) within 10 working days of award of any construction subcontract in �xcess of $ i D,000 ai any tier for construct[on work under the contract resuiting from this solicitation. The notification shall list the name, address, and telephone number of t�e subcontractor; employer identification number of the subcontractor; estirnated do Il ar amount of the su6cantract; estimatad sira►�ting and eompletio� dates of the subcontract; and the geographical a.�•ea in which the subcantract is tn be performed. 4. As used in this notice and in the cnntract resulting from this solici�ation, the "covered area" is Texas, Tarrant Cou�ty, �'art Woi�th. BUY AMERICAN PREFERENCE The Contractor agrees to comply with 49 U5C § SOI01, �vhich provides that Federal fiinds may noi be obligated unless all steel and manufactured goods used in AIP funded prajects are produced in the United States, unless the FederaI Aviation Administration has issued a wa3ver �or the product.; the product is ]iste.d as an Excepted Article, Materiaj Qr Supply in Federal Acquisition Regula.ti.on subpart 25.108; or is included in the FAA Nationwide Buy Atnerican Wai�ers lssued list. A bidder or offeror must co�nplete and submit the 8uy America certification included herein with their bid ar offer. The Owner wi ll reject as nonresponsive any bid Qr offaa� that daes not include a completed Certifieate of Buy Arnerican Compliance. TITLE 'VI SOLIGITATION NOTICE: The City of Fort Worth, in accorcianee with the provisians of Title VI ofthe Cir�il Rights Ac� of 1964 {78 5tat. 25.2, �2 USC §§ �QOQd to 2DOOd-4) and the Regulations, hereby notifies all bidders or offea•vrs that it will affirmative�y ensure that any contract entered into pursuant to this advertisement, [select disad�antaged business �ntei•prises or airport cancession disadvantaged business enterprises] will be afforded full and fair C1TY OF �ORT WORTH Alliance Airport Taxiway P, Phasa 2 STANDARD CONSTRLFCT[ON SPECIPICATION �OCUMENTS Projcct No, 1(13000 Kevised April 2, 2621 00 11 l3 11VV1'PATION TO BIBD�RS Page �F af 6 oppai�unity to submit bids in respanse to this invitatinn and uvill not be discrizninated against on the grounds of race, eolor, or nat�onal origin in considez-ation for an awaz•d. CERTIFICATION �F OFFER�R/BIDDER R�GARDING DEBARMENT By submittin.g a bid/proposal under this solicitakion, the bidder or offe��ar cerkifies that neither it nor its principals are presently deb�i'red or suspanded by any Federai depart�nent or agency fi•om participation inthis fis ansaction. � DISADVANTAGED BiTSIN�SS ENTERPRISE GOAL Th� Owner's award of this contract is conditioned up.on Bidder or Offeror satisfying fhe good faith effort requirements of 49 CFR §26.53. As a condition oi bid responsiveness, the Bidder or Offeror enust submit the following information with its propasal o.n the forms pro�ided herein: 1) The names and addresses of Disadvantaged Business Entexprise (DBE) frms that will participate in th.e contract; 2} A descriptian of the work that each DBE firm will perfo�m; 3) The dollar amouni of the participation of each DBE izrm listed und�r {1) 4) Written statement from Bidder or Offeror that attests their cammitment to use the DBE firm(s} lisied under (1) to meet the Owner's projecf goai; and S) If Bidder or Offeror cannot meet the advertised projeet DBE goa1, evidenca of good faith efforts undertaken by the Bidder o�� Of%ror as described in appendix A to 49 CFR part 26. The Owner's award af this cox�ti•act is condiiianeci upon Bidder or Offeroz' satisfying the good faith effar� require�nents af 49 CFR §2b.53. The suecessful Bidder or Offeror must provide written confirmaiion of participation from each ofthe DBE frms the Bidder or O��eror lists in its coininitmer�t within fi�e days after bid opening. 1) The names and adda•esses of Disadvantaged Busi�ess Enterprise (D�E} firms that will pai�ticipate in the contract; 2) A description of the work that each DBE i'irzn will perform; �} The doliar amount of the participatian of each DBE firm listed under (i ); 4} Wrifi�en statement frpm Bidder or Offeror that attests ti�eir cozr�mitment to use the DBE firm{s} listed under (1) to meet the Owner's project gaal; and 5) If Bidder or Offerr�r cannot meet the advertised project DBE goal, evidence of gopd faith efforts �ndertaken by the Bidder or Offez`ar as described in appendix A ta 49 CF`R part 26. F�DERAL �'AIR LABO�t STANDARDS ACT {FEDERAL MINIMUM WAGE) A�1 contracts and subconiracts that result from this solicitation incorpoi-ate 6y reFerence the pror��sions of 29 CFR �art 201, ihe Federal Fair Labor Standazds Act {FLSA), with the same �orce and effact as if given in full text. The FLSA sets minimum wage, o�ertim e pay, t�ecordkeeping, and chi Id labor standards for full and part- tirzse workers. The Contractor has full responsibility to monitor compli.ance t4 the refez•enced statute ar reguIation. The Con#racto� must address �ny claims or disputes that arise irom this requirement djrectly with the U.S. CITY OF FORT WORT13 Alliance Airport iaxiway P, Phase2 STANDARD CONSTIZUCTIpN SPECLFICATIqN D(ICUMENTS Praject No. 1030D0 Revised April 2, 2021 00 1 ] 13 Il�lVfrATION TO BIDi1�R$ Page 5 of 6 Depai�itnent of Labor — Wage and Hour Di�ision. TRA.DE RESTRICTION CERTIFICATION By submission of an offer�, the Offe��ar certifies that with respect to this solicitation and any resultant contract, the Offeror — 1} is not owned or cantrotled by or►e or more citizens of a foreign country included in the [ist of countries that discriminate against U.S, firms as puhlished by the Offce ofthe United States Trade Representative (USTR); 2} has not knowingly entexed into any contract or subconiract for this p�•oject with a pez�son that is a citizen ar nationai of a foreign couniry included on the list of co.untries that discriminate against [J.S. finns as published by the USTR; and 3) has not entered into any sui�cantract for azay praduct to be used on the Federal proj ec� that is produced in a fareign couz►try ineluded on the Iist af countries thai discriminate against ll.S. firms pub.lished by the USTR. This cei�tification cancerns a matter within the jurisdietion of an agency ofthE United 5tates of Ame�ica and the znaking of a false, fietitious, o�• fraudulent certzfieation jnay render the inakex subj ect to prosecution und�r Tit1e 18 USC Section 1001. The Offeror/Contractor must provide immediafe wriiten notice to the �wner if the Oi%rorlContractor learns that its certification or that of a subcontractor was erroneous when submitted o.i• has became erroneous by reason of changed circumstances. The Cantxactor must require subcontractors provide irr�nediate written notice to th� Contractor if at any tiin� it Iearns that its certification was erroneous by reason of changed circumstances. Unless the restrictions ofthis clause are �waived by the �ecretary afTxansportation in accardancewith49 CFR 30.17, na contract shajl be awarded to an Offei•or or subcontractor: 1) who is awned of� controlled hy one ar more citizcns or nationals of a fareign count�y included an the list of couniries that discrim.�nate against U.S. firtns published by the USTR or 2) whose subcnntractoi•s are owned or contralied by one or more citizens or nationals of a foreign counfry on such USTR list or 3) �vho incorporates in the public warks project aziy produci of a foreign country an such USTR list. Nothing contained in the foregoing shall be cnnst��ued ta reQuire establishment of a system of r�cords in oi�der to render, sn good faith, the certificatian required by this provision. The lcnowledge and info��nation of a contractor is not required to exc�ed that whicb is normaIly possessed by a prudent person in the ordinary course nf business dealings. The OFferor agrees that, if awarded aeont�•act resulting from t�is solicitation, it will incorporatethisprovisian for certification without modification i� ai1 lower tiez subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm fi'om a fareign country included on the list of countries that discriminate against U.S. firans as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certiiicatian is a material representatiqn of fact upon which relianc� was placed when mai�ing an award. If it is later determined that the Contracto�• or sub.conh'actor knowingly rendered an erroneous cei�tification„ the Federal Aviation Adminish•ation (FAA) may direct through the Owner cancellation of the contract or CTTY OP FORT WORTti � Alliance Airpatt Taxiway P, Phasa 2 STANDACtD CONSTRUCTlOiQ SPECIFICATION DOCUMENTS ProjeetNo. 103000 Ravised April 2, 2021 90 i ] l3 INVITATION TO BIDD�1tS Page 6 of 6 subcontract for default at no cost to the Owner nr the FAA. INQUIKIES Ali inquiries relati�e to this procuz�elnent should be add�'essed to the iallowing: Attn: 7ohnny ]ac�Csan, l'E,lacobs Engineering Group Email: .Tohnny.Jacksanl cQjacobs.com Phone: 502.387.8278 �XPRESSION OF 1NT�AEST To ensure 6idders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaratian, as amended, as it may relate to this project, bidders are requested to email �xpressions of Interest in this procurement to the CiCy Praject Managex and the Design Engineer. The emaiI should incIude t�e bidder's corr►pany name, confiaet person, that individuals email address and phane number. All Addendawill be distributed directly to thase who have expressed an interest in the procuret�nent and will alsa be posied in the City of Foz�t Woi�th's purchasing website at http.,li�rtwortht.:xas.go� �purchasine � PLAN HOLDERS To ensure you are kept up to date of any new infoj�matio� pertinentto this project such as vt+hen an addenda is issued, download the plan Holder Registration form to your computer, complete and emai.l it fio the City Prpject Manager or the Design Engir�eer. The City Projeet Manager and design Engineer are responsible to upload the Plans Holder Registration form to the P1an Halders folder in BIM360. Mail your completed �la.r� Holder Registration form to those listed in INQUIRIES above. ADVERTIS�MENT DATES .Tune 4, 2021 3unE 9, 2021 END OF SECTION CITY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 STANDARl7 CONSTRUCTION SPECIFICATI01�! DOCUMENTS Praject No. 103000 Re�ised Apri12, 2t121 40 21 13 INSTRUCTIO%1S TO BI➢D�RS Paga 1 nf 9 SECT�ON 06 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Ternr�s 1.1. Terms used in these iNSTRUCTFONS TD B1DbERS, which are deiined in Section QO 72 00 - GENERAL CONDITIONS. 1.2. Certain additionaI terms used in #hese INSTIRUCTIONS TO BIDDERS have the m.eanings indicated below vrhich are applicab�e to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, campany, associatiott, or coi�poratinn acting directly through a d:uly authorized representati�e, submiiting a bid for perforn►ing the work contejnplated under the Contract Docum�nts. 1.2.2. Nonresident Bidder: Any person, �rm, partnership, company, association, or corporation acting directly through a duly authorized rapresentative, sub�nitting a bid for perfoi7ning the worlc contemplated under the Contract Dacuinents whase principal �lace ofbusiness is not in the State of Texas. 1.2.3. Successful Bidd�r: The lowest respansihle and responsive Bidder ta whom City (on t�e basis of City's evaluation as h�reinafter provided} makes an award. 2. Copias of Bidding Docnments 2.1.Neither City nor Engineer shall assume any responsibility for e�'roa•s or misinterpretations resulting fram the Bidders use of incoLnplete sets of Bidding Documents. 2,2. City and Engineer in making capies af Bidding Documents available do so anly for the purpose of obtaining Bids fnr the Work and do not authorize or ca.nfer a license or grant for any other use. 3. Pret�ualification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequali%ed for the work types requiring prequalificaYion at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently apened, sha11 not b� considered. Prequaiifieatzon requirement work types and documentation are available by accessing all required files throagh the City's website at: https:,�agp�.foriwortht�x�.�ur/ProiectRes.�urc,-•�, 3.1.1. Paving -- Requireinents document located at; ht s:lla s.fortr�+oz�thiexas. avlPro'ectR�sourcesltZesourcesYl02%2U- %ZOConstruction%20Doeu�nents/Cantractor%20 �requali iicatior�ITP W °/a2 OFavin�%20 Con tractor%20Prequalification°/a20Pro�r REQUALIFICATION%20RE UIREMENTS% 20FOR%20PA1/ING°io20 CONTRACTORS.�df CITY dF F'DRT WORTFI Alliance Airport Taxiway P, Phase 2 STANDAIiD CON5T1iUCTION SPECIPICATIDI� DOCllMENTS Project Na. 103000 Revised April2, 202.1 40 21 ] 3 i]VSTRUCT10N5 TO I3IDDERS �nge 2 of 9 3.1.2. Roadway and Ped.estrian Lighting --Reqnirements document located at; � s:,�a s.for�wortht..._as. o�IFro'ectResourcP:JResa�krce,P%�2°i:.20, %20Con�truction%2QD cumentslConfiractor%20Pre ualificationlTPW%20Roadwa %�Uaa d%20Pedestrian°�o2pLi htin %2qPre ualiiication°fo20Pro�ram/STREET%20L,IGHT°1o20F REQUAL%20REQMNT�.�df 3.2. Each �3idder, unless currently prequaiified, must submit to City at least seven {7) calendar days prior fio Sid opening, the docum�ntation identifsed in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submuission of and/ar questions related to prequalification should l�e addressed to the City contact as pro�ided in Pa�-agraph G.1. �.2.2. TEMPORARY PR4CEDURES DUETO COVID-19: A Bidder whose prequalifica�ionhas expi�ed duringthe time period where a valid emergency arder is in piace (federal, state, local) and foz• 34 days past the expiration of the emergency orde�' with the furYhest expiratioza date—by day and month, wi11 not be autom�tically disquaiified frouu� having the Bidder's bid opened. A Bidder in ihis situation wi11 ha�e its hid opened and read aloud and wili be allowed 5 business days (close of business on the Sth day) to su6mit a co�nplete prequalification renewal package. Failw'e to timely submit, or submitial af an incnmplete p�ckage, wi�l rend�r the Bidder's bid non-responsi�e. If the pt•equal�fication renewal documents show the Bidder as now nat- qua3ified, the bid will be rendered non-responszve. A Bidder may not use this exception to seek a prequalifcation status greater than that wk�ich was in place ofthe dat� of expiration. A Bidder who seeks to increase its prequa�i�cation statns must follaw the traditional submittalla�eview process. 3.3. The City reser�es the rig.ht to z'equire any pre-qualified cantractor who is the appa�•ent low bidder(s) for a project ta submit such additional informatian as the City, in its sole discretion inay require, including but npt limit�d to manpower and equip�nent records, infoz•mation about key pers.onnel to be assigned to the pr.oject, and construction schedule, to assist the Ci.ty in e�aivati�g and assessing the ability of the appare�t low bidder{s) to deliver a c�uality product and successfully complete projects for the amount bid within the stipulated L'ime frame. Based upon the City's assessment of the submitted information, a reco�nmendation regarding the award nf a contract will be made ta the City Cauncil. Failure to suhmit the additional infarmation, ii requested, may be grounds for rejecting the apparent 1ow bidder as non-t•esponsive. Affected co�traet�rs wiil be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification m�y be requirad wi#hin �arious sections of the Contract Documents. 4. Examination of Bidding and Contraet Documents, Other Related DaYa, and Site 4.1. Before submitting a Sid, each Bidcier shalf: 4.1.1. Examine and carefully study the Contract Dacuments and other related data identified inthe Bidding Dacuments {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 Dacumenis and officially promulgated add�nda thereta, shal! be binding upnn the City. CITY O�' FORt WOR`T'H Alliance Airport Ta�tiway P, Phase 2 5TANi)ARTJ CQNSTRUCTION SPECIFICA'i']ON DOCUMENTS Project No. 103000 Revised Apri] 2, 2021 00 21 l3 INSTRU CTION S TO [31DDERS Fage 3 of 9 4.1.2. Visit the site to becoine fazniliar with and satis�y Bidder as to the gene�•al, Incal and si�e cQnditions that inay affect cost, progress, pej'formance or furnishing of the Work. 4.13. Consider federal, state and jocal Laws and Regulati.ons that may affect cost, progress, peifprmance or furnishing ofthe Work. �.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act af 146A, 78 Stat. 252, 42 U.S.C. 200Qd to 2000d-4 and Title 49, Code nf FederaS Regulations, Department of Transportaiion, Subtitle A, Offioe of the Secretary, Part 21, Nondiscrimination in Pederally- assisted programs of the Depart�rr�ent of Transpo�tation issued pursuant to such Act, hereby notifies al] bidders that it will affirmatively insure that in any cantract entered into pursuant to khis advertisement, minority business enterprises wil] be afforded full apportunity ia submit blds in respanse to this invitation and wii.l not ba discriminated against on the grounds of rac�, color, or nationai origin in consideration of award. 4.1.5. 5tudy all: (i) reports oiexplorations and t�sfs of subsurfaae conditians a� or contiguous ta t�e Site and all dx�awings of physical conditions relating to existing sucface ar subsurFace structures at the Sit� (except Undergz-ound Facilities.) that have been identified in the Cantract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environanental Conditions, if any, at the Site tlnat have been identified in the Contract Dacuments as containing reliable "technieai data.° 1,6. Be advised that the C.ont��act Documents on file with the City shall c�nstitute all of the infoi7natio.n which the City will furnish. A11 addiiional inform�tion and datawhichthe Cltywill supply aftez� prarnulgafion of tlie formal Cor►iract Documents shall be issued in f11e form of written addenda and shail become part ofthe Contract Docu�nents just as though such addenda were actualiy writien into the original Contracf Docurnents. No infoi•mation given by ihe City other than that contained in the Contract Docwnents and officialiy promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, barings, and such other means as may be neeessary to gain a comQlete knowiedge ofthe conditions which wi11 be encountered during the construction of the project. On request, City may provide each Bidder access fa the site to conduct sueh examinations, investigations, expiorati nns, tests and studies as each Bidder deems necessary for submission of a Sid. Bidder must fill all holes and clean up and r�store the siteto its farmer candxtions upon completion of such expiorations, investigations, tests and siudies. 4.1.8. Deterrriinethe difFiculti�s ofthe Work and a11 aitending cizcumstances af%cting the cost of doing the Work, time required for its campletian, and obtain all infarmation required f� make a proposal. Bidders shall rely exclusively anci solely upon their own estimates, investigation, resea.rch, tests, explorafions, and other data whieh are necessary for full and complete information upon which the proposal is to be based. It is understood tha# the submission ai a p�•oppsal is prima��acie evidence that the Bidder has mad� the investigation, examinations and tests herein required. Claims for additional compensation due ta variatians between conditions actually encountered in construction and as indicated in the Conti•act Documents will nat be ailowed. 4.1.9. Pro�nptly notify City of all conilicts, errors, ambiguities or discrepancies in oa' between ihe Cantract Dacuments and such ather related documents. The Cant�actorshall.nottakeadvantage of any gross ei�ror or omission in the Contr�ct Documents, and the City shall be permitted to CITY OF PORT W'ORTI�1 Alliance Airport 3'axiwvay P, I'hase 2 STANDAC�D CONSTRUCTION SPECIFICATION QOCUMENTS ProjectNo. 103064 Revised April 2, 2021 aa z� �� TNSTRUCTIONS TO BlDDERS Page 4 of 9 make such corrections or interpretations as inay i�e dee�ned necessary for fulfillment of the intent of the Coniract Documents. 4.2. Refere�ce is made to Sectinn 00 73 QO — Supplementa�y Condiiions for identification of: 4.2.1. those reports of explorations and tes.ts af subsurface conditions at or cantiguaus to the site which have been utilized by City in preparation of the Contract Docurt�ents. The logs of Sail i3arings, if any, pn the plans are for general inforrnation on ly. Neither the City nor #he Engineer guarantee that the data shown is �•epreset�.tative of conditions which actually exist. 4.2.2. those drawings of physical condations in or �elating ta existing su�face and subsurface structuz•es (except Underground Facilities) which are at ar contiguous ta the site thai have been utiIized by City in preparation af the Confract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Thos� xeports and drawings may not be part of the Cnntract Documents, but the "technieal data" cantained therein upon which Bidder is entitled to rely as pro�ided in Paragraph 4.42. of the General Conditions has been identifieci and established in Paragraph 5� 4.02 of the Supplementary Conditions. Bidder is respansible fat• any interpretation or conclusion drawn fi•om any "teohnical dafa" or any other data, interpretations, opinions or inf.ormation. �3. The submission of a Bid will constitute an inco�trovertible representation by Bidder {i) ihat Bidder has coznplied with every recfuireinent of this Paragraph 4, (ii) that withouf exception the �id is prernised upon peiforming and furnishing the Work required by the Contract Doauments and appIying the specific means, �nethods, techniques, sequenc�� or procedures of construction {if arry) that may be shown or indicated or expressly reauired by the Coniracfi Documents, (iii) �at Bidder has given. City written notice of all con£licts, errors, ambiguities and discrepancies in the Contract Dacuments and the vvritten resolutions theceof by City are acceptable ta Bidder, and when sairf eonflicts, etc., have not been resolved thraugh the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufiicient to indicate and convey understanding of aiS te�•ms and eonditions %r perforining and furnishing the Work. 4.4.The pravisions of this Paragraph 4, incIusi�e, do not apply to Asbestos, Polychlnrinated biphenyls (PCBs), Petroleum, Ha�ardous Waste or Radioactive Material covered by Paragraph 4.06. of the Geaeral Conditzans, unless specifically identified in the Contract Documents. 5. Availability of Lanc�s for Worl�, EYc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereta and other lands designated for use by Contractoi• in performing th.e Work are identifed in the Contract Documents. All additional iands and aceess thereto req�ired for temporazy constructinn facilities, const�uction equipment ar storage af materials and equipment tfl be incorporated in the Work are to be obtasned and paid for by Contractor. Easements for perma�ent structures p� perxn�n.ent changes in existing facilities are to be ahtained and paid for by City unjess otherwise pravided in the Contraci 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 Supplementa�-y Conditions. Tn the event the necessaiy right-of-way, easements, aindlar permits are not obtazned, the City reserves the right to cancel �he award of contract at az�y time before the Sidder begins any constz�uetion work on the project. CITY OF FQRT WOATH Alliance Airport "faxiway P, Phase 2 STANDARQ CONSTRUCTIOhi SPECIFICATION I]qCUMEN'C5 PrnjectNa. 103000 Revised April 2, 2021 002] 13 1N S'i'RUCTiONS TQ BIDD ERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction wiYhout all executed ��ight�of-way, easemenfs, and/or permits, anci shall subrnit a scheduie to th� Gity of how construction will proceed in th� other areas of the project ihat do not require pei•mits andlor easernents. 6, Interpretations and Add�nda 6.1. Al1 questions about the ineaning or intent of the Bidfling Documents are to be directed to City in writing on or before 2 p.m., the Monday pri�r ta tY►e Bid opening. Questions received after #�is day may not he respondedto. Interpretations or elarifications considered necessary by City in response ta such c�uestions will be issued by Addenda deli�ea'ed to aIl parties recorded by City as having eecei�ed the Bidding Dacuments. Only quesiions answered by forrnal written Addenda will be binding. Orai and other intexpretations or clarifications will be �uithoui legal effect. Address questions ta: City of Fort Worth 2Q0 Texas 5treeti Fort Warth, TX 76 S Q2 Attn: Tyler Dale, A�iation Depart�nent Exr►ail: tyler.dale@foi�warthtexas.gov Phone: 817-392-5416 6.2. Addenda may also be issued to modify the Bidding. Documents as deamed advisable by City. 6.3. Addenda or c�arifications may be pasted via the City's electronic document inanagement and coilaboratian system at htt :�/fc,riworthtexas. vv/ urchasin �', 6.4. � prebid conference inay be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Repcesentatives of City will be present ta discuss the Project. Bidders are encouraged to atkend and participate in tkae canference. Gity vwill transmit to aii prospective Bidders of record such Addenda as Ciiy considers.necessa.�y in response to questions arising at the conference. Oral statements may not be r�lied upon and will nat be binding ar legally effective. 7. Bid Security 7.1. Each Bid must be accompanied b� Bid Bond made payable to City in an amount af five (S) percent of Bidder's maximum Bid price an form attached, issued by a surety meeting the requirements of Paragraphs S.D3 ofthe General Conditions. 7.2, The Sid Band of all Bidders will be retained until the conditians ofthe Notice of Award have been satisfied. If the Successful Biddar fails to execute and deliver the complete Agreement within L O days after the Natice of Award, City may consider Bidder to be in default, rescinci the Notice of Award, and ihe Bid Bond af that Bidder will be foj•feited. Such fo rfeiture shall be City's exclusi�ve remedy if Bidder defaults. The Bid Bond of a11 other Bidders whom City believes to have a reasonal�le chance of receiving fihe award wi11 be ratained by City until final cont�'act execuYion. CTTY OF FORT WORTH Alliauce Airpo�t Taxiway P, Phase 2 STANI7ARI3 CONSTRUCTION Sl'�CiFTCAT[pN DOCUIV[&lYTS PrajectNo. 1030�0 Revisad April 2, 2021 00 2l l3 [�TSTRUCTIONS Tb Bil)D�ItS Page 6 af 9 S. Contract Times The numbe3• of days within which, oa� the dates by which, 1Vlilestones are to be achieved in accqrdance with the General R�quirements and the Woric is to be coynpleted and ready far Fina1 Acceptance is set forth in the Agreement ox' incoiporated therein hy reference io the attached Bid Form. 9. Liquidated Damages Provisions for liq�idated damages a�-e set forth in the Agreement. 10. Suhst'rtuEe and "Or-EqualT' [te�s The Contraci, if awarded, will be on the basis of inaterials and equipment described in the Bidding Docuinents withaut cansideration of possible substitute or "ar-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-equal" itern of material or equiprrient may be furnished or used by Contractor if acc�pta6le to City, applicaiion for such acce�tance will not be considered by City until afterthe Effective Date ofthe Agreement. The procedure for submission ofany such application by Contractor and consideration by City is set fo.rth in Paragraphs 6.45A., 6.OSB. and 6.QSC. of the General Coz�ditions and is supplemented in Saction Ol 25 OQ of the General Requirements. 11. Subcomtractors, Sappliers and Others I 1. i. In accordance with the City's Business Equ�ty Ordinance NQ. 24Sa4-11-2420 the City has goals for tha pat�ticipatio❑ oi minority business and/or wornen business enterprises in City coniracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the Business Equity Utilization F`oi�rn, Business Equity Prime Contractor Wai�er Farm and/or Good Faith Effort I'orm with docui�nentation and/or Business Equity 3oin� Venture �'orm,. as appx•opriate. The Earms includ'ang documentation must be received by the City no iater than 2:00 P.M. CST, on the second busi�ess day after the bid opening date. Tha Bidder shall obtain a receipt from the City as evidence the documentation rvas recaived. Failure to coinply shall render th.e bid as �on-responsi�e. Business Equiiq OrdinanceNa.24534-I1-2020 https:ll�nps.fortwortnte�:as �;o�/ProiectRe�ourc�a/Re��ur�e�Pi60°r�20- �io20MWBE/NI'QV%20Business°io20E u' %20�?rdinan4e/Ordin_ �e%20?4534-11-2020. d� 11.2. No Contractor shall be required to employ any 5ubcantractar, Suppliei•, flther person or organizaiion against wharn Cantractor has reasonable objection. 1Z. Bid Form 12.I, The Bid Form is ine�uded with the Bidding Documents; additional copies may be obtaaned fi om the City. 12.2. All blanks on the Bid Form musi be cojnpleted by printing in ink and the Bid Form signe�i in ink. Erasures ar alterations shal! l�e initialed in ink by the person signiflg f.�e Bid Fo�m. A Bid price shall be indieated for each Bid item, alternative, and unit price itern listed thereiz�. In the case of optional alternati�es, the words "No Bid," °1No Change," or "Not Applieable" may he entered. Bidder shal� state the prices, wr�tten in ink in both words and numerals, for wi�ich the Bidder praposes to do the wark cantempjated or furnish materials required. All prices sha11 be written legibly. In case of disci•epancy between prica in written words and the price in writtera numerals, the price in written wards shall govern. CITY OF FOAT WORTI�I Alliance Airport Taxiway P, Phase 2 STANDARD CON51'RUCTION SPECIFIC,4T10NDQCUM�IVTS ProjeclNo. {03000 lievised April 2, 2021 aaz� �3 iNSTRUCTLONS TO BIDDEILS page 7 of 9 I2.3. 43ids by corporations shall be executed in the co�parate name by the president or a �ic�- president or other corporate offiee� accampanieef by evidence of authority to si:gn. The co�porate seal shall be affixed. The corporate address and state of ineorporation sha11 be shawn below the signature. 12.4. Bids by partnerships shall be executeci in ihe partnership nasne and signed b� a partner, whose title must appear under the signature aceon�panied by e�idence of autharity ta sign. T4�e officiai address of ihe partnership shall be shown below the signature. 12.5. Bids by limited liability conrzpanies shall !�e executed in the name ofthe firm by a inember and accomparaied by evidence of authority to sign. The state of formation of the fum and the o�'ficial address ofthe frin shall be shown. 12.5. $ids by indi�iduais shall show the Bidder's nazxz.e and ofFicial address. 12.7. Bids by jaint ventures shall be executed by each joint venture in the inanner indicated on #he Bid Form. The affscial address af the joint �enture sha11 be shown. 12.8. All names shall be typed or pi•inted in ink be�ow the signature. 12.9. The Bid shall contain an acknawledgement of receipt oi aj1 Addenda, the numbars nf which shali ba fi11ed in on the Bid Form. Y2.10. Postal and e-mail addresses and telephone number for communications reg..arding the Bid shall be sho�+n. 12.I I. Evidence of authority to condact business as allonresident Bidder iri the state ofTexas shall be pcovided in accordance with 5ection 00 43 37 — Vendar Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shail be subrrzitted on the grescribed Bid Form, gravided with ihe Bidding Documents, at the time and plac� indicated in the Advertiseme�t or INVITATION TO BIDDERS, addressed to Put'cisasing Manager of the City, and shail be enclased in an opaque sealed envelope, marked wiY11 the City I'roject I'�iuinber, Project title, the naine and acidress of B�dder, and accompanied by the Bid security and other requii•ed docuinents. lf th� Bid is sent through the mail or other delivery syst.em, the sealed envelope shall be enclosed in a separate �nvelope with the notation "BID ENCI�45ED" on the face of it. 14. Modiiication anc� Witbdrawal of Bids 14.1. Bids addressed to the Purchasing Manager az►d filed witii the Purchasing Office cannot be u,ri��iraurn priar to the time set for bid opening. A request for withdrawal rnust 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 Eids not requested for withdrawal are opened and publlcly read aloud, the Bids for which a withdrawal request has been properjy fiied may, at the option of Yhe City, be returned unopened. 1�4.2. Bidders may modify their Bid by el�ctranic camtnunication at any time prior to tha time set for the closing nf Bid receipt. CITY QF' FORT WO�tTH Alliance AirpoR Taxiway P, I'kase 2 STANDAKD CaN5TRL3CTION SF�CIFICATION DOCUMENTS Project No. 103000 Revised April 2, 202! 00 21 13 INS'i'ItUC�'lONS TO BIDT]ERS Page S of 9 15. O�ening of Bids Bids will be o�ened and read afoud publicly at the place where Bids are �n be submitted. An abstract of the amounts oi the base Bids and ma3ar alternates (if any} will be inade available to Bidders a�er the opening af Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject ta ac�eptance far ihe time period speciiied for Notice of Awaxd and executiion and delivery of a ca.mpiete Agreement by Successful Bidder. City may, at City's sole discretion, re�ease any Bid and nullify the Bid security prior to that date. I7. ��valuation of Bids and Award of Contract I7.1. City reserves the right io reject any or ali Bids, including without limitation the rights to rej�ct any or all nonconforming, nonresponsi�e, u�balanced or conditional Bids and ta reject the Bid of any Bidder if City bel ieves that it would not be in the besi intei•est of the Proj ect 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 inforinafities not involving price, cont�act tiine ar changes in the Work with the Successful Bidder. Discrepancies between #he rnultiplication of units of Wo�'k and unit pz-ices wi ll be resojved in favar of the unit prices. Discrepancies between the inciicated sum of any column of figures and the correct sum thereof will be resolv�d in favor of the correet sum. Discx'epaneies between wards and figures will be resoived in favor of the words. 17'. L.1. Any or a11 bids will be rej �cted if City has reason to believe that collusion exists among the Bidders, Bidder is an intez•ested party to any litigatian against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing coniract or has cfefaulted on a prevzous contract, �idder has performed a prior contract in an nnsatisfactory manner, or Bidder has uncompleted work whici� in the judgment of the City will pzevent or hinder the prompt coznpletion of additional work if awarded. 17.2. CiTy may considerthe q�alifications and experi.ence of �ubcontcactors, Suppliers, and other persons and organizatians proposed for those gortians of the Work as to which ihe identity of Subcontractors, Suppliers, and other persons and organizatians must be submifted as prpvided in the Cantract Docu�nents or upon the request �fthe City. City also may canszder the operating costs, maintenance requirements, performance data and guarantees of major items af mate�•ials and equipment groposed for incorporation in the Wo�•k when such data is i•equired to be subrriitted prior tn the Notice of Award. t7.3. City may conduet such investigations as City deems neeessary to assist in t1�e evaluation of any Bid and to establish the responsibili#y, qualifications, and financial ability of Bidders, prnposed Subcontractors, Suppliers and other persans and organizations to parforrn and furnish the Work in accardance wsth the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own arganization, worlc of a value not less than 35°fa ofthe value embraced on t.�'ie Contract, unless otk►erwise approved b.y the City. 17.5. If the Contract is to be awarded, it wi�l be awarded to lowest responsibie and responsi�e Bidder whose evaluation 6y City indiaates that the award will be in the best interests ofihe City. C1TY QP PO1ZT WaRTH Alli�nce Airpart Taxiway P, Phase 2 STANDARD CONSTRUCTfON SP�CIFICATTON DOCUMENTS Project No. 103060 Revised April 2, 2021 ao2i �s 1NSTRUCTTONS T� BID1lE�S Page 9 of 9 17.b. Pursuanl to Texas Government C.oda Ghapter 2252.OD 1, the City will not award eontractto a Naz►resident Bidder tanless the Nonresident Bidder's bid is Iqwer than the lowest bid submitted by a responsible Texas Bidder 6y the same amount that a Texas resident bidder would be required to underbid a Nom•eside��t Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 1'7.7. A conb•act is nnt awarded until formal City Conncil authorization. If the Contract is to be awarded, City will award the Contract within 120 days aftej• the day of the Bid opening unless extended in writing. No other act of City ar others will eonstitute acceptance of a Bid. Upon the conh•actor award allotice of Award will be issued by the City. I7.7. i. The contractor is required to �11 aat and sign t�e Certif ca�e of Interested Parties Form 1295 and the form must besubmitted to ihe P�•oject Manager hefore the cantract w�ill be presented to the City CounciL The form can be obtained at htt s:llwww.ethics.state.tx.u:s/d�talforms1129511�95. df 17.8. Pailure or reiusal to comply wiih the requirements znay result in rej eetion of Bid. 18. �igning of Agreemant 18.1. When City issues allotice ofAwaidtn the Successfuj Bidder, it �viil be accompanied by tha requirad number of unsigned counteiparts r�f th.e Agreement. Within 14 days thereaftez• Contractor shall sign and deliver the required number of counterparts of the Agx�eem�nt to City with the required Bonds, Certificates of Insurance, and all other �•equired documentation. 18,2. Failure to execute a duly awaz-ded contaci may subject the Conf�actor ta penalties. 18.3. City shall thereafter deliver one f�xlly signed caunterpart ta ContractQr. GND OF SECTION CITY Q� FORT WOR'PH Altiance Airport Taxiway P, Phase 2 STANDART) CpNSTI�UCTiON SPECIFTCATIQN DOCUMENTS Yrojeet Na. ]03QOD Revised April 2, 2021 ao s2 is coNSTRucT�ox ��o�x�ss scr��vu�,� Page 1 of l0 SECTIDN 00 32 15 CONSTRUCTION PRO.TECT SCH�DULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. General requiraments for the preparation, sLihmittal, updating, status reporting and management of the Cansiruction Projeet 5cn�dule B. Deviations from this City of Fort Worth Standard Spacification 1, None. C. Related 5peciiication Sections inciude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract For�ns and Co.nditions of the Cantract 2. Division I— General Requirements D. Purpose Tha City of Fort Worth (City} is com�nitted to delivering qu�lity, cost-effective infrastructur� Yo its citizens in a timeIy mas�r�er. A key tool io achieve this purpase is a properly structured schedul� with accurata updates. This supports effective monitoring of progress and is input to critica] decision making hy tha �aroj ect manager tiiroughout the life of the proj ect. Data from the updated proj eci schedule is utilized �n status reporting; to �arious levels of the Ciiy oxganization and tl�e citizenry. This Document coinplements the City's �tandard Agreement to guide the construction contractar (Contractor) in preparing and submitting acce.�table schedules for use by the City in project deliv�ry. The expectation is the perfoi�nance oithe wark follnws ihe accepted schedule and adhere to tkae contract�ial timeline. The Contractoz' will designate a qualifed representative {Project Schedul�r) responsible for develnping and updating the schedule and preparing status reporting as requu'ed by the City. 1.2 PRICE AND YAYMENT PROCEDURES A. Measurernent and FaymenY 1. Work associated with this Ite�n is cansidered suhsidiary to the various items bid. No sepa.rate payment will be allowed for this Item. 2. Non-eompliance with this specificatian is grounds far City Yo withhold payment of the Contractor's invoices untif Contractor aclueves said compliance, 1.3 REFERENCES A. Proj ect Sclledules Each project is represented by City's �naster project sc�Zedule thai encompasses t3�e entire scope of acti�ities envisioned by #he City to praperly deliver the work. When the City cantracts with a Contractor to perform con.struction of the Work, the Contractar CTTY OF FORT WOIYTH Allianee Airport Taxiway P, Pliase 2 STANBAItD SPECIFICA7TON Project Na. ]030D0 Revised d1fl.Y 26, 2018 OD 32 15 CONSTRUCTION Y1tOGRES� SCHEDUL� Page 2 of 1� 4vilI devejop and �naintain a schedule for their scope of work in alignrnent with the C.ity's standard sehedule requirements as defined herein. The data and inforrnation of each such schedule wilj be leveraged and become integral in the master project schedule as deemed apprapriate by the City's Pj•oject Control Specialist and approved by �he City's Project Manager. Master Praject Schedule The master project scheduie is a hoiistic repr�sentation oithe scheduled activifies and milestones for the total prnject and be Ct'itical i'ath Method (CAM} basad. The City's Fraject Manager is accountable for oversight o�the development and maintaining a master project schedule for each project. When the City contracts for the desi�n a.tzdlor constructaon of the project, the master p�'oject schedule w1iI incorporate elements of tI�e Design and Construction schedttles as deemed appropriate by ihe City's P�'aject Control Specialist. The assigned City Pt•ojeet Cont��o� S.pecialist ereates and maintains tk�e maste�• pro3ect schedule in P6 {Ciry's scheduling softu+are}. 2. Constz'uction Sc�edule Tha Contractor is responsible %r developing and �aintaining a schedule for the scope of tYte Contractor's contrac#ua� requir�rnents. The Contractor will issue an i�itia� schedule fat• review and acce�tar►ce by the City's Project Control Speciallst and the City's Project Manager as a baseline schedule for Contractat's scope of wark. Contracior wiil issue current, accurate upciates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. 5chedule Tiers 'I'he City has a partfolio of projects that vary widely in size, complexity and content requiring different sc�►eduling to effecti�ely deliver �ach project. The City uses a "tie�•ed" apprpach to align the proper schedule with the criteria For each project. The City's Prc�ject Manager deYermines the appropriate schedule tier fa�• each project, and includes that designation and tlie assnciated require�nents in �he Con#ractor's scape of work. The following is a suir�mary of tl�e "tiers". I. Tier 1: Smal1 Size and �horC Duz'ation Proj�ct (design not required) Tk�e City develops and maintains a Master Project Schedule for the project. Na schedule submittal is req.ui�ed fram Contracto�'. City's Praject Control Specialist acyuires any necessary schedule status data Qr information through di.scussions with the respective party on an as-needed hasis. Tier 2: Small Size and Short to Medium Duration Project "The City develops and maintains a Master Project Sc�a�dule for �he project. The Contractor identifies "start" and "finish" milestone dates on key elements of tl�eir woi•k as agreed vvith the City's Proj �ct Manager at the kickoff of their work effort. Tt�e Contractar issues tq the City, updates to the "start" and "finish" dates far such milestones at the end of each month througlaout the life of their work on the project. 3. Tier 3: Medium and La.rg� S.ize and/or Complex Projects Regardless of DuratiQn The City develops and maintains a Master Project Schedule for the project. The Contracior develaps a Baseline Schedule and ma�ntains the schedule of th�ir respective saope af work on the project at a lavel of detail (generally Level 3) and in C1TY QF FORT W0�77-I Alliance Airport Taxiway P, Phase 2 STAN7�ARD SPECIFICA'fI�N FrojectNa. 1030(lU Revised AULY 20, 20l S oo3z�� CONSTRUCTION PROGRE55 SCHEDULE Page 3 of ]0 ajignment with the WBS strueture in Section 1.4.H as ag�'eed by the Pro,�ect Mar►ager. The Contractor issues to th� City, upda#es of their res�ective schedule {Progress Scl�edule) at the and of each month thrnLighout the life of their work an the pro� ect. G Schedule Types Project delive�'y for the City utilizes two types of schedLtles as noted below. The Ciiy develops and n�aintains a Master• Project Schedule as a"baseline" schedule and issue monthly updates to the City Praject Manager (end oi eaeh manth) as a"progi•ess" schedul�. The Contractoz' prepares and submits each schedu�e type to fu1fi11 their contractual requirements. Baseline Schedule The Contractor develops and subznits to the City, an initial schedule fo.r their sco.pe of work in aligrunent with this specification.. Once re�iewed and acceptcd by the City, it becomes the "Baselir�e" schedule and is the basis against w�ich all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a du�y authorized change order issued by iha City. ln the �vent pro�ress is significantl}� behind scliedule, tt�e City's �'rajeet Mana�er may authorize an update to. the haseline sehedule to facilitate a more practicai evaluation of progress. An example of a Baseline Schedule is provided in �pecification 00 32 15.1 Consf�uction Pro,�ect Schedule Baseline Exainple. Progress 5chedule The Contractor updat�s tf-�eir sahedule at ihe and of eaeh month to represent �l�e progress aclZieved in the work which includes any impact fram authorized changes in ihe work. The updated schedti�e must accurately reflect tl�e current status oitl�e woz�k at that p.aint in t�me and is � efert�ed to as the "Pr aga•ess Scheduie". 'I'he City's Project Manager and Praject Control Specialist reviews and accepts cach progress schedule. In the event a progress sched�.tle is deemed not acceptable, the unacceptable issnes are id�:ntified by the City within 5 warking days and the Cantractor must provide an aeceptable progress schedule w.ithin S wor�ing days after receipt of non-acceptance notification. An exatnple of a Progress Schedule is provided in Specifieation a{} 32 15.2 Construction Project Sehedule Progress Exampl�. L4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview Qf the methodalogy for developing and maintaining a schedule for rielivery of a proj ect. A. Schedule Framework Tlze schedule will be based on th� defined scope af work and follow the (Critical Path Methodology) CPM method. Tha Contractor's schedule will aiign wiih ihe requirements of this speeificatian and will be eost Iocxrled to reflect their plan for execution. Overall schedule duration will align with the contractual requirements foi• the respactive scope of war�t and be reflected in City's Master Praject 8chedule. T�e Project Nu�ber and Name of the Praject is required an each scheduie and must mateh the City's pt'o�ect data. B. Schedule File Name CfTY Ol� FORT WORTH Alliance Airport'Ca�ciway P, Phase 2 S1'ANDARDSP6CIFICATTON ProjecYNa. L03fla0 Revised JULY 20, 2018 ao 3z ts CONST[tUCTIOT! PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project �vill have a file natne that begins wit11 the City's �roject txumber followed by the nc�me af the project fo�lowed by 6rrseline (if a baseline schedule) ai• the year crnd mont7a (if a p�•ogress schedule), as sl�own below. • Baseiine Sched.ule File Name Format: City Fro3ect Number_Praject Name Baseline Example: 101376 North Montgamary Street HMAC_Baseline � Frogress Schedule File Name Format: City. Project Numbez' Prajec� Name Y�'YY-MM Exatnple: 10137b North Montgomery Street HMAC 2018_O1 � Pro�ect 5chedul� Progress Narrative File Name Format: City Project Nuznber_l'roject Name PN YYYY-MM �xample: 10137� North Montgomery Street HMAC PN 2018_O1 C. 5chedule Templat�s The Cantractor will utilize the relevant sectians from the City's t�mplates provided in the City's document znanagement system as tha basis for creating their respective pz'aject schedule. 5pecifically, the Cont�'actor's sehedule wili align with th� layout of the Constr�Eetion section. The templates axe identified hy type of project as not�d below. • Arterials � Aviaiion � Neighborhood 5treets • Sidewalks {late��) • Quiet zones (later} � Street Lights (later) � Intersectipn Improvetnents (later) o p�� � Storm wa.ter � 5treet Maintenance • Traffic • Water D. Schedule Calendar The City's standard calandat� for scheduie develapr�►ent purposes is based on a 5-day worlcweek and accounts for �he City's eight standard halidays (New Years, Martin Luther King, Mamorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christ7mas). The Contractar will establish a schedule calendar as part of the schedule deveiopment process and provide to the Froject Contrnl Specialist as part of th� basis for their schedule. Variations between the City's caler�dar and the Contractor's eal�ndar must be resolved prior to the City's acceptance of their Baseline praject schedule. E. WBS & Milestone Standards for Schedule Developznent `I'he scope of wark to be accomplisheci by the Contractot� �s represented in the schedule in the for�n af a Work Breakdown Strticture (WBS}. The WBS is ti�e basis for the development of the schedule activities and shall be imbedded and depicted in the schedul�. CITY OF I`ORT WORTH Alliance Airport Ta:ciway P, Phase 2 STANDARD SPECIFICATIQN Prajecf lVo. 103000 Revised JLTLY 2D, 2Q18 00 32 k5 CONSTRiJCT10IV PILOGIiESS SCHED[TLE Page 5 oi' 10 The following is a suinmary of tlae standaj�ds ta be followed in preparing aa�d maintaining a schedule for praject delivery. ], Contrac�or is required to utiiize t�ie City's WBS structur•e and resp�cti�ve proj�ect type template fac "Const�uction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1- 4 to accom�no�ate the needs of tlie organization executing the work. Specifically tlae Contractor will add activities uiider WBS XXXX�X.86.83 "Construction Execution" that delineates the acfiivities assaciated wi#h the �arious components of the work. 2. Cantractor is cequired to adhere ta the City's Standard Milestones as shown in Section ].4.I belo�w. Contractnr will include additional milestones representing interinediate deliverables as required to accurately reflect their scope of wark. F. Schedule Activities Activities are the djscrete elements of work that make up the schedule. They will be organized under the umbrella of the WB�. Activity descriptions sl7ould adec�ua#ely describe the activity, and it� some cases the extent af the �ctivity. A�1 activities are logically tied with a predecessor and a successor. The only exception to �Iiis rule is for "projeet start" and "praject finish" inilestones. Tne activity duration is hased on #he physical amount af work to be perfoz�med for the stated activity, with a maximum duratian of 20 working days. If the work for any one aeti�ity exeeeds 20 days, lireak that acYivity dov,�n incrementally to achieve this durafion constraint. Any exception to tl�is requires review and acceptance by the City's Project Contra1 5pecialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previnusly aecepted baseline schedule as a.n update, to cl�at'ly show impact to the projeck timeline. The Contractar submits this updated baselina schedule to the Ci#y far review and aecaptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited fo th� aetual amount of tirne the project activities are anticipated to be delay�ed, us�less otherwise approved by the Prog�'am Manager. 2. The re-baselined scheduie is suhmitted by the C.ontractor within ten warkduys after t1�e date of receipt of the appror�ed Change Order. The changes in logic or $uratians approved by the City are used to analyze the impact of the change ar�d is inc�uded in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change O:rder numher in the Activity ID. Use as tnany activities as needed to aecurate�y show the work of the Charige Order. Revisions to the baseline sc�edule are not effective until accepfed by ihe City. H. City's Worlc Breakdawn 5tructtu'e CITY Or PORT WORTFI Alliance Airport Taxiway P, Pliase 2 STANDATtD 5PECIFiCAT[ON Praject Na. ]030D0 Rev ised .TULY 20, 2D l 8 00 32 I S CONS'CRUCTION PAOGRESS SCHEDULE Page 6 nf l4 WBS Code WBS Name �;XXXXX Project Narne XXXXXX.30 Design KXXXXX.30.10 Design C.onfractor Agreement XXXXXX.3a.20 Conceptual Design (30%) XXXXXX.30.30 Preiiminary Design (b0%) XX�XXX.30.4� rinal Design XXXXXX.30.50 Envirantnental XXXXXX.30.60 Permits XXXXXX30.6010 Permits - Identiiication XXXXXX.30.60.20 Permita - Revie4v/Approve �:XXXXX.40 ROW & Easements XXXXXX.4Q.10 ROVi� Negotiations XXXXXX.40.20 Condemnation 7�;�X.70 Utility Relaeation XXXXXX,7Q. i4 Utility Relocation Co-ardination XXXXXX.84 Construction XXXXXX.80.81 Bid and Awaa'd XXXXXX.80.83 ConsYrucfion Execution XX�XXX.80.$5 Inspection XXXXXX.80.86 Landscaping XXXXXX.9D Closeout XX3CXXX.90.10 Const��uction Contract Close-out XX�XX_9Q.A0 Design Contract Closure I. City's Standard Mi[estones The %llowing milestone activities (i.e., important evenfs on a project that mark critical points in time) are of particular interest to the City anci must b� reflected in tY►e project schedule for aI3 phases of warlc. Activifv ID Design 3020 3040 3100 3120 3150 3160 3170 3220 3250 3260 G1TY OF FORT WORTH STANI7ARD SPECIFICATIOI+1 RevisedJULY 2U, 2U18 Activi Name Award Design Agreament Issue Notice Ta Proceed - Design Engineer Design Kick-off Meeting Submit Conceptual Plans tQ Utilities, ROW, Txaffic, Parlcs, Storm Water, Water & Ser�er Peer Review Meeting/Design Review meeting (technical) Conduct Design Public Meeting #1 (required) Cor�ceptual Design Complete Submit Preliminary Plans and 5pecifications to Utiiities, ROW, Traffic, �'arks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (requireci) Preliminary Design Complete Alliance Airport Taxiway P, Phase 2 Praject No. 103000 00 32 15 CONSTRUCTIQiV PROG12E55 SCHEDULC Pa�e7af10 3310 3330 336Q Subinit Final Design to Uiilities, ROW, Tz'afiic, Parks, Stortn Water, Water & 5ewer Conduct Design FLiblic Meeting.#3 (if required) FinaI Design Compjete ROW & Easements 40a0 Right of Way Sta�� 423p Right of Way Complete i7tility Relacation 70Q0 Utiiities 5�art 7120 Utilities ClearedlComplete Construction Bid and Award 8110 8150 8240 Start Advertisesxlent Conduct Bid Opening Awaa'd Construation Contract Construction E�ecution 8330 Canduct Construction Public Meeting #4 Pre-C�nstruction $�so 837Q 8540 913Q 9150 9420 1.S SLTBNIITTALS Constructian 5tart Substantiai Completian Constructian Completion Notice oi Completion/Green Sheet Canst�ucfian Contract Closed Design Contract Closed A. 5che.duie Submittal & Review Th� City's Project Manager is responsible for reviews and ac�ceptarice af the Contractor's scl�edule. The City's Pra�eet Cont�'al Specialist is responsible for ensuring aiignment of the Contractor's baseline and progress schedules with the Master Project Schedule as sup�ort to the City's Project MaJnager. The City reviews ancf accepts or re3ecl:s the scl�eduie within te� workrlays of Confcactor's submittal. 1. Schedule �ormat Tlie Contractor will submit each schedul� in two electronic forms, one in native file forrriat (.xe�, .xml, .mpx) and tha second in a pclf fQrmat, in the City's dQcument mana�ement system in tne location dedlcated for this purpose and identiiied by the Project Manager. In Y11e avent ti�e Contractor does uot use Pr[mavera P6 or M� Project fox scheduling purposes, the schedule informaiion must be subz�itted in .xls or .xCsx format in compliance with th� sainple layout (See Speciiication OQ 32 11 S.1 Construction Project 5chedule Baseline Example}, including activity predecessors, successors and tatal float. 2. Initial & Baseline ScheduIe The Contraator will develop their schedule %z' their scope oi work and submit their initial sChedule in elect�onie form {in the file formats nated abave), in the City's docum�nt management system in the location dedicated for this purpose wit�iin ten svorlcr�ays o_ f'the Natice afAwr�rcl. CITY O�' �ORT WO[tTEI Alliance Airport i'a�ciway P, Phase 2 STANDARII 5PECIFICATION Praject No. l D3000 Re�ised JULY 20, 2018 QO 32 l5 CONST[tIICT[ON PIZQGR�.SS 3CH�DULE Paga S of l0 T�e City's Projecti Manager and Project Cont�•ol Speci.alist review this initjal schedule to detetmine alignment with the City's Mastet• Feo�eet Schedule, includivg format & WBS structure. Faliowing the City's review, feedback is provided to the ContractQr %r ih�ir use in finalizing their initial schedu�e and issuing (within �ve suos•krlrays) tl�eir Baseline Schedlile for final r�view and acceptance by the City. 3. Progr�ss Schedule The Contractor wil� updat� and issue their project schedule {�rogress Schedule) by the lc�st daey o,f ec�ch month throughout the life of iheir work on the projecf. T11e Prngress Schedule is sub�nitted in electronic fann as noted above, in the City's docamet�t management system in the location dedicated for this pu�'pose. The City's Project Cont�•ol team reviews each Progress Sc�edule for data azzd information that support the assessment of the update ta the schedule. In the event data or information is r�issing or incomplete, fhe Froject Controis Specialist communicates djz'ectly with ihe Cont�•actor's scheduler fflr prorriding same, The Contractar re-sub�nits the corrected Frogress Schedule within S worktlays, folSowing tha submittal process noted abave. The City's Froject Manager and Profect Cont��ol Sp�cialist re�iew the Contractor's pzo.gress schedule %r acceptance and to monitar performance and progress. The following list of items are required to ensure proper status informatian is contained in the Pragtess Schedule. � Baseline Start date o Baseline �inish Date � °/a CDiI[lpjete o Floa# • Activity Logic (ciepe�denci�s) � Critical Path o Activiiies added or deleted � Expeeted Baseline Finish data � Variance to the Baseline Finish Date B. Manthly Constrt�ction S#atus Report The Contractor submits a writte.n status report (referred to as a prngress narrative) at the end of each month to accompany the Progz'ess Schedule subrniital, using the standard format provi�ed in Specification OQ 32 15.3 C.anstruction Project Schedu�� Progt'ess Narrative. The content of the Construction Proj ect Schedule Progress Narrative should be concise and complete to: • Refl�ct t11e current status of the work far the r�porting periad (ine[uding actual acti vities started andlor completed during the reporting period) � Explain varianees from the baseline on critica! path activit�es o Explain any potential schedule confficts or delays � Describe recavery plans where appropxiate � Pravide a summary forecast oithe work to be achieved in the next reportin� period. C. Subrnittal Process CITY O%' FORT WOKTH Alliauce A'srpurt Taxiway P, Phase 2 STANDAILD SPECII'ICATIOi�' Projeet Na. 1030ff6 Ravised SITL.Y 20:, 201 S 00 32 15 CONS'IRUC"fION riROGR�.SS SCHEDUi.E Page 9 of 10 Schadules a�►d Manthly Construction Statas Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15,4 Canstructian Project Schedule 5ubmittal Proces�. Once the praject has been coznpleted and �'inaj Accep#ance has been issued 6y the City, no fui�titer progress schEdules ot• construction s.tatus repats are required from the Contractor. 1.6 ACTION SLTBMITTALSIYNFORMATIONAL SUSMITTALS jNOT iISED] 1.7 CLOSEOUT SITBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBIWIITTALS [NOT iTSED] 1,9 QUALITY ASSURANC� A. The person preparing and revising the Cantractor's Praject Schedule sha11 be e�perienced in t�e preparation pf scheciules of similar complexity_ B. S.cl�edule and suppc�rting documen#s addz'essed in this Specificatian sha11 be prepared, updated and revised to accurately refleet the performance of tha Contractor's scope of wark. C. The Cantractor is responsibie for th� quality of all submittals in this section meeting th� standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] L11 FIELD [SIT�] C�NDITIONS jNOT USED] I.12 WARRANTY [NOT USED] ]..13 ATTAC�IMENTS Spec 00 32 1 S.1 Gonstrucfion Project �chedule Baseline Example 5pec 00 32 15.2 Construction Project Schedule Progress Example Spec QO 32 1 S.3 Constritctior� Project Schedule Pro�;r'ess Narrative Spec 00 32 15.4 Cons�ruction Project Schedule Submii.tal Process PART 2 - FRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END Ok' SECTION CTTY OF CORT WORTII Alliance Airpart Taxiway P, Phase 2 STA3+lDARJ� SPECIFICATION ProjectNa. 10300U Renised 7ULY 20, 201 S 00 32 15 CONSTRiSC.T[ON PiiOGRESS SCHEDLTLE Page ]0 of k0 CITY OF FORT WORTH Allianee Airport Taxiway Y,.Phase 2 STANDARD SPECI�ICATION Pra}eciNo. 103000 Revised TULY 2D, 20i 8 00 35 13 COI+I4�7,lGT OF TNTEREST AFFSDAVIT Ppge 1 of 1 SECTION DO 3� �3 CON�LICT OF INTBREST AFFIDAVIT Each bidder, afferor or respondent (hereinafter refen•ed to as "You"} to a City of Fort Worthprocurement may be required to ca�nplete a Canflict of Interest Qe�estionnai�•e (the attached CIQ Foi7n} and/or a Local Governnaent Office�� Confliots Disclosure Statemenf (the attached CIS Form) pursuant to state law. You are u�'ged to consult with counsel zegarding the applicability oithese forms to your company. The referenced farins may be dowinloaded fi�om the links provided below. hrip:llwvrw.ethics.siate.tx.us/farms/CIQ,pdf hitp ;llwww.ethics.state.tx.us/formslClS.pdf � � � f�l ❑ ❑ CTQ Fo�7n does not apply CIQ Foi�n is on file with City Secz��:tary CIQ �orm is heing pro�ided #o the City Secretaiy CIQ For►n does not apply CI5 Form is on Fil� with City Sec�'etaiy CIS Form is heing provided to the City Secretaty B1DD�R: Mario Sinacola & Sons Excavatin Inc. Campany 10950 Research Road Address Frisco TX 75433 City/StatelZip By: Micl�aei 5inacola {�" .ase Prj��t) - �. �. ='=�+ �� _. -� � *" � T ,j Sigr�ture: � � Title: P • (Please Print) END Ok' SECTION CITY QF F'ORT WORTH STANDARA CONSTAUCTIQN 5PECIFICATIOid flOCUMENTS Revised Apri12, 2021 Alliance Airport Texitvay P, Fhase 2 Projecl No. 163000 00 41 Uo BID FORM Page 1 of 3 s�cTior� ao �ti o0 BID FORM 70: The Purchasing Manager clo: The Purchasing Division 2Q0 Texas S#reei City of �ort Worth, Texas 769 02 FOR: Alliance Airport Taxiway P, Phase 2 City Project No.: 103000 UnitslSections: Department of Aviation 1. �nter Into Agpeement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City i� the farm ineluded in the Bidding Documents to perForm and furnish aq WorEc as specffied or indicated in the Con#ract Documents for the Bid Price and wikhin the Contract Time indicated [n this Bid and ln accordance with the other terms and condifions of fhe Contract Documents. � �. BIDD�R Acknowledgements and Ce�tification 2.1. In submitting this Bid, Bidder aecepts all of the terms and conditions of the INVITA�ION TO BIDDERS anci 1I�5TRUCTIOiVS 70 BIDDER5, including without limitation thos� dealing with the dispositlon of B€d Band. 2.2. Bidder is aware of aU costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance e�rtiificate meeting alf requirements within 14 days of nokification of award. 2.3, Bidder cerfifies that this Sid is genuine and not made in the interesk of or on behalf of any undisclosed individuai or entity and 9s not submitted in conformity with any collusive agreement or rules ofi any graup, assaciation, organization, or corporation. 2.4. B€dder has not directly or indirectly induced or solicited any other Bidder io su�mit a false or sham B9d. 2.5, Bidder has not solicited or induced any individual or entity to refrain fro�n bidding. 2,6. Bidder has not engag�d in corrupt, fraudulent, callusive, or coercive pract9ces in compeking for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, recefving, or soliclting af any fhing of value likely to influence fhe action of a public official ln the bidding process, b. "fraudulent practice" means an in#entional misrepresentation of facts made (a) to influence the bidding process ta the defriment of City (b) to establish Bid prices at arfificial n�n-competitive levels, or (c} to deprive Clty of the bene�ts of fres and open competition. c. "aolluside praatice" means a scheme or arrangernent between iwo or more Bidd�rs, with or wfthout the knowledge of City, a purpose of which is ta establish Bic� price.s ak ar#ificiai, non-competitive levels. d. "coereive practice" means harming or threatening to harm, directly or indirectiy, persons or their properky to influence their participation in the bidding process or affect khe exe�utian of the Conkract. 3. Prsqualificatlon CITY OF FORT WORTH STAN�ARD CONSTRllCTION SPECIFICATION �OCUM�N7S Farm Revlsed Merch 9, 2020 Addendum 2- 00 41 UO Bid ?rapasal Wnrkbonk oa a1 ao BID FORM Page 2 vf 3 7he Bidder acknowledges that the following work typas must ba perforrned only by prequalified cantractors and subcontractors: a. Concrete Paving ConstructionlRecanstruction (great�r than 15,600 square yards) b. Asphalt Paving Constructionlfteconstruction (great�r than 15,000 square yards) G. �. �4. �'ime of Compietton 4.'f. The Work v,rill be complete for Final Aaceptance as follows; a. For Bid Schedule #1, within 21fl calendar days after the date when the Contracf Time commenees ta run as provided in Paragraph 2.03 of the Generaf Condi#iflns; b. For Bid Schedule #2, within 365 calendar days after the date w�+en the Contract Time comme�ces ta run as pravid�d in Paragraph 2.43 of #he General Conditlans; or c. For Bid Schedule #3, within 550 calendar days afEer the date when the Coniract Time commences to run as provided in Paragraph 2.03 of fhe General Conditions; �4.2, Bidder acaepts the provisions of the Agre�menk as to liquidated damages in khe event of faflure to complete the Work �andlor achievement o# Milesiones� within the tirr�es specifiled in the Agreerrient. 5. Attached to this �id The folkowEng documents are attached to and made a part af thls Bid: a. Th9s Bid Form, Sectlon 04 41 00 �. Required Bid Bond, Seotion 00 43 13 issued by a surety meeting t�e r�quirements of Paragraph 5.Q1 af tF�e General Candiiions. c. Proposal FQrms, Section 00 42 43-1, 5ecfion UO 42 43-2, and Section Oa 42 43-3 d. Vendor Compliance to Staie Law Non Resident Bidder, Section 00 43 37 e. DBE Forms (optional at time of bid) f. Prequalification Sfatement, Section 00 45 12 g. Con4lict of knterest, Sectlon a0 35 13 *if necessary, CiQ or ClS forms are to be provided directly ta City 5ecretary h. Certiflcate of Buy Amer�can Compliance far Manufactured Products i. Any addifionai documents that may be required by Seotion 12 of the Instructions to Bidders Cl7Y OF FORT WORTH STAiJbRRp CONSTRUCTION SPECIFICATION QOCUMEt�TS Form Revised March 9, 2020 Addertdum 2- 00 41 oU Btd Proposal Workbook UQ41 fl0 BID FORiN Page 3 af S 6. Totaf Bid Amounf 6.1. Bidder will compl�te the Work in accordance with the Co�tract Documents ior the following bid amount, In the space pravided below, please enter the iotal bid amount for this project. Only this figure will be read publicly by the City ai fhe bid opening. 6.2. It is understood and agreed by the Bidder in si�ning this proposal that the totai bid amount entered below is subject to verification andlor modificatin� �y multiplying the un�t bid prices for each pay item by the respeotl�e esiimated quankities shawn in this proposal and then totaling a11 of the extended amounts, 6.3. .Evaluation of Alternate Bfd ltems: �id Schedule 1 Bid Schedule 2 Sid Schedule 3 7. �id Submittal This Bid is subrrmitted on July 1, 2021 . , r � '' �, Respeetfiull , ti " 1���: ��� � x � _ � � � (Signatu . � ' - - Michael Sinacola (F'rint�d Najne) �itle: Vice F'resi�ent Cornpany, Maria Sinac�la & Sons Excavating, Inc. Address: 10950 Ftessarch Raad F'risea, Texas 75033 State of Incorporatian: 7�xas Email: msinacolaCcDmariosinacola.eom Phon�: 214,387.39Q0 END O� S�CTI0�1 $5,632, 383. Q8 $9,7�7,237.21 $13,420,071.39 by the entiky named below, Corporate SeaL• � CITY O� FORT WORTH STANDARD CONS7RUC710N SPECIFiCATION OQCUMENTS Form Revised March S, 2020 Addendum 2- �0 41 00 9id Proposel Workbook noaz a3-i B1DpROPOSAL PeSe I aF2 s�c�'ian� oa a2 aa-� PROPOSA� FO�tM - BID SCHEDULE 1 I : �� I I lJNli P1�1�� �l� �idd�r's �ppli�a�ion Project Ttem Infoqnelion Bidde�s Propas�l Bidlisl item pescription Specificatian UniE ot" g�a (Jnit Price Bid Velue �o Section No. Measure Quantity 1 Contraclor Quaiitx Control Pro�ram CQCP ___.,_ ._ C-1 D4 _ LS 1$ 75,000,40 $ 75,000.40 .. . __-_ _... _...._ .. -- �- 3 Ferlil�i�xing�� n� and mulchln� P__� C-102-5.1a ,. 5Y 7,749 $ O.S5 $_�5,a36.85 _ 2 Tem ora seedi __._.__._ - -•�- -� " "" C-1D2-5.1b LB $UO $ 1.30 $ 'i,044.00 T. �- - -.-..�...�.--- ._. _ __�----. -...__._ -- ------ 4 5torm Water Pollutlon PrevenUon Pian: SWPPP C-1D2�5.1c LS _ _ 1$ b,040.00 $ __ 5,000.0 5 installafian and removal af erpsion control lo �, C-102-5.1 d_ L.F __ 200 $ 15.fi2 $ 3,124.00 � Mobilizatlon � ..� C-105 LS �_ 9$ 280,400.b� S. 28q�UD0.D0 �� 7 Temporary Fencing, Barricades, and FacilHles � G-145-5.9 LS � 1$ 300,000.00 $ 3UO,OOD.d6 � 8 Pavement Removal, 14 inah Concrete Surface and CTS P-161-5.1 5Y � 788 $ 100.00 $ 78,ea0.00 9 pavement Remaval, 1a inch Concrete 5urface On1 r� P-101-5�2 SY __ _. 158_ $ 250.00 _$ ___ 39,5�U•00 10 Pavemeni Removal, As�hait ___ _,. P-101-5.3� SY 2,405 $ 10.00 $_ 2A,050.00 -._ _ _._..___.�...._ ._ � _ �..� _.� .-. �._.___, _..= . ._u �51-4.2 AC 6 $ 15�250.U0 $ _ _ 91,500.OD -- 11 G�aring and Grubhing__.�______�,,,,___ - - - ._...-�---�..___ �_._ __.1 _._.....- •----- 12 Unclassified ExcaVatlon �.__� ._ ._ P-. 52-4.9 CY 16,475 $ 20.00 $ 329,5D0.00 13 Lime-treated subgrade �� P- 55-8.1�LL 5Y 25,178 $ 15.0� $ 37i,685.U0 �. 14 -'Lime '�-�---� P-155-8.2 TON _ _Y _9.,314 $ 21D.40 $ 275,940.OD ���'�15� Crushed Aggre ate Base Course, 21-inch thicnkess P-20J-5.9 � 5Y� 10,238 $ ao.00 �� 409,520.00 1B Cemsnt-Treated Base Eourse, 6-inch thickness P-304-8.1 5Y 14,952 $ 34.00 $_, 508,368.00 17 .. _�halt Mixture SurFace Course ., _ P-403-8.1 _ T4N 2,793 $ 1'i U.DO $ 347,230.UU 18 18-inch Can�rele Pavement, Unreinforced � P-501-8.1 SY �� 11,81$ $ 120.00 $ i.,!�39,160.00 �J��19 �� 19-inah Concrete Pavement, Relnfnrced �� � P-501-8.2 5Y � 2,804 $ 120.00 $ 336,480.0� 20 1A-inch Concrete Pavement, Unreinforced P-5D1-8.3 SY 158 $ 140.U0 $_._ 22,120,4a_ ���29 Emulsified Rspfialt Prime Coat '- ��- F'�602-5.1 GAL� 1,491 $ 4.00 $__ 5 964.00 22 �mulsified Asehait Tack Coat � __ _ P-SQ3-5.1 GAL _ 345 $ 4.Ob $__�_ 1�22Q.00 . ,..�.,_____---- -�-----.�_ .� . _..___ .. __�.�..�. . � � 23�� Compression Joint Seals for Cancrete Pavements P-604-6.1 LF 13L094 $ 2.60 $ 3�G 044,44 - 24 ��.-.. Joint 5ea11n� Filler -.. _._. �_._ .__ F'-6a5-5.1 _ LF . 3,413 $ 4.10 $ � 3,754.3D �25 SurfacePreearation� _ ._ P-fi20-5.1a SF ._ 1$,554 $ 0.59 $__ 14,946.86 -- --...��.� _ -- _. -- ---�- �26 Markin� -------_ _ P-620-5.2b SF 18,554 $ 4.92 -$---• 1!;0 .--- ...__� .. �----_-_.�---- • 27 _ Reflecfive Media,�pe I, Gradation A � _ P�620-5.2c _.LB 42 $ 0.40 $ �16_BU 26 Reflective Media, T�e III ,,__. _�__ _ P-620-5.2d LB _ 630 $ 3.73 _$_ -_--.--2�349.90 .._.-_ _ _ .--- .��__ _ - � ""�"�"' �"� � P�620-5�2e_ _._5F 4,3fi8 $ 3.78 $ 16,511.04 29 Maricin�Remaval _r___ ._._-__�_ _--- _-------. -_.-- _ .� .....-- 30 ,. Temporar�t Irrigatio�stem Installaiions and.Removals. T-90Q�91,_ ____LS_,_ __.W , 9_ S 18,b04.00 $.._ 18,000:40 31 Waler for Irrigalfon _ T-900-9.2 _ OCF 2,092 $ 15.00 �_ 31,380.00 _ 3Z -- 5oddln�--._ .`_._ _ _ _ T-904-5.1 SY ._ _-- 7�749 $ 4.29 _ $ .. 33,2A3.21 33 _. Topsoil --- - - T-945-5,1 _ CY 881 $ 18,1$ _$..._ 15,618.54 34 i�o. 8 L-824G 5kV Cab[e Insk. In �uct Or Cpnduit .. 1.-108�5.1__ _�LF� _18,540 $ 2.0� $,� 37,OD0.00 35 No. 6 Solid CU Counterpolse inst. wlGround Rods and L-108-5.2 LF T 5,250 $ 2.25 $ 19,812.5U Connectors _ ..�._.._. .�.. ---- ..�--..- .-- ----.. ._.-_. _.�__..-_� -._-.- - � �. .. � . � �.... _... . .. 36 �o. 6 5tranded CU Ground Inst, wl�round Rods and L-108-5.3 LF 320 $ 3.00 $ 96�.00 Conneetors ......._..---- ....-.__...._ . No�. 8 t-824C 5KV T�mp Jumper Cable, Inc .... �° •W. .__.....-- � � !. -108-5.4 LF' 750 $ 5.OD $ 3,750.00 37 Counterpolse wlGround Rods and Conneciors�Trench _ _ 38 2" Sch. AO PVC Canduit, DEB, Incl. 7rench and Backfill L-1 i0-5.1 _ LF___ 39D._ $ 44.00 $_ _ 5,4BU.00 �� 39 2" Sch. 40 PVC Conduil Under New Fu115tre�gth Pvmt., �,����.2 �� 1,600 $ 20,40 $ 30,ODO.D� Inol. Trench and Backfill - ---�---- --- - - ---- - -,.. _.____� _ _---.....__.__ ���0 2" Sch. 40 PVC Conduit Linder IVew Shoulder Pvmt., L-110-5.3 LF 3,100 $ 22.00 $ 66,2dU.00 --- ----- ---- � fCondulf Incl 7rench and Backiill L-110-5.4 T _ _ Incl. Trench an ac LF z55 $ 12.40 $ 3,06a.U0 - - 41 2" Sch. 40 PVC �rain. `. �_. ! __,_.�.. ,_--.._ .-•.�.--- . __.�...,�. �._ .._ -�- LF . . . 270 $ 135.00 $ 36�A50.00 42 4W-4' �uct Bank, Incl. Trench and Backfili .__ _ ___ __ L�1'f0=5.6 _ _ __.,_ _ ___. _ _---- A3 Qemo Duct Bank, Incl. Cable L-110-5.7 l.F i54 $ 25.00 $_ _ 3,750.00 _�� _ _._...�� _ ,..----- - ------- .,� - ___. - ..., -------- - ----- � ___ 44 .__ Demo ManholelPull6ox In Earlh __��� ----- _, l.-1.15-5.1. . EA --- -- ._ 1 . $ 1,254.00 $ �___ �,25�.• _. 45 Aircraft Raled 4'x4'x4' Manfiole L-1 t5-�.:s EA 3$ 12,500,00 � 37,500.00 a6 Remove FixEure and TCansformer, Return to Owner L-125-5�1 EA B$ 75.00 �$ 450.D4 _ . _ _..- - -----_-.__..----.. � . _-� - - � - - - - ----...,. _ _ _ �_.._. ---- 47 Remove 1.t�ht 8ase Blank Lld,. Return to Owner __�,_ L-126-5.2 EA ._ .?�� ,$ .____ 75,00 _$ ___3,4 ._. ,, CITY OF FORT WflRiH STAMFIARU CONSTRUC170N SPL•CIFICAT[ON DOCUMEN'1'S Addendum 2• 004! 00 BidProposal lYorklwak Fomi Aevised 2Rl ZUl ZO i � I � i` 4$ Remove Si n and Tran �.�.���--�--- ^. Y. .-- _� sfarmcr, Relum in 4wner ____ L-i25-5.3 _ EA . � A9 bemo Si�n Foundation L-125-5.4 _ EA� _ ^ 5a Remove Elevaled Retrorellective Taxiway Edge Marker, L-'{25-5,5 EA Return to Owner _ ��51 Furnish and lnstall L-867 Base In New 5houlder Pvmt.� L-125-5.6 _�A � 5� Furnlsh and Inslall L-868 2-Plece Base In New Full � q��_5.7 EA �' Strangfh Pvmt. _ ____......�... _ -- �3 J Furnish L-852C(L) Bidirectional Twy Centerline Fi�ure L-125-5.41 EA and 7ransformer ___ .. _ _ 5� Fumisfi� I_-852Q{L) Bidfrecllonal Twy Centerline Flxture �_�25_5.12 �A and Transiormer . _..._..T.__ _ _ _.._ ___-_.-�---- --_.0 �_ _ _ 55 F'urnish L-8617��Tw�+ Edge F4xture and Transfarmer L-928-5.14 _ EA __ ��56 lnstall Fixlure and Tra�sformer _ L-�{25-5,i7 � EA �_ 57 Furnish and lnstall L-858(L) 9 Mod, Single Face Sign, �_126 5.1$ ��A Incl, Foundatlon ._ _..�.. � 58 Furnish and instaN L-@58�L) 2 Mod, 51ng1e Face 51gn, � L-125-5,18 EA Incl. Foundatian �,_ _ 5� � Furnish and Inslall L-858(L} 2 Mad, Douhle Face Sign, L-125-5.20 EA 1ncl. Foundalion �... � _ _. �p Furnish and Install L-658(l,) 3 Mvd, Single Face Sign, �_� 25 5 29 EA Incl, Foundation �._ —__ 6,� Furnish and InstaA L-858(L) 4 Mod, Single Face Sign, �_�25�5 22 EA� Inc1. Foundation .___ __ - - 62 ALCMS Gfa�hlc Nfod�fEcaqons � .__ 1.�125-5.25 .____LS , ' ..� "r";_.'.:'i ;.�.:mc'+'s..., o.,..e� e.��.i ~ 1_-125-5.28 �A � cm aa �oar SvoR� 5TANdA!!U CONSTRIICTION 5PECIA[CATiON GOCUMEfi17'5 Fa'm Ravised 201201 z6 3 $ 7 $ ao aa a3a am rnorpsn�. pega 2 of 2 25.00 "$ �.�.._ 375.Q0 50.00 {$ 1,450.00 25,00 $ 175.00 35 $ 2,35Q,00 $ 82,250.00 56 $ 956.OU $ 53,48U,00 23 $ 1,Oi6.00 $ 24,748A0 3a $ 536.00 $� 18�190.00 103 $ 175.00 $ .----.- 18,025.40 1 $ 3,250.00 $ 3,25QA0 ti $ 3,865.00 $ 3,885.40 1 $ 4,050.00 $ 4,050.0� � 1 $ 4,669.00 $ 4,650.OD q $ 5,250,00 $ 5,25D.40 �1 $ 41,500.00 _$ 41,5U0�00 1 $ 2,1.75.00 $ _ 2,'i75.00 7`otal8td Scltc�iulc 1 $ 5,632,393.OF Addendum 2- W 41 00 Bid Proposal 1�'orkbooSc 00 A3 13 Bi� BON� Page 1 of 2 S�C710N QO 4313 Blp BOND KNOW ALL BY T4iESE PRE5ENTS: 7Fra# we, Maria Sinacola & 3ons Excavating, Inc. , known as "Bidder" herefn and TraveEers Casuafty and Surety Company of Arr+erica a corporate surety duly authnrizad to do business in the 5tate of Texas, knawn as "Surety" herefn, are held and flrmly baund unto the City of Fort Warth, a munlcipal corporation creatad pursuan# to the laws of Texas, knawn as "City° hsrain, ln the genal sum of five percent j5%j af Bldder's maximum bid prlce, in lawFul money of the United States, to ba paid In Fort Worth, Tarrant County, Texas far the payment vf whleh sum we11 and truiy to be rnade, we bind ourselves, aur heirs, exacutars, administrators, successors and assigns, jofntly and severally, firmly by these presents. WHER�AS, the Princlpal has submitted a bid or propQsal to perform Work for the follawing projecf designaied as Rlliance Airport TaxiWay P, Phase 2 0 NOW, `CM�RE�OR�, the condilion of kfi�is Qbligatlan is. such fhat lf the City shal! award the Contract for the foregoing project to the Principal, and the Principal shali satlsfy all requirements and condilians required for the execution of the Contract and shall enter into the Cnntract in writing with the City in accvrdance with the terms of such sam�:, then lhis obligatian shalf b� and become null and vofd, lf, hQwever, t�e Principal faifs to exec�ie such Contract in accordance with the terms oF same or fa�ls io satisfy all requirements and conditions requfred for the axeoution af the Contract, this bond shall become the property 4f fhe City, without recaurse of the Principa! andlor Surety, nat to exceed the penalty hereof, and shall be used to campensate City for the difference belween Principal's tokai b!d amount and fhe next selected b[dder's total bid amount. PROVIDED �URTWER, fhat if any 1ega1 actlon be filed on thls Bond, venue shall lie ln 7arrant County, Texas or the United 5tates distrlct Court for the Northarn District of Texas, Fort Worth Division. IlU WIT�{ES3 WHEREOF, the Principal and the Sureiy have SIGN�D and SEA�ED this instrument hy duly aufhorized aganis and officers on khis the 11th day of June , 2621. PRINCIPAI�: Mario 5inacola & Sans�avatin�, Inc. i �� . � +! � � j"�. � �Y; � Signafur � � .` ,� :������ �- �_�. .. . AT,�J�`• , ---_ � Michae� Sa.nacola—Vice Pxesident 1�ess as to Principal Name ar�d 7itle Rot�ert I�. Stevens—Vice Pres�.dent CITY OF FORY WORTFk S7ANUARp CONSTRUCTION SAECIF]CATIQN �OCl1MEhETS 00 41 00 61d Proposal Work600k (ownef b1d tan8 foYm) Farm Ravlsed 2U1711 Q8 0 0� 4313 a�o eoNn Paga2af2 � i+ ` ►IVltness as to Sureiy Altach Fower of Attomay (Surelyj for Attorney-in-Fact Address: 1a950 ResearchE2aad Frisco, TX 75a33 SURETY: Travelers Cas�alt and Sure Com an of Amerlca BY: _'1 � � y� �.�. S nature So hinie Hunter, Attorne -ln-Fact Name and Titla Address: Ona Tower 5 uare, S'102A �iartford, C7 06183 Talephone Number: 500-328-2189 k�pte; if signeci by an officer oF tha 5urefy Company, there must be on iile a eertified exfrack fram the by laws showing that this person has authority to sign such obllgation. If 5urety's physical address is dlfferent from iks malling adc�ress, both must be provided. The date of t�e bond shail not be prior to the dat� #he Contract Is awardad. E[�Ii7 DP S�CTIDN CITY OF FORT WORTH STAN�ARD GON5TRUCTION SPECIFICATION DOCUMENTS Form ReWsed 2ai71i09 00 4S 00 Bld Proposal Warkbook (owner hid band (orm) i��l��'����� �ra��lers Cas��alty and �uret�+ Gompany of America �'ramefers Casualty and �ura� Company 5t. f�aul �rire and Marine �nsurance Gompany POWER OF ATTORN�Y KNOW ALI. MEN k�Y THESE PR�S�N7S: That Travelsrs Casually and Sarety Company of Amerlca, Travelers Casuakly and 5urety Company, and St. Paul Flre and Marine Insurance Campany are cnrparations duly arganlzed under khe laws of lhe State oi ConnecElcut (hereEn cnpeciively called the "Companies"), and thai the Companles da hereby make, constitule and appa4nt SOPHIHI� HLlNTER o( DALLAS Texas , their trus and Iswtul Attamey-ln-Fact to slgn, execute, seal and aeknowledge any and all bands, recognlzances, candHlonal undertakiRgs and other wrilings obligalary !n the nafure thereof on behalF of the Companies in thefr business of guarantaeing lhe ildeiity af persans, guaranteeing the perfarmance o( oontracis and executing ar guaranteeing bands and underlakings requlred or psrmilted in any actions or proceedings allawed 6y law. IN WIiN�85 WHEREOF, ihe Compantes ha�e caused this InsErument to ba s�gned, and thelr corporate seals la be hereto aifixed, lhls 9�th day of Janusry, 2019. . wxi;� �,�NF�w'�hp , �*wY ahe+ �1lFd� h y � � �}� % �� � � � ,Y,.#� , y C9Fi�lL�� o �'J.tL � ��� �� ' �� '�'< . .N �s � State af Connecticul City of Ha�ifard sa. By: . Robe�t i.. Rane , enior Vlce President On thls the 17th day of January, 2049, ba4ore me persona[ly appeared RaheR L. Raney, who acknawisdged hlmself to be the Senior Vice President of Travalers Casualty and Surely Company af America, Travelers Casualty and 5ureiy Company, and SL Pau1 F{re and Niarine lnsurance Company, and that he, as such, being authar4zed so tn do, executed the foregoing Instrumenl (ol' Ihe purposes Iherain conlained qy signing on qehalf o( sald Companies hy hirrtself as a duky authorized officer. .,,� IN WITNESS WH�REOF, I hereunto set my hand and officEal seal. My Cammissfan expires the 30th day of June, 2021 t��4 �� narnnY ` * w;�, �ti �'°'�'�°� Anna P. lVowik, Notary Public .�� , ��� Thls Power oi Aitorney Is granted under and by the aulhor[ty of !he following resolullons adapted by the Boards o( Directors of i'ravelers Casually and Surety Gompany of America, Travelers Casuakly and Surely Company, and SE, Pau1 Fire and Marine Insurance Company, wiiich resofutians are now in 4up force and eHect, reading as iollows: RE50l.V�D, lhat Ihe Chairman, the Presfdent, any Vice C�airman, any Executive Vice President, any Senior Vlce Presidenl, any Vice President, any 5enond Vtee Presldent, the 7reasurer, arry Asststant Treasurer, lhe Carparafe Secretary or any AsslsEanl 5ecretary may appoint Attomeys-in-Facf and Agenis to act far and an iaehalf of Ehe Company and may glve suah appoinfe� such aUlhorlty as hls ar her ceriNlcale of authority may presaribe fo sign with ihe Company's name and seal vrith lhe Company's seal bands, recagnizances, cantracfs pf indemNly, and oEher writings ohllgatory in the nalure oP a bond, reeognizanee, or condlttonal undertaking, and any of sald ofticars or the Board of Dlrectors at any time may remove any such appointee and revoke the power given him or her; and it is FUR7HER RESOLY�D, tha[ iha Chakrman, the President, any Vice Chairman, any ExecuUve Vlee Presldent, any Senlar Vice President ar any Vlce President may deleg�te all or any parl af the foregaing aulhority to one or mare of�cers nr employees of lhls Campany, pravided that each such delegatlon is in wrilin� and a eopy thereof Is filed In lhe oiilce of the Secretary; and [k la FIiRTHER RESdLV�P, that any bond, recagnizance, conlract of Indernnily, ar wr{ting ohllgatory In tf►e nature af a honti, recognizance, or condilional undertaking shall be valid and bindlrtg upan ihe Company wEien (a) signed 6y the President, any Vlce Chairman, any Executive Vlce PresEdent, any Senior Vice President ar any Vlc@ President, sny 5econd Vlce Presfdenl, the 7reasurer, any Aesistant Treasurer, lhe Carpnraie 5ecretary or any Assistant Secretary and duly altesied and sealed witlt the Campany's seal 6y a Secretary ar Ass{stant Sacretary, or (b) duly executed (undee seal, if requlred) by one or more Attorneys-ln-�act and Agertiis pursuant to the power preseribed ln hls or her cert111caSe or Iheir certiticates oi aulhorily or by one or more Company otficers pursuant lo a written deleg�tian of suthodty; and it is FURTHER RESOLVECI, thak the signature a# each of the foNowing of�cers: Presldenl, any Execuflve Vice President, anq 5eniar Vlce Presidenf, any Vlce Aresldent, any Assistant Vlce Presldent, arry Secrelary, any Asslstanl Secretary, and the seal of the Company may ba atfixed by facsimlle to any P4wer af Attomey or to any cerliflcale relaling therela appoint[ng ResEdent Vice Presidents, Resldent Assistank Secreiarles ar Attameys-in-Faet for purposes only oi executing and attesting bonds an8 undertakings and other writinga ohllgatory In the nature lhereof, and any such Power of Attorney or certfiicate bearing such facsimila s[gnature ar facsimile seal shall he �a1fd and hinding upon the Compeny and any auch power sa executed and certltied by such facsimile slgnature and taesimfla seal shal! be valld �nd binding on the Campany in Ihe fulure wlth tespect ta any bond or understanding to which it is altached. I, Kevin E. Hughes, the undersigned, AssEstant Secretary of Travelers Casually and 5urety Company of America, Travelers CasuaHy and 5ureiy Company, and St. Pau{ Fire and Marine Insuranae Company, do hereby certiiy that lhe a6orre and foregoing is e true and carrect capy oF the Power o( Attomay executed by sa[d Companies, wnlch remalns in iull force and effecE. Dated lhls 11th day of ,iur�e , 2027 . }ry°,"�' � a�,,r �was �}rit'�l ��r �A 4A" � � � oRq� . � Ei�n��m� �g � � � ���� � "� ; '�� �'• , ��` J,p � � � Kevin �. Hughes, Assl tani Secretary To verlfy fha authenHcity of thFs power ofA1`torrtey, please call trs at 1-800-4ZY-3�80. Please refer to the a6ave-named Attorney-in-Fattand the detallsof fhe bond ta whlch thfr Power oPAhtorneyis a[tached. ���������� ���o�'��.�T�' �To�'r�� TO OBTAIIV INFORMAT'IUN OR li�IAI{� A COMPLAINT: You may contact TraWcle�•s Casualty and 5uretv Company of Am�rica , for informatian ar to malce a complaint at: Tra�elet�s Bond Attn: Claims One Tower Square, S102A Hartford, CS' 06183 5-800-328-2189 You snay contact the Texas Depariment of Insurance to obtain the information on companies, coverages, rights Qi• complaints at: Texas Department of Insucance P.Q. Box 149104 Austin, TX 78714-9104 (SQO)252-3439 ATTACH THIS NOTICE T� YOUR BOND. This notice is for infarmation only and daes not become a part or a condiiion ofthe a�ached dacurnent and is given to cam�ly with Sectian 2253-021, Government Code, and Section 53.202, Prape��ty Code, effcctive September 1, 2001. Q0 43 37 VENDO� COMPI.IAiVCE TO STAT� LAW Page 4 of 1 s�c�io� on aa 3� VENDOR COMPLIANCE TO STA�'E LAW NON R�SIDENT BIDDER Texas Go�ernment Code Chapter 2252 was adopted for the award of contracts to nanresident bidders. This iaw provides that, in order to he awar�ed a contracf as low bidder, nonresident bidders (out-of-stake contractors whose corporate affices or principal place of business are outside the State a� Texas} bid projects for constructian, improvements, supplies or services in Texas at an amaunt low�r than the lawest Texas resident bidder by the same amount that a Texas resident bldder would be required to underbid a nonresident hidder in order ta obtain a comparable contrack in the State which the nonresident's princ9pal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for yaur bid to meei specificatlons, The faifure of nonresident bidders to do so v�ill aufomatically dlsqualify that bidder. Resident bidders must check the box in Sectfan s. A. Nonresldent bidders in the State of �f€�la �E�re or F3lanic . c,ur prineipal place of busEness, are required ta be �b��'�� ,�erceni iawer than resident bidders by State Law, A copy of khe staiute is aktached. Nonresident b9dders i� the Staie of ;�tate �i�ra or �€a+ik; , aur principal place of business, are not required to unde�bid residenk bidders. B. The princ9pal place of business of our cflmpany or our parent company or majority owner is in the State of 'iexas. � �I�D�Ft: Mario Sinacola & Sons Excavating, Inc. 10950 Research Road 0 Frisco, 7exas 75033 By: fjDieftael Sy�aco[a - . �"�," �—" %i� — ,� �_- _� �,-, -;, . - �- , � � (Signature} , � - 'f e; a1'ice President r .,� � � . bate: C � ��'�� END OF SECT'ION CITY QF FORT WOEiTW S7ANDAR� CQNSTRUCTION SI'ECIF[CATION �OCUMENtS Form Revised 2fl110627 Addendum 2- 00 41 OD Bld Pro�osal Wark�ook 004511-1 BIDDT3R5 PREQl1ALIFICATIONS P�ge 1 of 3 1 �ECTION UO 45 11 2 BIDDERS PREQi1ALI�'ICATIONS 3 4 1. Summary. ABidder ar their designated subcontractors are required ta he prequalif'ied or 5 ha�e applied for prequalif'icaiian by the City for the work types requiring prequalif"ioation 6 prior ta submitting bids. To be c.ansidered for aw�rd ofcontract the Bidder must submit 7 Section 00 �5 12, PREQUALIFICATION STAT�MENT for the work type(s) listed with S iheir Bid. Any contractor ar subcontractor who is nnt prequalified %r the work type(s)listed 9 must submit Seciion 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The informat[on must be subnaitted �even (7) days �rior to the l I date of the o�ning of bids. Subcontractors must follow the sarr►e timelin�s as contractnrs 12 far obtaining prequalification review. Bidders ar Subcontractors who are not prequalifie:d at 13 the time bids are opened ar�d reviewed may cause the bid to be rejected. 14 15 16 The prequaiiftcation process will establish a bid lunit based on a t�chnical eva.luation and 17 fmancial analysis of the contractor. For exampie, a con.iractorwishing to subrnit bids on 18 pro}ects ta be opened on the 7th of Apr�l. must file the information by the 3] st day af March 14 in order to eLigble to wark on these projects. In order to fac ilitate the approval of a Bidder's 20 Prequalif'ication Application, the following must accampany the submissian. 21 a. A comp�ete set of audited or reviewed �nancial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement oiCash Flows 25 (4) Statement of Refained Earnings �� [5} Nnte5 ta the Financiaj Statements, if any 27 b. A certified capy of the firm's nrgani�ationaldocuments (Corporate Charter, Articles 28 af Incorporation, Articles of Organization, Ceriificate of Formation, LLC 2q Regulations, and Certiftcate of Limited Partnership Agreement}. 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer ldentif'ication Number as issu�d by the Texas 32 Comptroller ofPublic AccoUnts. To obtain aTexas Ta�cpayer Tdeiltification 33 number visit the Texas Comptroller of Public Accounts anline at the 34 following web address www.window.state.�.usltax rmit/ and till out the 3S application to apply for your Texas tax ID. 3� (2) The firm's e-mail address and fa�c number. 37 (3) The firm's DUNS number as issued by Dun & Br�adstreet. This numb�r 3g is used by the City for required reporting on FederalAid projects. The Di]NS 3g number may be obta�ned at www.dnb.crnn. 4p d. Resumes refleeting the construction experience of the prin.ciples of the firm. far firms 41 submitting their initial prc;quali�cation. These resumes shouId include the size and �2 scope of the work perfoimed. �3 e. Other informatinn as requested by the City. 44 45 2. Prequalification Requiremen#s 4b a. Firaancial Statements. Financial statement submissio� must be pro�ided in 47 accordance with the f'ollowing: 4S (1} The City requires that the original Financial Statement or a certified copy 49 be submitt�d foz' consideration. CIT'Y O�' FORT WORTH Allirnice Airpa•1 Tr�efit�ay P, Phase 2 STAN17AItD CONSTRUCI'ION 5P�CIFICATION DOCUMEI`[T5 FrajectNo. 103D00 Reviseci August 13, 2021 OD�511 -2 I3TT7D�RS PR�QlSALI�ICATIO]VS Page 2 of 3 1 2 3 4 7 8 ID 11 12 13 14 15 16 17 i8 19 20 21 22 23 24 25 2b 27 28 29 3a 31 3z 33 34 35 36 37 38 39 40 41 42 43 44 45 Q (2) To be satisfactory, the %aricial statements mustbe audited or re�iewed by an independent, certified public aecounting firm registered and in goad standing in any state. Current T'exas statues also require that accounting fu�ms performing audits or re�iews an business en#'ies with� the 5tate of Texas be properly Licensed or registered with the Texas State Board of 1'ublic Accountanc.y. (3) The accounting firm siaould state in the audit repart or re�iew wheth�r the contractor is an individual, corporation, or lunited liability compa�y. (4) Financial Statements must be pres ented in U. S. doflars at the current rate of exchange o�the Balance Sheet date. (S) The Ci�y wifl not recognize any cert�ed public acc�untant as independent r�ho is not, in fact, independent. (6} The accountant's opinion an the financial statements nf the contracting company should state that ihe audit ar review has been canducted in accordance with auditu�g stas�dards generally accepted in the United States ofAmarica. This rnust be stated in the accounting firm's opinion. It shauld: (I) express an unqualif'ied opinion, or (2} express a qualif'ied opinion on the staiements talcen as a whole. {7) The City reser�es the right to require a new state�nent at any time. (8} The fir�ancial s#aieznent must be prepared as of fhe last day of any nnonth, nat mora that� ane year old and inust be on file with the City I6 monihs thereafter, in accordance with Paragraph 1. (9) The City will �etertnine a contractor's bidd'utg eapacity for the purposes of arvarding contracts. Bidding capacity is determined by multiplying the positive net working capitaI {working capital= ct�xrent ass�ts — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position wi1l be considered satisfactory %r prequalification pu�'po�es. (10) In the casetha� a bidc3ing date falls within the time a new financial statement is b�ing prepared, the previous staterneni shallbe updated with �roper verification. ,I3idd�rPreq�alificatianAp,�licataon, ABidder Prequalification Application rriustbe subznitted along with auciited or revier�ved financial statements by fu•ms wishing to 6e eligible to bid on all classes of constructian and maintenance prajects. Incomplete Applicatians will be re3ected. (1) In thns e s chedules where there is nath�g to report, the natation a� "None" or "N/A" should be inserted. (2} A mir�imuzn of five (5} referer�ces of relaied work must be provided. (3) Submission of an equipment schedule which indicates equipment undez' t�e contrnl o�ti�e Cor�tracfior and which is related to the type of work for which the Cnntaetor is seelcing prequalification. The schedule must include the manufacturer, mode! and general common description of each pieee ai equipment. Abbreviations or means af describ�ng equipment other than provided above wil] not I�e accepted. 46 3. IIigibility for Award of Contract 47 a. The City sk�all be the sole judge as to a contraetor's prequalif'ication. 48 b. The Ciiy may rejeet, suspend, ar madify any prequalificatian far failure by the 4g cantractor to demonstrate acceptable financial abiiity or performance. 50 c. Th� City wiIl issue aletter as to the status ofthe prequalificatian approval. CITY OF FORT WORT�l Alliartce �ilpari Ta�iivay P, Phase 2 STA1+Ii�A1tD CONSTRUCT[Q3�T SPECIFICATTON DOCLTMENT5 Praject No. 103DD0 Revised August 13, 2021 00 45 11 - 3 BIDDERS PIREQUALIPfCATIONS Page 3 af 3 1 d. If a coj�trac�or has a val�d prequaiificaiian letter, the contractor willbe eligible to 2 perform the preRualif'ied work types until the expiration dafie stated in the letter. 3 4 g II�ID UF SECTION Q CITY �F FORT WOTL'1'H A!lra�7ce �tirpor•t Taxlivay P, Phase 2 STANDA1tD COI<15TTtUC1'iON SPECIFICATIQN DOCUM�NTS Prafeci No. 103000 ftevised August l3, 2021 004512 BI� �ORM Page 1 of'f S�C�ION 00 45 'i� PREQUAL1FiCA710N STATEM�IVT Each Bidder for a Cify pracurement is required to complete the lnfor�r+ation below by identiiying the prequalified � contractors andlor subcontractors whom they intend to utilize far the major work type(s) listed. ' Prequaiification Major Work Type ContractorlSubcont�actor Company Name Ex iratlon Date Cancrefe Paving ConstruationlReconsfruction Mario Sinacola & Sons Excavating, Inc. Mar 23 (grea#er fhan 15,OOq s�uare ards Asphalt Paving ConstrucfionlRecanstruction Jagae-i'ublic Co. IVo�-22 (greater than 15,a4a square yards) �a�r��rarsy Nar�e 1��ro or spaco Rate He�'o r�t s�aoe , �osx�p��y i�ame �i�r� �r spa�a The undersigned hereby certifies #hat the contractors andlar subc�nfractars described in the tabl� above are currentiy prequalified for the wnrk types fisted. �IDD�R: Maria 8inacola & Sons Excavating, Inc. 10950 Research Road 0 Frisco, Texas 75033 ,'�y: Mic�l 5inac�� , .' ,� ' _ �.__,__ ,� - f - � � , -- % � -- � - .. � 1 � � . (Sig�ature) � i _ = �: Vice Presldent %� . �aie: � F �� �- ' CI7Y OF FOR7 WOftTH STANpARD CON5TRUCT10iV SP�CIFICATION DOCUMENTS Form Revised 26120120 �TJD OF S�C�IOR� Addenduro 2- 00 47 00 Bid Proposal Warkbaolc aoas z� CONTRACTOR CONIPLIANCE WI'CH WOitKER'S CQMPENSATIOM LAW Page 1 af I S�CTION 00 4S 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 405.04fi(a), as amended, Gontractor cecii�ies that it provides work�r's compensation insurance coverage for all of its employees employed on City i'roject No. 10300Q. Contractor fur•ther cei�tifies that, pui•suant to Texas Labm� Code, Seetion 446.096(b}, as amanded, it will provide to City its subcontractoi�'s cei�tificates of compliance with worker's compensation coverage. CONTRACTOR; Maria Sinacala & Sans Excavatin Inc. Company 1�95(1R c at� Rnarl Addcess City/State/Zip THE STATE OF TBXAS COUNTY �F 'TARRANT By, Michael Sin - , fPl;� t'int) r . _ � � -� �---� Sig�r�E' r °� � ' � _I Title: � (Please Print) BEFOItE ME, khe undersigned author�ty, on t�is day personally appeai�ed � Michael Slnaco�a , known to me to be the pe�'son whose name is suhseribed ta the foregoing instrument, and acknowledged to me that h�lshe executed ihe same as the act and deed of for the purposes and consideration therein e�pressed and inthe capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OF�'IGE this , 1 st _day of dul , 20 21. ___.,z..-------- ``y`�{ p�f'` _.._.—:.=::LDR� N�LSON�...� �x°r�:�.t�lotary Publir:, StRt� uF7a:cs� ;�4jF �.,�,�: Gornm. Expirns G5•Q$•2Q25 '�ir°s��` PJotE�I iG '1��+�1U�o4 ,�, 3 � .�,. � _ r Notary Public �n an� for the State of Texas END OF SEC'FYON CITY Of �ORT WORTH A[liancc Airport Taxi�vay P, Pl�ese 2 STANDAIt� GONST'RUCT10D1 SI'ECIE'ICATION DOCUIv1ENT5 Project iVo. 103400 ltevised April 2, 2021 00 45 42 Disadvantaged Business �nterprise Spccificatiuns Page 1 of 2 S�CTION OQ 45 4Z bISADVANTAGED SUSIN�SS ENTERPRISE SPECYFICATIONS AFPLICATION OF POLICY [fthe tatal dollar value ofthe contxaat is greaterLhan $50,000, then aDBE subconh•acting goal �s applicab�e. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantaged Business �nterprises (DSE) in th� procurement of all goods and services. AI3 requirements and regulations stated in the City's cnrrent Business Diversity Enteiprise Ordinance apply tn thisbid. DBE PRO.��CT GOALS The City's DBE goal on tliis project 1s 14% af the total hid �a1ue of the cantraet. COMPLIANCE TO BID SPECIFICATIONS On City conh•acts $54,Q.00 or mo�•e where a DBE subcontracting goal is applied, Offeroi•s are requit•ed to compiy with the intent of the City's �usiness Diversity Enterprise Ordinance by one of thefollowing: 1. Meet or ex+eeed th� a�ave stated DBE goal through D$E subcoutracting participatian, or 2. Meet qr exceed the al�ove stafed DBE goal thrnugh DBE Joint Ven.ture participation, or 3. Good Faith Effort documenCatian, ar; 4. Primie Waiver documentation. SUBMITTAL OF REQ[JIAED DOCiTMENTATION The applicable documes►ts must be received by the assigned City of Fort Worth Project Manager or Departmeut Designee, within the follow'rng times al�ocated, in order for the entire bid to be cansidered respoas.ive to the sgec'sfications. The Offeror shall EMAIL the DBE documentation to the assigned City of Fort Warth Proj ect Mas�ager or Department Designee. A faxed cauv will not be accepied. 3. Subcontraetar Utisization Farrn, received no later than 2:OQ p.m., on the second City if goal is met ar exceed�;d: business day after ihe bid opening date, exclusive of the bid o enin date. 6. Gaod Faith Effort and received no later than 2:Oq p.m., on the second City Subcon#ractor Utilizaiion �'arm, business day after the bid opening date, exclusiv� of the if participatian 'rs less than stated bid opening date. oal: 7, Good �'aith Effort and received no later than 2:Q0 p.m., an the second City Sulocontracfor Utilization Form, b�siness day after the bid opening dafe, exclusit�e of the if n.o MBE artici ation: bid a enin date. 4. Prime Contractor Waiver Form, recei�ed no later than 2:00 p.m., an the second City if you wi�1 perform a11 business day after the bid ppaning date, exclusive of the contractin Isu lier work: vid Q enin date. 5. Joiat Venture For�, if goal is met received no iater than 2:00 p.m., on the second CiTy or exceeded. business day after the bid opening date, exclusive of the bid o enin date. C1TY O� FORT V�IflRTH Alliance AirportTa�siway P, Phase 2 STA3VDARD CONSTRUCTION SP�CiFICAT"[ON llOCUIvIENTS Praject No.. 1030Dfl Aevised May 6, 2021 OD 4S 4Z Disadvantaged Husiness Enterprise Speciflcat'tons Page 2 af 2 FAILiJRE TO COMPLY WITFI TH� CITY'S BUSINESS DIVERSITY �NTERPRISE ORDINANCE WILL R:�SULT IN THE �ID B�ING CONSYDERED NON-RESONSTVE TO SPECIFICATIONS. FAILLTRE TO SiJBNIIT TH� REQCIIRED DBE DOCUMENTATION WILL RESULT IN TH� BID BEING GONSIDERED NON-RESPONSNE. A S�COND FAILCIRE WILL RESULT [N T�E QFFEROR BEING DZSQUALIFIED k'OR A PERIOD OF !?NE YEAR. THREE I'AILURES IN A FIVE-YEAR PERIOD WILL RESULT IN A DISQUALIk'�CAITON PERIOD O� THREE YEARS. ANY QUESTiONS, PL�ASE CONTACT TH� BDE OFFICE AT (817) 392-Z674. END OF SECTIOfd CiTY Ox FORT WOitTH Alliance Airport Taxiway P, I'hase 2 STANDARD CONSTR[3CTION SP�CIFICATION DOCi]iv1ENT5 ProjectNa. ]03�00 Revised May 6, 21721 �'o������� �ifiy of �or� I�Vorfih �isad�an�aged �usiness �nterpr"rse Speci��cations SP�CI�,� I�ISYRUCiION� ��R OFFr�RORS AP(�LICATION Q� F'O�ICY If the #otal ciallar rralue oFtFte contract is $50,000.01 or more., then a➢B� subcontractifl oal is a licahle. PO�ICY STATENi�N� It is fhe poEicy of the City of Fort 1Narth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the pracurernent of all goods and services to the City on a contractual basis. Tha objective of the Policy is to mcrease the use of DBE firms to a level comparable to the availabiliiy of DBEs that p�ovide goods and services directly or indirectly ta the City. AA requirements and regulations stateci in the City's curreni Disadvantage 8usiness Enterprise Program apply to this bid. pBE Pro��..� Goal� Trin r,a.,�� U��iC C... Ui. �}`. i r���.,�� :_ 14 %�f th6 b- r �- ---._ _. . .-fj�--.;,. COIVIPL�ANCE TO BID SPECI�ICATIONS Qn City contracts of $5�,000.01 or more where a DBE subconkracting goal is a}�plied, bidders are required to comply with the intent of the City's UBE poficy by either of the following: 1. Meaf or exceed the above staied ReE goa3 fihrough DBE subcor�tracting parEicipation, ar 2. Meet or exceed the above stated DSE goal tf�rough DBE Joint Venture particiPaEion, or; 3. Good Faith Effor� documentation, ar ; 4. Prime Waiver documenfation. Sl]�M[TTAL �f R�QLJIRED DOCUIVII�NTATI�N The applieable documents musi be rec�ived by the Purchasing �ivision, within the foilowing times allocated, in order for the Pntira hiri t� be considered resnonsive to the soecifications. �:ha Qflaror sl��Il defl,r€�r �fte DBC tl❑Gumentation iii person i� :i�e ap�rrspri�te employeFy o: �h� purcl�,�ss,�r, k�Gv;sicrrr and ob«u1 � c���e+li�TMe reCeipt_ S�eh reo�lp! se�akl h� �vldersaa iha� t�:e �,�y -�ce�ve+! �ftc: �i0r�,iir,Arikatiurr i�o rt�s 'iir« �Ilu�3!��i_ A f�xett an[I1or �rr��iled �apy wklt r�o# be acce�ted FAILURE TO COMPLY W{TH THE CITY'S L1BE POL,kCY, YUILL R�SULT IN THE BID BEING CONSI�ERED NON RESPONSIVE TO SPECIFICATIONS. FAILIiRE TD SUBMIT TH� RE4UIRED DBE DOCUMENTATION WILL R�SULT IN THE BIC] BEIIVG CONSIDERED NON-RESpn�SIVE, A SECOND FAILURE WILL RESULT 11V THE OFFF�(_�R BEIIVG DISQUALIFIED FOR A P�RIOD OF U�v� Y��l!?, T1-1G4�� FA4L�R�� 1i�1 :� FN� YEAR �£!�?[r�r� �►nLL ��s��T !�d � C�15t�l�ALMFIC,43 I�J9V P�RIOD OF 7HF2EE "fEAIRS_ Any questians, pl�ase contact the Of�ce of Susiness Diversity at (817} 392-2674. Ofifice af Business Diversity Email: mwbeo#fice@fortworthtexas.gov Rev. 5115119 Phane: (817} 392-2674 Q M � Q � r N i a �u Q � � � •L � Q v � � O +�-� u Z O ��r � U W p �0 � � � !� }^ � '� � � � m s� � ❑ � 11 � Q7 V � � � Q � pq � � ,� � i� � � � � � � L� W! � � � ,� G 1� � Cl� � � L •]��il � � V � � � � � � � � � rn ❑ � � � � � � ti � � � � l! � c 0 � � f4 U c � n .� � u� � � Z Q a � � U � R�[ L�i � �I J � ❑ � 2 U � Q W 0 m N N N m � Q n.. � � F- � Q Q Q U c cu ¢ a � F- �.? W � 0 � fl. 0 0 M 0 r � Ltl m � � Z V Ill O � 0. \° Q O r W � � � O � a OI^ V � a � 0 � i0 O O a � � ¢ a � CF.? uJ 'o pC 0. w m Q � � � � N � i � � � p1 .� � .� � � � � .'�.� N � � � � � � � � � � � � a � ? w '� y X �d �� �•� O Q' � o .�w '� w� �� Sd lL � O� � � a i� � � u4j .o N .`� U a� a� o. d a. � N � C � ��j O o � � ¢' o� 0 � N A� F ._ w � � `� � N � �y a � o. �o�+ �fA � ��� Q. �m w'S +3 r o N •y � R � ys 7 L ��„ � o � o � a �, m tQ.t .0 O .�i7 .d � y � 'Y7 � •v � ��� N � t�.t � Q- p � � � .fi ��� ti m .Q '.�� v � � o � � i3 •- � � ,° � � c � �^ �d O � -a c.._ .��� �y � '�6 ��o; ��.0 �� Q � ,� �� o:� � Qy.' �' C � GY C ' O ,g ��ww.z �� �� �. • 7+ � �^ Ul ���sm � � n.m � ������ � c°, '� u' »a L. C y= �,� G .Qr C 3w H � 6 p � � o i� � � � '� '8 G7 N �p a � � 'a N t3 � � � *� C '�cc� 'C�w��a �� c� d a. i O � � T 3 � •� � � m � Q m � � o � �.� ����o m t� � �w L o CSQ �� �C1 a�. � d � qj �:° o�.0 M+ � Q N !6 cs - ��a;�: O � �' O <d .r�ac� � � t7 't7 �S �. ��'�o,��, a �a � 'b ar r, u�.�a ��� � 'rf � v f37 ��G��� � � � o � � � � w � � � � L � d3Q���N Q'� R{ 0 N O p �';� g 6� v ,�, .fl ti +� N O � d d � d � � �roc+.�� i p i�7 N T O �N��Q-� o ,� s � p d� �w� s. 7 p � y q•d T � O 'a � �- W� �o� up�o�' �. r O d d W v w �r�'�-a,�� o 07 0 3 ����� W N .fl � a C,i 4 r � N � � F a�i � ��o��� d � d �� � R. n. m u. � � '"u'" w � L � G� L m�3��g � � ie �7 i71 � � .� 6 � �.�'.. h � ��+ o �E -o �� E1 � U ` � � N � R � c�� o� 0 Q� c&6 � y � G1 � � � � � � .fDi '� C'►�+S � O �� �� O''� HLa N O.JO � � � � ea � d � o ;.� d aa � �� '� n� d � � O n z � d v �y w � �K N � Y7 ta! d d � � 'B i31 'L y s a c ;,; d v � � y � O '6� '� p a� �=s s a+ u � � � G 'F' 'a L � � � O � N �� Qt � � mmo � � � � .� � � � �w � �O � � � a~f Q- m F � '� L � aw `_ +'e �� �- � � '� N � � �' � « '� � � � � C v O 0 � � ►. N � a� N � i C6 .i3 ;"��7 � o� O v � ius'a ' � W G! y � es a ��7� �,�� � 'V w. ��a a�i o � Ci C� Q H � '� � � 7 � Q� Dda � .� .�. � Q N C 0 �+ a °1 r�n � � � !6 O. H m � C � y a x d � .L1 � � O � w C w � � � N � a � G O a � a a � � 0 CS � a u � N � O a .� a � N O O1 5 � s �v � � 7+ � Q �� c a� d o � � a� � �o ,� � L � [� � N •� 0 w Q � � a � � � O •a = o � � O ,sG G�i � L N � � Q. w � � � � Q- ���� 3 ° Q �� N�c�]d c �¢ Ci .� � p, � N m � Q [NG N O d L v Ifl w '�"' � � � � � ,;;Rrn� �w�,4�' � � � � r+ ..� � .fl w Q O O N � •y� N Q u� '� � a z� � ° � � � a M.��� o�ca� C ,� Q1 '" 41 � � ,;� 'o � �09�f o,�cQ. O p � N ���a v V � dl V � � L d �, � �o�� w +i� s C GI ��o� �Q,"o m��� A � � � e���� E L! � N ����_ ���wo � '� L N al .}��csm � � d�?�a �. N�� o... ai 00 � +• � '�r1 � � � �`��Q.� �oE�wd L � y� � � O y''. y1 � `�w'u`o3 �y (d c N O .F. .0 yj 4� o+ � �pRw'C �aR�.�' � Q� � � � � � � � � Nw �� a a'am vr � '� � � C O N � � � � N p���� �� � � w ��a��c C � Q. � a � � �..-� .., C}� N 4��-. a� w +n � � � O u� p � .`. � tA � � � � � �� ] � � � a w.�o U ��� .��� _ � � u� lil � na� � W L � w � .� � � � � � � � p w � � ��m 0 v ` � t1 w ?. � � O rn w '3 s ro � �, � .e � w 'a L Q � �� a � �- 4 �� �e� � ,� o O :: � m � u � N �� u —�� m��� ��C;o ��o� ;N � � S u .� � �. a o � � O � � � � � � V b c a: �: � � o d � T � � m � � � .� r y�j � � �,c��+m � G '� � d ��� � � Q � � � Q D � � � � �y d � L°u1 w a �a a � N N _ � �.�w � N d d � � a � a � � � � � � '� ce a � �m � ��� .� O � 4� � �'� p',Q � � Q � L � R� � � � � O � Q (`�] t� � �"'" � Z LV w �, � R � 0. Q ¢ � �i •� � �� � � � ;� N � 4J ��` � W •� �� � � � '� � � ~ �f � � � � L � � � � � � ❑ � x � � � � �. � .� tL N � U � C U � � N N � .� U � � a N � N � � � L � .si � � � � � c � d L � � � � O � c0 � .� x]., � � O � � s C u � � N A C � a � Nl � � � � U J Q ¢ a o w •� o •� Q _ '� o _ _ � u�� � � �� � � � � � � N � � � � � c � � � � � � � � � � � ro � � � � �' sn � � ';} r � � � s �e , �t ,.� � � � ,.c � � - � � Y r � .� o `o � N a •� d N � Y1 � O p {ry O N � _ ^� _ +. "'' �� m � � � a � � � � � � � � � � E G' � � ❑ � ❑ � � � L �I � � � � � � � ❑ ❑ � � O � � �. o � o ❑ m � � � � ❑ m� ❑ �❑ �� w �, � m � � � •� � � � �. � ❑ � ,�•°'-. � �� 01 V � d iaJ � m U � � LL� r � � o � v ayi o a�i U aG9i o m C~.i m o m U } � Lt � Y� z � z >- � U Z 7- Z U� � L .�.� �' f- y u� e�- N � T �� L � .� m a' m � a � r o i� � °t� 0o ro � � a � ti o ,� = oa � n� L� o � 0. 0 � p o � � Z � � U � N^1 � V � ,�.'Q' � � � l V W • � a � a �(� � Q y�, •L � �y L p � O � Q Q� .� Q F,,,, fl rt� Q V Q +a Q � � di ii� � � Qf iiJ L � Q7 Q Qi � f�} Q Q! � � h � y� b4 � Q n.. +� � F W tfa s9 H W e» ff3 X � � ~ U uj m U Y � � � � � Y Q Q � � � � � V � x � � � m � � LL R.' O i� (0 r `J� A"[3 � �� o w m � d, o .� ci � � 3 cn ?� � w �� o �� � �rn� c� � m �= � Wo- �o U �+r� c�� N oo a� � Xo �� �w �c*i�� � � ��N U � �i4�c�oM U o 'c � uio �� � � �h �[y T N = C'� � � �. r � (O CD V � � � � � � T [30 "'��rn � � c'�� X«� U�� � o Ot+�c+�� � ��'�� �"� a� �� �� �m am�r c�u � U°°����°° o� a.�;' �`° � � d � � •c h! � � � T� fl3 .� U � � Y � � � � � � � Q � Q a� ��U°� �'� �a� UU �o�ti°.�°o,..° �Q QcaC7aoZ caU c = a m ° °�n �°n r°n . b L � ..J. v ai °3 � � w � a a �u a�i d _ � Cy c��1 c� _ � Q� aNi � � � �1 d s � � � v o��c €� o�'b� �� ox�� E� o�i��c � r� ��c�o ea a�REa � a ��s�o cn a���a � a a.�wv � a ��.u�v � a ��.wv � a c�r�wc� m r M r � � m z ¢ r� F- p Z t� LLI �� = 0. Q � ¢ � .� � fl.. � � Efl � � � .� � � `� � � � � � 7 � � � � � � � � � � � z� . ¢ a Y . '� � . �� aw � N � � �' N � _ �],� yH uj 'r{p" C fg � �G }' � f6 � � � � � w � �I7 Ui +'G+ O '� � N � �� i � � N � � � d � vh4 � R' ❑ � C� � � ❑ �I � � ❑ � � � Q u- p � � � F 0 � T � im � � 0 0 � a � � � � F N 'C F U } Z U 2 >- Z U Z � U a! � C.� UJ N N r r � � m 0 'aj � l�tl �S .� Q) Q � O = .dr5 .� {!� �� � � r O u. 4.' � O.0 � � � C O o U � � c • t� �ri a � � °a L o z � � a y � N o o� � a F' a, p� � � j �, �� � N � W � � � M � � � � � � ti � � �- C? � U � U � f!J � C C O y, - Q IL a C � �+ •� � �� �Q� .� �a� ,���' � � E1. p� Q7 � C(i G�1 � d N C�� � � � (� � i� � "� 0.•� y� 1� c+7 N �3 ,r-_�`� �,' � C� y� M r.+ N �-p H� 1(-��Y O- m U �� W � �� � U w C� 1� 0 Q � Q � � (0 m � N ¢ N � � �6�] � SU6 G7 a � W � o ^ .� .a p a � .n •� '� c1� � � o � co a� E-�-�GL�Z� ° mc�o�i ra0�? uNJ � O � O O � m U �� 0. d � N .. v � y � d? '_' 1�0 � e � � � � � .°e��o � � .���o � Q a. �. I� C� � Q �, I� Iii U �P o � C � O � � u o X R N c� �� b � �� rr w� fl Q � � O '' t] � �� � � .� � Q� .. 'I � � � � � t � � �` L � � � d � � Q � O � `-� U � � a- �' � . N N V L�� N Q �4 � � � � � �` � ��.. � a o O � � � U � E � �k�� � � � '� � O � ..� !� � ` � O � � a a c� y m � � N �. !� � � N � 3 � � ELI U � .Q � � c� � � � v F' � O � � �� � � � �� � O � � � , � o n, � �c�,� a�:�'4 � � Q. ,G7 .�C N � � b d = � � � N � � � � � ;� � � . 6 � � � � N � �'' L O C3 ' �, � '� � C � � .� Q �7,� N � •� � � d i a � � � p � ,C O N � 1 �o� - � � M � M '� T�l � ` � G1 �. � r'� � H � O � � R � � M � � � M {Ci � O (V U `-' a� .� s'� � � � � U � � y r � � N � � aN Q � � � ,� � ��w� U � � � � U W � � /�� ✓! � c4 t.7 C� C c� � � N � U L � Qi � Q) � � 0 Q � � O I° � I� � � Cr3 c� � � h � � 6 � $ �L a �'- 41 '� 0 c3 � � � 7 m � fl L33 f/7 X r��. S .�' '� � .L � � � ❑ �N � y U � c o m .� � � a � � U �(V � o i.i.i a ¢ e*f � p L[J � � � � � Q ¢ LL .�.57 � '� � � O � Y v � A '� "'_ 4s U W � '� e �`m � � 0 � Y ❑ C7 m � U � � �L ;�a �. � � � ,� W � � � N � � � � � �N ��1N � � � �i I Ca � � � � � � 0 � � � � � � � Q� I�] d� G i+ � f�6 X W � C O CO � N U c6 G r� 0 .� � u�i � a � i' a a. � � v OC � w � u. O 1 V O N A � 7 W a ❑ ❑ � W J � � W _ U f1J n C1 m �l-� � m N � y � � � a � � �." '� O Q ti O c � c� Q c� Q � � � � a W W O O d � a O O �' � F � � � O U J O � u� aa 0 N O � a e O a �h n � i~] � � K a w d N � � � � � � � � v X f11 O O .� Qo � � � � en �i s ,� � d � � � � � 47 � C 'F" . o Gl o N � � IA G] � � G? � C � � o � V O �� aN. i' � � � � � o� '�' N ;,� W L7 y. W .fl N ,�+ w� O� C O v O. � g, N N w c � �y� d � E �d O d 0 6 i�i � � H ;a � a = d w ��°� N � �� o °i � � N � �a C! �] W .Q � � Q L" Q N �y � tq � �� > � � 'a w � o c� 0. f�. �6 ef! �l � � � c°, .o 0 ,& .� C y 7 m � �d a � .� d � �y � � U ev d � � i6"� ��� Q m :� w u� � a c � '8 '�, ,� � � � `� � a► o � zs a._ .' � � � N Qj ta. +- ��� � ?, � � G n � � � O�:Q p1� � � G! c '� o a ,� � � � � 'N � �tl w � C � r�'' � N fl. ��j G � � � O �a�'� ,5c�i�H� � a a � � � .Qw�T� �•�-. 3 T O � � ���'� � � � L V ����� «� W = F ro � � �� �w = `� R .� �s. 7 Q N C ,O N .!L a ,d; •a � i O C C T � �•�� � c� � uJ a � Cw] r�.1 Q .�+' 7' � O1�U�`�-•D � A d 4% v "C'f � '"'�' ►�.� O a�a �� n � C a � d '� :� o +'r' a {d •� �" � 'id � � � w « � c� �, � � w y O � � �°`���n`� G7 � C�? .�, 'O � � � �'� N a � a ] �� � �s c � � ro � � � R � � � � � v�'�o�� ¢���3my � T � � G7 �'S�V v�i o A�7 � � � � � L �� �w� � � p t�,i tl�f � Q N C l�� � � O � a e d o m y qf D "� � Ct �,' r+ a Q !6 UQ�o"" e � �m � �� �.+Z � � L w�� C+� � ��w u.� � � Ul'n��(] Ca .,C � m �i C Qi y.�_, � ;� y C!1 c �3,���� ia.� a��'� ����d� �l1�3�'�� b a (tt� �I� � a c c ° �� � �.m m �a��� � 6 °' o '� .9 v .� � �wd � '� 6 1� � L 0���~ ° � OWO � .,�.. o � h.aHo.ao a.. L („1 Sd R� Gi !�? p � d � � �� � R� H � � v F O V v � °1 u � � b �� W N O "� t�.1 � d �, � �w 'a a1 .� � � d V � � h � O G> '� � •Q' � � � O S Nw � � � G '�" '�6 L � � � � w � � � O C � � G � � 9 � N O °� � a y � l68 F � I!1 m �o � � � � �� H �� � � tl�7 �y�-_, a'7 tl1 Q e� 'C 7 '� L � � O �7 � �y� �] �� r� ,� � a � �� � , a � � v .L a Y � � � � � �� � v � � � o Gf y *+ � � +� � T �w°' �,�a �a � � �. :�, w � � � '7 � Q, o �a �6 w � � � � n "�a C N ` o. a. w .'�-� C '[S d m �' X m G1 R A � C � � c VF F- � w O N � � m � C a a Y m N .� 9 � O � s eQs � � N v- O a u � N N � a7 � � � � a�i T N � Q �� ri. � �' o � C� �� � o� a. � y �9 �Q � � �� d � O� :o Q � d a� f11 � �' Ui G � m � d} w � �• C? Vj "' E 4 �' N � � � d y 3�� Q o� ��� y � U Q ��.�y� � m �t/i N i.. 0 i� Vi p d L SO N � w � � �� '��°7� � � �� ��s�'�' W ._ tll y y y w � C,Q y-�DO a a u, ' +' � N � G tn � 's,.' !7 'Z3 � +p+ +'�+ R v N � N � �.. a�ao� � ,°� � �ar a �Cy � '� G7 F O d fl � � ,Ei. �. O a Q = »� *, E h � � � D n `��� t: � � '�6 � �w. a � ��� � � °1 7� � d U � �. �od�` n��� L � '� Ee�a�m w � y'� . L n�iw�s°o C `fS L N �1 �.��w a�`m�n � � � � � � � d �m'�°� :� •- n � .� � 9` `� E °o, � w E � y m � o � � � O � y � N '8 ,'�F, L � � y �Of O 6 ����� �Q,❑oy � � � � � 6wf � fl �� �O Q.� � �� � � � c a a 6 � o��� w a �e d m N �b w 6! 6 y � �' � � � E c ��a�:r' U w � O � 61W � � � � � � r N � � � � C �� > ��� a �i- G Q Xf1 C � F•'" 'S s�� d LI.T 11,1 ,t? dp� � +-' � � O � .� C — � � � L � � � Q O af �w � m u a��? � � C rna3 'Q N � a .��� O � � an� � p� N O�O � L '�rvc � C O � O � � ° �u c w i� c � x9�ya b �� � m +�'�[?o L�a� N L C � � 'a' fli��o C �w�� `Ci � � � Rn'a� Gf � � � m � � � � O y � Z H � � r �ncsm� �,=a am � � 3 � � e� 4 � .�s � O � d � 3� � v y ��� � m�c❑c $«�� N � � � � � � v O �� � w ���� d y � � � �A �� a� m w �m fl-,x c0a . � .a �s�,°' t6 w� C L �' � O G�7 Q M � µ., H Q � N W q� � ro � � U � ¢ � � '� � �. � a.�� � � � � � � � � � •� � � � � � � � d ~ � � �� � � � � � € � � � c 11�1 � � � F�l �. � 4C � af �_ � � e� � � O C7 .� a � � t � � at � � O N a� � N � C � .� � .0 ;�' .,.. � � � '� � � U 5 O � m 0 � � N .� a� .Q Q � � i � v i � U � � � C � O � � � � � m U J a d a � � '� o '� � _ �� � _ _ � �a W � E �� � � •� ,� a�i9 � N ,� � � N ,� C �� � � 4f1 C � � t(} L' � i3 �t1 � C tA � l� !/i � � �i � {4 i � .0 !Y � �' t � � .� +r' w ,C � w '� x � w yt. �i �O N o '� � y o � d N o E o y Q � a �� � � � � °��+ � � E � � � � °' � � E a � � � � � � �� � � �� � � � � � � � � � � p Q � � 0 k O m F r �- � fl � ❑ m ❑ � m❑ m❑ � � ❑ � � U ❑ � � � � � � V ❑ 4 � � Aw V d o ai U � d m U a�i o d U a`�i o d U �. Z U Z i� � U � �- 2 U 2 >- Z U � �L g. ia '" n c"�n n � r y,E._ r r � m OD �w 13: � O� � Q Y ll � L Y � � 0 � � p � � o O � � � � � Q � � a O } � O N Z O c+'i � �«. � � � � df O M N H � m d � � m �� � 1�C1 � � Q v � m � T�' a a� t?" rn � � � � � � �-- U � r LL � � � � � $ ��`'� `� a `° � �+ o � �� � rn N V � +� N O� o U V � � � �� �� t�7 �N � d Cn '� e o � �� h E o� j, c9 � 7 � � N O� � LO �- 7 t�i� � z � af allo � � F 3''�'� � `- � m �-O� �{� 4 eU � � � � rm�C �� R`N�•Ol iL� �/} C � �#' 'V � � � j � ,��.. � C N � ti � � � � � i� Ol C�� �� t� r�,� t�U a� � m ro'X u�c� �� �o No�•3 a� Q� o�oa�oiaU ifl� � tiay as Gm � c�o� �.a' 'r`�n m� �'N �� �m � ��U 01 �14 c � �� � � a `--° �c�.r a�i � oo� �=c6'� � a� � � t� cv a� rn•y �. R � a0 � O �� � � �l) � f� � N Cn r- fn � a��0 �c Y r/�� �o�iC7 oro aVU ¢�� rn� grq �a�.-,� � C�j O � � Q N b i � � � � � � � � d � � �I W tl1 � l�4 � W � a, � GS � � �, � W � � _ � � � ax��� � � ox��`� ��� � � o�, � s .���o � � ���o s� � ��s�o � Q 0.�iwU � Q a,�tr.1U � Q a�u�t� � 4 a,�wU ¢m F. o W � � � za Q � � � � � � '� � � � � .� L� � � � � � � � �� � � � � �� �� �� !� � d'" � � l� � � � � � � � � wl. � Q � alll Q �� _ y� C � — u� Q W � N e� � +� hE � C } � e�6 � � .0 � fA y� td [V � � .0 N .� Y *' ,� Y - '�' a ~ � m � �� .. p y O y+ f11 � � � � � � d � � � � ❑ � ❑ � � � L.� � � � � � � ❑ p x O ~ ~ �] 7' ❑ oa0. � � � � � � � � � H � � a � V aNr O 6� U � z r� z r� c� z w � `m a i= � c�i� U3 s�- � �J � aW �� � o � �' �o � �� Y x � O u� p �, o O� � a �a � � � �t � c Z >' o Ta O `� � � � �' � a � � M � � Q v �A ¢ � ctr � a �, � c! � O U �? .fl � f!3 � � C7Y O LL, iL� .� � � U U7 J � � � (� (�4 � w p. � N l� � Q� L4 �a � p tic�*3 0�U�+ -� Q�� a� �� 2 � u� m o o c� �` � a�°i m 0.' fA � � � � O O �" �`1 � � G) O N CV d a Q d Il �O• M M � rn � LL �� �� [j �� C C] O'� �i tA C�O 01 C7 �� O � � c�y7a�6� �-� W ��rsYrn� �Q Q � .. s O ¢� °° m .. a a a � N ++ �j ,, U f�11 � .. v � 'O Q j� .� � � � O j{ �� � � -a ��s�a t� � ��s�o � a ���u� � a �.��a� �s — a �3 G � D � � � v O X � d U G :�' � � 3 � � ^� N �7 � i Q p � � � O � � � � ai � � � � v � N t) � . '� � � � � � � N n i �= a,'.• �.. c � � O Q � � d � } � y a. rr ,N •N 4 � � � t'�j IY' . ` O t� � L � 3� � �� a� � i♦�U� � � •-� , ts� N � w ♦ En � � � p'�• • � � a= �. � a. � �� � fl � � L � � � p„ � � N Ld. .a• ._ � � � f� ii.� �� ° � d�� n E ,� ?�- � �L� in � O � � � � H � �� � ��o� O � "� � � O y � 1� � .� � p y � Q C � � �� a7 N � � L � � a1 = � a � � � N i '�' "� ��•� -�� i w � i_ Q Q O .-� ��,� . - L 0 V ' I , y � � i�] M � � C7 '� � � � � G1 � � � �"' '� O c�B � d � �� v M ca ^ � � ."� `� Gf • i� .F+ 6 � `� '-., a� tl�i �f � �� � � � 3 � � � � $ v" ~' � L � .� � � y= � � as � L7 � a = Gl .[� � � X 1L a .x�; s � m � O .� � � U O U ai U C � � � L� U � X ti.l � � G � O p � � � � � � a � � 4�i � � � Q O . � �n � Q O U `- � T � � '� {V 't� �' � � W '� G� cr7 � � � � � � � Q Ll' G7 � � E7 '� O c3 � � � � � R: O rn N � � � 3 N � j d�l l� ❑ VN i N � � c o� .� � � m � aTyo 4 � U �(0 � O OW0. ¢ ch � O w� � � z0. Q ¢ d � .� �. � � _ W � � � � � s� � � � � � � �9 V � � C5E � � � � � � � � � � � � � a .a �.� ow O «� z � �� °' � ul V �. ❑ •- O a �O � Y ❑ C7 df L U � c � c � U lXll C O !!J � �0 U � 0 .� � 2 } a i6 � 0 U � � � w � � 0 t" ' I i�1 O � a � � � a Q n � � � � ❑ ti.� _ U � fl m ❑ m Ll] Q � N � � � t a a � m � � � O a d U C � Q 0 O O M O r W � � z z � � � � e � O �' 3�11 � � Q U d c� u� m 0 N O � O � r Q O iJ � � � O. � !�0 0 N U � � ',�'� � � � U � � O � � � � � � � N � � .O 8 d � � � � � � � � �� . o m � � �° � N � w d �f 41 C E"�' o °� � o � � F s' � � l4 L!� � O� +=' N � d v y �7 � N � �� o� � U 4 d �N �� c � �y � � � �� �o s �i � m � Y � = �w � � � � N G y o � _ � N � N � � �7 9 W 0 d1 .� � � N � m A � b y O�� O i � � C'�'' �i � � C � � d ;'��. � i •C � � R V ¢ O � i� � .fl � �� o �, � o�� � O C � � w � � � c � • '� :'. -°fa a � '>�3 °wai Q., � ++ �'' ++ '� � � � � ?, C p � Q G! C1 � �o"�� ay � c �- ar � '� Q � ,o � :,.. m � � ,� �g c � w � u1 �. � � P N y � r.. � � a n� � o am��- � E � m � ���L� 0 u a � c o ,c � '3 � »r � � 0 � � N ,Sa � O � � � � � � '� � � �6f N G � al �q ,r� � � l4 `�'� � '�c�a°'�� fl. N � 'Q y � u� y,a L � O � C T O [] "" lti (ti! 3L��n� l6 � Q 16 y � o.�.�,� �sV�.o G1 V � � +'_" m Q � � o ° " '�c, �a�.��' a � aw� ���m� � � � •� w �i�°� ,��ocg d Q V O� R � � a� ���� a� n.r�a ��� �`a � �y � a� 'a � '�, � � o � � w � � C m��Y�� r+Ci 3 � O � ,`�e, s.��3�+y � � � d 6Q.1 a�+ 'Q � A' +.a N d N � � p +�-' p) a ��,�� � � o c � p [3 N � n C N N � � �p O t9,��� O �. �. e+ � � � o � d o m ,�• d a a `� a. �]�L O R v0 � � � � � � � � � � p � L T'6 � � 7�+ � � N��al') ,+ 'd ,Z � p� � C -ma w �w' m C �S� � a � A� � �. i '� �t! O�S''��" 0�'� � � � ° � a' �`� �a� �� � � � � .o � `m����� GS �a���� � 3 �+� � O � w � dy .fl V .fl °��3�� � � h'm� .-. � � � O � � � U d h A N O J � m � ^o � � O ._: d aI c � -� � a� m� oF�- o L � L �w� C � C'V � U N � G7 a d� � :° zn 'i tl7 � !y, C S± � V � +� N £ O•G1 '13 N �� � � u.3 � �w � y H C�3 � � ��a L � y �� ° �_ �� � a � � � � � � � � � � 6 '� LS d �Q � a� ca Gl Q' {m6 % �a 'a �: d � d 'a��+ � {_' c N � � �7 � $ L � � O O .� � L � U Q t9 .A � F. N 3 y 'a H U ` {� �i � � o � � ; 3 O y N +' �c m 'w�� '+0-' T T �., en ��� �o � `�►% p � C�i Q. N �� � � '� � Q, o m� r¢ w ,� ,�� � w N C 0 r+ � d Q � � i � a a, � a� � C d N � X a m .Q � � C O [�d 8 � � Q G 0 � 7 m w � 0 �a � m .� � � C U .L1 � N l� 0 Q. •U � � 0 � � � � l� m a � a �� c L � S. � O � � m� � z � � a sa �1 •6 � 6 � By 7 41 �y� G � Os,. {� � 'C � `o w �a ���N �'i. � O a°+-�'c�i� LK y w � a � H � -°mm� R ,= y�• p o� � � .-� � m�nD Q. � .� � 3 � Vl N y� C] [�Y N o � L � ywVp"— � -� 'a cu w � �� � O � N � C7 � d f!Y y w � C � w � A O � �.N . N � � .� o y�E� � � v y � H 5 �" o ca o � � � a�i `m � `��� m�od o� c ti. O O � N � y � O O O u � y � s � L � d �"- d R �o�� � � � m � � O � �Q�� � � � � [a � n � � O � � �o�m � �: � w W" Ql dl 6 � mu�,c�`aa C $ a, y t31 � � C �I� m��u'a �y � � � � 41L �w•� ' ��.�� Q' � � � C�J 1�A E � s d N 'a � � � �aN•mo3 � �w w�' �.�w d � a� o � � � _ � � Gs � w+ y � Q° w Q. �,Qm N,� c�a�e�ie�e� L � � LW �9.esm O � �.L� ��N��C � � �'�� � f�. W+ .�. c°s� en o� c � c �' C4 `� °a° r N � y � �° � '� a ��� � V= v O � s � C •- 'O � � � �� � u� tu �; �at �+ � � � •N p � , C =� w, � a � � s.. � � O m „- „- ? � � W U � U � L � C �� O °��' '3 d ��� � � � �y� '[i omr �� � md O �,'�.. O � � ,� a t3 o � � Q w 'a U � � � � ��sC . ��wL �7Aa � o m H � C G1 � � � � � 3 D� � 1G ;�+ � r- t] $ � � C c�o p"°'' � G7 d _ � � � � � ^ Y O � � � �-c�im� � � � d m �m m � 'a � �f p�y � la c •- e� o�a�' � w� � y � � d�� m�en� '� w 45 '6 N � � � � �� � � � � O �c��' � a �+ Rm � c � II � Lf! � r'�+ m� � � � � Q 'L4 . � � � � w C ` "o" (�6 O N aM r� �� z� u� � � x� ¢ Q � .g � .� � LL� � � d � .� � � � � � � � � � � � � '� � � � i� � � � �. ai � ta c m ,� �. s m � ..� t� � � � O v .� � N tl� A .fJ C�.1 � 3 � d 0 � C � .� 3 � � �' � � � � � � N � � 0 N N O � !U N � N A Q. � h y c� � � c 0 � � � N � G � ❑ � 0 .sr N t Y � � CJ � d � 0~. o � � a .r �� o _ _ � p — � � c�3 � �� '� � n � � � � .� �E � � � �� � w a "' N � c � c� u� c � � � � � � � � c �? � , >' r� � `�' "; � m `� .`�c � s ..: � »• .c .r +- w �C r .. X • m �� a+ � � � d � � � �' � � � � � � � 0. ❑ ❑ ❑ � ❑ ❑ � � � � � � � ❑ � ❑ � ❑ ❑ � � u. D p q Q � � H � � w 7.� �� �❑ p�p❑ � � � � � � � � � � � sd � ❑ � � � � N O G7 U tlN7 O G�i C3 Gy7 O � U N O N C] >- z cs � �- a � z r Z Ci z i' z U z w '" `m_ fl,F- N � (A � T ua m �Y 0 T � � 7 0 Q � �� � � � o W o F; a o y �:: � o F- o I�- � d � � O � m � Q � � � � iri � a �- r o o � d � 0 � ° a a�i � �" � Q �� �' Q a � a F-�� J t� y�g h 0. tR � I� a9 H +� � d � � � � � N � � � pw �.� o cai_ a o wa ��� � �" � �� ¢��o � �c� �-t� �� ��'-`-� � N�� � � ❑O p �QC4 � � UO�� �F- dV NO N� aI� �m �� � V Z� O O �� Q � � �� y� Q G^�J � Q � � � (l� o� y '[� ❑ �3 a. a rn � � 0� � c�i o ° ° �+ � z � �, m � � vs a a- � � � N ++ Qi � � � � G! � L�1 � N � � � •� <�,, � � C � C � � .°� � � o � � � � � o � � s° ro � o � � x '� � ¢ ��tslU � Q �aLuU � 4 �!I��IC� � Q 0.�W� Q � H � W � �� �� a Q fl1 � � •� � � � � � � � � � � � � d ,� ,� � � � � �] b � � � �; � �' � !� ` �� � a � � � �I � a � z u� . a a Y ,,; '� 8 . �� � aw � N � `�' � N � c u`i rX � �' {u�, � � vs � m / � i� � f w � � r � O '''' o m -«� o y! z y ,� p � � d � � � � � � � n' � � � � � � � � � ❑ ❑ � o 0 111 � A � a T� u� � 7� � � � � � � � m U � � � U r z � z a z c� z ;� o ar a� � � m OW K� O� �� �Q [Jl Y O i-- [i � F" Z a Q O �, a O � d � a a H � � � N � �-' OW � � !�.! Q^ � 0. � �� a° A EU �a a� , u� z � C O ° z� a � N y +� �i a�i � .� m ci � � � � � '�G � � •� O � � � � •� O � a a�.u�� � a a���� m� G � �� 4 � �� � a G7 U � = �. `� � � a m� � d Q �.'�'' � '� o"' c� � ai p 7 N � V N �' � w � � � C � 0 W � � � 3` O � � � y � � � � g. � � � � � � e G � �� � u a �� ; H d � � U l�6 � � � � s � � � .� L � � 0 F. � � � C p � ;��+ � - Q ��� e � � Q - �, � � � d � � `� � C :� ��� ���� ~ ,� o� � �' . �� d � � � C � a..o � � � b U � � � � _ ,t7 � � LL� a a � ���i � � U qj Q� , C � �, m � � 4 �, � � -. , t� � U •• � � N .� � -i$ � W � _ � m � � 0 li.� LL., W U � R� � �� �f , f� � _� � � ' ; , �l i� � M � crs � Y +� c d m :� � � '� O �a � � � M � � t�� � � ^ � '� U� � m � N �I � � U � a� .Q � � x � � al U CQ 0 U .O d .fl � � � m � O .� CL, C) � � (6 > C6 X L1J � � 0 � � � U cB C O .� (6 � � � � U � L LO � a� C � O �� � � O Y r i � � N `� '�a � � � � � m M 0 � � O U � m � � � � a O � N X N � � 3 � ?��1� 0 v CV � U � � � M .� � � � � � N-. � `_' O � � •� c O LU 0�. 0� 52 h3 AGREEMENT Paga I of 6 sECTiorr oo s2 a� AGREEMENT THIS AGR�EML+'NT, authoriz�d an 10/19/202f is made by and between the City af Forth Worih, a Texas hoine rule municipality, acting by and through its duly authorized City Manager, {"City"), and Mar�o Sinacola and Sons Excavatir�g, Lnc. �, authorized to do business in Te�as, acting by and through its duly authorized representative, ("Contractor"). C1ty and Contractor, in eonsideration of the mutual eovenants hereinafter set forth, agree as follows: Article 1. WOR.K Contractor sha11 complete all ider�tifed herein. Article 2. FR03ECT Work as sp�eif�ed or indicated in thE Cantract Docurnents far the i'roject The project %r which the Work under the Contract Documants may be the whole ar' onfy a part is generally described as follows: Allianea Air ort Ta7ciwa P Phase 2 ProiectNo 103000 Arf'rcle 3. CON`I'RACT PRIC� City agrees ta pay Contractor for pe��%rmance of t,�e Work in accordance with the Contract Dacuments an amount, in current iunds, of Five Million Six Hundred Thi Two Thousand Three Hundred Nine Tl�ree Dollars and Ei�ht Cents ($ 5,632,393.D8 ) Ariicle 4. CONTRACT TIM� 4.1 4.2 Final Acc�ptance. `I'he Work in Bid 5cheduie 1 wil� be complete for Finai Acceptance within 2l0 days after the date when the ConYract Time commences ta run, as pro�icied in Paragraph 2.03 of the General Conditions, plus any e�tension thereof allowed in accordance with Article 12 af the General Condition.s. Liquidated Damages Contractor �•ecagnizes that time is of the essence for cornpletion of Milestones, if any, and to achieve Final Ace�ptance of the Work and City will suffer �nancial Ioss if the. Work is nat cmnpleted within the tima(s) specified in Paragraph 4. i above. The Cantractor a[so recognizes the delays, expense and difficulties involved in pr'oving in a legal proceeding, the actual loss suffer�d by the City if the Work is not completed oa time. Accordingly, instead of requirit�g any such proo�, Contractor agreas that as liquidated damages for delay (but not as a penalty), Contracior shall pay City �ix Thousand Dolla�rs ${ 6,00_ � far each day that expires after the time specified in Paragi�aph 4.1 for Final Acceptance unYil the City issu�s �e Final Let�er of Acceptance. CITY OF PORT WORTH A1lianee Airpori Taxiway P, Phase 2 STANDAlLD CO�TSTRUCT[ON SPECIFICATiON DOCi]ivIEN`TS Prnject No. ! 03000 Revised Apri12, 2021 00 52 43 AGA�EM�NT Page 2 of G Article 5, CONTRACT DOCiTMENTS 5.1 CONTENTS: A. The Contzact Dacuments which coinprise the entire agreement between City and Contractor concezning the Work consist af the following: 1. This Agree�nent. 2. Attachment5 to this Agreemeni: a. Bid For�n 1) Proposal Form 2) Vendor Compliance to State Law Nan-Resident Bidder 3) Prequalifcation Statement 4) State and Federal documents (projectspecifc) b. Cu�xent Prevailing Wage Aate Table e. Insurance ACORD Form(s) d. Payment Bond e. Per%rmance Bond f. Maintenance Sond g. Power of Attorney for the �onds h. Worker's Compensation Af�ida�it i. MBE ancilor SBE Utilizarion Form ;. General Ganditions. 4. Supplementary Conditions. 5. Fede�•aj Contract Pz'ovisions 6. �'AA General Provisio.ns 7. Specificatians specifically made a part of the Contr�ct Documents by attachment or, if not atiaehed, as incoi•porated by reference and described in the Table of Contents ofthe Project's Contract Doc�ments. 8. Drawings. 9. Addenda. i0. Construction 5afety and Phasing Plan {CSPP) CITY OF �'ORT WDTtTH A]iiance Airport Taxiway P, Phase 2 STA]�IT3AR➢ CONSTRUCTIQl�f SPECIFICAT[03�T DOCUMENTS ProjectNo. k030D0 Revised Apri12,.2d21 ao sz a3 AGRE�MENT 1'aga 3 of 6 i 1. Documentation submitted by Contractor prior to Notice of Award. i 2. The following �hich may be deli�ered or issued after the EfFective Date ofthe Agree�nent and, iiissued, hecame an incorporated pai�t of th� Contract Docuinents: a. Nvtice to Proceed. b. Fielci Orders, c. Change Orders. d. Letter o� I'inal Acceptance. Article 6. INDEMIVI�ICATION I.2 ContracYor covenants and agrees io indemnify, hald ha��nless and defend, at its own expense,t�e city, its officers, servants and employees, from and against any and aSl claim� arising aut of, ar alleged to arise out of, khe worlc and services to be �erTorm ed by the cantractor, i�s officers, agents, employees, subcontractors, licenses oe in�itees under this contract. This indemnification rovision is s.ecificall intended to o erate and be e.ffective even ii it is al�e ed ar roven that all or some nf the darna es bein sou ht were caused in whole or in art b an act omission or ne li ence af the ci . This indemnity �rovision is intended to �s�clude, withan� limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against svch �laims and ca�sses of actions. 6.2 Co:ntractnr cnvenants and agrees to inciemnify and hnld harmless, at its nwn expeqse, the eity, its officers, servants and employees, from and against any and all loss, damage or destruction of property of th� eity, arising out af, or alleged to arise out of, t�e rvoe•1� and services to be per%rmeri hy the contractor, its Officers, agents, employees, subcantractors, licensees or invitees under �h'ss cant�•act. This in.demni�cafion rovis'son rs s ecificall intended to o erate and be effecfive e�en if it is afle ed or roven that al� vr same oithe danaa es bein sou ht were caused in whale or in arf b an act omission or ne li eace of the ci . Art�cle 7. M�SCELLANEOUS 7.I Terms. Terms used in this Agreement which ace defined in Article 1 of the General Conditians will ha�e the meanings indicated in tlae General Condition.s. 7,2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contz�actor without ihe advanced expi ess wi•itten consea�t of the City. 7.� Successors and Assigns. City and Contractor aach bincis i�self, its partners, successors, assigns and legal representatives to the other party k�ei•eto, in respect to all co�enants, agreements and abligations contained in the Contract Doaumeats. CITY OF PORT WORTH Alliance Airport Taxiway P, Phase 2 STANDARD CON5TRUCT[ON SPL•.CjFICATION DOCUMENTS Projecti�To. 103000 Revised lipril 2, 2021 00 52 43 AG1tE�MENT Page 4 oCG 7.4 Severability.. Any provssion or pat�t af the Cantract Documents held to be unconstitutional, void dr unenforceable by a court of cas�►petent jurisdi etion shall be deemed stricken, and all remaining provi.sions shall continue to 6e valid and binding upon CITY and CONTi RACTOR. 7.5 Go�erning Law and Venue. 'I'his Agreement, including all ofthe Contract Documents is performable in the State of Texas. Venue shall be Tarrarit County, Texas, or the LTaited States District CQui�t far the Northern District of Texas, Fort Worth Divisian. 7.6 Authority to �ign. Cont�-actor shall attacb evidence of authority to sign Agrae�nent if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Pro�ibition On Canti•acts With Companies Boycotting Israel. Conta'actor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, the City is prohibited frorn entering into a contract with a co�npany foi• goods or ser�ices unless the contract co.ntains a written verificatinn from the company that it: (1} does not boycatt Israel; and (2) will not boycatt Israel during the term of'the contract. The terms "baycott Israel" and "company" sha11 have the zx�eanings ascribed to those terms in Seciion 80�.D01 ofthe Texas Governznent Coc�e. I3y signing thas contt�ac#, Contractor certifies thut Co�tractor's signature provi�les written verification to the Cify+ thaf Contr�actot^: (1} does not hoycott Israel; and {2) will rrot boycotl Is�ael during �he terrri vf the COl1f7'LLCl. 7.8 ltritnigration Nationality Act. Contractor shal! verify the identiiy and emplaytr►ent eligib.ility of its employees who perform work under this Agreemer�t, including coYnpleting the Ei�npf oyrnent Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies af all �i-9 forir►s anci supporting eligibility documentation for each employee who performs work under this Agreement. CantractQr s�all adhere to all Federal and State laws as well as establish apprapriate procedures and cantro Is so tkzat no services will be performed by any Gontractor employee who is not legally e�igible to perform suah servic�s. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HA.RMLESS FROM ANY PENALTIES, LIABILITI�S, OR LOSSES DUE TO VIOLATI4NS OF THIS PARA.GRAPFI BY C4NTRACTOR, CONTRACTOR'S EMPLOYEES, SUSCONTRACTORS, AG�NTS, OR LICENSEES. City, upon written notice t4 Confiractor, shal] have the righY to immediaiely terminate this Agr•eement %r �iolatians of this provision 6y Contractor. 7.Q No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no thi�-d-party beneficiaries. 7.14 No Cause of Action Against Engineer. Conh'actar, its subcontractors and equipment and m.atei�als suppliers on the PROJECT or ti�eir sureties, shall maintain no direci action against the �nginee�•, its officers, employees, and subcontractors, for any claim arising out of, in cQnnection wit�, or resulting from the engineering services performed. Only the City will be the b�n.eficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not inake the Engineer or its personnel in any way responsible for those duties that b�lang to the City and/or the CITY dF FORT WORTH A1liance Airport Taxiway P, Phase 2 STAI3I]ARI7 CONSTRUCTION SPECIFICATTON I]OCUivIENTS 1'rojectNo. 1030�0 Revised Apri12, 202 k DO 52 43 AGR�EM�NT Page 5 of 6 City's const��uction contractors at• other entiiies, and do nat ralieve the construction contractors or any oYher entity af their obligations, duties, and responsibilities, including, but not limited to, aii construction methods, means, techniques, sequences, and procedures necessary fo�r coordinating and compjeting all poi�tions of the construction work in accordance with the Cont�•act Documenis and any health or safety precautions required by such construction t3vorlc. The �ngineer and its personnel �ave no authority to exercise any control over any consti�uct�on contractor or other entity or their employees in connection with their wroric or any health or safety precautions. SIGNA'I'[7RE PAGE TO FOLLOW C1TY OF FOIiT Wd1tTH Alliance Airport Ta�uway P, Phase Z STANDARD CONST1tUCTION SPL•,CIFTCATTO1�iDqCUMENTS ProjectNo, 143Q00 Revised Apri12, Z021 on 5a aa AGI2EENlENT Page G of 6 1N WITN�S 5 WHEREO�', City and Canh�actor i�a�e eaeh executed this Agreement ko i�e effeciive.as o� i��e date subscribed by the City's designAteci Assistant City Manager ("Effective Date"). Contractar; - � - . •� ' BY� :^► . _I � ` r , � ' '��ignature � --�4�ael Sinacola (Printed Naxne) Vice Pre�ident Title 109SD Reseazcl� Road Address Frisco, Texas 75033 City/StatelZip J Q11912a21 Date City of Foat Woi� By: � ct_. Fei�nando Costa Assistant City Manager N ov 4, 2�21 Date �/� r � + Gonzales, Acting (Seal) ��i���'��� ������- ���� _ , �� . ........:... �;,��. ��3'�� ��„'� . � .,��� � �� � f �a r '' � ,.�:..,�t ''�•. t,,�� � � �'����' .��.a�s��r��r M&C: 2 � -0822 Date: 10/19/2021 Forin 1295 No.: 2021-$0�650 Contcact Compliance Manager: By signi�tg, X acknowled�e tltat I arn the person responsible far the monitoring and adininist�ation of this contracY, ii�.cluding ensuring a1I perfoxmanae ai�d rep�i•ting �•equi�•ements. Tyler Dale Ai�port Project Coordinator Approved as to Forn� aud Legaiity: � --- ---- - i Douglas W. �lacic Se�.io� Assistant City Attox-n�y APPROVAL R�COMMENDED: � Roger Venahl�s Directo�', Aviation C�TY OF �'OFZT WORTH Allience Ai�pc,�t'i aaiwrry rF, i'imstr � STA1NDAliD CONSTRUCTION SPECI�iCA'1'ION DACUMEI�kT5 �'��, � �+�^�� Revised Apri12, 2021 ���I ��� � i .:� Prohibition on Boycotting Energy Companies Contractor ackrsowledges that in accordan�e with Chapter 2274 of the Texas Go�ernment Catfe (as added hy Acts 2021, 87th l.eg., R.S., 5.8. 13, § 2j, the C9ty is prohibited from entering into a contraci for goods or service5 that has a value of $7.OD,004 or mare, which will b� paid wholly or partly from public funds of the City, with a company (with� 10 or more full-time employeesj unless the contract cantains a written verification from the company that it: (1) does not boycott energy companies; and (2j will not boycott energy companies during the term of the contract. The terrris "boycott energy company" ar�d "company" ha�e the meaning ascribed to those terms by Chapter 2�74 of the Texas Government Code (as added by Acts 2Qz1, 87th L�g., R.5., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this AgreemeRt, by si�ning this Agreement, Cantractor certifies that Contractar's signature provides written verifitatian tothe Citythat Contractor: (ij dnEs nat boycott energy companies; and (2j wiil not boycQtt energy companies during the term of this Agreement. Prohibition on Discrimination Against Firearm and Arrtimunition Industri�:s Contractor acknowledges that except as atherwise pro�ided by Chapter 2274 of the Texas Gavernment Cade (as added by Acts 2021, �7th Leg., R.S., 5.B.19, § 1j, the City is prahibited fram entering into a contract for goods or servites that has a value of $100,00Q or more which wilf be paid whofly ar partly from public funds of ihe City, with a company [with 10 or mare full-time employees) unless the cantract contains a written �erifitation fcom the company that it: (1} does nat have a practite, policy, guidance, or directive that discriminates against a#irearm entity or firearrrt trade assaciation; and (2) will not discriminate during the term of the contract agalnst a firearm en�ity or firearm trade association. The terms "discriminate," "firearm entity" and "f9rearm trade association" have the meaning ascribed tathose terms by Chapter 2Z74 of the Texas Government Code {as added by Acts 2021, �7th teg., R.S., 5.8. 19, § 1j. To the extent that Chapter 2z74 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature pra�ides written verificatian to the City that Contractor: (lj does no# ha�e a practice, policy, guidance, or directive #hat discriminates against a firearm entity ar firearm trade association; and (2} will not discrfminate against a firearm enti#y or firearm trade associatian during the terrrs of this Agreement. BY: CONSULTANj Mario �n�c a So� Exca�ating, Inc. �.•�,$% • , � •, . r � �; �'�-` Rob�rt L. Stedens 1 Vi�e President �ate: No�ember 2, 2021 Bond # 1074917h9 OOGI 13 PERfORMANCG BQND �a�� � ora S�CTION 00 Gl 13 PBRFORMANC� SOND TH� STAT� OF T�XAS § ICNOW ,ALL �Y THES� PI2�S�NTS: COUNTY OF'TARRANT § That we, Maria Siriacola & So�is Exca�atin , fnc. known as "Principal" herein and Trave[ees Casual and 5ure Com sn of America , a aorporate surety(sure#ies, if more khan one) duly authorized to do businass in tha State ofTexas, known as "Surety" herein (whether ona or �not•e}, are helcf ar►d �r�nly bound unto the City vf Fart Wo�th, a inunieipal corpora#ion created pursuant to tUe laws of Texas, known as "�.'l�" herein, in the pena� su�n of� Five NEiklion Six Hundred Tliiny Twu Tliausand Threc Htmdred Nineiy Three nnd OSfl00 Dollars ($ 5,632,393.d8 }, lawful maney ofthe United States, to be paid in Fori Worth,Ta��a�it County, Texas fot� the pay�nent of tifiich su�n we!! and truly to 6e �nade, we bind oursefves, our heirs, executo�s, a�lminist►'ators, successors and assigns, jointiy and severally, firinly by these presents. WHER�AS, the Prinoipa! I�as entei•eci intp a certain written cont�•act with the City awarded the 19th cfay of OctoUer , 20 2� whiclf Conh•act is hereby referred to and inade a part hereof for all purpases as if iuily set forth het•ein, to furnish al! materials, equipment labar and other accessories defined by law, in the prosecution of tlie Work, including any Chan�e Drders, as pi•o�ided for in said Cantrack designated as Ailiance Airpoz�t Taxiway P, i'hass 2, Project No. 103000. NOW, THERCFORE, the condition of this obligation is such that if the said Principal shall faithfully perforin it obligations under the Contract and shall in all respects duly and faitlifully perform the Work, including Change Orders, under Ntie Coiitract, accord�ng ta the plans, specifieations, as�d cantract documents t�ecein referred to, and as well during any pe�•iod of extension oithe Contract that �nay be granted on the part of #he City, then this obligation shall he and became null and void, otl�erwise ta remain in iu11 forae and effect. - PROVIn�D �URTHER, that if any legal action be filed on th�s Bond, venue shall lie in Tarrant County, Texas orthe Unified States District Coui�t for theNorthern District ofTexas, Foi�i Worth Division. This bond is inade and executed ir� compliance wifh the p�'ovisions of Chepter 2253 of the Texas Govermnent Code, as amended, and all liabilities on this bond shall �e determined in accai�dance witi� the provisions of said statt�e. IN WITN�SS WH�R�OF, the Pr�ncipa! aud the 5ureky have SIGNED and SEALED th�s instruxnent by di�ly authorized agents and ofifceis on this the i9t11 day of October , 20 �� . C1TY OF FORT WOR'CFi AHiance Airport'C�:�i�vay P, Pl�ase 2 STANDARD CONSTRGCTfON SPEC[FICAT[4N DOCUM�NTS Projecl t�lo. 103000 ltev ised Apri12, 20? I 00 Gl 1� PE[tC•o[iMANCE sOE�o P�rgc 2 nf 2 �+. � ATT�ST; , - ,, _ -,.� (Principal} 8eci•etary � Jaseph Sinac la f � / r itness as to P' ipal Harlan Jones, V.P. , \ \� . � ` � � �` ' ` 1 \' � ��C,s' 2�- Witness as to Surety PR1N CI4'A L: Mario Sin�co�a & Excavating, I . _ - - � -i : -' �- - , , �� P �� S�g ature ' Michael Sinacola/V�ce President Name and Tikle Add!'ess: l0950 Resesrch Raad Frisco T3C 75033 SURETY: TE�uvelers Casualty and Surety Company of America � J . � BY: � : L�J� - � 5i ature 5o hi�iie Hunter, Attorne -Lti-Faet Naine and Title Acidress: One Tower Square, S 1 �2A Hari%rd CT 06l $3 TelephoneNumber: z14-989»0000 *Nnte: If signed by aa officer of tfie Surety Company, thera ►nust be an file a certi�ed extraci iram the by-laws showing that this pei�son has authority to sigi� such obligation. lf Surety's physicai acfdress is different fi•o�n its inailing address, both �nust 6e pro�ided. The date ofthe bond shall not be prio�� to the date the Gonfiact is awarded. ' C[TY OP rORT WOR'E'H STANDAItO CONSTRUCTION SPECIFICAT�ON AOCUMENTS Revised April 3, ?031 Allia»ce Airport Taai�vay P, PhAsc 2 Project No. 1 D3000 Botid f� 10749 f 7�49 00 GI 14 PAYMEN7' AOND P:�c l 0!'7 THE STAT� OF T�XAS COUNTY aF TARRANT S�CTTOIV 00 Gl 14 PAYMENT BOND § § KNOW ALL �Y TH�S� PR�SCNTSt § That we, Maria SiRacola & Sons Excavating, Ine, , known as "Prinai�ai" hecein, and TravolersCasual and5w•e Com an ofAmerica � a corpnrate surety (sw�ties), duly authoi•ized tn do business in the 5tate of Texas, known as "Surety" herein {wl�ethe�' or�e or inot�e}, are heid and �'innfy baund unio the City ofFart Woi�tl�, a mu�ticipal corporation cr'eated pursuanttothe laws of the 5tate of Texas, known as "City" he�•ein, in the penal sutn Of Fiv�MillioeSixHundrcdTl�i�ty'IY�+n'1liousendThrneHundredNinetyTlvccand48ll0o pfl�ISl'S �� � U32,393.08 �� lawful money ofthe United 3kates, �o be paid ia Fort Worth, Tarrant Caunty, Texas, for the payrnent of which sum well and truly be inade, we bind ourselves, ourheirs, executors, administrato�•s, successors andassigns, jointly and se�erally, firmly by tl�ese p��ssents: WN�R�AS, Principal has entered into a certain written Conta•act with Ciky, awarded the �9t�� day a� October , 20 21 , w�ich Contract is hereby referred to and made a�art hereof for al! pur�oses ss if fuily set forth harein, to furnish all materials, equipinenk, iabor and other accessoi•ies as def ned by law, in the p�•osecutinn of the Work as pro�ided for in said Contract and designated as Alliance Airpo�•t Taxiway P, Phase 2, Prajact No. 103000. NOW, THER�FORE, THE CONDITION OFTHIS OSI�IGA7"ION is such that if P�•incipal shal! pay all manies owing to any {and all) payment bond beneficiary (as defined ii� Chapter 2253 of the Texas Go�erni�ent Code, as siner�ded) in the prosecutivn of tlie Wark undei• the Cnntract, then this obligation shall be and becarne null and void; othe��vise to remain in full forca and effect. This 6ond is inade and �xecuted in compliance with the p�'o�isions of Chapte�• 2253 of the Texas Go�ernment Code, as atnended, and ail liabilities on titis bond shall lie deterinined in aeGordauce with the pro�isions of said statute. CITY O� FOiiT WORTN ANinnce Airporl Ta�:i�wy 1', Phnsc 3 3TANDARD CONSTRUCTiON SPECIPICATIQN �OCUMEN"f5 Project Nn. 1U306U Revised April 2, 20?! oo�i �a PAYMENT HON D Paga 2 of 3 IN WiTNESS WHCRCOF, the Principa� and Surety 11ave each SIGNED and SBALED this instru�nent by duly authorized agents and officers on this t�►e lgtlx day af October za zi A '�T� � � � � "� � _ , ,� . _ � ��� j �� - (Pr�ncipal) Secretary J s ph S�.n cola � �' — Witness as ta Pr' cipal � Harlan Jones, V.P. ATTEST: - _ r ;'�� " (Surety) 5eca'�tary . � '• t! � � Witness as to Surety ARiNCIPAL: Marin 5inaao{a & So.y�,��avating, Inc. _ -- . - -:----�� �-- � -_ . _`� a--�-- r Signa#u , 1`�'ck�.�l Sinacola/Vice President Name and Title Addt'ess: 10950 Rese��•ch Ro�d Frisco, TX 75033 SllKETY: 7"ravelers Casualty and 5ueery Company of Amerlca ,' , : BY: —,.�,�,� � • �'�f6 _ Signaf�re 5a hinie Hunter, Attorne -in-Fact Name and Title Address: One Tnwer Square, S102A Hart�ord, CT 06183 Telephone Nuinber: 214-489-OOOD Note: Ifsigned Uy au off'rcer of ilie Surety, thei�e must 6e oai f'ile a certifed extract fi•oin tltie bylaws shawing t�iat this person has authority to sign sucli obligation. jf Surety's physical address is different Fi•am its inailing address, both tnust be provided. The date ofthe bond shall i�ot be prior to the date the Caniract is awarded. CND O� SECTION CITY OF FOItT W01iTH Alliance Airport Taxi�vay P, Pliase 2 STAN�ARp CONSTRUCi[OiV SPECIFICATtON DOCUMENTS Project iVo. ID700l1 Revised Apri12, 2021 Band #10?491749 00 Gl !9 MAIiVTCNANGC 130ND Page I of3 S�CTiON 4D G1 �9 MAINTENANCE BOND TH� STAT� O�' TCXAS lCNOW ALL BY TH�SE PR�SEI�TS: COUNTX O� TARRANT That we Ma�•io Sinacola & So�is Excavating, h�c. , known as "Fri�tcipal" he��ein and '�ravelers Casualty and Surety Coinp���y of Ameriaa , a corporate surety (sureties, if tnore tlian one} duly authorized to do business in tltie State of Texas, k��own as "Surety" herein (wf�ethe�• one or more), are held and firmly bound unto the City of Fort Worth, a municipal carporation created pursuani to the iaws of the State of T�xas, known as "�.`lTy" fl�l'Blll� IA tI10 SI1C11 0� rtve MiHian Six Huitdced Tl�irty Tivo Thousaud'fltree Hundrad idinery Tltree nnd 651104 Dollars (� S,G32,393.08 }, lawful inoney ofthe Llnit�d States, #o bepaid in Fo��t Woith,Tan�ant County, Texas, for payment of which sum well and truly be made unto the City and iks s�iccessors, we bind ourselves, our Iseiis, executars, �dininiskratois, successors and assig�ts, jointly and severally, firrnly by these preseuts, W HEREAS, the Principal has enteced into a ce�•tain written contraat with the Cify awarded the 19th day of netoUer 20?� , whici� Contract is he��eby referred to and a made pa�t hei�eof for al� purposes as if fully set forth herein, to furnish all tnat$rials, equipmenf labor and other accessories as def nad by law, in the prosecution ofthe Work, inckuding any Worlc resulting fi•om a duiy authorized Cliaiige O�•der {collectively herein, the "Wvrk") as provided foi� in said contract and designatecE as :�.Yfiance Airpo�•t Taxiway P, Pltasa 2, Project No, 103000; and WH�REAS, Princiga! binds itselfto t�se such matei`ials anci to so eonstruct the Work in accordaj�ce with khe p3ans, speci6cations and Cont�•act Documents that the Work is and will remain fi�ee from defects in materials or warkmanship far and during th� period of twu (2) years after #he clate of Final Acceptance ofthe Work by the City ("Maintena�ce Period"); and WHER�AS, Principal binds itsalfto repair or reconstruct the Work ir► whole o�• in part upan receiving notice from ihe City of the need there.for at a�iy time within the Maintenanca Pei•iod. NOW TH�R�FORC, tl�e condition of this obligation is s�cl� ihat if Qrincipal sllal! remedy a��y defective Work, for wltieh ii�nely notice was provided hy City, ko a completion satisfactoiy to the City, tha�ti tllis obligation shail becoma null and void, athe��wise to rema�n in full force and effect. CITY OI� FORT WORTM Ailiance Airpart Taxi�vay n, Phase 2 STANAARD CONSTRUCT[ON SP&CIFlCATION DOCUMENTS Projecl No. IU3000 Revised Apri12, 2021 Ob Gl 19 MAIN'fCNANCfi 403dd Pnge 3 af 3 PROVID�D, HOW�VER, if P�•incipa) shall fail so to repair oi� reconstruct any timely noticed defective Work, it is agreed that the City inay cause any and all such defecki�e Work to be repaii•ed andlor recons#ructed with all associated costs thereof bein� bori}e by tlie Principal and tl�e Surety under tliis Maintenaitce bond; and PROVID�D FURTHCR, that if aisy legal action be filed on this Bond, venue shall l�e in Tarrant County, Texas or the llnited States District Caurt foi� the Northe�•n District of Texas, Fott Woi�th I]i�ision; and PROVIQ�D FURTHER,that this obiigation shal{ 6e cositinuous in nat�ire andsuacessive reeo�eries may be had hereon for successive breaclties. CITY OF CORT WURTH AlliRnce Airpurt Taxiway P, Phase 2 S"CANDARD COiVSTIiUCT10N SPECIF[CATION DOCIJMEN'CS . Proje¢l Na. 1Q300p Revised April 3, 202f 00 GI i9 MAINTENANCE HQND Page 3 of 3 [N WITNGSS W[iER�OF, the Pri��cipul and tl�e Surety have each SIGN�fl and SEAL�D this instrumeilt by duly �uthorized agents and offcers o�i this t�e ��t�ti ., _ - - _ :i A� .��':� �� � � � / (Prin�� pai)�Secreta�•y — Joseph 5inacola � - � Witness as to P cipal Har�an .7o�ies, V.P. ATTEST: � �_- �r�� {Surety} Secreta�•y .- ' _ _ , �. _�, . � Wit en ss as to Surety PRINCIPAL: Mario Sinacola &� �p5.���avati�ag, I�i�,�_ . s �' �t �.: �F -- � � � � � Sig ture Michael 5inacala / Vice President Naine and Title Ac�dl'es5: 1Q95Q Rasearcli Roaci Frisca, TX 75033 SURE'I'Y: Travelers Casua! and Sure Com an of America BY' _,���,.�..�1 Sigt�ature So hinie I3ttnter, Attarne -In-Fact _ Name and Title Addre55: One Tawer S ua�-e S i 02A I-iartford, CT 06183 Telephane Number: 21�1-989-0400 *Note: if signed by an offieer of khe Surety Cotnpany, there must be on �le a cei�tified extract fi'o�n the by-laws showing that #his person has authority to sign such pbligation. If Surefy's physica! address is different �i om its mailing address, both inust be provided. The date ofthe bond shall noi 6e priar ta the date the Contract is avvardeci. CiTY OF FORT WORTH 5TAPEUARD CONSTRUCTION SPECIFICATIdN DOCl1iv1ENT5 Revised April 2, 2031 day of OctaUer , 202� . Allianee Airporl TAxi�vay P, Phnse2 ProjeclNo. iO3U00 TR�4��LER�� �ra�+elers Gas�alty anc� �ureE� Go��aany ofi �meeica irauelers Casualty and 5ur�ty �omqany St. �aul �ire and t�4arine ansurance Gompany POWER QF AtTORNEY KIVOW ALL MEN BY 7HES£ PRE5ENTS: That Travelars Casualry and Surety Company of Amerlca, Travefers Casualty and Surely Gornpany, and 5t. Pau{ Fire and Marine Ins�rance Campany are carporaiions duly organized under the laws of lhe 5tal� of Gonnecticul (hereof collectively called the "Companies"), and lhat lhe Gompanies do hereby make, cnnsiitule and appoinl Sophinle Munter pALLAS , Texas their Erue and lawful Attomey(s)-In-FecF la sign, execute, seal and acknowledge any and all bonds, re�agnizanc�s. condiGonal underlakinga and other writings obligatory in the nature thereof on behat( of the Companies in iheir business of guerankeeing the fidefity ot persons, guaranteeing the perfarmance of contracts and execuiing or guaranteeing bonds and undertaki�gs required or permitted in any acllons or proceedings allowed by law. IN WITIV�SS WWEREOF, the Companies have caused lhls Instrument to b� signed, and their corparate seals lo be hereio aflixed, ihis �1st dey of April, xas�. ,,,, , yA�s��r�r ��t1Y AMpd �ya�r,r�r- c1 � J 4'�, l� � � ��4 � i kWifFOfIU. �j Qd�Y%JR{ '� LOMtL o �111 � �ik +� �� � _ . Y a � >� !g � Stat$ of Connecticut City oi Harltord ss, 8y: Fiobett L. Rane , eniorVice President On this the 21st day of April, 2021, be(ore me personally appeared Robert L. Raney, who acknowledged himself to he the Senlor Vice President af each af the Companies, and that he, as such, heing authoriz�d so to do, execuled the (oregoing instrumenl tnr fhe purposes lherein conlained by signing on behaif o( said Companies by himsel( as a duly autharized o#ficer. IN WITN£SS WHEREOF, l hereunlo set my hand and o�cial seal. My Commission expires the 30th day of June, x028 ,r'�p P TVOly�\�y � I���'4^"�r � � ` fr }t„1-�pY � � _ ru� i� F Anna P. NowiEc, Natary P�abiic �u,.,, � This Power af Attomey Is granted �ndet and by the aulhority of the fallowing resolutions adopted 6y the Boards ot Clirectnrs of each oi the Cnmpanies, which resolutlons Are now in full force and effeci. reading as tollows: R�SOLVED, ihai the Chairman, ihe Presideni, any Vice Chairrnan, any Execulive Vice Pvesident, any Senior Vice PresidenE, any Vic� Fresident, any Second Vice Prssldent, the Treasurer, any Assistant Treasurer, the Cnrporale 3ecrelary or any Assislant 5ecrelary may appoin! Attomeys-In-Fac[ and Agants lo act for and on behalf oi the Company and may g[ve such appafntee such authariry as hls or her cert[ficate o( auihority may prescrihe to sign with the Campany's name end seal +ailh ihe Campan�s sea! 6ands, recognizances, coniraels oi indemniry, and other writings obligalory in Ihe nalure o( a bond, recognizanae, or condiqonal undertakEng, and any of said offieF:rs ar the Soard oi �irectars al any ttma may remove any such appointee and revoke the power given him or her; and It 4s FUR�H�R RESOLVED, that Ihe Chairman, the President, any Vice Cha{rman, any Executive Vice President, any Senior Vice PtesiBent or any V'rce Pres9den! may delegate a11 or any part of ihe foregoing authorfty to one or more officers or employe�s ot this Gompany, provided thal each such dekegation ls in writing and a copy thereof is filed in the oifice of lhe 5ecretary; and Et ls FURTH�R RESOLVE�, lhat any 6and, recognizance, cantract of indemnily, or wriGng abligalary in the nature oi a banH, recognizance, nr condEtlonal undertaking shall be valld and binding �pnn lhe Campany when (a) signed by the President, any Vice Chairman, any Executive �ce President, any Senior Viae President or any Vice President, any 5econd V'�ce President, the Treasurer, any Assistant Treasurer, the Carporale Secretary ar any Ass[stant Secretary and duly aitesled and sealed v�riih lhe Company's seal 6y a Seoretary ur Assistant Secretary: or (h) duly ezecuted (under sea1, if required) by one or mare Attomeys-in-Fact and Agents pursuanl to the power prescribed in his or her certificate or their certifcales af authority or Gy one or more Company officers pursuant tn a written delegation o( suthorily; and it is FURTiiER R�SOLVED, lhat lhe signatur� of each of the #oqawing officers: Presideni, any Execuiive Vice Presidenl, any Senior Vce Presidenf, any Vlce Presldeni, any Assistanl Vice I'resident, any Secretary, any Ass[stant Secretary, anri ihe s�al o( the Company may ba sffixed by facsfmlEe to any Power a( Altorney or lo any cer118cate rela#ing thereto appointing Resident V'ice Presidenls, Resldenl Assistant Secretaries or Altorneys-In- Fact for purposes only of execuliRg and attesiing bonds and underlakings and other writings obligatary in lhe naEure khereof, and any such Power af A[torney or cerllficate bearing such facslmile signatura or facsimile seal shatl be valid and 5lnding upon Ihe Company and any such power so sxecuted and aertilied by such facsimife signature and (acsimlle sea{ shatl be valid end binding on Eh$ Company in lhe future wilh respect to any bond or understanding to whlcFi it is attached. I, Kevin �, Hughas, the undersigned, Assistant Secrelary of eacF� af the Companiss, do hereby certify that the above and foregaing is a true and tarrec# capy o( fhe Power of Allorney execuied by said Companies, which remains in full force snd effect. �aled Ihis 19tti � day of dctober ��Rr Jr4'= Axes �y . i ..����, • ��w � � � � W��� . , �M�� , 2021 . ��� � � �n� � ���s � �/✓� f + Kevin �. Hughes, Assi tant Secrelary ,Ta verify the authentidty of #hls Porrer of�9ttomey, please cal/ us at I-�Q�-Q2.t -3�80. Please refer to, tfie a�ve-named Attarney{sJ /n-�act and the deta!!s of the Gond to whlch thls Power ofAttamey Js atCacbed. � --- —e -� T�A�i�l����� �M����AI�7C N����E TO OBTAiN I1�FORMATION OR MAKE A CONiPLAII�TT: You maj� Co1ltaGt Travelers C$sual and Surct Com an oi'Amer'rca , for inftlrmatiott nr to make a complaint at: Travelers Bond Attn: Claims bne Tower Square, S102A Hartford, CT OG! 83 I-800-328-2189 You may contact t#te Texas Department of lnsurance to nbtain the infarmation on compa�ries, co�erages, rights ar complaints at: Texas Department of Insurance P.D. Bax 1491 U4 Austi�i, TX 78714-910�4 (8UU}252-3439 ATTACH THiS NOTICE TO YOUR BOND. This notice is �'or inforrnation only and does not beeame a part or a cvndition of the attached document and is given to comply with Section 2253-02i, Gavernmenf Cnde, and Section 53.202, Aroperty Code, effective September l, 2QOS. f'��ICY PEUf�9��Ft: G�P37�33'30 ��4�➢N6ERCIA� C€W�R�L L1�,�I�ITY �C 02 05 92 04 TFJiIS EPaE30R5EFdiL�idT C1iAefVG�S 7F[� POLICY. 1'�.��.5� READ I7 CQ►REFULLY. ��/�'4e� �f�.Q�l���.s�� � Ls������ ��"'�/��,iL���l�� Thts endorsement modifies insurance pravided under the fallowing: COF�IIAII�RCI►4L G��IERA� �IA�1LI�'Y COV�R�AaGE PdR7 �.fQUO� LIABILITY COV���� �ART OF�V{V�Ft�i �h19 COP1iR�'G70R5 PRD���711l� �iA�iLITY COV�RA►G� RAR7 PO�LUiION LIA�IL.fTY COVF�tAC� PART PRO�UCi F�4ib�R�►13V1�l� C�l��RAG� �ARi �'RO�UCi'$ICOlV�F�L�i�Q C�F��RA�'lOt�5 L1A�iL.IiY C01��aG� F�dRi RAIL�OAp �V� l�IA�ILlYY COV�R�G� ��° I�T ln the event oi cancellatlon or material change that reduces or restricts the [nsurance a�#at'ded by� this Coe�erage Part, we agree to mai! prior written nbtice oi cancellatfon or material change to: SCH�[iUL� 7. R1A{V9�: Any person or arganizatian as e�idenesd by a certificated of insurance issued on the company's behalf by its licensed agent. �. I Acidress: 3. i�umber of days advance notice: 3Q if not shown abo�e, will be 0� OZ 05'1� 04 Fxrq�ier, t� �03 � Pa�9 a�1 Attach�nent Code: D470795 Master ID: 1397399, Certificate ID: 17953700 Attachment Cade: D512370 Master ID: 1397399, Certificate ID: 179537Q0 POLICY NUMBER: CLP37033'ID B. C4NTRACTORS AUTOMAiIC A�DITIQNAL INSURED COVERAGE-QNGOING OPERAiIONS SECTION EI - WHO IS AN INSURED is amended to include as an additional insured any person ar arganization wfi�o is required by written coniract to be an addit[onal insured on yaur policy, but only wlth respect to liabpity for "bodily fnJury', "property damage" or "personal and advertising injury" caused, in whoEe ar in part, by: 9. Yaur acts or omiss�ons; or The acks or om�ssions of those acting o� your behalf; i� ihe pertarmance of your ongoEng aperations far the additional insured(s) at the project(s) designated in the written cantract. With respect to the insurance afforded to t�ese additional insureds, the following additional exclusions apply: �'his insurance does not apply to "badity inj�ry" or "property damage" occurring aPter. 9. Ali work, ineluding rrmaterlals, parts or equipment furnished In r.onnection with such wark, on the project (other than service, maintenance or repalrs) to be performed by or on behalf of the additional insurad(s) at tha locatian of the covered aperaifons has been completad; or 2. ihat portian of "yaur wak' out of which the injury or damage arises has been put to its iniended use by any person ar organization other tt�an another contractor or su6contractar engaged in performing operations for a principal as a part af the same projecf. This insurance is excess of alt okher insurance avaflable ta the additional Insured, wheth�r primary, excess, contingent or on any ather basis, unless ihe wriften coniract requires this insurance to f�e primary. ln that event, this insurance will be primary relative to insurance palicy(sj whlch designate ihe additlonal insured as a Named ins�red in ihe Deciaratians and we will not require contribution from such insurance if the wrikten contract alsa requires that this 9nsurance he nan-confribukory. But with respect to aVl other insurance under whlch the additional ins�red quatifies as an lnsured or additionai insured, this Insurance will be excess. GL - 3088 (10119) Attacl�mcntCade: DS12370 Master ID: 1397399, Gertificate 1D: 17370283 Attachment Code: DS 12371 Master ID: 1397399, Ceriificate IQ: 17453700 POLICY NUMBER: CLP3703310 li. CONTRACTORS AUTOMATIC ADDITIOfVAL INSIJRED COVERAGE - G�MPLET�D OPERATIONS SECTION II - WHO IS AN INSURED is amended fo include as an additional insured any person or organizati�n who is required by written contract to be an additional 9nsured on your policy for campleted operations, but oniy �rvith respect to fiab�lity for "bociily injury" or "proper#y damage" caused, in whole or in part, by "your work" at the project designated in the cantract, performed for that additional insUred and included in th� "products-corr�pleted operations hazard". This i�surance is excess of all other insurance available t� the additional insured, whether primary, exeess, contingent or on any other ba5is, unless the writte� contract requires t�is insurance to be primary. In that event, this insurance wilf be primary relative to insurance policy(s) which designate the addi�ional insured as a Named Insured in the Declarations and we wi11 not require ca�tributian from such insurance if the written contract also requires that this insurance be non-contributnry. But with respec# to.all other insurance under which the additianal insured qualifies as an insured ar additional insured, this insurance will be excess. GL-3088 (10119) -1 d� PAL{CY f�UiV���R: CAP3i03311 COlr+iiV�RCIAL AUTO CAZt! 4810 l3 7�'� �fl1��' i�� 7� �YG�'. Pl� � iT' �J�.LIf. �I����9��1'�`E� I���� �1t CO1/i��D A�'T� �A►���.�1f �1IE�A►�� Thi� �t ma1� ir�urar,oe pr�avicf�d u�der ti�e fdlo�wirig: AU70 DEALERS CDVERAGE FORM BUSFNESS AUTO COVERAGE FORM MOTOR CARRI�R C'b1/�RAGE FORM Wid1 re�� bo oa+nerage pmsrided by i�is endors��r�ert� the prn�vis�ns of tt�e C,�verage Form apply u�less EnoddiF�ed by tl�is encfo+�semem. Th� erx�.�rserr�nt identif�s persan(s} or �n'�tion(s) wkio ar�e "ir�sumeds" ta' Cowet�ed A��bos liahilEty Gavera� uu�r th� 1lVho Ts An Insu�d prGvis:on of� Gaverdge �, Th�s eridorse�r�r� d� not ai6er ornr� R� in the Coverage Farm. This endorsement changes the palicy effective on the inceptlon date of the poff�y unless another date is indfcated below. Named Tnsured: Mario 5inacola & Sons Excavating, Inc. Endorsement Effective bate: � �Ai . I 3i 1.� 1 Name Of Person(s) �r Organization(s): Any perso� or organization far whom the named insured has agreEcl by written "insured contract" to designate as an additional insured suhject to aN the provisions and limitations of this policy. Information required to �omplete this Schedule, if not shown ahave, will �ac� persan or arg�nization s�own in the Sdieciule i� an "ir�s�ared" fnr Cavered Au�as Liatril"�tyr Cove��, �ut o�tfy to th� exbent that per�on ar arganizat�n qual'ifi� as an "ir�urec!° under t� Who Is � Insured pr�s9a� ooa�in�d in Paragrap� AE of Sedion II- Covered ,4�.�6os Lialxility Goverage in the ��siness Au�o and M�os Carri�r Cavesag� FoPm arr� Paragrapl� Da � SecG�n 1- Cove�ed Aubos Go�ragEs af the AuGo Dealets Cavec-a�� Fomi. Attachment Code: DS 123b8 Master ID: 1397399, Certif cate ID; 17953700 � I I - shawn in the Declarations. Attachment Code: D5123b6 Master ID: 1397399, Certificate ID: 17953700 P�lECY NUi�9��eR: C�P3�033f.� �. l�IJTAi�9A�3� IaV/1�E11LR 8� SUBR���iTIOnE it�m �. of ���T'��W %!d � �BW11'A��t�IA� ��N��3A� �%A�ILITi' �OR�DITIBF�� , is defeted an� replaced with the follawing: �. Yr�ns�er� of Ri�h'� �f R�ccam�r� A�ain� Oti�e�s �� U� a�d A���atic �4l�iber� of ��br��a�i��. a. If the insured has rights to recaver all or �art o� any payment we have made under this Coverage Farm, th�s� rig�ts are transferr�d to us. The insured must do nothing after loss to impair those righ�s. At our request, the insured will bring "s�it" ar transfer those rights to us and help us enforce them. b. If r�quired by a written contract exe�ut�l prlor to fass, inre waive any rlght of recavery we may have against any persan or organization because of payments we rr�ake for injury or darriage arising out of "yaur work" for that p�rson or organ9zation. GL - 3088 (10�19) Attachment Code: D5123fi4 Master ID: 1397399, Certificate ID: l7953700 PAL.tCY A�li11A��R: CA�3i03311 COMMERCTAi. AUTO CA D4441013 �� �IiTi����EIYi �f�1� `I'�i� �LI��':. �� � aT ��L�.�, '�IV�/ER �� ��FE�t O� ��I�t� �� �C01i��1� A�I� �'TFI��'� � (�fV1�'1/Eft ����t�le1'��1) Th� endors�erner�t mod� ir�sur�r� pr�vided unde� ti� f�lk�rving: AUTO DFALEitS COVERAGE �RM �a NESS AUTO CDVERAGE FORM MOT�R CAR(2IER C�VERAG� FQFtM With r�� #o oov�"dge Pro�vlded hY khis errdorsern�nt, the Prrnr�ion5 af t1�� C�v�e Form aRPly un�ss rriodiFied by th2 �iorserr�r� T�is endorsement changes the policy effecti�e on the policy effective on the inception date of the polity unless another date is indicated b�low. i��me� Ensur°�ai: �il�rrio ��ciorr��men� �ffer.ti*ae ���: Se �on� �xeaaatin�, Ir�e. ,,:, �.1 ! � N�me(�) Og Per��r�(s) Or Ow��r��z��iaH(s): "Any p�rson or organization for whom the named insured is op2rating under written contract when such cantratt requires a waiver of subrogation." required to complete this Sc�edule, if �tot lY�e iraa�'�° � Righ� eE �� � �as To � ooridltion does nok �ly m the p�.�on(s) p�' p1i�3jI�OB1�5� 5�'101M1 �fl d'lE $�12dlJi�� �1.IC QI"lijl td �12 P](�f'I� t}13� Sll�h0�1 IS WdIVBfi 471't0i' k� I� ��Of7C12F1�� Oi fll� "�O6S" 11i`IC�P! 8(701'1�"d(� W!�"i lilat �f5011 Oi' p1�2f1�01'1. above, wili h� sF�own in the Declarations. Attachment Code: D512358 Master ID: 13973R9, Cerlificate ID: L7R537a0 �@L��Y R10.1�1C3��33d9 IAIO�.Ft��� C�i�1��I��A���W ►A�� �PA�LOIP'�it� ��A�%��f Id4d� 4� �3 �4 � 31V�URAR1�� �OL��Y (�d. 6-i4} ��BS UVd��!l�it �� �U�t R�CFiY i� R�C�V�Et �F�ONi �iF��it� EIW�OR��M�I�T ihis endorsement applies oniy to the insurance provided by the policy because 7exas is shown in Item 3A of the Tnformation Page, We have the right to recover our payments from anyone liable for an injury covered by this policy. We w911 nvt enforce our rigi�t agafnst the person or organization named in fihe 5cheduie, but t�is waiver applies on{y with respect to bodily Injury arising out of the operattons described in the 5chedule in here you are reguired by a written contracf to obtain this waiver frorn as. T�is endorsement shall not operate directly or ind[rectly to benefit anyone not named in the 5chedule. ihe premium fvr this endorsement is shown in the Schedule. 1, ( ) Speci�ic Waiver Name of person or organization Schedule (X) Blanket Wai�er Any persan or organization For whom the Narr�ed Insured has agreed by +uritten contract to furr�ish this waiver. 2. 6perations: 3, Premium: incl . i'he premfum charge far this endorsernent shal! be VRS percent of the premium devefoped on payroli in connection with work perFormed for the abo�e person(s) or organizatEon(s) aris�ng out of the operations destrib�d. 4. Aclvance prerrsium: Incl . This endorsemer�t changes the policy to which it is attached end is effective on the dake issued unless otherwise stated. FAC �� 4�� @4 � (Rl�. �-9,�) F� ��9 {e�.v. o�vona.xo,� Oepuhr�h orFiw7rar3+�y InC6m5i RbY6�lua Eivtifae R��,���� ��� °r�x��y�� a��� �o�, tn t�� l��r�ti�i���iior� �1�rr�b�r �rrd �e�#i�lc�tion ����{��. �Q ��t sc��tt� to the 1��. ►@atn fa� (nstru�tEnms artrd !hs I�teat Intaamatlon. c4 � � �� o� � � � � _Ex: �ve�tlnp Inc e�,l ,y nsme. N dlfteranl from abova � Cfiatils ��nprf�te box !or [ada�1 tex classllfcaHan al the persart �vhass name Is eo'iE�rad vn line 7. Check ony nna eE 1he � d Exornptbns (cad�s �ApN �Y to taHowlr�g ia:�n tfnz4a. certa[n eniRlas� nat lndlviduets; eee InaFntct{ons qn pag� 3}: ❑ Indtvldusi�wla propridta or ❑ C Cnrporetbn �$ Corpwallon ❑ PaAn6�ship ❑ 7ru�T/�txte ain�da-�mbC,r U.0 Exempt PaYee codm [d any} ❑ iJm�ted Il�biitty com3serry. EMax tha tax c�ass311catlon {C=C Cbrporafiion, S=5 Wr�atian. PaPc+rt+�erahip} ► i:ata: G�k tt�s appropriete bvx in the Ilne abova for the t�x class�icat�an n� tha singls-m�rr+ter awn¢r. Do not chark Fxamptfon ham FA7CA reporting LlC H tha LLC � c�a38iilsd es m 6ingla-memb5r LLC Ihat [� diereyarded hom the owrwr unias6 !A� owm5tof t�te LLC le ��� ��n� anoiheQ L.l.0 th9t is nat dfaYe�sTd� ham !he ownu tw E1.S, fadsra4 iax pisposes. 011ra�+las, a eln�a�mar�ba lLC lhat b db�paed�d fxxn tlw owrksr should ch�1c th� Gpp�opdate box for the tex dassl�tatiun o1 it& Awnar. ❑ Otd�r(sr��nairue+�ns)m vr�w�•+m�+�'•nw�mawus,r 's Rdd�ca (nwnbsr, s8re�t. ersa ept. or auRe nn.y Sea bsstructlor�s. Rspuealsr's nama ena e�dresa (optionelj � Ent�r yaur T!N in th� z�rap�igle 6ox. The TfN provlded must matcM t�s nsrne givan on 11r�e 1 ta evaltl L�pp�� ��� Gackup wtlhhalr�n�. for Indtviduals, thts 4s ganeratiy yaur 5ocksl �ecuri4yr numEaer (SSN}. Havaaver, ior a � re�fdand alie�, so`� praprietar, or d��reg�srd�d amtity, sea thairtstructions for Pa�l !, fate,r. For othst sniitta�, it re your amplroyer ldenii4icailon numhar (�llVj. lf you do not have a number, sse Now to ge? s T1N, lalar. or A1at�: If !ha accounf is im more H�an on� naane, see Ih� instructions for 11Re 1. Also sea 4Yhat hlsrr+a and ��+Odayar F� Numbar 7'a Givra th� Requester tor guidalfnes on whoaa num�ar to enier. � � — number 21�15j3 11�ar peneiifes of par]wy, I c�ril+y lhal: 4, The numbar shawn on thls faam �s my carcect ta�ayer idenlEtEc�EEan numhar (or I�m weit;ng for a nurr�� to d� Isa�d ta ms); and 2. I am not su�ac� to be�cF�u�p withhakf�ing ts�causa: (aj ! am e�mpt from 6a+�kup withRolding, ov (b) i hav� noE 6�em natiit�d by tFr� IntBrr�! Fi�venua S�svice (i�tSj tltat l am su6js�t to hackup wilhholding ae a resudk oP e fa€lure to repntl alE tnterffat or divi�ienl3s, ar (c) tfi�e VRS has natNled ma lhat l em np loreg�sr subje�t to ba�kup urr�hho3dfng; a�d 9. I arp a L7.5. citit�n or othru 1i.5. �erson (detln�d 6e�aw); and q. 7}le FIliCA cod�{�; Bntstsd an thf� Form {if any} Indiceting thst I am exem�t hom FATCA repwi�ng Ia c:orrect• C�rtlflcatiam fietrus�tfart�. You musi Cres� out Rem 2 8bave If you have baen notified bf tita IRS tfiet yov ere cu�tBnttY �ubyeGt fa bactacp withMkiing t�suse you hava taled So rc+part �li irt9a���t and divldenda on your [ex re9um. For �al estate transactions, itam 2 do� naE a�ky. Far rnorcg�ge Intorest pa�, asqui�i�pn or aband^w�urr.�ri o(s�acured prope�Sy, senceaiatinn of d�t�l. cantrib�liwis tv an individ�l re4iremanl srra�gsrrr�nt (�HA). arxl gei�era�y, �aymante othar tFt� Iater�f and d�'vldand�, yau are nat r$Auked ta �Qn iha ce��iCatiOrt, but ypu must pmNd�yn�r corract i]N. S�s th� InatructiorEs for Part Il, lalev. ��'�� sigi,mwre ot �E�P� li.S. par�afl'� Dat�D' �f �/�f ��rnl��l !�'1�$f�l�il�ilt; 5ectfon references ar� fo ihe N�ie,rnal Ravenue Code untess othsrwise nat�. �u�,u�a d�arela�ans�+t�. For Sha laiest tnfa�mailan abnut da�e4n{rmmnts reEaSe� to Form W-9 and i4s instrucllone, suoh as lr�ylslatton e'nacte� aFter th�y +uaze puBt€�h�d. go tn ww+r Ir�.gov1F"orn+W9. �urp�s� �4 ��rm An Irid�vkRval ar eaitlty (�o�rn W� r�quasterj whD is requlred tb fila a� i�nfozmation reium w(ih ths li�S rr�ust a�Otsin yaur anneol texp�yer ldeu�tiflcation numb� [fl�I) vahfch m8y b� yaur sncia� aecurfty number (SSN), indlv�du�� iaxpayer ldertliticiation numhar {ITitJ}, adaptien ta�$ye�r ldrantiffcstia*r nurrrbap (AYIN}, or en�qployor id�nliflcatfan numdst (E1N�, to raporS on nn infom�ation return tha amoynt psid to you, o� othsr amaunt raportglks on an infcxm�tfon returrt. Examplos af }nformstion retums la�dud$, dut ave nat limi4ed ta, ihe followtng. e Fcxrn ti0&8-INT (interest ec�m�d or paEdj • Forrr� 1099-�[V {dlvidsn�9, inclu�ng those fro�rs siocks or mutua! tunas} . Fvrm 1099-NUBC {var�ous typ9s of incane, pria�s, award9, a' grass procesdsj • Form i469-B (stoek or muiEeel fuaid ea!as and c�rlaln nther trans�tlona by bsnk�*s) o Farm 7099-5 {proceods ham re�1 estate tr�r�aG�tione) � Form 1 pgB-IG (marct3ant can! +and trlyd paMy rratwork tranascUons) � Fam 1088 {ItU�ta mortgage lnt�rest), iQ98-E (atudent loaui interestj, 109B-T (tuitlonj • F'D� m tU8$-C (cancei�ad d�ht) = farrtt 1 q99-A (acqu�siilon or abandovuneni af a�u,resi propa,tY} Use Fnrm W-9 onSy ii yov are a Li.S. pats�an (includlmg a r�gki�nt a{Isn), ta prnvide yow carrect T1N. N yo� da not r�t�+m Fonn W 8 ta th� reqaestsr r�lth a'f1N, you might ha svbJect fo bacdcup wlfi�iold�ng. Ss� Wha4 Es 6aakup withhnitting, later. — Gst. No. 70Q31X Form � 9�. 70�201[Q �TAl�TDARI3 GEIVER�L C�l�TDYTIOI�S pF THE �O�STRUCTI�I�T CO�TTRACT CITY OF FORi' WOIiT[-I Allfance Airport Taxiway P, Phase 2 STA1�fDARI7CON3TRUC7'ION SPECIFICATION nOCiJN1ENT5 1'rajectNa.10300D Revision: Madr9, 21QZ0 �T'ANDI�RD GENERAL CONDITIONS OF THE CONSTRUCTIQN CONTRACT TABLE OI' CONTENTS Page Article 1— DefinitiQns and Tert�inology ........ ..............................................................................................1 I.O1 Defined Terms ............................................................................................................................... � 1.02 Terminology ..................................................................................................................................6 Article2— P reliminary Matters .... ..................................................................................................................... 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commer�eement of Contraet Time; Notice to Praceed ................................................................ 7 ZA3Starting the Work .......................................................................................................................... 8 2.04 Before S�arting Construction ........................................................................................................ 8 2.05 Preconstructian GQnference .......................................................................................................... 8 2.06 Public Meeting ............................................................................................................................. $ 2.Q7 Inrt�al Accep�ance of Schedul�s ....................................................................................................8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................8 3 . O 1 Int e nt . . . . . . . . . . . .. . .. .. . .. . .. . . . .. . .. .. . .. . .. .. . .. . . . .. . .. . .. .. . .. . . . .. . .. . .. .. . .. . .. .. . .. . . . .. . .. . . . .. . . . . . . .. . .. . .. .. . .. . . . .. . .. .. . .. . .. .. . .. . .. . 8 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies .......................................................................................9 3.04 Amendir�g and Supplemen.ting Contract Dflcuments .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.Q6 Electronic Dafa ............................................................................................................................11 Artiele 4— Availabi�it.y of Lands; Subsurface and PhysicaI Condikions; Hazardous Envirotizxaental Conditioris; Reference Points ...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.Q2 Subsurface and Pl�ysical Conclitions ..........................................................................................12 4.q3 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Undergroun.d Facil�ties ............................................................................................................... l3 �.OS Reference Poin�s .........................................................................................................................14 4.06 Hazardous Environmenta 1 Condition at Siie ..............................................................................14 Article 5— Bonds and Insuran.ce .....................................................................................................................16 5.01 Licensed Sureties ancf Insurers ................................................................................................... I6 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 S.Q3 Certifzcates of Insurance .............................................................................................................16 5.04 Contraetoc's Insvrance ................................................................................................................1 S 5.05 Acceptance ofBonds and Insurance; Option to Replaee ...........................................................19 Article 6 — Con.traetor's Responsibilities ........................................................................................................19 b.01 Supervision and Superintendence ...............................................................................................19 C1TY OP FQRT WORTI-� Alliance Airport Taxiway P, Phase 2 STt�JQa1RDCONSTRUCTION SPECIFICAT�ON �OCUMEI�iTS ProjectNo.103Q00 Revision; Mz� 4 2020 G.a2 6.03 6.04 6.Q5 6.06 6.07 6.08 6.09 6.1Q 6.11 6.12 6.13 6.14 b.I5 6.16 6.17 6.15 6.19 6.20 6.21 6.22 6.23 6.24 Labar; Warkirzg Hours ................................................................................................................20 Services, Materials, and EqUipment ...........................................................................................20 ProjectSchedule... ........................,..................,...........................................................................21 Substitutesand "Or-Equal�" .......................................................................................................21 Conce�•z�ing Sub�ontractors, Suppkers, and Others .................................................................... 24 WageRates .................................................................................................................................. 25 Patentrees and Royalties ...........................................................................................................26 Pezrnitsand Ljtilifies ........................................................................,...........................................27 Lawsand Re gulatians .... ... .... .... ..... ..... ........ ........... ........ ........ ........ ..... ... ..... ..... ......... ......... .... .... . 27 Taxes........................................................................................................................ ..................28 Useof Site and Other A�eas .......................................................................................................28 RecordDocuments ......................................................................................................................29 Safetyand Protection .................................................................................................................. 29 SafetyRepresen�ative .................................................................................................................. 30 Hazard Cammunicatian Programs .............................................................................................30 Eznerg�ncies andlar Rectification ...............................................................................................30 Submittals.................................................................................................................................... 31 Continuingthe Work ...................................................................................................................32 Cont�actor's General Warranty and Guarantee ........................................................................ 32 Indemn'rFication .........................................................................................................................33 Delegatian af Professional Design Services .............................................................................34 Rightta Audi� ..............................................................................................................................34 Nondiscrimination...... .... .... ... .... ..... ........ ........ ........ ........ ........................ ............. ........ ...... ... .... ... 35 Article7 Other Worl� at the Site ...................................................................................................................35 7.01 Related Wnrlc at Site ...................................................................................................................35 7.42 Coordination ................................................................................................................................36 Ar�icle 8 - City's Responsib�Ii�ies ...................................................................................................................36 8.01 Communica�ions to Con�ractor ...................................................................................................36 8.02 �urnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports azad Tests ...................................................................................36 • 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, az�d Approvals ..............................................................................................36 8.07 Limitations on City's Respons�ilities ....................................................................................... 37 8.08 Undisclosed Haza.rdous Environmental Condrtion ....................................................................37 8.09 Coznpfiance with Safety �rograrr� ...............................................................................................37 Ar�icle 9- City's Observation Status Dwring Constructian ........................................................................... 37 9.01 Ci�y's Project Manager ............................................................................................................37 9.OZ Visi�s to Site ....... .........................................................................................................................37 9.03 Author�zed Variations in Work ..................................................................................................38 9.04 Rejecting Defectiv� Vilork ..........................................................................................................38 9.Q5 Deter�ninations for Worlc Performed ..........................................................................................38 9.06 Deci�ions o� Requarements of Contract Documents and Acceptability of Work ..................... 38 C1TY OF FOTtT WORTH Allianee Airpor[ Taxiway P, Phase 2 STANDARI7CON5TAOCTIDN SP�C[F1CA1'[ON DOCUMENTS ProjectNo.103000 Revision: Ml�ch 9,� , Ar�icle 10 - Changes in �he Work; Cla�ms; Extra Work ................................................................................38 10.01 Authorized Change� in ihe Wark ...............................................................................................38 10.02 Unaut��orizeci Changes in tk►e Work ...........................................................................................39 10.03 Execution of Change Orders .......................................................................................................39 1�.04 Extra Woz•k ..................................................................................................................................39 10.05 Noti�'ication to Surety ..................................................................................................................39 10.06 Contract Clairias Process .............................................................................................................�0 Article 11 - Cost of the Worlc; Allowances; L7nit Price Work; Plans Quantity Measurement ......................41 1 l.Ol Cost of the Wor1t ......................................................................................................................... 41 11.02 Allowancas .................................................................................................................................. A�3 11.03 Unit Price VL�aik ..........................................................................................................................44 11.d4 Plans Quantity Measurement ......................................................................................................45 Artic�e 12 - Change af ContractPrice; Change of ContractTime .................................................................46 12.01 Change of Conteact Price ............................................................................................................ �6 12.02 Change of Cont�r�actTime ............................................................................................................47 12.03 De�ays ........................................................................................:.................................................47 Article 13 - Tests and Inspections; Corcection, Remo�al or Acceptance of Defecti�e Worlc ...................... �S 13.01 Natice of Defects ........................................................................................................................ �}S 13.�2 Access to War�c ...........................................................................................................................48 13.03 T�sts and Inspections ..................................................................................................................4$ 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop tk�e Work .............................................................................................................�9 13.Q6 Carrecti�n ar Remoeai af Defecti�e Work ................................................................................50 13.Q'1 Correction Period ........................................................................................................................ 5fl 13.08 Acceptance oiDefecti�e Work ...................................................................................................51 13.09 Ci[ky May Correct Defective Worlc .............................................................................................51 Article 14 - Paynnents to Contractnr and Completion ....................................................................................52 I4.01 Schedule of Values ......................................................................................................................52 14.02 Pro�rress Payments ......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.�4 PartialUtilization ........................................................................................................................SS 14.OS FinaS Inspection ...........................................................................................................................55 14.06 �'inal Acceptanne .........................................................................................................................55 14.07 Final Paymen� .............................................................................................................................. S6 1�.0$ Final Cornpletion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claitns ........................................................................................................................ 57 Article 15 - Suspension ai Work and Termination ........................................................................................57 15.01 City May Suspend Vl�ork .............................................................................................................57 15.02 City May Terminate for Cause ...................................................................................................58 15.Q3 City May Term�nate For Canvenience ....................................................................................... 6a Article16 - Dispute Resolution ......................................................................................................................61 16.OI Methods and Pracedures .............................................................................................................61 C1TY OF I'QRT WORTH Alliance Airport T�iway P, Phase 2 STAMDAkZDCONSTRIICTlOIV SPEC3F[CA7'30N DOCUII�ENTS ProjectNo.10300Q Ttevisian: Nfadi 9,2�0 Article17 —Miscellaneous ..............................................................................................................................62 17.0� Givir�g Notice .............................................................................................................................. 62 17.02 Coinputation ofTimes ................................................................................................................62 17.03 Cuinulative Remedies .................................................................................................................62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH Allianee Airport Taxiway P, Phase 2 STANDARDCQNSTRUCTION SPECIFICATION DqCiJMENTS ProjectNo.1�30D0 Revision: Maci� 9, 2020 on72oa-� GENERAL CANDlT101� 5 Page 1 af 63 ARTICLE 1— DEFINZTI�NS AND TERNIINOLOGY J .�I Defined Terms A. Whereverused in fhese General Gandiiians or m other Contt-act Documents, the terms Iistad beiow have the mean.ings indicated which are applieable to both the singular and plural thereof, and worcis denoting gender shall include the rnasculine, feminine and neuter. Said terms are generally capiCalized or written in �talics, but noi always. When used �n a cantext consistent wit� the definition of a iisted-defined ter�n, the ter�n shall have a meanir�g as defined below whether capitalized or italicized ar otherwi�e. In addrtion to ter�ns speci�'ically defin�d, terms with �nitial capital letters in the Contract Doci.unents u�elude i•eferences to identi�ed articles and paragraphs, and the tztles of other documents or forms. 1. Addenda �zitten oi graphic instruments �ssued prior to the opening o�` Bids which clarify, correct, or change the Bidding Requirernents or the proposed Contract Documents. 2. Agreement—The written instrument which is �videnee of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to Ciry r�vhich is to be used by Contractor duririg tl�e course a� the Work in requestitig progress or f�al payments and which is to be accom.panied by such supporiing dacuznentation as is required by the Contract Docunnents. A. Asbestos Any rriaterial that cantains mare than nne percent asbestos and is fr�able or is releasir�g asbestos fibers into the air above c�arrent action le�els established by the United Sfates Occupational Safety and Health Adzninistration. 5. Award — Autl�orizai:ion !�y the City Co�ncil for the City to enter into an Agree.mEnt. 6. Bid—The offer or proposal of a Bidder su�rnitted on ihe prescribed form ,sett�g forth the prices far the Work to be perfarnaed. 7. Bidder The individual or entity who submits a Bid directly to Ciry. S. Bidding Dacuments—The Bidding Requirements and the proposed Contract Documenfs (including all Addenda}. 9. Bidding Requi�erne�ts—The advertisetnent ar Invitatian to Bid, Instxl.tctions io Bidders, Bid security af acceptahle form, ii any, and the Bid Forrn with any supplements. 10. Business Day — A b�asiness day is de�'ined as a day ihat the City conducis normal business, gener�lly Monday thraugh Friday, except far federal or state holidays observed by the City. 11. Cc�lendarDay —A day consisting of 24 hours measUred fram midnight to the next midnight. CITY OF FORT WORTIi Alliance Airport Taxiway P, Phase 2 STAI�DARI7COM3TItUCTIDN Si'ECIFICATION DOCUMENTS ProjectiVo.103000 Revision: lV{ach 9, 2Cl�,0 OD7200-1 C�NERALCDNnl710N S Page 2 af 63 12. Char�ge Orde�—A documen�, which is prepared and appraved by the City, which is signed by Cant�•actflr and Czty and aut�orizes an addit�on, dele�ion, ar revision in the Wor1� or an adjustment in the Contract Price or the Contract Tune, issued on or af�er the Effective Dabe of tkie Agreeinej�t. j3. City— The City of Fort Worth, Texas, a hom�e-rule municipai corporatior�, authori�ed and chartered under I:he Texas State Statutes, acting by its go�erning body ihrough its City Manager, hi� designee, or agents authorized under his behalf, each of whieh is required by Charter to perform s�ecific duties witl� responsibifity for fnal enforcement af the contracts invalvir►g the City flf Fort Worth is by Charter vested irz the Ci�y Manager an.d is the entity with whom Contractar has entered into the Agreement aa�d far whom the Work is ta be per%rmed. 14. City Attorney — Th� of�'icially appointed City Attorney of the City of Foi�i Worth, Texas, or his duly authn.rized representative. I5. City Councid - The duly electeef and qualif"ied governing bady of the City of Fort Worth, Texas. 16. City Manager — The of�'icially appninLed and author�zed City Managex of 1:he City of Fort Worth, Te�,s, or h�s duly autho�•i�ed representative. l7. Cantract Clain�A demand or assertion by City or Contractor seeking an adjust�nent of Cont�act Price ar Conhact Time, or both, or otl3er reiief vvith respeci to the terms of the Contract. A demand for tnoney or services by a third parly is not a Contract Cla'vm. l8. Cantr•act—The entire and integrated written document between the City and Cantractor conc�rning tl�e Woric. The Cnntract conta ins the Agreement and alI Contract Documenfs and supersedes prior negotiatiox�s, representations, or agreements, whether written or oral. 19. Cont�act Dac�cmerats Those �tems so designated in the Agreement. Al� items listed in the Agreement are Cantract Documents. Approved Subrnittals, Qther Contxactor submittals, and the r�ports and drawings of subsurface and physieaf conditions are not Contract Docu�ments. 20. Cont�act Pr�ice The moneys payable by Cit� to Cont�actnr for completion of the Worrk in accardance witti the Contract Dacuments as stated in t1�e Agreeinent (subject to the pr�visions of Paragraph 11.03 tt� the case of LFnit Price Work). 21. Cont�act Time The nurnk�er of days or the dates stated in the Agreement to: (i) achieve Milestones, if an.y and (u'} co�nplete the Work so that it is ready for Final Acceptance. 2�i. CD72ii'L�CtO� The indi�idual or entity with whom Ciry has enter�d into the Agraement. 23. Cost of the Work—See Paragraph 11.01 of these Gen�ral Con.ditions fi�r de%rtion. CITY OF PORT WORTH Alliance Airport Txxiway P, Phase 2 STANDARDCONSTRUCTIAN SPECIFICAT30N DOCLFNi&NTS ProjectNo.103400 Revision: Madi9,2Q20 ao�zoo-� GENERALCAN�ITlON 5 Page 3 nf G3 2�. Darrtage Claims — A deinand for maney or services arising frortt the Project or SiCe frarn a third parry, Ciry or Contractor e�clusive of a Contract Claim. 25. Day or day — A day, unless otk►erwise defineci, shall mean a Calendar Day. 26. Directap of �viation — Tha of�cially appointed Di�ector of the Aviation Department af the City of Fort Vl�orth, Texas, or hi� duly appainted i epresentative, assistant, or agents. 27. DirectoY of Pa�ks and Comrraunity Services — The offici�fly appointed Director af the Parl�s and Community Services Department of 1:he Ciry of Fort Worth, Te�cas, ox h�s ciuly appointed representative, assistant, or agents. 28. Di�ectot� of Plc�nninga�ad Develapment— The official�y appninted Director of the Planning and D�velopzxaent Dapartr�nent of the City of Fort Wartl�, Texas, or h�s du�y appo�nted representative, ass.istant, pr agen.ts. 29. Director� of T�ansportaFian Public Works — The officially appointed Director of the Transportation Public Works Department of f.he C�ty of Fort Worth, Texas, or his duly appointed representative, assi�ta.nt, or agents. 30. Director of Water Depart�rte�t — The officially appainted Ditector af the Water Department of the City of Fort Worth, TeXas, ox his duly appointed representative, assistant, or a�ents. 31. Drawings That part of the Contract Documents prepared or approved by Engineer which �raphically shows the scope, extent, and character ofthe Workta be performed by Contractor. Subtnittals ar� not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes e£�ectiue, hut i�f no sUch date is �ndicated, it means the date on which. the Agreenaent is signed and delivered by the kast of the two partias to sign and deliNer. 33. Engineer Th� licenseci professional engineer or er�girieer�ng firm registered in the State of Texas performing professional services Fflr ihe City. 34. ExtYa Work — Addi�ianal wark made necessary by changes or alterations of the Contract Documents ar of quantities or for other reasons for which no prices are provided in the Cantract Docume�ts. E#ra work shall be part of the Wark. 35. Field Order—A wrjtten order issued by Ciry which requires changes � the Work but w�ich does not iuvol�e a change in the Co�tract Price, ContractTime, ar the intent of'the Engirteer. Field (]rders are paid frorn Field Order Allowances incorporated into the Contrac# by fi�nd�d work ty�e at the time of award. 36. Fi�aal Acceptance — The written notic� given by ihe City to the Contractor that the Work specified iti the Coniract Documents has been complated to the satisfaction of the City. C1TY OF FOEZT WOR`I'FI Alliance Airport Taxiway P, Phase 2 STANDARDCONSTRi1CT[41� SPECIP[CATItiN DOCiJMEiVTS ProjeetNo.103000 Revision: Madi 4, 2�7 aa��oo-i GENERAL. CQNDITION S Page 4 nf 63 37. Final Ir�spection — I�spection carried out by t�a City to verify that the Cont�'a�tor has campleted the Work, and each and every part or appurtenance there�fr, fully, entirely, and in conformance with the Contract Docuxnents. 38. GeneYal Rec�uirements--Sections of Divis�an 1 of the �antract Documents. 39, Haza�dous Enva�ontnenxal Condition The presence at the Site of Asbestas, PCBs, �etrol�urn, Hazardous Waste, Radiaactiv� Material, ar ather materia�s in such quantities ar circumstances that �nay pxesent a substantial danger to persons or prope�ty exposed thereto. 4Q. I�azcrrdous Waste Hazardous waste is detuled as any solid waste listed as hazardous or �assesses one or rnore hazardous chaxacter�stics as dafined �n the federal waste regUlations, as amendec� fram tune to time. 41. iaws and Regulalians Any and all applicable laws, rules, regulations, ordiriances, oades, a�td orders af any and aIl governmental badies, agencies, auihorities, and cavt�ts having jurisdic�ion. 42. Liens—Charges, security inter�sts, or encumbrances upon Ptoject funds, r�al property, or personal property. 43. Major Itern—AnItem of worl� inc�uded iri the Cnntract Docurnents tl�at has atatal cost equai to or greater than 5%fl of the original Contract Price or $25,000 whichever is less. 44. Milestane A principal event specified in the Cont�ract Documents reIating t� an intermediate Contract T�ne prior to Finaj Acceptance of the Work. 45. Notice of Akvard—The written notic� by City to the Successful Bidder stating that upon tirz�►ely coinp�iance by the Successful Bidder with the condrtians precedent listed therein, Ciry will s�gn and deliver the Agreement. 46. Notice to Proceed—Awritten notice given by City to Contractor f�ing the date on which the Contract Titne will caznmence to run and on which Contractor shall startta perform the Worlc specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 4$. Pet�oleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of ternperatur� and pressure (6D degrees Fahrenheit and 14.7 pounds �er square inc� abso�ute), such as oil, petroleuria, fuel oij, oi! s�udge, ai� reiu�e, gasoline, kerosene, and oil rnpced wiih other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. C[TY Or' FOItT WORTFI Akliance Aer�ort Taxiway P, Phase 2 STANI�ARDCONSTR[ICTION SPECIFICATION DpCCRvIENTS PmjectNo.1630Q0 Revisian: Mad� 9 � 00�200-� GEiVERAL GONDITI�iJ 5 Pflge 5 of G3 50. PYaject Scheclule A schedule, prepared and nnaintaineci by Contractor, �n accordance witYi the General Requireix�ents, desczbing �e sequence and duration of the acti�ities comprising the Contractor's plan to accomplish the Work within the Cnntract Time. 51. Project The W�rlcto �e perfarmed under the Con�t'act Documents. 52. PYoject Manager—The authorized representatzve of tha City who vvill be assignad ta the Site. S3. Pubiic Meetang -- An announced meeting co�ducted by the Czry to facilrtate public participat�on and to assisl the public in gair�ing an informed view of the Project. 54. Radioactive Material--Saurce, special nuclear, or byproduct rnaterial as defined by the Atomic Energy Act of 1954 (42 L7SC Sectian 2�13 et seq.} as amended from time to tune. 55. Regular Wa�king Hours -- Hours beginning at 7:00 a.m. and ending at 6:00 pm., Monday thz�u Friday {excluding leg�l hol�days}. 56. SampCes Physical examples of materials, equiprnent, or workmanship that are represantati�ve oi some portion of the Wor�C and which establish the sfandards by which such portion of the Work will be �udged. 57. Schedule of Sub�zattals A sch�dule, prepared and rr�aintained by Contractor, of required submittals and th� time rrequirernents ta suppart scheduled perfornnance of related construction activities. SS. Schedule of Values—A schedule, pr�pared anci maintained by Contractor, allQcatu-�.g portions of tY�e Contract Price to various portions of the Work and used as the basis %r �reviewin:g Contractar's Applicatians for Payment. 59. Site—Lands or areas irmdicated in tile Contract Docuznents as being fi�nished by City upon which the Work. is to be performed, includi�ng righis-of-way, perm�s, an� easements €or access thereto, and such ather lands furnished by City which are designated far the use of Contracto�•. 60. Specrfieaiions—That part of the Con.tract Documents eonsisting of written requarements for materials, equipment, s�stems, standards a.nd workmanship as applied ta the Work, and certain acinninist�ative requ�ements and procedural matters applicable f.�iereto. �pecifications may b� specif'�cally made a part of the Con�ract Daeuments by attachrr�.ent or, if not attached, rnay be incorporated by reference as indicated in the Table oi Contents (DNisian 00 00 00} of eack� �'xo3ect. 61. SubconCractor An individuaj or entity having a dii•ect cor�tract with Contractor or wzth any other Subcontractor for the performance of a part of the Vi�ark at the 5ite. C1TYaF FORT WORTk� Alliance Airport Taxiway P, Phase 2 STANi7ARDCQNSTRUCTtpN SPECIFICATI4N DOCi3MEN'fS PrajectNa: V03000 Revision: Mac�t9,7Q20 0072Ofl-� GE�VERAL CAN�ITIbI� 5 Page 6 of 63 62. ,S`ubmiitals--All drawings, dia�rams, iflusiratians, schedules, and other data or infartx�ation vvl�ich at•e specifically prepared ar assembled by or for Conf�actor and subtnitted by Contractar to illus�•ate same portion. o� the Work. 63. �`uccessfu.l BiddeN The Bidder subrn�ting tlle lowest and i�ost responsive Bid to whom City inakes an A�vard. 64. Superintendent— Tne representati�e of the Contractor who is available at all times and a'ble to receive instructians from the City and to act for the Contractor. 65. Su�plementat�y Conditav�2s—Thai part of the Contract Documents which amends or supplements these General Condi�ions. 66. Supplier A manufacturer, fabricator, supplier, c[istributor, t�ateriaLnan, ar �endor having a direct contract with Contractor or witlz any Subcon�ractor to furnish materials or equipmen# to be incorparated in the Wark by Contractar or Subcontractor. 67. Underground Facilitaes All underground pipelirtes, conduits, ducts, cables, vvires, manholes., vaults, tanks, tunnels, or other su�h fac.ilities or attachments, anc� any eneasemetrts containing such fac�liiies, including but not limited to, th4se that convey electricity, gases, steam, I�quid pe�roleum products, telephone or other cornmunications, cabl� television, water, wasfiewater, storm water, other fiquids or clneznica�s, ar tra£f'�c or other controI systezns. 68 UnitPrace Wark—See Paragraph 11.Q3 af these GeneraI Conditians for definition. 69. Weekend Wo�kingHours—Hours beginning at 9:aQ a.m. and ending at S:QO �a.m., Sat�trday, Sunday or legal holiday, as approved in advance by tl�e City. 7a. War�k The entire construction or tk�e various separately identifiable parts thereof rec�uired to be provided under the Con�cact Docume�ts. W�rk includes and is the xesult nf perfarming or pxoviding all labor, s�rvices, and da�umentation necessary to produce such construction including any Change Order or Field Order, and furnishing, insta lling, and ineorparating all materials and equiprnez�►t �►to such construction, all as required t�y the Contract Documents. 71. Wo�kingDca�—Aworking daq is defined as a day, not including Saturdays, Sundays, or legal h.olida�s authorized l�y the Czty for contract purpases, in which weather ar atY�er conditions nat urider the control af the Coniractor r�ill permit the perforrnance of the principal un�t aF wark un.derway for a cantinuous period of not less tl�an 7 hours between 7 a.m. and 6 p.m. 1.�2 Ter�minolagy A. The woz'ds and terms discussed in Paragraph IA2.B �hrough E are not defineci but, when used in the Bidding Requirements or Cantract Documents, have the indicated rneaning, B. Intent of Cet�ain Terrns or Adjectives: CITY �F FORT WORTEI Alliance Airpork Taeiway P, Phase 2 STANDARDC01�5TRUC7'lON SPECIFICATIdN DOCUn+IENTS ProjectNo.1030D0 Revision; Madt9,202�} 0072oo-i GENERAL CON4ITIQN S Page 7 uf 63 �. r['�'C0 Contract DocUments include �J� t�Pl'C15 "as allowed�" "as approved," "as ardered�" "aS directed" or ternas of like effect ar import to authcarize an e�ercise of jud�;ment by City. In LG 7) 4i 7) LL 7f G f7 LG » add�tian, the adject�+es reasonabl�, suitable, acceptable, `p�•oper, satisiactory, ar ad�ectives of like effec� or import are used to describe an action or determinaiion of City as ta the Wark. It is intended that such exercise of professionai juc�gtnent, action, or determination wi�1 be solely to evaluate, in generai, ihe Warlc for co�np�iance wsth the inform�tion in the Contract Dacuments and witla the ciesign concept af the Project as a functioning whole as s�iown ar indicated in the Cantract Dacuments (unl�ss thexe is a specific stateir�ent indicating atherwise). C. Defeetive: l. The word "defective," wnen modifying the wnrd "Wark," refers to Work that is unsatisfactory, faulty, or de�cient in that it: a. does noi conform to the Con�ract Dacuments; or b. does not meet tlae requ�rernents of any appIicable izispection, referenoe standard; test, or approval referredta in the Contract Docuzxaents; or c. has been damagad priar ta City's writ�en acceptance. D. Furnish, .Install, Perfo�m, PNovide: l. T�ie word "Furnish" or the word "Install" or the word "Per%rm" ar the word "�'rovide" or the word "Supply," or any combination or sztnilar directi�e or usage thereof, shall mean furnisl�ing and ir�corporating in the Work including all necessary labor, materia�s, equipment, and every�hing necessary to perform the Work ind'zcated, unless specif'ically limited in the eontext used. E. Unless stated atherwise in the Contract Dacuments, wanrds ar phrases tY►at have a vwell known technical ar construction industry ar trade meanuag are used in the Contiract Documents 'rn accordance with such recQgnized meann�g. ARTTCLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shali fuz�nish to Cont�actor one {1) original executed capy and one (1) electronxc copy of the Contract Docuix�ent�, and faur (4} additional eopies of t11e Drawings. Additional copies w'rll be iurnished upon request at the cost of reproduction. 2.02 Camrrae�cementof Con�actTime; Notice to P�oceed The Contract Time will commence to run on th.e ciay indicated ir� the Natice to Proceed. A Noiice to Praceed may be giv�n no earlier than 14 days after the Effective Date of tl�e Agreen�►ent, unless agreed to by bath parties in writing. CITY OF FORT WORTH All iance Airport Ta�ciway P, Phase 2 STANDARDCONST[tUCTION SPECifICATION DOCIIM�NTS ProjectNo.10300� Revisian: Mscdt 9,20QQ D072p0-1 GENERALCONDlTION 5 Page 8 0# 63 2.03 Sta�ting l�te T�Yo�k Contractor shall start to perform ihe Work on the date when the Cont�act Tiz�ae commences to run. No Work shail be done atthe Site prior io the date on which ihe Contract Time comm�nces ta run. 2.0� Before StartingConstructio�a 13aseline Schedules: Submit in accordance wi�h the Contcact Documents, and prior to starting the Worl�. 2.05 Preconstruction Co�t,f'erertce Before any Wark ai the S�te �s started, th� Contractor shall attend a Preconstruction Conference as specified in the Contract Docurrients. 2.06 Public .2�Ieeting Contractor tnay not mob�lize any equipmeni, material� or resources ta the Site prior to Contractor attending the Public Meetir�g as scheduled by the City. 2.07 Initial Acceptar�ce of �Schedules No prggress payment shall be made to Contractor unti� acceptable schedules are submitied to City in accordance with the Sehedule Specification as provided iti the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: XNTENT, AMENDING, REUSE 3.01 Intent A. The Contract DocLirrzents are coznplementary; what is required by one is as binding as i� required by afl. B. It is the intent af the Contract Docu�ments to describe a functionaIly complete pro3ect (or part thereo� to be construcied in accorciance withthe ContractDoeuments. Any �abar, dacu�nentation, serr�ices, materials, or equiptnent that reasonably may be inf�rred from the Contract Documents or fram prevailing custom or trade usage as beir�g requ�red to produce the ir�dicated result �vil� be �ra�ided whether or nat spec�ically cafleci for, at no additiona� cast ta City. C. Clarif'�cations and interpretations of the Contract Docu�nenis shall be issued i�y Cily. D. The Specif'ications may vary in form, format and style. Some Specif'ication sactions may be written in varying degrees of streamZined ar declarati�e style and sorne sections may be relati�eiy narrative by comparison. Omission af such words and phrases as "the Contractor sha�," "in CDTLfOTITII� Wl�l'1," "a5 S�IOWIl," or "a6 S��C1�10d" aT'� intentional [ri 5�X'@arTlLTIeC� SeGt10II5. Omitted words and phrases shall be supp�ied by itiference. Simiiar types of pravisions may appear in various parts of a section or articles within a part depending on the £onnat of the CTFY OF PORT WORTH Alliance Airport Taxiway P, Phase 2 STANDARDCONSTRi3CT[DN SPECIFICATI�N DOCiJMBNTS Projecil+]o.1030Q0 Revision: Mad� 9, 2020 DO7200-I GENERAL �ON4]ITION S Page 9 of 63 section. The Contrac�or shall �not take advantage of any variation of form, format or style in making Contract C�aims. E. Th� cross referencirig of specification sectians under the subparagraph heading "Related Sections irnclude bui are not necessarily lim�ted to:" and el�ewhere wiClZit1 each Specif'ication sectior� is provided as an aici and conventence to the Contractor. The Contractor shal] not rely an the cross refer�ncing provided and sha11 be responsible to coardinate t�e entire Worlc under the Contract Documents and provide a complete Project whether or not tlae cross re�erenc.ing is provided iz1 each section or r�vhether or not the cross referencing is camplete. 3.02 Reference 5tandcardr A. Standards, Speci�zcations, Codes, Laws, and R�gulations 1. Reference to standa�-ds, specif'ications, manuals, or codes of any technical society, arganization, or associatian, or to Laws or Regulations, whether such reference be specif'ic or by implication, shall inean the standard, speeif'ication, manua�, code, or Laws or Regulations in efFect at the time of apening of Bids (or on the Effect��e Date of the Agreement if there were no Bids), e�cept as may be otherw�se specif3cally stated in the Contract Docu�nents. 2. Na proviszan af any such standard, specifcatian, tr�anual, or code, or any a�structian of a Sugpli�r, shall be effective to change the duties or responsibiliiie� of City, Contract�r, or any of their subca�tractors, consultants, agents, or ez�►�ployees, fram those set for�► in the Contract Docuznents. No such provision or instruction shall be effective to assign. to City, or any of its officers, di�ectors, rnetnbers, paz'tners, employees, agents, consultants, or subcontractors, any duty or authariLy to supervise ar direct the performance oithe Worlc or any duty or authori�y to undertake responsibility iricansistez-�t with t.he }arovisions of the Gontract Docurr�ents. 3.03 Repot�ting and ResolvingDisc�epancies A. IZeporting Discrepancfes: 1. Cont�actop'� Revievu of Contract Documents BefoNe Starting yYork: Before unde�taking each part of the Work, Contractor shafl carefulIy study and cQmpare the Contract Documents and check and verify pertinent figures therein against al� applicable field ineasurements and conditions. Contractor s�all promptly report in writing to City any canflict, error, amhiguity, or ctiscrepancy which Contractor discovers, or has actual lrnowledge of, and shall obtain a written interpretation or clar�ication frorn City before proceed�ng with any Work affected theref�y. 2. Conirac%r's Review of Contract �ocurnertts DuringPeNfor�nance of 6YoNk: If, du�ring tha pe�rformance of the Work, Cantractar discovers any conflict, error, ambiguity, or discrepancy rxrithan �h� Cantract Documents, or between the Contract Documents and (a) any applicable Law oz Regulation ,(b) any standard, specif'ication, manual, or code, or (c) any instruct�nn of any Supplier, then Contractor shall promptly �eport zt to City in writing. Contractar sl�al� nat proceeci wzth. the Work affected thereby (except in an emergency as required by Paragraph CTTY OP �'ORT i�dItTH Ellliance Airpart Ta�ciway P, Phase 2 STANDAItDCONSTRIICTIDN SPECIPCCATION DOCU[vIENTS ProjectPin.10300D R evision: M2id� 9, 20�D oarzoo-i GENERAL GONDITIO N S Page ] 0 of 63 6.I7.A) unfii an amendix►c�rt ar supplement ta the Con%•act Daeument� has been issued by one of the methods indicated in Paragraph 3.04. 3. Cant�actor shall no� be liable to City for fa�lure to report any canflict, errar, ambigu�.y, ar d�screpancy in the Contract Dacuments unless Contractar had actual lcnowledge thereof. B. ResolvingDiscreparrcies: I, Except as may be otherwise specifically staiedin the Contract Docu�nents, the provi�ions of the Contract Documer�ts shall take precedence in resoivi�r�g any conflict, error, ambigui�, ar discrepancy b�tvveen tk�e provisions of the Contract Documents and the provisions of any standard, specification, tnanual, or th� instruction of any Suppliez- (whether or not spec�"ically utcorporated by reference in the Contraet Documents). 2. In case of discrepancies, figut�d d'maensions shail govern aver scaled diznensions, Plans shall govern over Specifieations, Suppleinentary Conditions �hall govern over General Conditions and Spec�'zcaiians, and quanti�ies s�own on the Plans shall govern ov�r 1:hose shown in the proposal. 3.04 Amending and Supp2ementing Canty'actDocuments A. Th� Contract Dacuments may be amanded to provide for addrtians, deletions, and revision� in the Work or to r►aodify the terms and conditions the�eof by a Change Order. B. The requirements of t�e Contract Documents rnay be snpplemented, and minor �ariatians and deviations in the Work not mvolving a change in Cont�act Price or Contract Time, rnay be authorizecl, by one or more of the following ways: 1. A Field Order; 2. Crty's review of a Submitta� (subject to the pravisions af Paragraph 6. l S.C); ar 3. Cifiy's written mterpretatian or c�rif'ication. 3.05 Re�se af Document.� A. Contractor and any �ubcon�ractor or Supplier shall not: 1. ha�e ox acquire any title ta or owner�hip rigl�ts ir� any of the Drawings, Spec�ications, or other docuzx�.ents (or copies af any ihereof} prepared by or bearing the seal of Engineer, including electironic media eclitions; or 2. reuse any sUch Drawings, Specif'icatians, other documents, or copies thereoion extensions o� the Project or an� other project without writ�en consent of City and spec�'ic writ�en verif'icatian or ada�tation by Enginaer. CITY Oi' FQRT WC}R`I'H Alliance AirporC Ta�ciway P, Phase 2 STANDARDCONSTRi1CTI�N SPECIF[CATION DOCLTM$NT5 PrnjectNo.103040 Revision; Med� 9, � aanoo-i GEN�RAL. GONDIi IDN S Page l 1 af G3 B. The prohibitions of this Paragraph 3.05 will si.uvive final payme�t, ar terminakion of the Cantraci. Nothing herein shall preciude Contractor from retaining copies of the Cnn�ract Documents for recard p�arposes. 3.45 Electronic Data A. Unless otherwis� stated in the �upplementary Conditions, the data furnished by Czty or E�Zginser to Contractor, or by Contractor to City ar Engineer, that may be relied upon are firr�ited to the prir�ted copies included in the Contrac� Documents (also Ialown as hard copies} an.d other Spec�'tcatior�s refexenced and located on t11e City's on-lin.e e��ctronic document management and collaboration system site. Files in electronic media format of te�, data, graphics, or other types are furnished anly for the convenience of the receiving party. Any conciusior� or iriformation obta iuled or derived from such elect�•or�ic files wil� be a.tthe user's �ole risk. Ifthere is a discrepancy betweer� the electronzc fdes and the hard copies, the hard copias go�ern. B. When tiansferrmg docuznents in electronie nr�edia format, the transferr�g party makes rao representat'rons as to Long term compatibility, usabilit}+, or readability of documents resukt�g from the use of softvvare application packages, operating systems, or eomput�r hardware d�ferin.g from those used by the data's creator. ARTICLE �— AVAILASILITY OF LANDS; SUB SURFACE AND PHYSICAL CONDITI�NS; HA7ARDOUS ENVIRUNMENT�.L CONDITXON�S, REFERENCE POINTS 4.OI Availability of Lands A. City shaIl fu�'nish the S�te. C�y shall noiify Conh•acLor of any encumbxanees or restrictions not of general application but specifically related to �ase of the 5i�e witk► which Contractor must comply in performing the Work. Cfty will obtairz in a tirnely manner and pay far easements for permanent structures or permanent c�ianges in existing faciIzties. 1. The City has obtained or anticipatas acquisi�ion of and/or access to right-of-way, andlor easements. Any autstand�g right-af-way andlor easements ar� anticipated to be acquired in accordance wifh the schedule set forth in the Supplementary Canditions. The Prnject Scheciule sub�niti�d by the Contractor in accordance with the Contract Documents must consider any outstandir�g right of-way, and/ar eas�rnents. 2, The City k►as ar anticipates removing and/or relocating uti�il-ies, and obstruc�ions to the Site. Any outstanding removal or relocation of utilities or nbstructions is anticipated i� accordarice with the schedule set fort4� in th� Supplementary Conditions. The Praject Schedule subnnikted by the Caniractor in accorciance with the Contract Documents �nust consider any autstanding utilities oz' obstructio�►s to be removed, adjusted, and/ar relocated by others. B. Upon reasonable written request, City shall fiarn�sh Contractor with a current statetnent of record Iegal ii�le and legal description af the. lands upon vvhich the Work is to be perfaz•med. CITY OF PORT WORTH Alliance Airport Taxiway P, Phase 2 STA�*[DRR�CONSTRilCTION SPGCIFICATION DOCUME1+1T5 PrajeetNo.I0304D Revisian: M�h 4, 262� 0072D0-1 G�NERALCAi+II71T101� 5 Page l2 of 63 G Contractor shall provide for all addrtiona� lands and aecess thereto that inay be required for construction faciiities ar storage of materia�s anci equipnaent. 4.02 Subsu�face andPhysicaiCondition.s A. ReportsandDrrnvings: The Suppiementary Conciitions identi£y: 1. those �•eports lrnown to Ci�ky of explorations and tests of subsuz'face conditions at ar contiguous to the Site; and 2. those drawings known to City of physical conditions relating ta existing surfaee or subsurface structures at the Site (except Underground I'acilities). B. Lirrt-ttit�d Reliance by Cont�actor on Technical Data Autha�ized: Contraetor may rely upon the accuracy of the "technical data" contairied in such reports and drawings, but such re�orts and drawings are not Contraci Docurnents. Suc� "technical data" is identifed in the Supplernentary Candi�ions. Contractar rnay not rnake any Coniract Claim against City, or any of thei� afiicers, directors, members, �artners, erriployaes, agents, cnnsultants, or subcontractors with respect to: 1, the campleteness of such reports ar�d drawings for Contractor's purposes, including, b�t ttot ]unrted to, ar►y aspects af the rMeans, rnethods, techn.iQues, sequenc�s, and procedures of construotian to be employed by Cont�'aetor, and safaty precautions and pro�rams incident thereto; ar 2. other data, inter�retations, apinions, and 'uaformalion conta.med in such reports or sl�own or indicafied in such drawings; or 3. any Contractor irzterpretation of or conclusian drawn from any "technical data" or any such oi;]zer data, interpretations, opinions, or information. 4.03 Differing Subsurface oY Physical Cnnditions A. Notiee: Zf Cnntractar believes that any subsurface or physical condrtian �hat is uncovered or revea.�ed eitk�er: 1. is of sucY► a nature as to esta.blish tliat any "technical da.ta" on which Contractor is entitled to rely as provided in Paragraph 4.fl2 i.s materiaily inaccurata; ar 2. is of such a natiu-e as to reguire a change in the Contract Documents; or 3. differs materia�ly from that shown or indicated in the Contraci Docume.nts; ar 4. is of an unusual nature, and differs rnaterially from co�ditions ord'utarily encauntered and generally recagnized as inherent in work of the charact�r pro�ided for in the Con,traet Dncurnents; CITY OF FORT WOR"CH Alliance Airport Taxiway P, Phase 2 STANI]ARDCONSTIiIICTiON SPECIFICATI01� I]OCUMEtVTS PrajectNo.l030fJD Revisinn: Mad� 9,2DH1 ao72oo-� G�N�F2ALCONDlTION 5 Page 13 of 63 then Contractor sha�, promptly after becomin� aware thereof and before further disturbir�g the subsurface or physical conditians or perform�ng any Wark in cannection therewith {except in an emetgency as ret�uir�d by Patagraph b.17.A), notify City in writing about such condition. B. Passible Price and Tinre Adjustme�ts Cantractar shall not be en.titled to any adjustment in the Contract Price or Ca��tract Time if: 1. Contractor knew of' the ez�ist�nce of such conditions at t%e tiune Gontractar rnade a final commitment to City with respect to Contract Price and Contract Time by the subinission of a Bid or becoming bound under a negotiated contract; or 2. the e�istenee of such condition could reasanabiy have been discavered ar revealed as a result of the examination of the Contract Documents or the Si��; ar 3. Contractor failed ta give the wri�iten nntice as required by �aragraph 4.Q3.A. 4.04 Unde�^gNoundFacalities A. Shotivn or Indicated.• The information and data shown or indicated in the Contract Docurr�ents with respectta existing Underground Facilities at or contiguous tn the Site is based on information and data furnished to City ar Engineer by �he awners of such Undergroun.d Facilitie s, ineluding Czry, or by oihers. Unless it is otherwise expressiy provided in the Supplementary Con.ditions: 1. Ciry and Engineer shail not be respan�ble %r the accuracy or campleteness of any such uzformation ar data provided by others; and 2. tlZe cost of all o� the following will be inciuded �n the Contract Price, and Contractox sha11 have full responsibility for: a. reviewing and checking all such information and data; b. lacating aU Underground F'acilities shown or indicated i� the Contract Documents; c. coordination and adjustrnent of the Work with the owners of such Underground �`acilrties, including City, during constructinn; and d. the safety and pratection of all such Underground Facilities and repairmg any dam�.ge thereto resuZtin� from the Work. B. NotShowno�Indicated: l. If an Underground Facility which conflicts wi�h the Work i� uncavered or revealed at or contig�aous to the Site which was not shown or indicated, or not slaown or indicated with reasanab�e accuracy in the Contract Documents, Can�ractor shaI� promptly after becoming awar� t�ereof and before further distur�ing con�ikions affected thereby or per�omung any CITY OF FORT WOKTH A1liauce Airport Ta�ciway P, Yhase 2 STA%IDARdCQNSTI�IICTION SI'ECIFICATION DOCUNIENTS PrnjectNo.lQ3aQ0 Revision; Nfad� 9, 3710 04720U-1 GENERALGOPf�lTION S Page 14 af b3 Work in connection therewrth (except in an emergency as required by Paragraph 6.1'1.A}, iden�ify the owner of such Underground Facility and gjve notice to that owner and to City. City will review the discovered Undergrnund �'aciliiy and determine the extent, if any, to which a change may be requ�red in the Contract Documents to reflect and document the consequenc�s of the �xistence or location oi ih� Undergiound Facility. Contracl:or shall be r�sponsible for the safety and protect�on of such discovered Underground racility. 2. If City coneludes ihat a change in the Contract Documents is required, a Change Order may be issued to reflect and ciocumerrt such can�equences. 3. Ve�ification of ex�stmg utilities, struetures, and service �ines shall include notificatio� of a!1 utility companies a minimum of 48 E►ours zn advance of eonstruction includ�ng exploratory excavation �' necessary. 4.U5 Reference Points A. City shall pravide engineering surveys to establish referer�ce points far construction, which in City's judgtnent are necessaryto enable Cantractor tn proceed wiih tize Work. City will �rovide construction stakes ar ather customary method nf rnarking to establish l�ne and grades for roadway and utility construction, cenier�iz�es and benchmarks for bridgework. Contractar shall pratect and preserve the established reference pa�ts and praperty monument�, and shali make na ct�anges or relocations. Can�actor shall repart to City whenever any� referenc� poitrt or property monument �s lost or destroyed or requires reiocatian because of necessary char�ges in gcades or locations. The City shall be respor�sible far the replacemen� or reloeation o� reference points or property monuments not carelessly or wilifully destroyed by the Contractor. The Contractor shaIl notify City in advan.ce and witl� sufficient tiime to a�oid delays. B. VJ�enever, in the opinion of the C�, any ref�rence point or mQnument has been carelessly or willf'ully destroyed, distui•bed, or remov�ec� by the Cantractor or any of his employ�es, the full cost �ar replacit�g suct� poults plus 25% will be charged against the Contractor, and the ful� amount will be deducted from payinent due the Coniractor. 4.06 Haza�dous Environmentcrl Cor�dition atSite A. Repo�ts andDrm�vings: The Supplementary Candi�ions identify those reports az�d drawirigs lcnown to City refating to Hazardous Environmental Conditions that har�e been identified at the Site. B. Limited Reliance by Contractor on Techn.icall�ata Autharize�.• ContraGtor may rely Upon the accuracy of the "technical data" contained in such reports and �rawings, but such reparts and ctrawings are nnt Contract Documents. Such "technical dafia" is identifed in the �upple�nentary Cond�ions. Contractor txkay nat make any Contract Claim against City, or any of their officers, directors, rrlembers, partners, employees, agents, consul�ant�, or subcontractors with respeci to: l. the completeness af such reports and dravvings for Contractor's purposes, including, but not lirnited to, any aspects o� the means, methods, t�chniques, sequences and procedures of CITY OF FO1�T WO1tTH Alliance Airport Taxiway P, Phase 2 STANDARDC4NSTRUCTION SPL•CIFICATIUN DOCLJM�NTS Projecthia.103000 Revision: Mad� 9, 2�2(l 0072UO-1 GENERAL CON� ITION 5 Page 1 S af 63 construct'ron to be employed by Cantractor and safety precaul-ions and programs incident thereto;or 2, other data, mterpretatians, opinions and information contained in such reports or shown or indicated in such cirawings;. or any Cantractor interpretation of or conclusior� drawn from any "techtucal data" or any such othez data, interpretations, opinions or information. C. Contractor shall not be respansible far any Hazardous Enviro�ental Cand�tion uneovered ar revealed atthe Si�e which was not shown or indicated i� Drawin.gs or Specificatiat�s or ident�fied in the Contract Doeuments to be within the scope of the Wor�c. Contractor shall be responsble %r a Hazardous Environzr►ental Con.d�tian created wiih any inaterial� bronght io the Site by Cantractor, Subcontractors, Suppliers, or anyone else for w�ona Contractor is re�ponsible. D. If Contractor encaunters a Hazardnus Environmentai Condition or if' Contiractor or anyone far whom Coniractor i� responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or o�herwise isolate 5UC�1 COriCIIti1DT1; (u) stop all �ork in connection with such condition and in any area affected thereby (except in an ernergeney as required by Paragraph C.17.A); and {i�) notify City (and promptly thereafter conf�rm such notice in wri�ing}. Ci�y may cnnsider the necessity to retaiza a q�aalified expert tQ evaluafe such condition or take corrective acfii�n, if any. E. Contractor shall not be rec�uired to resume Worlc in connectson wiih sueh condition or in any affeetedareauntii aiter City has obtained any required permits related thereto and deiivered written notice ta Cnntraetor: {i) specifying that such condition and ar►y affected area is or has been rendered suitable far the resUmption of Work; or (u) specifying any special conditzons under wk�ich such Work may be resUtxied. F. If after receipt of such written notice Contractnr does not agree to resume such Work based on a reasonable belief it is unsafe, or daes not agree to resume such Wark under such special conditions, then City may order ihe portion of the Work that is in the ar�a aff�cted by� such. candition to be � deleted from the �Vork. Crty may ha�e sueh deleted portian of the Work per%rmad by City's own forces or others. G. To ihe fullest extentpe�mitted by �aws and Regulatian.s Co�tr�actor slaall inde�nn� and l�old harrraless City, fYam and againstall ciaims, costs, losses, and damages (inciuding b�rt not limited to all fees and charges of engineers, architect.s, attorneys, and ot�ae� professianals and all court or arbit�ation o� othe� dispute resolutio�z costs) arising oui of ar relating ta a Hazar�dous Envir^�onmentalConditian created by Cont�acto�or bya�yaneforwhomContractor is responsible. Nothing in this Pa�agrcrph 4.06.G shall obligate Contrr�ctaY to indernn� any individual oY entity fram and agai�xst the consequences of that andividual's or entaty's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.0� do not apply to a Hazardaus Envi�onmental Cond�tion uncovereci or re�ealed at the Site. C17'Y OP FORT WORTH Alliance Airport Taxiway P, Phase 2 STANDARDCONSTRUCTION SPECIP[CATlQN DOCIJNIENTS 1'roject�lu.143000 Revi sion: N[adi 9, 2fl20 DO7200-I G�NERAL CONDITION 5 Page 16af63 ARTICLE � — BONDS AND INSURANCE 5.01 Licensed Sr�reties andlns�rers A�1 bonds and insurance required by Y�e Contract Documents io be purchased and maintained by Contxaetor shall be ob�ined from surety or insurance cnmpanies that are duly lic.ensed or autharized in the State of Texas to issue bonds or insurance pol�cies far the limits and coverages so required. Such surety and insurance companies shall also meet such additiona] requ�rements and quaJi£ications as may ba provided in Y.he Supplementary Conditions. 5.02 1'eNfo�rrtance, Payment, and Maintenance Bonc�s A. Contractor shali furnish perfortnance and payment bonds, in accordance wi�h Texas Goverriment Code Chapter 2253 ar successor statute, each in an amount eyual to the Contract Price as security for the faithfiul pe�£armance and paymeni of all of Contractor's obligatians under the Contract Docum.ent�. B. Contractor shall furnish maintenance bonds in an arrlount equal to the Contract Price as security to protect the City a�ainst any defects in any portion of the Wark described in tlie Contract Documents. Maintenance bonds shall reznain in effect for two (2) years af�er the dat� of Final Acceptance by t1�e City. C. AIl bonds shall be in the fQrm prascribed by the Contract Documents except as pravided otherwis� by Laws or Regulations, anci shall be ex�cuted by such sureties as are named in the list of "Companies Holding Ceirtificates of �luthor�y as Acceptable Sureties on Federal Bonds and as Acceptable Reinsu�ing Companies" as published in Circular 570 {azx�ended) by the Financial Management Service, SureTy Band Branch, U.S. Department af the Treasury. All bonds sign�d by a�► agent or attorney-in-fact must be accompanied by a sealed ar�d dated power oi attorney which shall show ti�at it is ef�ective on the date the agent or attarney-in-fact signed each bond. D. Tft�e surety on any bond furnished by Cont�actor is declazed bankrupt or becnmes ir�salvent or its right to do business is terminated in the State of Texas or it ceases ia nneet the requi�rements of Paragrapla 5.02.C, Con�ractor shall promptly not�y City and shall, within 30 days afterthe event giving rise to such natification, provide another bond and surety, both of wl�ich shail comply wi�h the req�.iirements oF P aragraphs 5.01 and 5.02, C. 5.03 Certificates of Insut^ance Coniractor shalI deliver to City, with copies to eachadditionai insured and �oss payee ideniif'ied in the Supplementary� Conditions, certificates of insurance (ot�ier evidence of insurance requested by City or any other add�tional insured) in at least the nninimutn amount as specif'�ed in the Supplementary Conditions which Contractor is requited to purchase and maintaim.. The certificate of insurance shall doctnnent the City, and aU identi�'ied entities named iz� the Supplementary Conditioz�s as "Additianal Insured" on all liability policies. CTCY OF I'ORT WORTH Allianee Airpart Taxiway P, Phase 2 STANDAl2DCONS7'RUCTION SP�uCIFICATION D6CUNIENT5 ProjectNo.1D3000 Re�ision: N1ad� 9, 207p on�zoa-� GENERALfAfiI[7lTI0N 5 Page l 7 of 63 2. The Contractor's genaral liabiliiy insi.u•ance shall mclucie a, "�er pro3ect" or "per location" endarsement, which sl�all be identified in the certiiicate a£ ins�arance pro�id�d to the Cii.y. 3, The certificate shal� be signed by an agent authorized �o bind coverage on behalf af the i�sure d, be complate in its entuety, and show cona�lete insuz•ance carrier na�n�s a� listed in ihe current A.M. Best Property & Casualty Guide 4. The insurers for al� policies must be licens�d andlor approved to do business in the State of Texas. Except for workers' comper�sation, all insurers must have a rr�inunum ratin.g o� A-: VII in the current A. M. Best ICey Rating Guide ar ha�e reasonabl� equivalent finai�cial s�rength and solvency to the satisfactian af Risk Management. If the ratir�g is below tk�at required, written approval of City is rec�uired. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery} in favar of the City. Cn addition, the Contractor agrees to wazve all rights of subrogation against the Engineer (if applicable), and eaoh addi�tional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certiiicaies or o�her evidence of full camplia.nce wi�h the insurance requ�rements ox failure af the City to idez�tify a defzciency fronn evidence t�at is pravided shall not be cQnstrued as a waiver of Cnni�actor's obligat�an to ma.�ntain such lines ofinsUrance coverage. 7. If insurance policies are not written far specif'ied coverage l�mits, an ihnbreDa or Excess Liability insurance for ar►y differences is required. ExcessLiability shall foIlow fro�n of tha primary cnverage. 8. Unless otherwi�e stated, all requiz�ed irisurance shall be written on the "oceurrence basis". If co�erage is undarwritten on a clairr3s-made bas�s, the retroactive date shalI be coincident with or prior to the date of the effective date of the agreement and the cer��t"icate of insurance shall state that the coverage is claims-made and tk�e retroact�ve date. The insurance c��erage shall be maintained for the durat'ron af the Contract and far t.�ree (3) years fol�owing Final Acccptance provided ur►der the Contract Documents or for the warranty period, whiche�er is longer. An annual certi£icate af it�surance subxnit�ed to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nuUify or amer�d, the required lin.es of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the eveni a Contract has been bid or e�ecuted and the exclusios�s ara deierinined to be unaccepiable or the City desires additional insurance coverage, and the City desires the cnnirae#orlengineer to obtai� such caverage, the contractprice shali be adjusted by the cost of the premiram for such additional coverage plus 1Q%. I0. Aay se1� insured retention {SIR), in excess of $25,OQOAO, affecti�g required insurance cove�•age shall be approved by the Ciry i� regards to asset value and stoekholders' equity. 1n CI7'Y OF FQRT WORTH All'tance Airport Ta:cirvay P, Phase 2 STANDARDCAN5TRl1CT10N SPECI�ICATI01� DOC[7MENT5 Projecft�in.103a0U Iievision: ivTadi9,2p20 oo�aoo- i GENERALCONb1710N 5 Page 18 of 63 lieu of traditzonal insurance, alternatNe coverage maintained through insurance paols or risk re�eniion graups, must also be approved by City. 11. Any deductible in e�cess of $S,D40.00, far any policy that does not pro�icie caverage on a first-dol�ar basis, must be acceptable to and approved by the City. 12. City, at rts sole discretion, rese�-ves tli� right �o review ihe �nsurance requuerz�ents and to mak� reaso�aable adjustzaaents to insurance coverage's and their 1'units when d�emed necessaty and prudent by the City based upon changes in statutoiy law, court deci�ion or i:he claims history oithe industry as well as of the contracting party �a the Ciry. The City shaIl be required to provicie prior �oiice oi 90 efays, and the insurance adjust�nents shall be incorporated into the Work by Change Order. 13. City shall be ent�t�ed, upon written request and without e�ense, to receive copies of policies and enciarsements ther�to and nnay rr�ke any reasonable requests for deletion ar revision ar modifications of particular policy terms, conditions, lunitatian�, or exclusions �►ecessary to con%rm the policy and endors�ments to the requirements of the Contract. Deletions, revisions, or mod�icatians shall not be required where policy pro�isiorns are established by law or regulations bit�ding upon e�ther party or the undervvriter on any sucl� policies. 1�, City shall not be responsible for �he direct payment of insurance premium costs for Cantractar's insurance. 5.04 Cont�actor's Insurance A. Wo�kers Compenscr�ion arad Employers' �iabilaty. Caniractor shall purchase and nnaintain such itasurar►ce coverage vvith. 1'units consistent wiih statutor� benef�ts outlined in the Texas Warkers' Compensaiion Act (Texas Labar Code, Ch. �406, as amended), and miivmum linnits for Emp�ayers' Liability as is appropriate for the Work being perfarrr�ed and as will pro�ide �rotection from c�aims set fat�h belaw which rr�ay arise out of or resui� from Contractor's performance of th� Work a�d Contractor's other obligations Under the Contract Documents, whether it is �a be perfarmed by Con�ractor, any Subcontractor or Suppfier, or by anyo�e daect�y or ind�rectly employed by any of them to perforrri any of the Work, or by anyane for whose acts any of them may he liab�e: I, claims under workers' cainpensation, disabi�ty benefrts, and other simiIar ernployee l�ene�t acts; 2. claims for damages becaUse of bociily injury, occupational sickness or disease, ar death of Contractor's employees. B. Cammercial �eneral Liability. Coverage shall [nclude but not be ]imited to �overing liabiliiy (bodily in�ury or property darr�age) arising frotn: premisesloperations, independent cantractors, productslcampleted operations, personaj injury, and liabi�ity under an insureci contract. Insurance shall be �rovided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurazace shall apply as primary ansurance wit41 respect to any oiher C1TY OF FORT WORTH AkVianee Adrport Ta�ciway P, Phase 2 STATIDARDCONSTR[ICTION SPECIF'ICr1T]ON DOCL1�vIENTS PrajectNo.103060 Revision: Mad� 9, �D20 00 72 04 - I GElVERAL CONDITlON S Page 19 o.f 63 insuranee or self insurance programs afforded ta the City. The �o�nmercial General Liability policy, shall k�ave no e�clusions by endorsements that wauld alter of null�y prennises/aperat�ans, pxoducis/completed operations, contractual, petsanal injury, or �dverLising injury, which are norrr�ally contained wit� the policy, unless the City approves such exclusions in writing. For construction Jarojecis thai present a substantiaj completed Qperation exposure, the City may require the contractor to zx►air�tain completed operations coverage for a minimunn oi no Iess than three (3) years £allowing the completion of i�he peoject (�f identified in the Supplementary �onditions). C. Autornabile Liability. A cammercFal business auto policy shall pro�ide coverage an "any auto", defiined as autas owned, hired and non-awned and pro�ide indemnity for claims for damages because bod�ly iY►jury or death of any person and or property dama.ge arising out of the work, maintenance or use of any motor �ehicle by the Contractot•, any Subconiractor or Supplier, or by anyor�e directly or �ndirectly employed by any of them ta perform any of the Work, or by anyone far whose acts any of them m.ay be liab�e. D. Raalrocrd Proteetive �iability. If any oi the worlc or any warranty vvork is within the l��nits of railroad right-of way, the Contractor shal� comply with the requ�retnents identi�'ied in th� Suppl�mantary Candrtions. E. Notification of Policy Cc�.ncellatian: Contractar shal� unmediately notzfy City upon eancellation or other loss of insurance coverage. Contractor shall stop work until replacement insuranc� has been procured. There shall be no time credit far days not worlced pursuant to this section. S.QS Acceptance ofBonds and Insur^ance, Option to Replace If City has any objection to the coverage afFarded by or other prov�sions of the bonds or insurance required to �e purchased and maintained by tha Contractor in accordance with Article 5 on the basis of non-conforrnance with the Cflntraet Documents, t17e Cily shal! so not�'y the Contractor in writing �vithir�, 1 D Business Days afterreceipt o� the certificates (or other e�idence xec�uested}. Contractor shall provide to the City sueh additional in%rmation in respect of insurance provided as the City may reasonably request. If Co�tractor does not purchase or maintain all of the bonds and insurance requirad by the Contract Documenis, the City shall notify the Contractor in writing of suck► faifure prior to the start 6� the Work, or of such failure to maintain prior to any change iri the required caverage. ARTICLE 6 -- CONTRACTOR'S RESPONSISILITIES 6.01 Supervision andSupet�intendence A. Con�iactor s4�all supetvise, insp�ct, and d�ect the Work campetently and efficien�ly, de�ating such altention thereto and applymg such s�Cills and expertise as may be necessaryto perfarm the Work in accordance with the Contract Docuznents. Contractor shall be solely responsible %r the means, methods, techniques, sequences, and procedures af construction. C1TY OF POItT WOTtTH Alliance Airport Texiway P, Phase 2 STANDARDGONST2IICTION SPECIFICATION DdCUMENTS ProjentNo.103fl00 ReV'tSlOn� Madl9,2f3� Qfl7200-t GENERAL CONDITION S Page 20 of 63 B. At all ti�nes durir�g the pragress oi the Wo�•k, Contractar shall assign a conapetent, English- speaking, Superintendent who shajl nat be replaced wi�hout vvritten nntice ta City. The Superintendent wiIl be Contractor's representative at the Site and shall have autharity to aet on behalf of Gontractor. All cominunication givei3 ta or received from the �uperintender►t s�ali be binding an Contractor. C. Cantractar sha�l notify the City 24 hours prinr to rnovmg areas during the sequence of construction. �.02 Labo�; Wo�kingHou�s A. Contractor shall provide corz�petent, suitably qUalified personnei to perforxn canstructian as required by the Contract Documen.ts. Contractor shaIl at all times maintain good discipline and arder at th.e .Site. B. Except as ntherwise required for the safety or protectian af persons or t1�e Work or property at the Site or adjacent ther�to, and except as otherw�se staied in the Contract Documents, all Work at �he Site shaU be per�ormed during R�gular 1�orking Haurs. Coiz�ractor w� not perrnit the perrformanca of Worlc beyand Regular Workin� Hours nr for `1Veekend VVarking Hours without Ciry's written conseni (which will not be unreasonably withheld). Wrrtten request (by let�er or electroni� comrnunication) to perform Work: l. for beyond Regular Working Hours rec�uest must be inade by noon at least two {2) BUsin.ess Days priox Z. for Weelcend Working Hours request must be made by noon of the preceding Thursday 3. fo� legal holidays request must be rnade by nnon two Business Days priar to the iegal holiday. 6.03 SeNvices, Mate�ial�s, crnd Equipment A. Unless otherwise speaified in the Contract Doeu�nents, Contractor shall provide and assume full respnnsibilit3+ %r all ser�ices, materials, equiprz�ent, �abor, transpartation, const�uction equipnr�ent and rnachinery, tools, applianc�s, fuel, power, l�ght, heat, telephone, water, sanitary facilities, temporary facil�ties, and a11 other faciliti�s and incid�ntals necessary for the pezformance, Co�tractar required tesiing, start-up, and compl�tion of the Work. B. All materials and equipzx�ent incorporated into the Work shall be as specif"�ed or, if not spacif'ied, shali be of good quality and new, except as otherw�s� provided in the Cantract Documents. All special warranties and guaraniees required by the Speciiicaiions shall e�pressiy run to the benefit of City. If required by City, Contractar s�iall furnish satisfactory evidence (includir�g reports of required tests} as ta the sararce, lcind, and quality of materials and equipment. C1TY OF FOitT WORTH Allience /�irport Ta�ciway P, Phase 2 3�'ANDARDCONSTRUCT[ON SPECIFICATION DOCUMENTS Project3�ia.103Q�Q Revision: Madi 9,�0 007200-1 G.EiVERAL GON n I T 10 N S Page 2l af b3 6.04 .1` C. All rnaterials and equipment to be i�ncarporatad into the Wor� shall be stt�red, applied, installed, connected, erected, pratected, used, cleaned, and condiiianed in accordanee with instruct�ons of the applicable Supplier, except as atherwise znay be pro�ided in the Cont�ract Documer�ts. D. All items of standard equipment to be incorpocateci into the Vi�o�•k shail be the latest model at f�e tima of bid, unless otherwise specifted. Proj ect Schedule A. Contractor shall adhere to the Project Schedule established in accordance wi�h Paragraph 2.07 and t�i� General Requirements as it may be ad,jtisted from tune to tune as provided belovv. 1. Contractnr shall submit to City for ac�eptance (to the extent indicated in Paragraph 2.07 and the General Requireinents) proposed adjustments in the Project Schedu�e t�ia1: will not result in changing the Contract Time. Such adjusfinents will comply with any grovisions af the General Requirements applicable thereta. 2. Contractor sllall submit.to City a manthly Project Schedule with arnonihly progress payrnent far the dutati�n of the Contract in accordance with the schedule specification OI 32 16. 3. Proposed adjustments in the Proj�ct Schedule that rvill �ubmitted iri accordance with the requirements of Articl may only be made by a Change Order. Substitutes and "Or-Equals" c�ange the Contract Time shall be e 12. Adjustments in Contract `T'irne �1.. Whenever an rtem of rr�aterial ar eqvipment is specifad or described iri the Contract Docuznents by using the name of a proprietary item or the name of a particular Supplier, the s�ecification or dascripiian is int�nded to establ�sh the type, functiion, appearance, and nuality required. Unless the specifi�ation or description contains or is followed by words reading that no lik�, equi�alent, or "ar-equa!" item or no substitution is permitted, other �erns of material or equipment of other Suppliers may be submitted to City for review under the circumstances d�scribed below. "Or-Equal"Iten�s: If in City's sole discretion an item of material or equipment propased by Contractor is functionally equal to tha� r�amed and suff"icienily sirnilar so that no change in related Wor� wiIl be required, it may be cansidered by City as an "or-eRuai'° item, in which case revie�v and approval of the proposed i�eir� may, in City's sole discretion, be aecomplished without compliance with sotne or all af the requnrements for approval of proposed suhstitute items. For t�ie purposes of this Paragraph 6.05.A.I, a prapased item af ma�erial ar equipment will be considered functionally equal to an item so nameci i£ a. the City determines thai: 3) it �s at least equal in mater�als of construetion, qualzty, durability, appearance, strength, and design characteristics; CITY OT' rORT WORTH Altiance Aitport Taxiway F,1'hase 2 STANI9ARDC4NSTRUCTIUN SPECIFiCATION i)OCUMENT5 ProjectNo.103000 Revision: Mtrd19, � 00 �z aa - � GENERAL CONDITION S Page 22 of 63 2) i� will reliably per%rin at least equally well the function ar�d achieve tl�e resu�ts imposed by the design cancept of the comp�eted Pro�ect as a functioning whale; and 3) it has a proven record of performance and availabiliCy of responsive setvice; as�d b. Contractar certifies that, if approved and ir�corporated into the Work: 1) there w�11 be no increase in costto the Ciry ot• increase in Contract Tinn.e; and 2) it wiu conform substantiafly to the d�tailed requ�rements of the i�em named in the Contract Documents. 2. Subsiitute Iterr�s: a. Tf in City's sole di�cretion an iterr� of material or equipment proposed hy Con�'actor does r�oi qualify as an "or-equai" i�em under Paragraph 6.OS.A.1, it rziay be submitted as a proposed subsiitute �em. b. Contractor shall submit suf�cient in%rmation as provided below to allow C�ty io determine �f the item of materiaj or equipment proposed i� essentiaIly equivalent to t�at na��ned and an acce�atable substitute therefor. Reques�s for re�+iew af proposed substrtute items of materia� flr ec�uipment will not be accepted by City from anyoile other than Contractor. c. Contractoi shall make writien application to City for revievv of a proposed substitute rtem of r�aterial or equipinent that Contxacior seeks to furnish or use. The application shall comply witti Seetion 0125 00 and: 1) shall certify tnat i1�e proposed substitute item will: a) perform adequate�y the functians and achieve the results call�d far by t�e general design; b) be suniiar in substance to that specified; c) be suited to the sama use as that speciiied; and 2) will state: a) the extent, if any, to v�rhich the use of the proposed subsiitute item w� pre�udice Cantractor's achievement nf final completzon on tune; b) vvhether use of the propased substitute item in t11e Work wil� require a change in any of the Contract Documents (or in the provisions of any of.her d'u•ect contract with City for other work fln the Project) to adapt the design to the proposed substitute i�em; CITY OF FORT WORTH Alliance Airport Taxiway P,1'hase 2 STANDARDCONSTRUC'f10N SPEClFICA1'ION DOCiJN1ENTS 1'rojeetNo.103000 k�evision; Marh 9, 71J20 00 �z oo - � GENERAL CONRITiflN S Page 23 of 53 c) wh.ether incorporatian or use of the proposed suhstituLe item in connection with the Work �s subject to payment af any license fee or roya�ty, and 3) will identify: a) all variations of the proposed substitute item fram that speci%ed; b) available engineering, sales, maintenance, repair, a�ld replaceinent services; and 4) shajl contain an itemized estitnate of al� costs or credits that will tesuli directly or indirectly from use of such substitute item, including costs af redesign and Damage Clauns af other contractors af�ected by any resulting change. B. Subsiit�uie ConstructionMethods o�Ppoce.dures: If a specifc meat�s,method,technique, sequence, ar procedure of canstruction is expressly required by the Contract Documents, Contractor ��y fia�-nish or utilize a substitute mear►s, method, technique, sequence, or ptocedure of consiructzo� approved by City. Gonlractor s�al� submit sufficient inforzx�ation to allow City, in City's sole discretian, to determir�e that the substitute proposed is equivalent to that expressly called for by the Cnntract Doc�aments. Contractor shaU make vvritten application ta C�ty for review in tile same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluatfon: City will be allowed a reasonable tune within which ta evaluate each proposal or submittal made pursuantta Paragraphs 6.OS.Aand 6.05.B. City may require Contractar to furnish a�di�ional data about the proposed substitute. City will be the sole �udge o�acceptability. No "qr-equal" or substi���te wiil be ordered, installed or utilized until City's review is c�mplete, which �vill be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "ox-equal." City wiIl advisa Contractor in writing of its dekermination. D. Special Guarantee: City rnay require Contractor to furnish at Coniractor's expense a special perforinance guarantee, warraniy, or other surety with respect to any substitute. Corat�actor� shall inderrtnify a�ad hold harmless City and anyone directlyor indi�-ectly emplayed by themfrom a�td against any and all claims, datrrages, Iosses and expenses (includingattoa�neysfees) a�isi�agout of the use of substit�ated materiads o� equipment. E. Gity's CosfReimbur�serrae�t: City will record City's costs � evaluatang a substituie proposed or submitted by Coni�ractor pursuant to Paragraphs 6.OS.A.2 anci 6A5.B. Whether or not City approves a substitute so proposed ar submitted by Cantraetor, Contractor rnay be rsquired to reimburse City for evaluating each such proposed subst�tute. Contractor may a�so be requiured to reimburs� City for the charges for tnaking changes in the Contract Documents (or ijn the provisions of an.y other direct contract with City) resu�ting from the acceptance of each pro�osed substitute. F. Cant�acto�'s�xperase: Cantractor sha11 provide all data in support af any proposed substitut� or "or-equal" at Contractar's eapense. C1TY OF FdT2T' VJQATI-� Alliance Airport Taxiway P, Phese 2 STAiVDARDCONSTRUCTION SPECIF[C�TION DOCUMENTS ProjectNo.1030D0 Revision:lV��cdi 9, 2ff20 007200-1 G�N�FtALCON�lTION 5 paga 24 of 63 G. City Sa�bstitute Reimbursement: Costs (savings or chaxges) attributable to acceptance of a substi�ute shall be incnrporated to ths Crnntract by Change Order. H. Time Extensians:No additio��al tinne wil� be gran�ed fnr substitutions. 6.(}b ConeerningSubcontractars, ,Suppliers, and 4the�s A. Contractor shall perforin with his own arganizaiion, work of a value not less than 35% of the value embraced on the Cantract, unless othez�wise approved by the City. B. Contractor shall not employ any Subcantractor, Supplier, ar other indin��dual or entity, whet�er in�tialIy or as a replacement, against wnom City may have reasonabie objection. Con�ractor shall nat be required ta employ any Suhcontractor, Supplier, ar othar individuaZ ar e�tity to furnish nr perform any of the Work against whom Contractor has reasonable objention (excIuding those accepia�le ta City as indicated in Paz'agraph 6.06.C). C. The City may from tune to tim�� require the use af certain Subcontractors, Suppliers, or ather individuals ar entrties on the project, and will provide such requirements in tl�e Supplementar� Cnnditions. D. Minarity .�3usiness Enterprise Corrrpliance: It �s City policy to ensure the fuli and e�quitable participation by Minority Busin�ss Enterpr�ses (MBE} � the procurement of gaods and services on a contractual basi�. If the Canhact Documents provide for a MBE goal, Contractar is required to comp�y with tha 'vnfent of the Ciry's MBE Ordinance (as amended) by the following: 1. Contractor shall, upan request by City, pra�ide complete and accurate inforination regardin.g actual vc+ork perfarmed by a MSE on the Contract and paymemt therefor. 2. Contractor wiJl not make adc�ions, cieletions, or substitutions oi accepted MBE wit�oui written cpnsent of the City. Any unjustif"�ed cI�ange or del�tian shajl be a material breach of Contract and rnay result in debarmettt in accordance wit41 the procedures outlined in the Ordinance. 3. Contractor shall, upon requestby City, allow an audit andlor examination of any boaks, recards, or files in the possession of the Contractor that will substantiate the actual wor�C performed by an MBE. Material nai�representation of any nature will be gt'ounds for termination of the Cor�tract in accordance witl� Paragraph 15.�2.A. Any such misxepresentation may he' grounds for disqualif'ication of Contractor to bid on future contracts witk► the City for a period of not less than tlu�ee years. E. Contracior shall t�e fully responsible to City for all acts and amissions of the Subcontractars, 5uppliers, and other individuals or enti�ies perforr�ning or furnishing any of the Worl� just as Contractor is respansible for Contractor's awn acts and amissions. Nothing in �he Contract Dacuments: C1TY OF FOItT WORTH Alliance Airporl Taxiway P, Phase 2 STANDARDCONSTR[]CTlON SPECIFICA"f10N I]OCUMENTS ProjectNo.l03D0U Revision: h�ttdi 9,202� OD720D-! GENERALCON�lTION S Page 25 oi 63 I. shali create for the benefi� af any such Subcon�ractor, Supplier, or other individuai or entit� ar�y cor�tractual rel�tionship between Ci�y and any such Subcontcactor, Supplier or other indi�idual or eniity; nor 2. shall create any obligation on the part of City to pay or to see to the pay�nent of any moneys due any such Subcantractor, Supplier, or other individua i ar entity except as may otherwise be required by Laws and Regulations. F. Contractar shali be solely responsib�e for schadulmg and coordinating th� Work of Subcontractors, Suppliers, and other individuals or entities perfarming or furnishittg any of the War� under a direct or indirect contract with Con.tractor. G. All Subcontractors, Suppliers, and such otk�er individuals or entities performing or furnishing ar►y of the Work shall camrnunicate vvith City �hY'ough Cantraetar. H. All Work performed for Contractar by a Subconti•actar or 5uppli�r w�ll be putsuant to an appropriate agreement between Coniractor and t11e Subconlractor or SuppGer which specif'ically binds the Suhcontractor or Su�aplier to the appliaable terms and conditions of the Contract Documents for the benef�t of City. 6.07 Wc�ge Rates A. Duty ta pay Prevailing Wage Rates. The Contractor sha�! corr�ply with aIl requ�rements of Chapter 2258, Te7cas Gaverntnen.t Code (as amended), including the payment of not less than the rates determined by the Ciry Council of the Ciry af Foi�t 1�ort� to be the pcevail�g r�vage rates in accordance with Chapter 2258. Such prevailing wage rates are included in fhese Contract Documents. B.. Penallyfor Violation. A Contr�ctor or any Subcontractor who does not pay the prevailulg wage shall, upan demand made by the Czty, pay to the City $6Q for each worlcer employed for each calendar day or part oithe day that the worker is paid l�ss th.an the prevail�g vvage rates stipulateci in these cantract docurnents. This panalty s�alI be re�ained by the City to offset its administrati�e costs, pursuant to Texas Governrnent Cocie 2258.023. C. Corrrplaints af Vioications and City Determination of Gaad Cause. On reeeipt of information, i�cluding a compla�t by a worker, concerning an alleged violation of 2258.023, Te�s Government Code, by a Contractor ar Subcontractor, the City sha�l make an �nitial determmation, befor� the 3lst day after the date the Czty receives the information, as io whetrier good cause exists to believ� that the violation accurred. The Csty s4�a�1 natify in writing the Contractor ar Subcantractor and any afFected wor�Cer of it,s initial determination. Upon the City's det�rmination that there �s good cause to believe the Cnntractor or Subcontractar has violated Chapter 2258, the City shall reta� the full amaunts cla.imed by the claimant or claimants as the difference betweenwages paid and wages due under the prevailing wage rates, such amaunts being subtracted f'rorn successive progress payments pending a final determiinatian of the �iolation. CTTY OF PQRT W4RTH Alliance Airport Ta�way P, Phase 2 STANDARDCONSTRIICT1flN SPECIF[CATIOtJ DOCUMENTS PrajectNo.10300D Revision: Mad�9,2�7.0 007204-1 GENERRL GONDIiION 5 Page 26 pf G3 D. Arbit�ation Required if Violataon NotResolved. An issue relating to an aIlegec� violatjan of S�ctiion 2255,023, Te�s Gavernment Code, includir�g a�ena�Ly awed to the City or an affected worker, shali be submitted to �inding arbitt•ation in accordance wit� the Texas General Arbitration Act (Article 224 et seq., Reviseci Staiutes) if the Cantractor or Subcontrac�or and any affec�ed vvorker does not �esolee the issue by agreementbefare the 15th day afterthe datethe City anakes its initial deiermination pursuant to Paragraph C above. If fihe persans required to arbitrate under this seciiat� do not agree on an arbitrator before the 11th day after the date that arbitration is requ�ed, a d�strict court shall appoint an arbitrator on the petitio� oi any of the persons. The City is not a party �n the ar�it�'ation. The decision and avvard of the arbi�rator is final and binding on �U parties and may be enforeed in ar�y cour� of competent jurisdiction. E. Records to be 1V�afntained. The Cantractor and eaeh Subcontractar shall, for a period of three (3) years following the date of acceptance of the worlt, naaintain records that show (i} tfne name and occupation of eachworker employed by the Cantractor in the construction of ihe Work provided for in tl�is Contract; and (u) the actual per diem wages paid to each worker. The records shall be open at al� reasanable hours for inspection by the City. The pr�visions of Paragraph 6.23, Right ta Audit, sha�l pertain to th�s inspection. F. Pt�ogress Pay�rrents. Wi�h each progress pay�nent or payroll period, whichever �s iess, the Contractor shall submit an af�davit stating thatthe Contractor has compIied with the requirements of Chapte� 2258, Texas Goverz�ment Code. G. Posting af Wage Rates. The Contr�ctor shall post pre�ail�g rvage rate� in a conspicuous �lace at all tinr►es, H. Sulicont�actoY Compliance. The Cozatractor 5hall include in its subcontracts an�i/or shall otherwise requ�re alI af rts 5ubcant�actors to comply with Paragraphs A through G abo�re. 6.08 PcatenT Fees and Royalties �,. Cnntractor shal� pay all license fees and royaliies and assume a!1 casts inaident to the use in the perform�nce of the Work or the incorporatian ir� the Work af any unvennon, design, process, praduci, or device which �s the subject of patent rights or copyrights held by othees. Ifa particular inventian, design, process, product, or device is specif'ied in ihe Contract Documents for use �n ihe performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights cailing for the payment of any license fee or royalty to others, the existence o� such rights shall be ciisclo�ed b� City in the Contract Documents. Failure of the City to disclase such inforrnatian does not relieve the Contraetor fram its obligations to pay for the use of said fees or roya�ies ta nthers. B. To the fullest extent pe�mitted by Lavvs and Regulation.�, Contracto� shall indem�aify and hold harmless City, frorra and against all claims, costs, losses, an.d damages (including bu� notlirnited t� all fees and charges of engineers, a�chitects, attorneys, and othe� p�ofessionals and aZl couM ar arbitf-ation or aCher^ dispute �esolution cosfs) ari.s�ing out of or relating to czny infringemenf of patent rights or copyrights incidentto the use in ihe perfo�nzance af the Work or resultingf�om C1TY OF FQRT' WORTH All iance Airport Taxicvay P, Phase 2 STA�TDARDCONSTRIICTION SPECIF[CATION DOCUMENTS ProjectNo. �03000 T2evision: Mad� 9,7A20 oa�zao-i GEN�RALCONQITION S Page 27 of 43 the irtco�poration in fhe WaYk af any invenCion, desigm, pracess, proc�uct, oY device t�at,specif ed in the ContractDocumenfs. 6.09 Perrraits and Utilities A. Co�traetor abtained perrnits and licenses. Contractor sha11 obtain and pay for a11 constructian }�er�ruts and l�censes except those provic�ed for in the Supple�nentary Cond�tians or Contract Documents. City s�ali assist Cantractor, when nec�ssary, in obtaining such permits and licenses. Contr.actor shall pay all goverr�tnental charges and inspection fees necessary for the prosecutian of ihe Work which at� ap�licable at the ti��ne af opening of Bids, ar, � there are no Bic�s, on the Effecti�ae Date of the Agreement, excepi for perm�s provided by the Ci�y as speci�ied in 6.09.B. City sha11 pay all c�arges of utility owners for conn�ctions far proviciing permanent service to the Wark. B. City obtainedpe�r�its and licenses. City wil� 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 cariy out the provisions of the permit. If the Contractar ini�iates char►ges ta the Contraet and the City appro�tes th� changes, the Cont�ractor is cesponsible %r obiainu�g clearances and coardinatmg with the appropri�te regulatory agency. Tha City will nat i•eimburse the Contractar for any cost associa.ted with 1:hese requirements of any City acquired permit. The following are permits the City will obtain if required: I. Texas Department of Transportation Permifs 2, U.S. Army Corps of Engineers Permits 3. Texa.s Commissi�n on Envit+orirnental Quality Permits �4. Raiiroad Campany Pen�ai�s C. Outstanding pe�mfts and licenses. T4�e Ciry anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and iicenses are anticipated to be acquired in accordance with the scheduIe set farth in the Supplementary Conditions. The Praject Schedule subnnitted by the Conixactar in accordance with tile Contract Documents must consider any outsta.nding permi�s and Iicenses. 6. I0 La�v� and Regulaiions A. Co�tractor shail give all notic�s required by and shall co�nply with alI La�ws and Regulations applicable to tlZe per�nrtnance of the Work. Except where atherwise expressly requu'ed by applicable Laws and Regu�ations, the City sha11 not he responsible for tx�.onitoring Contractor's eom}�liance with any Laws or Regu�ations. B. IfContractor pexfarms an.y Wark knowing or having reasonto know that it is contrary to Laws or Reguiations, Contractor shaU bear all claims, costs, Iosses, and damages (iricluding but not �ited to aIl fees and eharges af engineers, archrtects, attorneys, and ofher professionaLs and aIl C1TY OF PORT WQR'i'H Alliance Airport Ta�ciway P, Phase 2 STANDAItDCONSTR[7C'C�ON SPEClrICAT16N DOCUMENTS ProjeetNo..103004 Revision: Ivladt 9,� oa�zoa-� GENERAL.CQNI]lTION 5 Page 28 of G3 couri or arbitraiion or other d�spute resolution costs} arising out of or relating ta such Work. However, it shall not be Contractar's responsibi�ity to make cet�tain thai the Spec�cations and Drawings are in accordance with Laws arid Regulations, but thi� sha11 not relieve Cont�a.ctor of Con�ractor's obligatinns under Paragz•aph 3.Q2. C. Changes in Laws ar Regulatians not known at the tun� of opening of Sids havit�g an effect on the cost or tune ofperformance of the Work may be tb.e subjact of an adjustmer�t in Con�ractPrice or Cantx'act Time. 6.I1 Taxes A. On a contract awazded by the City, an organization which yualifies for exemption pu�suant to Texas Tax Code, Subchapter H, Sections 15l .301�335 (as amended}, the Contractor ma� �urchase, i•ent or lease all materials, supplies and equipm.ent used or eonsumed in the performance of this cont�act by issuing to his supplier an exemption certificate in lieu of the tax, said exerz�pkion certif"icate to camply wi�h State ComptroI�er's Ruling .007. Any such exemption certificai� is.sued to the ContractQr in lieu oi the tax shall be subject to and shall comply r�vith the p�•ovision of State Co�nptroller's Ruling A11, and any other applicable rulin�gs pertaining �o the Te�as Tax Code, Subchapter H. B. Te�.s Tax permiis and information may be obtained frorn: 1. Compiraller of Public Accounts Sa�es Tax Divisian Capitol Station Austir�, TX 787ll; or 2. tut ;��: w �; .�r is�rio.� °.ata�e.�. usii-����� �axforms; y3-iorm . i�tml 6.12 Use of Site and Oihe� Areas A. Limitation on Use af Site and OtherAreas: Contractor shall confine construction equipment, the storage of materials and �c�ui�r�ent, and the operations of vvarkers tn the Site and other areas permitted by Laws and Regulations, and shau not unrea,sanably encumber the Si�e and other area5 with constructiQn equipment or other materials or equipment. Contractor shall assuine fu11 respansibility for any damage to any s�zch �and or area, nr to the ovwner or occupant �l��reof, or of any adjacent land or areas resvlting frflm the performance of the Woxk, 2. At any time w�en, in the �udgrnent of the City, the Contxactor has obstructed or closed or is carryu�g an operations in a partion of a s�s'eet, rightWof-way, or easernent greater tHan is necessary fc�r proper e�ecution of the Work, the City tnay renuire tihe Contractor to finish t�e section on which operations are in progress before work is coxnmenced on any additional area aitha Site. C1TY OI' FQRT WORTH Aliiance Airport Taxiway P, Phase 2 STANDARDCDN5TA4JCTiON SAECIFICATI6N DOCUMSNTS ProjectNo..103000 Revisiai� Ma�tt9,717JA OD7200-1 GEN�RAL CON�iTION S Page 29 of 63 3. Should any Da�nage Clai�n be made by any such owner or occupant because ofthe perfarmance of the Worlc, Contractor shalI promptly atteinpt to reso�ve th� Damage Claim. 4. Pursuant to PaNagrapl� 6.21, Cont,^actor shall indemnify and hold harmless City, f�om and againstall cdaims; costs, losses, anddamages ctrisingout af or relatingto any clai�n o�� action, legal. ar eqa�rtable, b�-aug7�.t by any such owr�eY or occupar�t agarn.st City. B. Removal of Debris During Performance of the Work: Duri�g the pragress of the Work Cantrac�or s�aU lceep the 5ite and ather areas free from aacumulations of waste materials, �ubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debri� shall c�nform to applieable Laws and Regulations. C. Site Maintenance Cleaning: 24 haurs af�er r�r�tien notice is gi�en to the Contractor th.at the clean-up on th:e job sita is proceed'u�� in a ma�er unsatisfactoiy to the City, if the Contractor fa�s to correct tY�e unsatisfactory procedure, the C�ty may talce such direct action as the City cieems appropria.te to correct the clean-up deficiencies ci�ed to il�e Con�ractor in the written notice (by letter oz� electronic cammunication}, and the costs of such dizect actio.n, plus 25 °/a of such costs, shall be deductad f�rom the monies due ar to beconne due to the Contractor. D. Final Site Cleaning: Priar to Firial Acceptance oi the Work Cani�actor shall clean the Site and the Work and make it ready far utilization by City or adjacent propet`ty owz�er. At f,he completion of the ViTork Coniractor shall remove fram the Site afl tooLs, appiiances, constructio� equipn�►ent and machinery, and surplus materials and shall restore to original condition or better all property c�isturbed by ihe 1�ork. E, Loading Structur^es: Contractor shall not Ioad nar permit an:y part of any structure to be loaded in any manner that wi� endanger the structure, nor shall Con�-actor subject any parC of the Work or adjaceni property to siresses ar pressures that will endanger it. 6.13 Record Docuanents A. Contractor shaIl maintain in a safe place �tthe Site or in a piace designated hy the Contractar and approv�d by the City, one (1) reeord copy of all Drawings, �peo�ications, Addenda, Change Orders, Field �rders, and written interpretations and clarif'�cations in good nrder and annotated to show changes made during construction. These record documents together with all approved �amples and a counte�•part of all accepte� Subm�a�s will be available to Czty �or r�ference. Upon camplation of the Work,. these record documents, any operation and rnaintenance manuals, and SubmiCtals will �e delivered to Ci�y prior to Final Inspecfiion. Contractor shall it�ciude accurate locatzons for buried and imbedded i��tns. 6.14 Safety and Prateetion A. Contractor shall be solely responsible for iniiiaiing, rriaintain�ing and supeirvising ati safety precautions and programs in cannection with the Work. Such responsbility daes not relie�e Subcont�actors of theu re�ponsibility for the safety of persor�s or property in the performance of fi�eir �vork, nor for campliance wi�h applicable safety Laws and Regulations. Contractor shaIl CLTY OF FOKT WORTH Alliance Airport T�ciway P, Phase 2 STANDARDCONSTRUCT[ON SPECIP[CATION DOCUMENTS Project3+la.103000 Reuisian: Ivladi 9, 20�(1 0072fl4-1 GENERAL CONflIT10N 5 Page 34 of 63 take a]J necessazy precautions for the safety of, and shal� provide the necessary protection to preveni: daznage, �njury or loss to: 1. aIl persons on the Szte or wha may 6e affected by the Work; 2. all th� Work and rnaterials and equipment to be incorporated therein, whetl�er in storage on or aff the Site; and 3. other property at t�e Site o.r adjacent ther�to, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Undergrouzad F�cilities not designated far reinoval, relocatian, or replacement iri the course of eonst�uction. B. Contractor sha�l comply vvith all applicable Laws and Regulations relating to the safety of persons or praperty, or to the proteciion of persons or properiy frorn datnage, injury, or loss; and shall erect and mamYain all necessary safeguards for such safaty and protection. Coniractor shall notify owners of adlacent px•operty and oi Undexg�•ound Facilities and other util�ty awners when prosecution of the '4Vork may affect them, and shaIl cooperate with them Sn the prt�tection, removal, relacafion, and replaceznent of 1hei� prpperty. C. Contractor shajl comply with the applicable requi�•ements of City's sa%ty programs, � any. D. Contractor shall inform City of the specific requirements of Contractor's safety prograrn, if any, with which City's eix�,ployees and representatives must comply while at the Site. E. A11 damage, injury, ar lass tn any property referred to in Paragra�h 6.14.A.2 or 6.14.A.3 caused, directl� or �ndireetly, in whale or in part, by Contractor, any Subcontractor, Supplier, ox any pther iridividual or entity d'rr�ct�y or indirectly employed by any of thern to periarm any of the Work, ar anyone for whose acts any of them tnay be liable, shall be remedied by Contractor. F. Conlnactor's duties and responsibilities for sa%ty and �'or protection of t�e Work shall continue until such tinle as aII ihe Work is cornpleied and City has accepted the Wor�C. �.15 Safety Repres�ntative Contractor shall inform City in writuig of CQntractor's designated safety representative at the Site. 6.16 Haza�dComr�aunicationPr�ogr�ams Cont�actor shall be responsible for cooreiina�ing any excHange af material safety data sheets or otl�er hazard communicatio� information reqUired ta be made avaiiabie to or exchanged between or am�ong employers in accordance wi�h Laws or Regulations. 6. I7 Emerge�zcies and/or Rect f cation A. In emergencies affecting the safety or proteetion of persons or the Warlc or property at the Site or adjacent ther�to, Cantractor is obligated to act ta p�•event threatiened damage, injury, or loss. Contractor shall give City promp� written nntice if Contractor be�ieves that a�y signiffcant CITY OF I'ORT WORTH Alliance Aitport Taxiway P, Phase 2 STANDARDGONSTRUCTION SA�GFICATiON DOCUMENTS PcojectNa.l030Q0 Revision: Madi 4, 202(} DU7200-� GENERAL CANpIT10N 5 Pagc 31 of G3 chaz�ges in the Work ar variations from the Contract Docurnents ha�e been caused thereby or �re required as a rasult t�►ereoi If City deter�nines that a cl�ange in the Contract Docum�nts is require d because of the action taken by Contractoz• in response to such an eznergency, a Change Order may be issued. B. ShoUld tha Contractor fail io respond to a request from the City to rectify any disci°epancies, nm�ssions, or correct�on n�cessary to confnrm with the requirements o� the Contract Docuinents, the City shal� gi�e the Cantractor written notice that such worlc or changes are fa be perfozmed. The wriLten notice shall �lirect attention to the discrepanf condrtion and reque�t t�Ze Contractor to ta�e remedia.l action ta correct the condition. In the event the Contractor does nat take positive steps to fulfijl this writ�en request, or does not shaw just cause for not talcing ihe prope� action, within 24 houts, the City may tal� such remedial actian witih City �orces or by conl�act. The C�y shall deduct an amo�ant ec}ua� to the enti�e costs for s.uch remedial action, plus 2S%, froin any funds due or becozne due t�e Conh�actor nn tlze Project. 6.18 ,Submittals A. C4ntractor shalf submit requir�d Submzttals to City for review and acceptance in accorc�ance with the accepted ScHedule of Submittals (as required by Paragraph 2.07}. Each sub�ni�l-al will be identif'ied as City may requue. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Subtnittals will be carnpl�te with respectto quantities, d'unensians, specified perfori-�ance and design criteria, matez•ials, and sim�lar dafa to show City the ser�ices, rraaterzals, and equipment Contcactor propases to prov�de and to enable City to review the infa�ation for the lirnited purpases required by Paragraph 6.18.C. 3. SubmittaJs submitted as herein pravided by Cantractor and r�viewed by City far conf�rmance with the design concept shall be executed �n eonfarmily with the Contract Docuin�nts unless fltherwise required by Czty. 4. When Submittals are submitted for the purpose of shorv�ng the installation in greater detail, their review shall not excuse Cantzactor fram requ�ernents shown on t�e Drawings and Spec�ications. 5. For-Tnfortnation-Orily submzttals �x�an 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 Spec�cations. 7. Glearly identify each Samp�e as to material, Supplier, pertinent data s�ch as catalog numbers, the use for rvhich intended and other data as City may requ�e to enable City to review the subrnittal for the �united purposes required by Paragraph b.18.C. CI'i�Y pF i'OCtT WORTFI All iance Airport Taxiway P, Phase 2 S.TANDAFtDC�NS.IRlICT]ON SPECIFiCATION DQCUMEN`I'S Project]Vo.103000 Etevision: Madi 9, 2�120 oo�zoo-i GENERAI. CON� ITlON S P�ge 32 af 63 B. Where a Subi��ittal is requiu'eci by the Contraci Doc�ments or the Schedule of Submitlals, any related Vlrorlc pez•form�d prior to City's re�iew and acceptance of the pertinent sub�nittal r�+ill be at the sole e�pense and responsibilzty of Contraciar. C. City's R�view: 1. City wi� provide timely revi�w of reyuired Subm�ktals in accordance with the Schedule af Submiitats acceptable to City. City's review and acceptance will be only tn dete�•mine if t�e rterris covered by the subinittals wiU, afteriastailation or incorparation �n lhe Work, conform to the information given in the Cont�actDocurnsnts and be connpatible wi� the desi�n concept of the compleied P�oject as a functioning whole as indicated by the Contract Dacuments. 2. City's review and aeceptance will not extend to ineans, methods, techniques, sequences, or procedures of construction (except where a particular means, me�hod, technique, sequence, ar procedure af const�uctior� is specif'ically and expressly caIled for by tha Contt�act Documents) or tn safety precautions or programs incident thereta The re�iew ancf acceptance af a saparate rtein as such wi� not �ndicate approval of the asse�a�►b�y �n whicn the i�em functzons. 3. City's re�iew and acceptance shal� not relieve Con�tactox frorn responsibility for any variation from the requirements of the Contract Documents uriless Contractor has complied with the rec�uiremenis of Section 01 33 00 and City has given written acceptance of each such variation by specif"ic written natation thereof incorporated in or accompany�ng the Subn�uttal. City's re�iew and acceptance shall not relieve Cantractor from responsibilzty for camplying with the requirements of the Cantract Doeurnents. b.19 Continuingthe Yi�o�k Except as otherwise provided, Contractar shal! carry on th� Work and adhere to the Project Schedu�e duruig all disputes or disagreemcnis with City. No Wark shall �e delayed or pastponed pending resolution of any disput�s or ciisagreements, except as City and Contractor may othecvvise agree in writing. b.20 Cont�actor's Gene�al Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be i� accardance with the Cont�•act Documents anci will not be defective. City and its ofiicers, dixectors, members, partners, employees, agents, consultant,s, and suhcontractors shall be ent�tled to rely on representation of Contractoz's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: I. abuse, mod�'�cation, or improper �najr►tenance ar operation by persans other than Contractor, Subcontractors, Suppliers, or any ather individual ar entity foc whom Contractor is rasponsible; or CITY OF FOltT WORTH Allianca Airpart Taxiway P, Phase 2 STA�[DARDC4NSTliUCTION 5PEC7PICATIOiJ DQCUMENTS ProjectNn.1.03000 Revision: MIId� 9, 2+71(} 00720�-I C��NERALCANb1710N S Page 33 of 63 2. normal wear and tea�• under nnrmal usage. C. Contractor's obligation to perform and coinplete the V4'nrk i� accordance wii�i t.�e Contract Documents shall be absolute. Nane of ihe following will consti�ute an acceptance of Work that is i�ot in accordance rvith the Contract Documents ar a release of Contractor's obligatiov to perfarm the Worlc in accordance with the Contract Doeuments: 1. observations by City; 2. recorrunendation ar pay�ne�t by City of any progress or final payrnent, 3. the issuance of a ce�tifcate of Final Acceptance by City or any payz-nent related thereio by City; 4. use or occupancy af the FNork or any part thereof by City; 5. any re�iew and acceptance af a Submittal by City; 6. any inspection, t�st, or approval by athers; or 7. any correctio�. of defeetive Wor1c by Ci�.y. D. Ti�e Coz�tractor shal! remedy any defects or damages in the Work and pay for any damage to other wnrk or property resulting therefrom which shall appear within a period of two (2} years from the date of I'mal Acceptar�ce of the Work unless a 1o�ger period �s speci�ed and shaIl furnis�. a good and sufficient maintenance band, complying with the requireinents af Article 5.02.B. The City wiil give notice of observed defacts with reasonable promptness. 6.21 Inde�nnification - A. Contractor eovenan�s and agrees to indemni�'y, hold harmless and defend, at ifs ovv�a expen�e,the City, its afficers, servants aud employses,from and against auy and all clairrss arising out of, ar aileged to ati�se out o� the work and services to be peri�'or�ned by the Confractor, rts officers, agents, enaploye�, �ul�contracfors, licenses or invitees under this Co ntraet. { .^, �� R ATF, ANn RF FFFI',_C"TTVF EVEN jF iT T� Ai LEGFn OR PRnV �.�TAAT ALL nR SOl�'� nF THF D T T WERE CA . iN W� QLE OR iN PART, BY A]�T'�' AC'T._9ML5SIQN OR NF(TLIG�CNC THE .ITY. This indemniiy provision is intended to iucl�de, v►�itho�t limitiation, indem�ity for costs, ex�nses and legal f�;es iu�curred by the City in defending against suc� claims and causes of actions. B. Contractorcovenantsandagreestoindenanifyandholdharmless,a#itsn�vnexpense,theCiiy, its office rs, servants ant� employees, from and against any and all los�, damage or destrucia�n of property of the City, arising out of, or aileged to aris�e out of, the work and services #o � performed by the Contractor, its offieers, agents, employees, subcontractors, liceusees or invitees under this Contract. TAI� TNDFMNIFIC:ATIQl�LPROVI�TON 1S C!'f Y OT' FORT WORTFI All iance Airport T�iway P, Yhase 2 STANI7ARDCpNSTAl1CTIDN SPECIFICATIQN DOCLTMSNT5 Projecthlo.10300Q Revision: Madi 9, 24�(1 oo�zoo-i GENERAL CONflIT10N S Page 34 of G3 \ 1 1 �-`_►�_ =_\1 i _ -'�-- -% �� -- - - -- ��� -- - - ' -� = � -- � - 1 !'�.Y_ ► � ► � L1 ■ %� - ' —� . f ll__ � _ �_ � \ W.r � o � .� � � _► ' a� � _ = ► = — — � � — — � �� : . — � _ ► �- -' -- - 6.22 Delegation of Professio�aT Desagn Services A. Cant�•actor will not be required to provide professianal design services uizless such ser�ices are specif'icajly required by the Contract Docutnents for a portion of the Work or unless such s�rvices are required to carry aut Contrac�or's responsibilities for constructior� means, methods, techr�iques, sequences and procedures. B. I� pro%ssional design services or certif"icat�ons by a desig�n professional related to syst�ms, materials or equipment are specifical�y required af Contractor by the Contraci Dacuments, City will speci�y ai� pe�rforinance and design criteria that such seirvices must satisfy. Contractor shall cause such services or certif'�catians to be provided by a pro�erly licensed professional, wl�ose signat�re and seal shall appear ox� all drawings, calculations, speciFications, certif"icatzons, and Subtnitta�s preparedby such prafessianal. Subm�aL� related to the Work desigzled ar cetkif-ieci by such prafessional, if prepared by others, shall bear such professi�onal's written approval when submitted ta City. C. City sha.11 be eniitled to rely upon the adequaey, accuracy and completeness of fhe serviaes, certifications or appravals pe.rfo.rmed by such design professionals, provided City has s.pecified to Coritraciar pez�formance and desigr� crit�ria that such ser�ices must satisfy. D. Pursuantto this Paragraph b.22, City's review and acceptance of design calcuiations and des�gn drawirigs 'will be only for the litnuted purpose of ehecking for conformance wit4� pei-formance a�.d design criteria given and the design concept expressed iz� the �ontract Dacurinents. City's review and acceptance of Subrnittals {e�cept design calculations and design drawings) will be only for the purpose staied i� Paragraph 6.18.C. 6.23 Right to Audit A. The Contractar agrees that the City shall, until the expiration of tIu•ee (3) years after fina [ pay�nent under this Cantract, have access to anci the right to examine and photocopy any directly pe�t�nent books, documen�s, papers, and records of the Contractor invalving transactions re�ating to tlai� Contract. Contractor agrees thatthe Czty shail have access durin,g Regular Working Hours to all necessarry Contractar facilities and shaU. be provided adequate and ap�ropriate work space in order to conduct audi�s in campliance with the provisions of'this Paragraph. The Cily shaII give Cont7ractor reasanable ad�ance notice of intended audits. B. Cantractor further agr'ees to iriclude in all �ts sul�contracts hereunder a provision to the eFfect thaf the subcantractor agrees that the City shall, until the expiration of three (3) years afier final payment i�nder this Contract, have access to and the rig�i to examine and photocopy any directly pertinent books, doeuments, papers, and records of such Subcontractor, invo.lving transaetions to the subcontract, and further, that Ciry shall have access during Regular Wor.icing Hours to all C1TY OF FORT WORTH Alliance Airpnri Taxiway P, Phase 2 STANDARDCpNSTRIICT10N SPECIFICATI0�1' DOCUML'hITS ProjectNo.103000 Revision: Maci� 9,2020 oo�zoo-t GENERALCON�ITION S Page 35 of 63 Subcontractor facilities, and shall be prar�ided adequate and apprnpriate work space in arder to conducl: audits in cainpliance with the provisions of this 1'aragrapl�. The City shall give 5ubcontractor reason�ble advance notice af intended aud�ts, C. Cai�tractor and Subcontractor agree to photocapy such documents as may be requested by the City. The City agrees to reunburse Con�ractar for the cost oi'the copies as follows at the rate published in the Texas Administrative Code in effeci as of the time copying is perfo�zned. 6.24 11�ora d isc�inxinaiion A. The City is responsible for operatirlg Public Trar�sportafion Pro�rams and imple�neniing trans�- related projects, �hich are iunded in part trvith F'ecferal financial assistance av�+ardeci by the U.S. Department ot' Transpartafiion and the Federal Transit Adi�inistration (FTA), without discriminating against any person in the United �tates on the basis of r�ce, color, o� nationa� origin. B. Title V.I, Civil RightsAct af 19c54 as amended.� Contracta� shall comply with the requirernents af the Aci and the Regulations as further dafined in the Supplementary Conditi�ns for any project receiving Federal assistance. ARTICLE 7-- OTHER WORK AT THE �ITE 7.Q1 Related Wark at Site A. City may perform ather work reiated to the Project at the Srte with City's employees, or ather C�.y contractors, or through oth�r direct cor�tracts therefor, or have ot�er vvork perforined by utility awz�ers. If such other work is nat noted in the Contraot D�cuments, then written notice thereaf will be given tn Cont�actor priar ta sfiai-ting any such other work; and B. Contractor shall affard each ather contractor wha is a party tfl such a direct contract, eac�i util�ty owner, anci City, if City is per%rming otk►er work witki City's em.ployees or other City cantractors, proper and safe access tothe Si�e, provide a reasanable opporiunity for the introduction and storage a� maierials a.nd aquipment and the executian of sucl� other work, a�d properly coordinate the 'Work with theirs. Contractor shall do all cutting, fitiing, and patching of the Work that may be requi�ed to praperly connact or otherwise make its s�veral parts coine fogetk�er and properly integrate wi�h such other work. Contractor shall not endanger any work of others hy cut��g, exeavatizag, or otherwise altering such work; providad, k�ovvever, that Cantractor may cut or alter ot�ers' work wrth the written consent of City and the others whose work will be affeeted. C. Tf the proper e�ecutian or �esults of any part of Con.tractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and prompily report ta City in writing any delays, defects, or deiiciencies in such other work that render i� i�navailable ar vnsuitabla for the praper execution and resu�ts of Contractor's Work. Contractar•'s failure to so report will constitute an acceptance of such other work as frt and proper fo� integration wi�h Contractor's Wark except for latent defects in the work provided by others. CIT'Y O!' FQRT WORTH Allianee Airport Taxiway I', Phase 2 STAIVAAADCON3TRUCT[ON SPECIFTCATION DOCUMEIVTS ProjeetNn.1030D0 Aevisian: Nfad� 9, 2D20 oo�aoo-� GENERALCON[71TIOPf 5 P�e 36 of 63 7.02 Coordination A. If Ciky irrtends to contraci with others for t�e perfarmance of other woz�lc on the Project at the 5ite, the following will be set forth in Supplementary Cond�tions: 1, the indiNidual or entity who vvill ha�e authority and responsibility �Ol' C001'�I1ria.t1011 of the actaviiies among the uarious cont�actors will be identifiecf; 2. the specif'�c matters to be co�ered by such au�hority and z�esponsibility wil� bc itemized; and 3. the ez�tent of such authority and respansrbilsties will be pro��cied. B. Unless otherwise provided 'm the Suppleinentary Condita�ons, City shall hav� autf►ority for such coordination. ARTICLE S — CITI"S RESPONSIBILITIES 8.01 Comrraunications to Contr�actor Except as o�herwise provided in the Supplernentary Canditions, City s4�all issue all conamuriications to CantractQr, 8.02 Furnish Data City shall timely furnish the data required under the Contract Dacuments. $.03 Pay When Due 8.04 8.05 $.0� City shall malce payments ta Contractor in accardance with Article l�. Lands a�ad Easements; Repo�ts and Tests City's duties vvith respect to provid�g la.nds and easer�ents and prov'rdiz�g engineering surveys to establish reference poizats 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 draw�gs of physical conditions relating to e�cisting surface or su�surface siructures at ar contiguous to t.�te Site that ha�e been utilized by City in� preparing t�e Contract Docuiments. G"hcange O�deYs Ci�ty shaIl execute Change Orders in accordance �vit.�► Paragraph 10.03. InspeetiDns, Tests, andApprovals City's responsibility witl� respect to certain it�spections, tests, and approua�s is set forth in� Paragraph 13.03. CITY OF FORT WORTFE Alliance Airport Taxiway Y, Yhase 2 STAI�FDARDCONSTRUCTION SYEC[FICATI�N UDCUMENTS ProjectNn.103D00 Revision: Niadi9,20�0 OD 72 00 -1 GENERALCAN�{TIONS Page 37 of 63 8.07 Limitatlons orr Cily's Responsrbilities A. The City shaii not supervi�e, direct, or have control or authority over, nar be responsible far, Contt•actor's rneans, methods, tachniques, sequences, or procedures of construction, or the safety precaufions and programs incident thereto, or for any Fa�lure of Contractar to comply with Laws and Regulaiions applicable to the performance of the Work. Crt.y will not be respansible �or Contracto�•'s �ailure to perform tl�e Woi'k in accordance with the Contract Documents. B. City will notify the Contiractar of applicable safety plans pursuant to Paragt•aph 6.14. 8.D8 Undisclosed Hazardox�s Enviranmentcrl Condition CiLy's responsibilit.y with respect to an undisclosed Hazardous En�ironmental Condition is set farth in Paragraph �.06. 8.09 Compliance with Safety Prog�am Whi1e at the �ite, Ci�ty's employees and representatives shall comply with the spec�c applicabie requirements of Contracfar's safety programs of which City has been �ormed pursuant to Paragraph 6.14. ART�CLE 9— CYTY'S OBSERVATI�N STATUS DURING CONSTRUCTION 9.41 Ci�y'sProjectManage� City will provide one or rr�ore Project Manager(s} during the construction period. The d�ties ar�d responsibili�ies and the l�nitatians of auth.orit-�r of City's Project Manager during constructian are set %rth iti the Contract Dacuments. The City's Project Manag�r for this Contract is identif'ied in the Supplementa►y Conditiozas. 9.Q2 Vfsits io Site A. City's Project Manager wi� inake vi�its to the Site at inter�als appropriate to the varioUs stages of consiruction as Czty deerns necessary in arder tn observe the progress that has been mac3e an�l the quality of the variaus aspects of Contractar's executed Work. Based on infarmation obtained d�ritag such r�isits and observations, City's ProjectManagerwill defermine, in general, if the Work is proceeding in accordanee with the Contract Documents. Cit�'s Project Manager will not be reguired to make exhaustive or continuous insp�ctions on the Site io c�eck the quality or quantity of the Worif. City's Project Mana�er's efforts will be directed toward providirig Ciry a greater degree of conftdence that the completed Work will c�nfortn generally ta the Contract Documenis. B. City's �roject Manager's �+is.its and abservations are subject to all the 3imitations on authority and �•esponsibili�y in the Contract Documents u�cluding thos� set forth ir� Qaragraph 8.07. C1TY OF FOR"f VJORTH Alliance Airport Taxiway P, Phase Z STANDAR�CONS.TRUCTION SPECIFICA'iION DOCiJMENTS PrajectNa.103flQ0 Revision: M�-Ud� 9, 2�D oa �z aa - � G�NERAL CONUITION 5 Page 38 nf 63 9.03 Aa�tharized Variations in Worlc City's Project Manager may authorize minar variations in the Work frorn the requ�ei�.ents of the Contract Documents which do not invalve an adjustment in the Contract Price or the Coni�act Time and are compatible with the design concept of the cornpleted Project as a functioning whoie as indicated by the Contract Documents. These may be aceomplished by a Fie�d Order and will be binding on Ciry and also on Contractor, who sha�l �erforin the Worl� �nvolved promptly. 9.04 R�jeetingDefective Work City will I�ar�e authority to re3ect Work which Ci�y's Pro{ect Managei belie�es ta be defective, or wil� nat produee a catnpleted Project that conforms to the Contract Documenis or that will prejudice the integrily of the design cancept of the completed Project as a furictioning vvhole as indicated by the Contract Documents. City will have authority to canduct special inspection ar testiz�g of the Work as provided in Article 13, whether or not the �ark is fabricated, installed, or completed. 9.05 Deterrrti�aationsfo�WorkPerformed Contractor wilI determine the actual quantities and classifications of Wark perforined. City's Praject Manager will review wi�h Contractar the preiimitaary d�termiz�ations on such matters befare rendering a written recammendation. Czty's written decision will be fmal (except as ziaodiFred to reflect changed factua� conditions or nnare accurate data). 9.Ob Decisions on Requirem�.nts of Co�rt�actDacu�raents a�tdAc.ceptability of �York A. Czty will be the initial inierpreier of the requirements of the Contract Documents and judge af the acceptability of the Work t3aereunder. B. City r�ill render a written decision on any issue i•eferced. C. City's written decision an the �ssue referred will be f�al and binding on the Contractor, subject to tlae provisio�s af Paragraph 10.06. ARTICLE 10 — CHANGES IN THE W�RK; CLAjMS; EXTRA WORK 10.01 Aa�tho�ized Cl�anges i�z the Work A. Without invalidatir�g the Contract and without not�ce to any sur�ty, City may, at any iune or from time to tune, order Extra Work. Upon notice af such Extra Work, Cantractor shall promptly proceed w�th the Wark in�olved which will be performed under the applicable condi�ions of the Cantract Dacuments (except as otherwise specif'�cally provided). Extra Work shall be memoriali�ed by a Change Orde� which may or may not precede an ardex of Extra wnrlc. B. For mirior changes of Work not requirin� ehanges to Contract Time or Contract �'rice, a Field Order may be issued by ihe City. C1TY aF FDR'1' WORTFI AlGance Airport Taxiway P, Phasa 2 STANDARDCONS7'RUCTIQN SPECIFICdT14N DQCiIMEN'CS Prajec#No.103D00 Revision: Nlsrtdi 9, i-0�[l OQ7200-1 GENERRLCON�lTION S Page 39 af 63 10.fl2 Unautho�ized Changes in the Work Contractor shall not be entit�ed to an increase in tY►e Contract Price ar an e�ensian of tY�e Contract Time wit� respect to any work perforrned that is not requi�ed by the Cnntract Documents as amended, modified, or suppiemented as provided in Paragraph 3.Q4, except in ihe case of an emerg�ncy as provided in Paragraph 6.17. I0.03 Execution of Change 4r^ders A. Ciry and Contractor shafl e�ecute appropriate Change Orders coverir�g: I. chan.ges in the Work which are: (i} ordered by City pursuantto Paragraph 1fl.Ql.A, (u) required becau5e of acceptance of defective Work uncie�r Paragraph I3.Q8 or City's carrectzan o� defective Work under Paragraph 13.09, or (iii} agreed to by the parties; 2. changes in the Contract Price ar Cor�tract Time which are agreed to by the parties, inc�uding any urid'asputed su�n or amount of titne for Vi�oxk actually perfarmed. 10.04 Ext�a 1�Yo�k A. 5hould a diiference arise as to whal does or does not constitute Extra Work, or as to the payinent thereof, and th� City in.sists upon its performance, the Contractor sk�all proceed with the wark after making writken request for written orders and shaIl keep accurate accounf of the actuaj reasonable eost �here�f. Cbntract Claims regarding Extra Work shall be macie put'suani to Paragraph 1Q.Q6. B. The Contractar shall furnish the City such anstallatian records of all deviations from the originai Contract Documents as rnay be necessary to enabl� the City to prepare for p�rmanent record a corrected set of plans show�r�g the actual installation. C. The compensation agreed upon for Extra Work wheiher or not initiated by a Change Order shall be a ful�, complete and final payment for aU costs Contractor incurs as a resul� or celating to the change or Extra Work, whether said costs are la�own, unla�own, foresean oc unfc�reseen ai that time,. inc�udin� withoui limitation, any cost� for delay, extended overhead, ripple or impac� cost, or any other effect on changed or unchar�ged work as a result of the change ar Extra Work. 10.05 Not�fication to Surety If the provi�ions o�' any bond require notice to be given to a surery oi any change af�ecting the general scope of the Wark or the pravisions of the Contract Docuinents (includieig, but nnt lunrted to, Contract Price ar Contract Time), the giving of any such n.atice will be Cont�actor's responsib�lity. Tf�e amount of each applicable bond will be adjusied by the Contractar to reflect the effect of any such change. C1TY OF PORT WOTtTH Alliance Airport Taxiway P, Pliase 2 STA�iDARDCONSTRUCTIaN SPECIFICATI�i� DOCCJMBNTS PrajeclNo.103000 Itevision: Madti 9,�D2d 0�} 72 Ofl -1 GEI�ERALCONOIT�O�f S nage 40 of 63 10.06 Contract Clcrirxrs Process A. Ciiy's Decision Req�crred: All Contract Claims, except those waived pursL�ant to Paragraph 14.09, shall be referredta the City for dec�sion. A decision by City shall be required as a condition precedent t� any exerci�e by Contractor of any rights or re�aedies he may oiherwise have under the Con�ract Documents or by Laws and Regulations in respect of such Co�tract Claims. B. Notice: 1. Written natice stat�g the general nature of eack Contract Clairti s�all be delivered by the Contractor to City no later than 15 days after the start of the event givirrg ri�e thereto. The responsibility to sUbstantiate a Contract Claim shall rest tivi�h the party making the Contract C�ai�n. 2. Notzce of Lhe amount or e�teilt of the Contraci Claun, with supporting dafa shal! be deiivered ta the City an or before 4S days from the start o�the even.t gi�ing rise thereta (unless the Ciry allows additianal time for Cont�actor to submzt addrtianal or more accurate data in support af such Cantract Claim). 3. A Contract Claun for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragrapk► 12.01. 4. A Contract Claim %r an adjustment in Con�ract Time shall be prepareci in accorciance with the provisions of Paragraph 12.02. 5. Each Cantract Claitn si1aI1 be acc�mpani�d by Car�tractor's wrztten statert�ent t�at the adjustment claimed is the entire ad�.tstment to which ti�e Cont�acfiorbelieves i� is entitled as a resul� of said event. 6. The City shall submit any response to the Contractor wiihin 30 days after receipt oi the claimant's jast submittal {unless Coniract aIlows addikional time). C. City'sActron: City will review each Contrac# Claim and, within 30 days after receipt of the last submittaj af the Contractor, i� any, take one of the fallowing actions in writing: 1. deny t11e Contraci Claun in �?vhole or in part; 2. approve the Contract C�aim; or 3. notify the Contractor that th:e City is unaf�le to resolve the Contraet Clai�n if, in the City's sole discretion, it wauld be inappropriate for the City to do so. Far pUrpo�es of further reso�ution of the Contract Claitn, sucY� notice sha�l be deemed a denial. C3TY OF PORT WOR'I'H Alliance Airport TaYiway 1', Phase 2 STANDARDCONSTRUCTION SPECIF[CA'P1flN DOCIJM�NTS ProjectAlo.10300D Revision: Murh 9, 2D20 U0 72 00 - I GENERAL CON� IT lON S Page 41 of 63 D. Ciiy's writ#en action under Parag�raph 10.06.0 will be final and binding, unl�ss Czty or Contractor involce the disptirte resnlution pracedure set forth in Article 16 within 30 days af such action or denial. E. Na Cont�•act Claim for an adjustxnent in Contract Price ar Contract Time will be valid ii not subinitted in accordance with th�s Paragragh 10.d6. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNTT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.�1 Costaf the Wor�k A. Costs Included: The te�n Cost of tha Work rneans the sum of all cosis, except th.ose excluded in Paragraph 11.01.B, necessarily �curred and paid by Contractor in the proper performance of the Woric. �Vh�n the value of any Work eo�ered by a Change Order, the costs to b� reimbursed to Cantractorwili be only those additional or incrernental costs required because ofthe cnange in tlle Wnrk. SUCkI GOStS SL1&ll DQt include az�y of t�e costs itemized �n Paragcaph 11.0�.B, and sh.all incfude but not be limited tQ the iallnwing iteins: I. Payroll costs for employees ir� the direct empiny af Cont�actar in the performance of the Worlc under schedules of job classif'icatioi�s agreed upon by City and Contractor. Such employees shall include, withoui limitation, superintendents, �oremen, and other personnel employed full time on the Warlc. Payroll costis for ernployees not e�nployad full time on the Work shall be apportioned on ihe basis of their tune spent on the Work. PayroIl eosts shalI include; a. salaries with a SS% markup, or b. salaries and wages pIus fi.�e cost of fringe benefits, which shall �nclude social SECUi'l� contributiotas, unemploytr�ent, excise, and payroll taxes, workers' compensation, health and retirement benefrts, bonuses, sick leave, vacation and holiday pay appI�cab�e thereto. The e�enses of perfarrn�ng Work outside of Regul�r Working Hours, Weekend Workin.g Hours, or kegal halidays, shall be included in the abave l-o tl�e extent author�zed by City. 2. Cost of all materials and equzpment furnished and incorporated in the Worlc, mcluding costs of transpdrtation and storage thereof, ar�d Suppjiers' fie�d sex�ices required in cnnnection therevviih. 3. Rentals nf al1 construction equipment and machinery, and the parCs tlleredf whether rented frorn. Contractor ar athers in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assennbly, dismantlat�►g, and rernoval ther�of. All such costs shak be in accordanca with the tcrms of said rental agreements. The rental of any such equipment, machine�ry, ar parts sha�l cease when the usa thereof is no longer necessary for the Work. C1TY OF FOKT WORTI-i Allianae Airport Taxiway P, Phase 2 5Tt1N�lARDCONSTAUC'CI01� SPEG[FICA1'[ON I}OClJM�I�lTS ProjectNo.103D(l0 Revision: Mladi9,2(�l aa��oo-� GENERALCON�ITIOCJ S Pa�e 42 0#' 63 4. Paymants made by Cantractor to Subcontractors for Work performed by 5ubcontracto�•s. If required by Ciry, Contractor s�all obtain coinpetitiive bids frorn 5ubcontractors acceptable ta City and Contractor and shali deli�er such bids to City, wha will ihen determine, which bids, � any, will be acceptable, Ii any subcontract provides that tbe Subcontractor is to be paid an the basis of Cost of the Worlc pjus a fee, the Subcontractor's Cost of the Wor1c and fee shall be determirted in the same inanner as Contractor's Cast of the Worlc and fee as provided in th�s Paragraph 11.O1. S. Cnsts of special consultants (including but not limited to engineers, arc.hrtects, testirsg laboratories, suxveyai•s, attorneys, and accountants) employed far services specifically related to the Worlc. 6. Supplemental costs mclud�ng the follawing: a. The proportion of necessary transpnrtation, t�avel, and subsistence expenses af Contractor's employees itacurred in discharg� of duties connected with ihe Work. b. Cosi, iricZuding transportation and maintenance, of all materials, suppiies, equipment, mac�inery, appliances, nf�ce, and temporacy faciii�ies at th� Site, and hand tools not o�ned by the workers, which are consumed in the parformance ofthe Work, and cost, less market value, of such i�ems used but riot consumed which remain the property of Contractor. c. Sales, consUmer, use, and other similar taxes related to the ViTorlc, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulatioi�s. d. Deposi�s lost fo�• causes other than ne�ligence af Contractor, any Subcontractor, or anyone directly or indirectiy ernployed by at�y oithem or for whose acts any of t.hem may be liable, and royalty payments and fees for permits and �icenses. e. Losses and damages (and related exper�ses) eaused by damage ta the Wori�, not compensated by insurance or atherwis.e, sustained by Cpntractor in connection with tlZe performance of the Work, pz•ovided such losses and damages have resulted from causes flther than the negligence of Contractor, any Subcantractor, ar anyone d'zrectly or indirectiy employed by any of them or for whase acts any af them may be liable. Such losses sha11 include settlements made wi�h the writte.n consent and approval of City. No such losses, damages, and expenses sha11 be included in the Cost of the Worlc for the purpose of determining Contractor's %e. f. The cast of utilities, fuel, and sanitary facilities atthe Si�e. g. 1Vlinor e�penses such as telegrams, long distance telephone calls, telephone and coixamunication services at the Srte, express and courier services, and similar petty cash items in connection with the Wor%. CITY OF FORT WQRTH Allianee Airpvrt Taaciway P, Phase 2 STANdAI�DCONSTAi3CTCON SPECIFICATTDN DdCiTMEsNT'S PrajectAfo.103U00 Revision: Niadi 9,2C�0 Q072D0-1 GEIVERAL CONDITIOPf 5 Page 43 of �3 h. The costs of premiums for all bonds and insurance Contractor is requued by �he Contraet Docu��nents to purchase and inaintain. B. Costs Exeiuded: The term Cost ofthe Work shall not include any af the following items: l. PayroIl costs and other compensation of Cantractor's offieers, executives, principals (af partnez•s�ips and sole proprietarships), general managers, safe�y managers, engineers, architects, estimators, attarneys, aud�ors, accouniants, purchasing ar�d con�xacting agents, e�pediters, tnnekeepers, elerks, and o�►er personnel employed by Conhactor, whether at the Srte or in Coniracior's principai or branch of�tce for general administration of the Work and not spec�f'�cal�y included in the agreed upon sc��dule of job classifications referred io in Paragraph 11.O1.A.l or specifically covered by Paragraph 11A1.A.4, all of which are ta be considered adminisirativ� costs covered by the Contractor's fee. 2. Expenses of Coniractor's principal and branch offices at.�rer than Contractor's affice at the Site. 3. Any part of Contractor's capital expenses, including interest on Contraetor's capital employed for the Work and charges againsi Contractoi° for deIinquent paymer�ts. 4. Costs due to tI-►e negligen.ce of Contractor, any Subcontxactor, or anyone directly or indirect3y employed by any of them or for vvhose acts any nf them t�ay be Gab�e, including but not limited to, the correction of defective Worlc, disposal of materia�s or equipment wrongly supplied, and inakit�g good any damage to property. 5. Ot12er overhead or general expense casts af any kind. C. C�niractor's Fee: When all the Work is perforrned on the hasis of cost-plus, Cant�actor's fee shall be determir�ed as set forth in the Agreement. When the value of any Warl� cover�d by a Change Order for an adjustment in Contract Price is determined an the basis of Cost of the Wark, Contractor's fee shali be determined as set forth in Paragraph I2.Q1.C. D. Docurnentation: Whenever the Cast of tlie Work for any prarpose �s to be determiz�ed pursuant to Paragraphs 11.01.A and 11.O1.B, Contractor wi�l estabIish and znai�tairi records thereof 'rn accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together rvith supporting data. 11.02 Allo�vances A. ,5pecifiedAllowance: It is under�tood that Contractor has included in the Contract Price all al�awances so named in. the Contraet Doeumen�.s and shall cause the Work so ca�ered to be performed fvr such sums and by such persons or eniities as may be accepta6fe to City. B. PYe-badAllot,vances: 1. Cantractor agrees that: CITY OF FQRT VirORTH Alliance Airport Taxirvay P, Phase 2 STAIYDARDCONSTRUCTION SPECIF3CATION �OCiTME.%f'1'S ProjeetNo.103000 Rcvision: Mad�9,207A 007200-1 GEN�i2ALCONDI71Ql� S Page 44 of 63 a. the pre-bid allowances include the cost ta Con�ractor of ma�erials and equiprnent requued by the allowances to be delirvered at tYte Site, and all appiicable taxes; and b. Contractor's costs for unloaditag. and handling on the Site, labor, insta�lation, or�erheaci, profzt, and other expenses cantempla.ted far the pre-bid allowances have been included i�� the allowances, and no demand foc add�tional payment on account of any of �he fore�oir�g �ill be valid. C. ContingencyAilawance: Contcactor agrees that a coniingency allowance, � any, is for the sole use Qf City. D. Priar ta �'ina� payment, an apprapriate Change Order will be issued to reflect ac�ual amoLints due Contractor on aGcour�t of Work covered by allowances, and the Can�ract Price shall be correspondingly adjusted. 11.Q3 UnitPr�ice Wa�k A. Where the Coni�act Documents p�•avide that all ar part of th.e Work is to be Ueut Price Work, initial�y tl�e Contract Price wili be deemedta include for all Unit Price Wark an ainount equal ta the sum of the unit price for each separately ideniified 'ztern of Unit Price Work tirnes the estirnated auantity of each item as indicated in the Agreement. B. The esiimated quan�ities of items af Unit Price Work are not guaranteed and are salely for the purpose of eoinparison of Bids and determining an initial Contraet Price. Determinations of the actual quantities and classificatior�s of Unil Price Work performed by Contractor will be m�de by City subject to the provisions of Paragraph 9.05. C. Eac� uni� price wiU be deemed ta inelude an amount considered by Contracfor to be adec�uate to cover Contractar's overhead anci prof�t for each separately ident�'�ed item. Work descrbed in the Contract Documents, or reasonably inferred as required for a fi,ulctionally complete installation, but not identified in the Iisting of unit price items shall be considered incidentaI to uni� price wor�c jisted and the co�t of inaidental wark a�cluded as part of the unit pric�. D. City may make an adjustment in the Cont�act Price in accordance with Paragraph 12.01 i� 1. the quantity of any item af Unit Price Work per%rmed by Contractor differs materially and sign�cantly firam th� estimated quantiry of sueh itein mdicate� in the Ag�reement; and 2. the�•e is na corresponding adjustz�nent with respect to any other item of Work. E. Increased or Dec�eased Quantities: The City reserves the rigkrt to arder Exl.i•a Work ui accordance with Paragraph 10.01. 1. If t�e chan.�es in c�uantrties or the alterations do not significantly chaage the character of work under the Contract Documents, the a�tered work wi� be paid for at the Co�tract unit price. C1TY OF FORT WQRTH All iance Airport'1'a3ciway P, Phase 2 STANDARDCQNSTRUCTIDN SPECIP[CA1']ON UDCUMENTS ProjectNo, ID3000 Revision: Madi9, 7�020 UD7200-1 GENERALfiAN�ITION S Page 45 of 63 2. If the changes in quantities or alterations si�niF'icantiy change the character of worlc, the Contract will be amended by a Change Order. 3. If n� unit prices exist, this will be considered Extra Work and the Contract wi�l be amended by a Change Order in accordance with Article 12. 4. A signif'icar�t change in the character of work occurs wlzen: a. the character of work far any Itezn as altered differs materially iri kind ar nature from that in the Contract or b. a Majar ltem of work �aries by inore than 25% from the original Cantract quantiry. WF�en the quantity of work to be done urider any Majar Itetn af the Contract is more than 125% of the original quantity stated i� the Contract, then eiiher party to the Contract may request an adjustment to the unrt price on the portio� of the work ihat is above 125%. 6. When the quantity of work to be done under any Major Itenrz of the Contract is less than 75% of the original quantity stated in the Cflntract, then either party ta the Contract may requesfi an adjustment ta the unit price. I 1.0� Plans Qu.antiry Measure�nent A, P lans quantzties may or znay not represent the exact quantity of warlc perfarmed or material maved, handled, or placed during the execution of the Contract. The est�rr►ated bid quantities are d�signated as final payment quantities, unless revis�d by the gov�rning Sec�ion or ihis Articie. B. If t�e c�uantity measured as ouilined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specif�ic Items} frntn the total estimated quantiry for an indrvidual Item or�ginally shown in the Contract Documents, an adjust�nent may be made to tY►e quaniity of authorized work done for payment purposes. The party io the Contraet requesting the adjustment will provitle feld measurements and calculations shavving the final quantiity iar which payment wall be made. PaymenL for revised quantity will be made at i:he unit price bid for that Item, except as provided for in Article 10. C. When quanti�ies are revised by a change in design approved iry the City, by Change Order, ar to carrectan error, or to correct an error on the pla�s, th� plans quantity will be increasedor decreased by the amourat involved in the change, and the 25% �ariance wi� apply fo the n.ew p�ns qua�.tity. D. If fhe total Contract c�uantzry multiplie�l by �he unit price bid far an individual Itern is Iess than: $2SQ and the Item is not ariginally a plans quantity Item, �hen the Ifem may be paid as a plans quantity Item i� the City and C�ntrcactor agree in writing to f� the f'vlal quantity as a plans quantity. CTTY OF FORT WORTH A1liance Airport Taxiway P, Phase 2 STANi]ARIlCOIVSTR!lCTION SPECII'ICATION aOCiJMk.T1T5 PrnjeciiYo.1fl309Q Revision: Madi9,?�20 007200-1 GENERAL CD3J [71 T 101� S Page 4G of 63 E. �'or callout work ac non-si�e 5pecific Coniracts, the p�ans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME I2.01 Change of Cont�act Price A. The ContractPrice may only be chai�ged by a Change Order. B. The value af any Worlc covered by a Change Order will be determined as �allows: where the Worlc involved is covered by �nit prices contained in the Contract Documezats, by application of such unit prices to the quantities af the items involved (subjact to tl�e pro�isions af Paragraph I1.03); or 2. where the Work invol�ed is not eovered by uni� prices contained in. ihe Coniract Docum�nts, by a mutually agreed lump sum or unit price (whieh may include an allowanc� for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts f,hat are foreseeable at the time of pricing the cost of Exira Work, or 3. where the Work involved is not co�exed by unit priees contained in the Contract Documents and agree�x�.ent t;o a Iurnp sum ar uni� price i� not reachedunder Paragraph 12,O1.B.2, on the basis of ihe Cost of the Work (determined as pro�ided in Paragra�h 11.O1) plus a Contractor's fee for overhead and profit (deterr�nitted as provided in Paragraph I2.p1.C}. C. Cor�tractor's Fee: The Contractar's adciitional fee for overhead and profit sl�all be determined as follows: 1. a rnutually acceptable f�ced fee; ar 2. if a fi�ed fee is not agreed upon, then a fee based an the following percentages ofthe �arious portions of the Cost of the Work: a. for costs incutred under Paragraphs lI.O1.A.1, 11.O1.A.2. and 11.O1.A.3, ihe Contractor's addi�ianal fee shall be 1S percent except for: 1) rental fees far Contractor's own equ�pment using standard rental rates, 2} bonds and insurance; b. for costs incurred under Paragraph 11.OI.A.4 and 11.O1.A.5, the Cantractor's £ae shall �e five percent (5%); 1) where one or more tiers of subcontracts are on the l�asis of Cost oi th� Work plus a fee and no f�ed fee is agreed upon, the inte�t af Paragraphs 12.01.C.2.a anci j2.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever C1TY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 STILNDARUCONSTRUCTIO�' SPECIPICA'CI�N I]OCiJIvI�NT3 PrajectNo.1030D�Q Itevision: Nfadi9,20�D OD7200-1 GENERALCC)NQlTION 5 Pa$e 4.7 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such �ubconl�actor under Paragraphs 11.O1.A.1 and 11.Ol.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee af five percent (5%) af the amount paid ta the next lawer �ier Subcontractor, however in n.o case shall tY►e cui�nulative total of fees paid be in excess of 25°10; c. no fee shaIl be payable on the basis of casts iteinized under Paragrapl�s 11.Q1.A.6, and 11.O1.B; d. the amount of credit ta be allo�+ed by Contractar to City for any claange which results in a net decrease in cost will be the amount ofthe actual net decrease in cast �lus a deduction in Contractor's fee by an amount equal to five percent (5%0) o� such net decrease. 12.02 Change of Co�t�act 2'ime A. The Coniract Time may only be changed by a Change �rder. B. Na exf.�nsion. of the Contract Titne wi�l be a�lowed For Extra Work or for elaimed delay unless tI�� FYtra Worlc contenaplated or c�imed delay i� shown to be on the critical path of tl�e Project Schedule or Contractor can show by Critical Patk� Met�od analysis how the Extra Worlc or ciaimed delay ad�ersely affe�ts the critical path. I2.03 Delays A. Where Cantractor is reasonably �e�a.yed �n the performanc� oz• cotnple�ion af any part of the Work wiY.�in the Coniract Time du� io delay b�yond the contrnl of Contractor, the Contract Time may be extended in an amount equal to the ti�ne Iost due to such delay if a Contiract Cla.im is made therefor. Delays beyond the contral of Contractor shall include, but not be linarted 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 canditions, or acts of God. Sueh an adjustrr�ent shall be Contractor's sole and exclusive remedy far the de�ays desct-ibad in this Par.agraph, B. If Contractor is deiayed, City shall not be liable to Cont:raetar fUr any claims, costs, losses, ar damages (including but not lim�eci to all faes and charges of engineers, archiEects, attorneys, and other prafessionals and au court ar arbi�ration ar other dispute resolution costs} sustained by Contractor on or in connection witl� any other pro�ect or anticipated project. C. Contractor shall not be entitled tn an adjustznent in Cantract Price or Cantract Time for delays within the control of Conta'actar. Delays attributable to and wi�hin the control of a Subcnntractor or Supplier shall be deemed to be delays within the contral of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable e�tra cost to the Conixacfior is caused by t�e failure ofthe City to provide i�aformation or material, if any, which is to be furnished by the City. CITYOF FORT WORTH A1lianne Airport Ta�ciway P, Phase 2 STANDARDCOMSTR�C7'ION SPECIFICATEO.N DOCLIMSNTS PrajectNo.l030DD Aevision: Madi 9, � 00 �a on - i G�NERALCON�ITION S Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECT�ON, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK I3.01 11Totice of Defects Not�ce of all defective Work of which Cily has actual knowledge w�l be given to Contractor. Defective Wark may be relected, corrected, ar accepted as provided 'm this A�ticle 13. 13.02 Access to Work City, independent test�lg labaratories, and governmental agencies w�th jurisdictionai ini�rests will ha�e access to the Site and the V4'orlc ai reasonable times far tl�eu observation, inspection, and testin�. Contractor shall pro�ide them proper and safe conditior�s for such access and advise them o� Cr�ntractor's safety procedures and programs so that they may comply therevvith as applicab�e. 13.03 Tests ar�d Inspections A. Contracfor shall give Ciiy tin.►ely notice of readiness of t�e Wark for ail required inspections, tests, or approvals and shall cooperate with inspectian and testang personnel to facilitate requued inspections or t�sts. B. If Contract Documents, Laws oi• Regulations of any public body having jurisdietion require any of ihe Work {or part thereo r� ta he �nspected, tested, or a�aproved, Cozatra.ctor shall assume full responsibility for arranging and obtaining such independeni inspections, tests, retests or approvals, pay all costs in cozizaection therewrth, and furnish Ciry the requued certificates of �nspection or approva�; excepting, however, tl�ose fees specifically identifed in the Supplementary Conditiozas or a�y Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Condrtions. C. Contractor sha1S be responsib�e for arranging and obtaining and shall pay all costs in connectzon with any inspectians, tests, re-tests, or approvals reguired for City's acceptance o� materials or equipment to be incorporated in the Wark; or acc�ptance ofmaterials, rx�ix designs, o� equipment subzx�itted for approval prior to Contractar's purchase thereof for incorporation in the Work. Such inspectinns, tests, re-tests, or approvals shall be perfarmed by organizatians acceptable ta City. D. C'►ry rnay arrange for perform any inspectian City. the services oi an it�dependent testing laboratory ("Testing La6") to s or tests ("Tesiing") for any part of the WorEc, as determined solely by 1. City wilj coordinate such Testing to the extent possible, with Contxaetor; 2, Should an.y Testing under this Section 1�.Q3 D res.ult in a"fail", "did not pass" ar other similar negatinfe result, the Cantractar shall be res�onsible for paying far any and all retest�. Conbractor's caneei�a.tion without caus� of City �nitiaietl Testing shall be deemed a negatrve result and require a retest. C1TY OF FORT WORTH AI I iance Airport Taaciway P, Phase 2 STAi�IDARlJCpNSTRUCT[ON SPECICICATIO.N DQCUNIENTS ProjectNo, 103QOU Revision: Nfsdi 9,30�0 D0 72 00 - I GEN�RAL CONDITION S Pege 49 of 63 3. Any amounts flwed for any ret�st under this Section 13.Q3 D shall be paid directly to the Testing Lab by Contractor. City wil� farward all invoices for retests to Contcactor. 4. If Contractor fails ta pay the Testing Lab, Ciry wi�l not issue Final Payment until the Testirkg Lab is paid, E. If any Wark {or tl�e work of others) that is to be inspected, tested, or approved is covered by Contracfior without writtei7 concurrence af City, Contractor s�aJZ, if requesied by Crty, uncover sueh Work fQr observation. �'. Ur�covering Wark as pra�ided iri Para�raph 13.03.E shail be at Contractor's expense. G. Contractor shall have the right to make a Contract Claitn regarding any ratest or invoice issued under Sectian 13.03 D. 13.04 Uncovering WaNk A. I� any Worlc is covered contrary to the Contract Documents or specific instructians by the City, i� must, if requested by City, be uncflvered for City's observation and replaced at Contractar's e�pense. B. Ii Crty considers rt necessary or adv�sable that c�vered Work be observed by Ciry or inspected or testedby others, Contractox, at City's request, shall uncover, expose, or ofherwise make ava�lable for observation, inspection, or testi�g as City may requn•�, ihat �ortion nf the Work in question, furnishing all necessary labor, inaterial, and aqui�ment. 1, If it is �ound that the uncovered Work is defective, Canlractor shall pay all claims, costs, �osses, and damages (incIuding bui not litnited to all fees and charges of er�gineers, architects, attorneys, and other professionals and all court or n�er dispute r�solution costs) arising out af or relating to sueh unco�vering, exposure, observation, �nspection, and testing, and of satisfactory replacenaent or reconstirUction (including but not �united to a1S costs af repair or replace�zent oiwark of othexs); or City shall be entitled to acceptdefective Wark in accordance with Paragraph 13.08 it� which case Contractar shall still be responsible for all costs associated with �xposing, observing, and testing tha defective Work. 2. If the uncovared Work is nat found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the CantractTime, ar botH, clirectly attributable to such uncover�ng, e�pQsur�, obsez•vation, inspecti�n, testing, replacement, and recanst�'UC�IOri. 13.05 City May Stap the Wo�k If the Work is defective, ar Contractar fails to supply sufiiczent skilled workers or suitable materials or e�ui�ment, ar fails to parforrn the Work in such a way 1:hat the completed Wark will canform to the Cont�actDocuments, City may order Contractoz• to stopthe Work, or any portion thareof, unti� the cause for s.uch order has been el'uninated; however, this right of City to si:op the Wock shall not gi�e rise io an� duty on the part of City to exercise th� right for the bene£'t� of Cnntracto��, any CTl'Y OF FORT WDR`[�T Alliance .tirport i'a3ciruay P, Phase 2 STANDARDCQNSTRl3CTI0N SPECIP'[CATIOIV DpC[3MLN"f8 PrnjectNo.1D3000 Hevisiott: Mafi 9,207A aa -rz oa- � GEN�RALCON�ITIONS Page SD of b3 Subcontracfior, any �upplier, any other in�dividual or entity, or any sureiy for, or employee or agent of any of thex�n. 13.46 Co�r^eciiar� oNRetnoval afDefective Work A. Prarnptly after receipt o� wrilten notiee, Contractor shal! correct aU defective Work pursuant to an acceptabl� schedule, whethar or not fabricated, instialled, or cpm�leted, ox, if the Work has been re�ected by City, rernove it fram �e Project and replaee rt with Work th:at is not defective. Contractor shall pay all clamas, costs, additional tes�ing, losses, and damages {including hut not limited to all fees and charges of engineers, architects, attornays, and other professionals and ajl court or arbitration ox ather dispu�e resolution costs) ari�ing out of or relating to such coi°rectian or re�no�al {inc.luding but noi limited to al� costs of repau• ar replacement of wark of others). FaiIure to reyuire the rernoval of any defecti�ve Work shaU noi constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contjractar shall take no action that would void ar oillerwise impai� City's special warranty and guarantee, if any, on said Work. 13.07 Correction Pe�iod A. If withm two (2) years after the date af Final Accsptanee {or such longer period of time as may be prescribed by the 1:erms of any applicable s.pecial guarantee required by the Contract Docurnents), any Wor� is found to be defecti�e, or if the xepair of any damages �o the land or areas made available for Cantractar's use by City or permitted by Laws and Regu�.tions as cantemplated in �ara.graph 6.10.A. is found to be defectiv�, Contractor sllall promptly, without cosito City and in accordance with City's writt�n instr�ctions: 1. repair such defeetive land or areas; or 2, corract such defective Work; or 3. if the defective Wark �►as been rejected by City, remove i� from the Project and zeplace rt wrth 'W�ork that is not defective, and 4. s�tisfactorily correct or repair or remove and replace any damage to other Wark, to the work of otriers or other land or areas resulting therefirom. B. If Contractor does not promptly cornply with tha terms of City's written insiructions, or in an emergency where delay wauld cause serious risk o� loss ar damage, City zx�ay have the defect�ve Wark corrected or repaired or may have the rejected Work rernaved and replaced. All cl�uns, costs, fosses, and damages {including but nat lixn.iked fio all fees and charges of engine�r�, archikects, attorneys, and oiher professionals and all court or other d�spute resolution costs} arisittg out of oi° relating to such correction or repair ar sueh removaj and replaeement (includmg but not limited to all costs of repair or replacament of work of others) will be paid by Contractar. CITY OP FDRT WORTH Alliance AirporC Tazciway P, Phase 2 STAND�LRDC�NSTRUCTTON SPECIF[C��ION UOCUM�N�S ProjectNo.l030fl0 Revision: Madi 9, 2E�0 oo�zoo-� G�NEPoAL CAN� ITIDN 5 Page 51 of fi3 C. In special c�rcumstances wher� a particujar item of equipxnent is placed in conf.inuous service before Fznal Acceptance of all the Warlc, the carrection period for that item may startto run fram an earlier cfate if so pr�vided in tkze Contract Docur�ents. D. Where defeciive Work (and damage ta o�her Work resulting therefrorn} has been carrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respeci to such Wark may be requi�ed to be extended far an additional period of one year after the end of the initial correction period. City shall provide 30 days v,�rit�en notice to Contractar should such aciditiona] warranty coverage be requ�ed. C�ntractor may dispute thi� fequirement by filing a Contract Claim, pursuant to Paragraph 1 Q.06. E. Contractorr's obligations. under this Paragz�aph I3.07 are in addition ta any other obligaiion or warranty. The pro�isians of this Paragraph 13.07 shall na# be construed as a s�bsti�ute for, or a waiver pf, the provisions of any ap.pGcable statute of limitation ar repose. 13.08 �Icceptance ofDefective Work Xf, instead of requiring correction or eemoval and replacement of defective Work, City prefers to accept it, City may da sa. Cantractor shall pay all claizns, costs, losses, and damages {includ�g but nat limrted to all fees and charges of engir►eers, architects, attarneys, and other professionals and alt coui� ar other dispute resolution costs) attributable to City's evaluation of and deterrnination to accept such dafective Work and for the diminished �alue of tiie Work to the e�ent not atherwise paid by Contractor. If any such acceptance accurs prior to Final Acceptance, a Change Order will be issued incorparatir�g the necessaryrevisions 'vn the Contract Documents with respectia ihe Work, and Ci�y shall be entitled to an apprapriate decrease in the Con�ract Price, r�flecting the d�u�ished value af Work so accepted. 13.09 City May Co�rectDefective Work A. If Conlractor fails within a reasonable time after wrztten notice fronn City to correct defective Work, or to remo�ve and replace rejected Work as required by City in accorrdance wi�h Paragraph 13.Q6.A, ar if Cantractor fa�s to perform the Work in accordance with the Contract Do�uments, ar � Contractor fails to comply with ar►y otlzer prov�sion of the Cant�act Documents, City may, after seven (7) days �vrit�en notice to Contractor, caz�rect, or remedy any such defcie.ncy. B. In exercising the rigk►ts and remedies under this Paragraph 13.09, City shall proceed expaditiously. In connection. with such corrective or remedial action, Ciry tnay exclude Cantractor from all or part af the Site, take possession of all or part of the Work and suspend Contractor's services related therato, and incor�orate in ihe Work all materials and equipment ir►corparated in the Work, stQred at the Site or for whic� City has paid Contt'actor but which are stored elsewhere. Contractor shall allow City, City's representativ�s, agents, cansul�ants, ern.ployees, and City's other contractors, acc�ss to the Site ta enable Ci�ty to e�ercise the rights and remedies under this Paragraph. C. All claims, casis, losses, and damages (including bui not litnrted to all fees and charges of engineers, archit�cts, attorneys, and otner professionals and ail coui� or other dispute resglutian C1TY DF PORT WOATH Alliance Airport Ta3ciway P, Phase 2 STANDAILD�ONSI'RUCTION SPECIFICA'1'I�N i]OCLTML•1VT5 ProjectNa.1Q3000 Revision: N�d� 9,2a7A OD7200-I GENERAL fAND ITIO N S I'age 52 af 63 costs) ulcurred or sustained t�y City in exerci�zng the rights and remedies un.der th�s Parag�•aph 13.09 will be charged against Coniractor, and a Chang� Order will be �ssued incorporating tk�e necessaryret�isions in il�e Contraci Docuinents with respect ta the Work; and City shali be entitled to an appropriate decrease in the Contract �'rice. D. Contractor shall nat performanee of ihe P aragraph 13.09. be a1lQwed an extension of the Contract Time becausa of any delay in the Work attributable fio the exercise of City's rights and remedies under this ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPL�TION 14.01 Schedule of Ifalues The Schedule af Values for lump sum contracts established as provided in Parag�-aph 2.07 will serve as the basis for progress payi�nents and wi11 be incorporated into a Form of Application fox Paymerrt acceptable to City. Progress payments on accaunt af Unit Price Work will be based on the nunnber af units eornpleted. 14.02 P�agr�ss Payments A. Applicatiansfo�Pa}�tnents: �. Contractor is responsible for providing a11 infarmatinn a� required to becotxae a vendor of the City. 2. Ai leasf 20 days before th� �ate established in the General Requirennents fni• each progress �ayzn.ent, Contr�ctox shall submit to Ci�ty for review an Applicaiion for Payine�t filled out and signe�i by Cantractor covering the Wor� campleted as of the date of t11e Applicaiion and accompanied by such supporting documentation as is required by the Contraet Dacuments. Tf payment is requested on the basis of matarials an.d equipment not iricorporated in the Work but deli�ered and suitably stored at the Site Qr at anoth�r location agreed to in vvriting, tihe Application for Pa�inent shall a�a be accoinpanied by a bill of sale, i�voic�, or otl-i.er docurnentation warranting that C[ty has received the materia�s and equipment free and clear of all Liens and evidence thai the materials and equipznent are covered by appropriate jnsurance ar other arrangements to protect City's interest thereim, all of which must be satisfactary to City. 4. Beginning vvith the second Application �or Payment, eacY� Application shall include an aifidavit of Contractor stating that previous pragress paytxients receivecf on accout�t of the Work have been applied on aecount to discharge Contractor's legititxaate ob�igations associated with prior Appli�ations for Paymez�t. 5. The arr�ount of reiainage with resp�ct to pragress payments wiIl be as stipulated in the Contract Documents. C1TY OF TQRT WOATH A1lisnce Airport Taxiway P, Phasa 2 5`CANDARDCOIV�TI�UCTION SPECIFICATION DOCi711�LNTS ProjectNo.103000 Revisia�: Ivladi 9, �(l2U an�zoo-i G�NERAL CON� ITION S Page 53 of 63 B. Revie� ofAppilcatio�rs: City will, after t'eceipt of each Application for ]'ayment, eithaz� ind�cate in writing a recommendatian of payment or return the Application to Contractor indicating reasons far refusing payment. In the latter case, Cantractor may i�nake ihe necessary correc�ion� and resubinit the Applicaiion. 2. City's processing oF any payment reyuested in an Application for Payz�►ent will be baseci on Gity's obser�ations af the executed Work, and on City's review of ihe Applicatian for Payinent and the accompanying data and sc�►edules, that to the best af Ci�y's Icnowledge: a. the Work has progressed to the poirit indicated; b. th.e quality of the Wark i� generally in accordance with the Contract Documents (sub3ect to an evaluat�on of the Work as a functianing rv�hole prior to a� upon FinaI Acceptance, ti�e results of any subsequent tests called �oz' in the Contract D�cuments, a�'inal determination of quantities and classz£'ications far Work petformed under Paragraph 9.05, and any other quaI�'�cations stated in the recornmendation). 3. Prace.�sing any such payment will nof thereby be deemed to have represented t1�at: a. inspections made to check the yuality or the quantity of the Work as it has been performed have been e�austive, extended to every aspect af the Work in progress, or involved detailed inspections af the Work beyond the respqnsibilities speciF'ically assigned to Ci�y in the Contract Documents; or b. there may not be other matters or issues between the parties that mi�ht entrtle Conf�'actor to be paid �ddi�ionally by City or entiCle City to with�►old paytnent to Cantractor, ar c. Contractor has complied with Laws and Regulations applicable to Contzactor's performance of the Work. 4. Ci�ty may refuse to pracess the whole or ar�y part of any paym.ent because of subseguently discovezed evidence or the results of subsequent ir�spections ar tests, and r�vise or revoke any sueh payment previously r�aade, to such extent as �raay be necessary ta protect City from loss bacause: a. the Wark is defective, ar the cornpleted Work has been damaged by the Contractor or his subcontractors, requiriz�g correetian ar replacement; b, discrepancies ir� quantities contained u� previous applications for payment; c. the Cantract Price has been reduced by Change Orders; d. City has been required ta correct defective Work ar complete Work in accordance with Paragraph 13.09; or CIIYOF FORT WQRTH Alliance Airport'Caxiway P, Phase 2 STANDAItDCON5TR47CT[ON SPECIFICATION DbCUMENTS ProjectNa.103D00 Re�ision: Mada 9, 202b D47200-I GENERAL CANOITlON S Pagc 54 of 53 e. City has actua� knowledge of the occurrenee of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For coniracts less than $400,000 at �he time of execution, retainage shall be ien percent (10%). � 2, For contracts greater than $400,000 at the time of execut�on, retainage s�all be fve percent (5°/a}. D. Liquidaled Damages. For each calendar day t�at any work shall retnain unco�npleted afier the time spec�'zed in the Contract Documents,. the sum per day specif'ied in the Agreement, will be deducted fratn the monies due the Contractar, not as a penaity, but as liquidated damages suffered by the City. E. Payfnent: Contractor will be paid pursuant to the requ�rements of this Article 1� and payment wil� becotne due in accardanae witl-� the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment oithe amoUnt requested because: a. Liens have been f�ed in connection with the Work, exce�t where Contractor has delivered a speci�'ic bond satisfactozy to City to secure the satisfaction and discharge of sueh Liens; b. the�e are other iteins entil:Iing City ta a set-off againsi the amQunt reeommended; or c. Ciry has actual l�t�owledge of the occurrence oi any of the evants enurrlerated in Paragraphs 14.Q2.B.4.a through 14.Q2.B.4.� or Paragcaph 15.02.A. 2. If City refuses to m�k� payment oi the amount r�questeci, Ciry vvill give Contractor written notice stati�g the reasans for such aetion and pay Contractor any amount remaining after deductiion of the amount so withheld. Gity shall pay Cantractor the amount so withheld, or any adjushnent thereto agreed ta by City and Cantractor, when Contraetor remedies �he reasons for such action. 1�.03 Cant�acto�'s War��c�nty of Title Contractor warrants and guarantees that title to afl Work, rr�aterials, and equip�nent covered by any Applieation for Payrxaent,whether iricorporated in the Project or r�ot, will pass to City no later than the time of payzx�ent free and clear of all Liens. CITY OF FQRT WOliTE3 Ailiance Airport Taxiway 1', Phase 2 S'I'ANDt1RDC01�5TRUG7'!ON SPE�[FICAT[Ol� DOCUMSI+�"['S Projec#No.103000 Revision: Mad19, 202(l �07260-1 GEIdERP,LCONbITIDEJ S P�ge 55 of 63 I4.44 Partral Utilization A. Prior to Final Accepianca of all the Work, City may use or occupy any substantially completeci part of the Work which ha.s specifically been identified in the Contract Dacuments, or which City, deiermines constitutes a separaiely functioning and usable part of tihe Wark t�at can be used by City for its intended purpose withaut sign�cant interference with Contractor's performance o#' the rei�naincier oftk�e V1�ork. City at any time may noiify Cantractor in writing to peri�nit C�y to use or occupy any such part of th� Wark tivhich Czty determines to be ready for its it�tended use, subject to the following conditions: 1. Contractor at any time may natify Gity in writing that Contractor considers any such part of the Work ready for i�s intended use. 2. Within a reasonable titne after natif�ication as ez�uinerated in Paragraph 14.OS.A.1, City and Contractor shall mal�e an inspectiion of that part of the Work to determine its status of completion. If City does not consider ihat part of the Work to be substantially camplete, City will notify Con.traotor in writing giving the reasons therefar, 3. Partia�Utilization will not constrtute F�al Acceptance by C.ity. 14.05 Finalln,spection A. Upon written notice frorn Contractor that the entire Work is campiete in accordanee with the Contract Documents: 1. wrthin 10 ciays, City wiU schedule a Final Inspectian with Contractor. 2. Ci�y will natify Contractar in vvriting of all particulars in vvhich this 1C15p�Ct1.OPl reveal� that th� Work is incarr�p�ete nr defective. Cantractor shall immediately take such measures as are necessary fo complete such Worlc or rernedy such deficiencies. B. Na titxae charg� will be made against the Contractor between said date of no�ifzcation of tlze City and the date of Final Inspection. Should the City deternr�e that the Work is not ready iar Firtal Inspection, City will notify the Contractar in wr�uig afthe reasons and CantractTime will resume. i4.06 FinadAcceptance Upon completion by Contractor to City's sat�sfaction, of any addi�ional V4'ork identified in the Final Insp�ction, Ciry will issue to Contractor a letEer of Fitlal Acceptance. CITY O[' FORT WORTH Al liance Airport Taxiway P, Phase 2 STAi�lDARDCONSTRUCT[4N SP�CCFICATIOid DOCUMENTS Prajec#No.1030�0 Revision: � 4,2d120 aa�zoa-i GENERAL CONQITION S Page 56 af63 z4.a� Final Pay�netzt A. Application fo� I'ayrrrent: 1. Upon Final Acceptance, and in the opinian oi City, Conttactor may inake an application for fmal payment following the procedure for progress pay�nents in accoz•dance vaith the Cantract Docuinerrts. 2. The fina! Application %r Payrrient shall be accompanied {exc�pt as previausiy deii�ered) by: a. alI documentation called for in the Contract Documents, incjuding but nat limited to the evidence oi insuranee requ�red by Paragt�aph 5.03; b. consent of the surety, i� any, to iu1aI payrnent; c. a list of all pendiulg or released Darnage Claims agaizast City that Contractor believes a� unsettled; and d. aff'idavits of payments and complete and �egaIly effective releases or waivers {satisfactoxy to City) af all Lien rights arising out af or Liens filed in connection with ti�e Work. B. Pay�aentBecomes Due: J.. After City's acceptance of the Applica�ion for Payment and accompanying docutx�entation, requested by Cantractnr, less previovs payments ma.de and any sum City is entitled, incl�ding but not l�nited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resoived: a. d�rectly by the Contracl:ar or; b. Contractor provides evidence that the Damage G�aim has been reported to Contractor's insurar�ce pro�vider for resolution. 3. Th� making of �he �'inal payment by the Cily sha11 not relieve the Cont�actar of any guarantees ar other requu•ements of the Contraci Documents which spec�cally cor�tinue thereafter. 14.08 Ftnal Completion Delayed and �artial Retainage Release A. If final completioza of the Work is significantly delayed, and i� City so confirms, City nnay, uport receipt of Coniractor's finaj App�ication for Payment, and withotirt terminating the Con�act, make payment of tkie balance due for that portion of the Work fully completed a�d accepted. If the r�ma�n�ng balance to be held by Ciry for Warlc not fu�ly completed or corrected is less than the retainage stipulated ir� Paragrapl� 14.02.C, and �f bonds have been furnished as required in Paragraph 5.02, the wril�en consent of the surety to the paymenl: of the balance due for thai CITY OF FORT WORiI C Alliance Airport Taxiway P, Pl�ase 2 STI�NT)AR.DCbNSTRUCTION SPECIF[CATION DOCUIv1ENTS Projectl�o.103000 Revision: Madi 9,2020 oo�2oa-� GENERALCONQITION S Page S7 of G3 portion of the Work fully coinpieted and accepted shal] be subm'itted by Contractor to City r�vith the Ap�lication for such payment. Such payinen� shall be made under the terms and conditians gaverniz�g final payrnent, except that it sha11 not constihate a waiver of Contract Cla�tns. B. Partial IZetai�age Release. For a Contract that provides fox a separate vegetative establishinent and n�aintenance, and test and performance periods following the campletion ai a1j oiher con.struetion in the Contcact Docum�nts for all Work locati�ns, tl�e City may release a portior� o� the amount ret�ined provided that alI otner work is cornpleted as detarmined by the City. Before the release, all subm�tta�s and imaj quan��ies m►,�st be completed and accepted for all other work. An amount suf�ficient ta ensure Contract compliance vtril� be retair�ed. 14.09 Waiver of Clai�nns The acceptance of fmal payinent wijl constitute a release of the Ciry �ram all claims ar liabilit ies under the Contz�act for an�hing done or furnishad or relating to the work under the Contract Documen�s or any act ar neglect of C�ty related to or connacted witkt the Contract, ARTICLE 15 -- SUSPENSION OF WORK AND TERNDNA'I'ION 1 S.O1 City 1YIay Suspend YYork A. At any time and without cause, City may suspend the Work or any portion thex°eaf by written notice to Contractar and which may f� the date or� which Wark wi�l be resumed. CQntractor shali resume the Work on the date so f�ed. During tezx�porary suspension of the Work covered by these Contract Documents, for any reason, the City will zz-►ake na ez�tra payment for stand-by time of construction equipment and/or construction crevvs. B. Should the Co�tractor not be able to comple#e a portion of the Project due to causes beyand tk►e control of and wrthout the fau�k or negligenee of the Contractor, and should it b� daterinined by mutual consent of the �Contractor and Ciry that a solution to allow constructian to proceed is not available within a reasanable period of time, Cnntractar may request an extension in Cnntract Time, ciirectly attributable to any such suspension, C. If it should l�ecome necessary to suspend the �Vork for an incfafinite period, the Contractor shall store alI materials m such a manner that ihey vvill not ob5truct or �nnpede the public unnecessarily nar become damaged in any way, and he shall take evezy precaution to prevent damage or deterioration of the work per%rrned; he shal� pravide suitab�e drainage abo�at the work, and erect t�mparary staructures where necessary. D. Contractor may be reimbursed far the cost of moving his equipment off the job and retur�ing the necessary equipment to the job vvhen. it is determir�ed by the City that construction rr�ay be resumed. Such reunbursex�ent shall be based an actual cost to the Contracior ot' moving t1�e equipment and no profit wiJl be allowed. Reunbursement may not be allowed iF ihe equipix�.ent i� mo�ed to another consteuction project for the Ciry. CTTY OF FORT WQRTH Alliance Airport Taxiway P, Phase 2 STANDARDCONSTItUCT[ON SPGC[FICATION DOCUNIENTS Projectido.Id300U Revision; Madi9,7.� 00 72 00 -1 GENERAL CON�ITION S Page 58 of G3 15.02 City May TeYminAte for Cause A. The occurrence ofany one ar mare of the following evenfis by way of example, but nQt of limitatzon, rnay jusii�y terrnination for cause: 1. Contractor's persistent fa�lure to perforin the VlTorlc in accordance with the ContractDocuments (including, but not li�x�ited ta, failure to supply sufficient sJcit�ed wnrkers or suitable materiajs or eauip�ent, faiftue to adhere to the Project Schedula established under Paragraph 2.07 as adjusted from t�me ta t�me pursuant to Parag�raph 6.04, or fa�ure to adhere ta th� City's Busmess Diversily Enterprise Ord�nance #20�20-12-2Q11established under Paragraph b.06.D); 2. Cont�actor's disr�gard of Laws or Regulations of any public body having jurisdiction; 3. Coniractor's repeated disregard of the authority of City; or 4. Contractor's violatian in a�y substantial way af any provisions of the Contract Docurnents; or S. Contractor's failure to pronnptly make good any defect in materials or wor�manship, ar defects of any nature, the correctian oi which has been dir�cted in writing hy the City; or b. Substantial indication that the Contractor has made an unaUthorized assigntnent o� the Cantract or any funds due therefrom for the bei�efrt of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bani�upt, or otherwisa financially �nable to carry on the Work satisfactorily; or 8. Contractor comm�rtces legal action in a court of competent jurisdiction against �he City. B. Zf one ar mnre of the events identified in Faragraph l S.02A. occUr, Cily will pro�vide written notice to Contractor and �urety to arrange a conference with Contractor and S�arety to address Cont�actor's failure to perfarm the Work. Canfer�nce shall be held not l�ter than 15 days, after receipt of notxce. 1. If the City, the Contractor, and the Surety do nat agree to allow ihe Contractor to proceed to }�erform the constt'uetion Contract, the City may, ta the extent permitted by Laws and Regulat�ons, d�clare a Cantractor dafau� and formally terminate the Contractor's right to complete the Contract. Contractar default sk�all not 13e declared earlier than 20 days after the Cantractar and �urety have receiveci notice of conference to address Con1�'actor"s failure to perform the Work. 2. If Contr�ctar's ser�ices are terminated, �urety shall be abligated ta talce over and perform the Work. If Surety does not carnrrience performance thereof within 15 consecutive calendar days after daie of an additional vvritten notice demanding Surety's performance of rts CITY OF FO12T WORTH Alliance Airport Taxiway P, Phase 2 STANDARDCONSTRUCT10lV SPECIFICATEQN DOCIJMENTS PrajectNo.lQ300Q Kevision: Madi9,2f120 ao �z oo - i G�NERALCONQITION S Pagc 59 of 63 obligations, then City, vviihout process or action at law, may talce over any portion of the Work and complete �t as described be�ow. a. If City completes the Work, City may exclude Cont�ractor and Surety fi•om the site and take possession of the Wark, and all materials and equipment iricorporated into the Wark stored at the Site Q�' for which City has pazd Contractor or Surety but which are stored etsewhere, and finish the Work as City may deem expedient. 3. Whether City or Sureiy completes the Work, Contractor shalf no� be enfitled to recei�e any furthet� payment until tl�e Wark is fni�hed. If the unpaid balance of the ConixaGt Price exceeds a�l claims, costs, losses and damages sustained by City arising out of or resulting fronl campleting the Woz'k, such excess will be paid to Contractor. If such c�a.ims, costs, losses and damages exceedsuch unpaid balance, Contractor s�all pay the dif%rence to City. Such clainas, costs, losses and damages incurred by City wi�l be incorporated � a Change Drder, provided that when exercising any rights or remedies ur�der this Paragraph, Ci�ty shall not be required ta obtain the lowest price for the Work performed. 4. Neithe�� C�ty, nor any of its r�spective consultants, agents, ofiicers, directors ar employees shall be in any way liabla or accovntable to Contractor or Surety for the method by which the campletion af the said Work, or any poi�tion thereaf, rnay be accorz�.plished or for the price paid therefar. S. City, notwithstanding the method used in comp�eting th� Contract, snall not fo:rfeit the right to recovex damages from Con�ractar or Siarety for Contractor's failure to timely eom�lete the entire Contzact. Contractor slaall not be entitled to any claim on account of the method used by City in cornpleting the Contract. 6. Maintenanee of the V�lork shall continue to be Contzactar's and Surety's responsibilities as provtded for in th� band requirements of the Contract Docuzr�er�ts or any special guarantees provided for uncier t�e Contract Documents or any other abligations otherwise preseri6ed by Iaw. C. Notwit�sta�ding Paragraphs 15.02.B, Cantractor's ser�vices wilf noi be terminated if Con�ractor begins vvithin seven ciays of receipt of natiee af in.tent to terminate to correct its fai�ure to perform and procaeds diligenily to cure such failure within no inore ihan 3a days pirecaipt of said notice. D. Where Contractor's services have been so terminated by Cify, the termination will not a�'feet any ri�hts or rerrxedies nf City against Contractor tken existirig or which rnay thereafter accrue. Any retention or payrnent of inoneys due Contractor by Gily wilI not release Cantractor from l�ability. E. If and to th� extent that Contractor Inas pravided a perfor�nance bond under the provisions of Paragraph 5.02, the termination procedures� af that bond sk�al� not supersede the provisions of this Article. CTTY OF FOR7' WOItT'H Alliance Airport Taxiway P, Phase 2 STANDARDCONSTRUCT[4N SPCCIFICATION DOCUMF.FV'I'S ProjectlVo.10300D [tevisi Qn: Madi 9, 2C1�0 007200-1 GENERAL CAN�1710N 5 Page 60 of 63 15.03 Caty May TeYminate Fo� Conver�ience A. City may, withaut cause and without peejudiee to any oiher righi or remedy of Cfiy, terminate the Contract. Any terinination shall be effectedby mailing a notice af th� termu�ation ta th� Cont�actar speciiying the ex�ent to v�hich perforinance of V4roz•lc under the contract is terminaied, and the date upon which such iermiriation becames effective. Receipi of the iiotice shall be deemed conciusively presumed and establ�shed when the �etter is �laced in the United StatesPasial Serviee Mail by the City. Further, it sha�l l�� deemed conclusively presumed and esfiablisheci that such terrninatian is made with just cause as therein stated; and no pr�of in any claim, demand o�• suit shal� be required of the City regarding such discretionary action. B. After receipt ot' a notice of termination, and except as oth�r�ise directed by ti�e City, the Contractar shall: 1. Stap work under the Contracton the date and to the e�ent specif'ted in the notica of termination; 2. pIace �io iurther orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portia� of the Work under the Contract as is not terzninated; 3, terminate ail orders and subcantracts to the extent that they relate ta the periarmance of the Work t�rm'rnated by notice of terminat�on; 4. traz�sfer ti�Ie ta the Ciry and deli�er in ihe manner, at the times, and t� the extent, if any, cii�ected by the Ciry: a. the fahricated or unfabrieated parts, Wark jn progress, completed Worlc, supplies and aiher material produced as a part of, or acquired in eonnection with the performance of, the Work te.rtninated by the notice of the termitaatiQn; and b. the coznp�e�ed, ar partially completed plans, drawings, information and other p�aperEy which, ��ie Contract h.ad been corr�pleted, would have been required to be furnished to the City. 5. campleta performance of such Wark as shall not have been ternvnated by the notice of termination; and 6. take such ac#ion as inay be necessary, or as ihc City nnay direct, for the protection a�nd preser�ation of the prap�rty related to its contract which is in fihe possessian of the Contractor and in which the owner has ar may acquire the rest. C. At a�im� not later than 3Q days after the tertnination date specifed in the notice of terminatian, the Con�actor rnay submit to the Ci�ly a list, certified as to quantity and quality, of any or all items of tei�ination inventory not �reviously disposed of, exclusive of items the disposition of which has been directed or autharized by City. C3TY OF FORT WOR1"II A!liance Airporl Taxiway P, Phase 2 STANDARDCONSTRIICTION SPECIF[CA�']6N DOCUM�N7'S ProjeciNo.1Q30.DD Revisian: Mad� 9, 202Q 00 72 00 - l G�IVERALCON�ITIaN 5 Page 61 of 63 D. Not later �han 15 days thereaftet�, the City shall accept title to such items provided, that tlze lisi: submitted shall b� subject to vea�if'ica�ion by the City upan rernoval of the items or, if the items are stored, with.in. �5 days from the date of submission of tb.e l�st, ar►d any necessary adjustmenis to carrect the list as subinitfied, s1�a11 be rnade prior ta final settlement. E. Nat later than 60 days after t:he notice oi' termination, the Contractor shati subrnit his termination claim to the Czty in �lZe form and with the certificatian prescrbed by the City. Unless an extension is made in writir►g wiihin such 60 day period by the Contractor, and granted by the Ci�y, any and all s�ich clauns shall be conc�Us'rvely deemed waived. F. In such cas�, Gnniractor shall be paid for (without duplicaiion of any items): 1. completed and acee�table Work e��cuted in accardance with the Con�ract Doc�unents prior to the effective date of' termination, ir�cluding fau and reasonable siur►s for a�erhead anci profit on such Work; 2, expenses sustained prio� ta the e�fective date of termination in perfol•ming services and furnishing labor, materials, or eyuipment as required by the �ontract Documents in connection with uncampleted Work, plus Fair and reasonab�e sums for overhead and profit on such expenses; and 3. reasanable �xpenses di�ectly attributable to termiriation. G. In the event of the failure of the Coniractor and Gzry ta agree upon f,he wk�ole atnount to be paid to the Cantractor by reason of tt'►e ternnination of the Wark, the City shaIl deterix�ine, on the l�asis of information available to it, the amount, if any, due to the Contractar by reasonof the termination and si�all pa.y to the Contractar the amnunts determined. Cont�actor shall not be paid or� account of loss of anticipated prafits or rer�enue or other economic loss aris�n� out flf or resulting irom such �ermination. ARTICLE 16 — DXSPUTE RESOLUTION 16,01 Methads rxnd Procedu�es A. Eitiher City or Coniractor may request meciiation of a�y Contract Claim submi�tted for a decision under Paragraph IO.a6 be%r� such dec�sian becomes final and bind'nig, The reguest for mediation shall be submitted to the other party to the �ontract. Timely subznission of ihe request shall stay the effect of Paragraph 10.06.E. B. City �nd Contractor shall par�icipate in the mediation process � gooci faith. The process shall be comnaenced within 60 days of itling of the requesi. C. If the Contract Claim is n.ot resol�ed by med�a.tion, City's action under Paragraph 10.06.0 or a denial pursuan�, to Paragraphs 1Q,p6.C.3 or 10.06.D shall become fmal and binding 30 days after termination of the lnediation un�ess, vvithin that time period, City or Con�ractor; C1TY OF FORT VJORTH Alliance Airport Taxiv,+ay P, Phase 2 STANDARDCONS'fR[7CT[D�' SPEC[FICAT[ON DdCiTMENT3 Froject[�fo.193600 Iievision: Madi9,2Q�f1 oa7zoo-� G�NERALCOI��VTION 5 Page 52 of G3 1. elects in writirkg to invoke a�ry other dispuie resalution pracess provided fa�� in the Supp�ementary Conditions; or 2. agrees with the other party to submit the Contr•act Claim to another dispute resolution process;or 3. gives �vriiten natice ta the other party af the intant to submit the Contract Claim ta a court af cornpetent jurisdiction. ARTICLE 17 — M�SCELLANEOi1S 17.01 Grving Notice A. Whenever any pro�ision of the Contraci Documents requ�res the giving of written notice, it will be deemed to have been vafidiy given �f: 1, delivered in person to ihe individual or to a�nember of the fu�m or to an officer of the cprporation far w�om it �s intended; or 2. delivered at pr sent by regist�red or certified mail, postage prepaid, to the last business address known to the giver of the �atice. B. Business address changes must be promptly made in writing to th� othex party. C. Whenever t11e Contract Docuinents spec�'�es giving notice by elecironic rneans suc� electronic notice shall be deerned sufficient upon conf�rmation of receiptby the receiving party. 17.02 Computation of Tames When any period of time is referred to im tkze Con�ract Dacuments b� days, it will be cornputed to exclude the first and include ihe last day of s�ch period. If the last day af any such period falls on a Saturday or Sunday or on a day naade a legal hoIiday the next Working Day shall become the last day of the period. I7.03 Cumulative Re�nnedtes The duties and obligations iinposed by these General Conditions and the rigkts and remedies available hereunder to the parties hereto are in additior� to, and are nQt io ba construed pn any way as a limitation of, an.y rights and remedies available to any or a11 af therr� which are otherwise impos�d or available by Laws or Reguiations, by special warranty or �uarantee, or by other pro�isions of the Coniract Documents. `I`he pravisions oi th� Paragraph will be as effective as ii repeated specif'ically in t.Y►e Contract Docume��s in cannect�on with each particu�ar duty, obligation, right, and remedy to which they apply. CITY OF FQRT WOitTH All'tance AirPort Taxiway P, Phasc 2 STANDARDCONSTRUCTCDN SPECiF[CATIQN DOCUM6NT8 ProjectNo.1�3000 Acvision: Madi9,2(id7 0072D0-1 GENERALCOtJbI710iJ S Page 63 of 63 17.04 .SuNvival of 4bligaCinns All represeniatior�s, indemnif'ications, warranties, and guarantees made in, required by, or given in accordance vvith �he Contract Docurr�ents, as well as aII aontinuing abligatians iridicated in the Contract Documants, wilJ survive final payment, com�letion, and aeceptance o#' the WorIc or termination or completion of the Contract or term�nation of the services of Contz�actar. 17.D5 Headings Article and paragraph headings are inserted for convenience only and do nat const�ute parts of these General Condrtions. CITY OF FQRT WORTH ,8.j[iance Air�art Taxiway P, Phase 2 STANDARDCONSTRU�TION SPEC[FIC�T[ON I}OCLIMLT�'CS ProjectNo.10300U ltevision: �vlatdi9;� 00 73 OD SUPPLEMENTARY CONDITION5 Page ] oC6 SECTION 00 73 40 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Snpplementary Cnnditions These Suppleinentary Conditions modify and supplement Section OQ 72 00 - Genera� Conditions, and other provisions of the Gontract Docum�nts as indicated below. All provisions of the Generai Conditions that axe rnodified or supplemented te�uain in fulI force and effect as so modifed ar suppie�nez�ted. Ail pro�isians of the Genera[ Conditions which are not so modified or supplemented remain in full force and efFeci. Definad Terms The terms used in thesE Supplementary Conditions which ace defineci in the General Conditions have the meaning assigned to ihem in the General Conditions, unless specifically noted herein. Modifications and Supplements The foIlowing are instructions that modify or suppleznent specific paragraphs in the General Conditions and other Contract Dncuments. SC-3.U3B.2, "Resolving Discrepancies" The contract, plans, speciiications, and all referenced standards cited are essential parts af the contract requirements. [f electz-onic files are provided and used on the project and thez'e is a conflict between the electz�onic files and hard copy plans, the hard eopy plans sha11 govern. A requirament oecurring in ane is as binding as though occunc`ing in a11. They are intended to be cornplementary and to describe and provide for a camplete v�ork. In case af discrepa�►cy: � FAA General l'rovisions and Federal Contract Pra�isions shall govern over Di�ision 00 — General Conditions and Division Q1 — General Requiremenis; � Calculaied ci.imensions will govern over scaled dimensions; � Conh•act technical specifications shai� govern over contract general provisions, plans, cited standards fo�• materials or testing, and cited advis.ory cu•culars (ACs); � Contract general provisions shall go�ern over plans, cited standards for materials ar tesfing, andcited ACs; • Plans shall govern over cited standards for materials or testing and cited ACs. � If any paragraphs conta�ned in the Special Provisions conflict with General Pro�isinns or Technical Specificafiions, the 5pecial PrQvisions shall gnvern. From time to time, discrepancies within eited testing standards occur due to the timing of the change,. edits, and/or replacement of the standards. Ifthe Contzactnr discovers any appa.rent discrepancy within standardtest methods, the Contractor shall immediately ask the RPR for an interpretation and decision, and such decision shall be final. CITY OF �ORT WORTH Alliance Airpnrt Taxiway P, Phase 2 STANDARD CON53'RUCTION SPEC[FICATION DOCUME]�TS Projact No. L03.000 Revised Apri12, 2R21 00 73 aa SUPPLEMENTARY GONDITI01�S5 Page 2 vf 6 SC-4.OlA Easeanent lim.its shown on th� Dx�awing ai�e approximate and were providecf to estab�ish a basis for bidding. Upon receiving tt�e finai easeiztents deseriptlons, Contz•actor shaIi compare them to the lines showr� on the Contract Drawings. SC-4.p1A.1., "Avaiiabilit� af Lands" The following is a lisi ofknown outstanding right-of-way, andlor easeinents to be acquired, if any as ofl�pril 12, 2421: Nane. SC-�.OlA.2, "Availability of Lands" Utilities or obstractions to be remnved, adjusted, andlvr relocated The follnwing is Iist of utiliti�s and/or obstructions that have nat been rernoved, adjustad, andlor relocated as ofApril 12, 2021: None. 5C-4.02A., "Subsurface and Physical Conditians" The folIowing are reparts of exploratians az►d tests of subsurface conditions at the site of the Work: A geotechnical repoi�tfitled: "GEOTECHNTCALDATA REPOAT, Fort Wr�rth Ailiance Airpart, `I'axiway P Design", dated Octnber22, 2Q18, prepared 6y Gorrondona & Associates, Tnc., asubconsultantofCP&Y, Inc., providing additional information on the general characterization of site geology, geotc��nical soil boring logs and �he results of laboratory tests. The following are drawings of physical conditions in ar relating to existing suz•face and subsurface strucfiures (excepf Underground Facilities) which are at or contiguous tcs the site ofthe Work: ENGINEERING PLANS F�R TAXIWAY P EXTENSION, Fort Vdorth Allianc� Airpprt, dated June 19, 2024, prepared by CA�Y, Inc. SC-4.U6A., "Hazardous Environm.ental Canditions at Site" The following are reports and dravvings a.f existing hazardous environmental conditions known ta the City: None. SG5.d3A., "Certificates of Insueance" The enti�ies listed belaw are "additional insureds as their interest may appear" including their respective officers, duectors, agents and emp.loyees. ( I ) City (2) Consultant: Jacpbs Engineering Group Tnc. (3) Other: None. CITY OP F4RT WORTH Alliance Airport Taxiway P, Phase 2 5TANBATtD CONSTRUCTION SP�CIFICATION DdCUMEPTTS ProjectNo. 103QQ0 Revised Apri12, 2021 40 73 p0 STIPPLEMCIVTARY CONDITTONS Page 3 af 6 SC--5,D4A., "Cnntractor's Insurance" The limits of liabiIzty for the insurance required by Paragraph GC-5.D4 shail pi•avide the following coverages for not ]ess than the following amounts or greatar where required by ]aws and regulations: 5.0�4A. Workers' Compensation, under Paragraph GC-5.O�A. 5tatutory liinits �mplayer's liability $lOD,004 each accident/occu�•z•ence $1 Q0,000 Disease - each e��nployee $SOO,Q00 Disease - polzcy limif SC-5.04B., "Contractor's Insurance" 5.04B. Commercial Generai Liability, under Paragraph GC-5.64B. Contractar`sLiabzlityInsuranceunder Paragraph GC-S.Q4B., which sha11 be on a per project basis covering the Cantractar with ininiinuin limits of: $1,0OO,Ofla each occurrence $2,000,000 aggregate limst The policy must have an endorsement (Amendment — Aggregate Limits of Insurarace} making the G�neral Aggregate Limits apply saparateiy to each job site. The Co�nmercial General Liability Insuranc� policies shall provide "X", "C", and "U" co�erage's. Verification of such cover�ge must be shown in the Remarks Article of the C�z�tifcate of Insuranee. SC S.U4C., "Contractor's Insnrance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contracta��'s Liability Insurance under Paragraph GG5.04G., which shail be in an am.ount not Iess than the following amounts: (1) Antomobile Lia6ility - a colnmercial business policy shail providecoverageon "Any Auto", defined as autos owned, hired and non-orvned. $1,OOD,Qp4 eaeh accident on a colnbined single limit basis. Split limits are acceptable iilimits are at least: $250,000 Bodily Injury per person I $SOQ,OOQ Bodily Injury per accident / $ I D0,000 Property Damage SC-5.04D., "Contractor's Insnrance" The Contractor's canstruction activities will �•equire its employees, agents, subcontractors, equipment, and material deliveries to cross railroacf properties and tracks: Nane. The Cont��actar sha�l conduct its operatinns on railraad prope�3es in such a manner as not to interfere with, h.i�-►der, or obstruct Y31e railroad company in any manner whatsoever in the use or operation of its/t�eirtrains or CITY OF PORT WORTH Alliance Airport T�iway P, Phase 2 STANDARD CDNSTRUCTIOl�f SP�CIFICATIONDOCUNiENTS ProjeclNa. ]030fl0 Revised Apri12, 2021 90 73 UO SUPPLEIv1ENTARY CONDITIOIVS Page 4 of 6 other property. Such operations on railroad properties may require that Cor►tractor to execute a"Right of Entry Agre�ment" with the particular railroad cornpany ar eompanies in�olved, and to this endthe Contractor should satisfy itself as to the requieements of each railroad coinpany and be p�epared to execute the right-of- entiy (if any) ��equired by a railroad coinpany. The requirements speci�ed herein likewise ��elate fo the Contractor's use of private and/or canstrucfion access j•oads cros.sing said railroad company's praperties. The Con�ractual Liability coverage requiieci by paragraph 5.04D of the General Conditions shall provide cpverage for not fess than ihe following amounts, issued by companies satisfacto�y to the City and to th� Railrnad Company for a term that continues for so long as the Contractor's operatians and work cross, occupy, or touch railroad property: (1} General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Coniraet W ith respect to the a6ove outlined insurance requirements, the following shall govern: 1. Where a single railroad company is �volved, ihe Contz�actor shall provide one insuz�nce policy in the name offhe raiIroad eompany. However, if more than one grade separation or at-grade cross.ing is a£fect�d by the Project a� enti.rely sepa�ate locatians on the iine nr lines of the samerailrnad company, sepat�ate co�erage may be required, each in the amnunt stated above. 2. Where more than one r�.iIroaci eo�npany is o.perating an the same right-of-way or wh.ere sevea•aI railroad conipanies are involved and operaied on their own separate rights�of-way, ihe Contractor may be requir�d Yo provide separate insurance policies in the name of each railroad corr�pany. 3. If, in additian to a grade separatio❑ or an at-grade crossing, other work or activity is proposed Qn a railroad coznpany's right-of-way at a lacation entirely separate from the grade separa�ian or at-grade erossing, insurance coverage �or this work must be included in the policy cove�ing the grade separation. �}. If�o grade separation is in�olved but other work is praposed an a railroad company's right-of-way, all such other work may be covered in a singie policy for that X'ailroad, even fihough ihe work may be at two ar more separate Iocatioras, No work or activities an a railroad co.inpany's prop�rty to be parformed by the Confractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad companynamed, as required above. AIi such insurance rnust be approved by the City and ea�h affected Railroad Coinpany priar tio the Coniractor's beginning work. The insurance speci� ed above must be carri�d until all Work to be performed on the railroad z•ight-of way has been coinpleted and the grade crossing, if any, is no longer used by the Contractar. In addition, insurance rnust be carried duz•ing all maintenance andlor repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, tagether with any tenant ar lessee of the railroad company opezating over tracks invofved in the Project. C1TY OP FORT WORTH Alliance Airport Taxiway P, Phase 2 STANBARD CONSTLZCJCTION SPECIFICATION aOCUMENTS ProjantNo. ]p3000 Revised April 2, 2�21 OD7300 SUPPLEMENTARY CaNB1TTON5 Page 5 af 6 sc-6.aa., ��P�•o��Gt s�h�a�►t��� Project scheduie shail be tier 5 for the pi•oject. SC-6,07., "Wage Rates" Wage rate �able(s) applieabieto this projeet and are prpvided in FCF-8 DAVIS-BACON REQUIREMENTS. A copy of the determination is alsa available by accessing the oificial LT.S. Gavernment system for wage detenninations website at: ht�r/b�ik .�m�;,aYlconten:Iw�e=de��rminaiions. SC-6.09., "Pee�nit,s and iltilities" SC-6.09A., "Confractvr abtained permits and licenses" The following aa•e.known permits and/or licenses reguired by the Contracito be acquired by the Cantractor: 1. Complete SWPPP in accordance wiih TCEQ requirements 2. Prepare a TCEQ NOI foz•m and submit tn TCEQ along with requir�d fee 3. Sign and post at job site � 4. Send capy to City Depai�ment �f Transpo��tation and Public Works, Envirnnmental Di�isian, (817) 392-6�88 5. Subrnit TCEQ Notice of Change required if inaking changes or updates ta NOI G. Once the projec# has been completed and all the closeout require�nents of TCEQ have been met, sub�nit a TCEQ Noti.ce af Termination. Send copy to City Depai�ment of Transportation and Pnbjic Works, Environm�ntal Division, (8i7) 392-6088. SC-6.095. "City obtained permits and licenses" The folIowing az•e known permits andlor licenses required by the Cant�act to be acquired by the City: None. 5G6.Q9C. "Outstanding permits and licenses" Tha following is a list of known outstanding permits andlor licenses ta be acquired, if any as of May 6, 2D21: None. SC-6.24B., "Title VI, Civil Rights Act of 1964 as ameuded" During the performance of this Cantract, the Contractor, fo�• itself, its assignees and successors in inteiest (hej•einafter referred to as the "Cantractor") agrees as follows: See Fede�al Contract Provisians (FCP) Section FC�'-�. 5C-7.02., "Coordination" The individuals or entities listed below have cantracts with the City for the performance of othec work at the Site: None. SGS.Ol, "Communications to Cou�tractor" As required in Division 00 - General Conditions, Division O I— General Requirements, FAA General Provisians,. the Consttuction �afety and Phasing Plan (CSPP), and drawings. CTTY OF PORT WORTS .411iancs Airpart Taxiway P, Phase 2 5TANDARI7 CQNSTR[ICTIQN SPECIFICATION �OCUIv1ENT5 ' Praject No. 103000 Revise.d Apri13, 2021 00 73 00 SUPPL�MENTAR� CpNI]1TION5 Page b of 6 SC-9.01., "City's Project Manager" The City's Praj�ct Manager for this Cont�acfi is Lauren Spence, or l�is/her successor pursuant to written notif�cation from� the Director of Aviation. SC-13.03C., "Tests and Inspecteans" None. SGI6.01C.1, "Methods and Procedures" None. END OF SECTYON Revision Log D.ATE NAME SUMMARY OF CHANGE 1122/20Ib �'. Grif#in SC-9.01., "City's Project Representative" wording ch.angedto City's Project Maz�ager. 3/9/2020 D.V. Magana �C-6.07, Updated the link such that files can be accessed via the City s website. CITY OF FOKT WOATH Alliance Airpart Taxirvay P, Phase 2 STANRARD CONSTRUCTION 5PECIFICATION �OCUM�lVTS Praject%To. 143000 Revised Aprif 2, 2a21 � ��y Y �� � f�� �� �f �����o��� Div�sion 01-� General Requ�rements 01l100-1 SUMMA.[tY OP WORK Page i of 4 SECT�ON Ol 11 00 SLIMMARY OF WORK PART1- GENERAL L1 SUMM�RY A. Section Includes: l. S�znmary of Work to be perforttxed in accordance wiih the Contract Docunr►ealts B. Deviafio�s from this Ciiy of �`art Wortil Standard Specification I. None. C. Related Speeification Sections include, but are nat necessarily limited to: 1. Divisian 0- Bidding Requirements, Contract �'nrms, and Conditions aFth� Contracl 2. Di�ision 1- Genez'al Requirements 1.2 PRICE AND PAYMENT PROCEDCTR�S A. Measurement and Payment 1. Wof•k associated with this Item is considered subsidiary to the �various item� bid. No sepat•ate payment wi11 be allowed fo�' this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE R�QiTIREMENTS A. Work Covered by Contract Documents 1. Work is to include fiarnishing all iabax, jnate�ials, and eq�ipment, and pet-%rming all Wark necessaiy �or this const�•uction project as detailed in the Drawings and Speciiications. �, Subsidiary Wo�'k l. �ny and ali Work speeifically governed by docum�ntary requiremeilts for the project, such as condztians imposed by th� Drawings or Contract Documents in which no specific item for bid l�as been provided for in t�e Pi�oposal and the item is not a typical unit bid item. included on the standard bid item list, then the item shall he considered as a subsidiary item of Wo�'k, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of 1'remises 1. Cao�dinate uses of premises rinder cfirection of the City. 2. Assume fi.11l responsibility for protection and safekeepin� of materials and equipment stoj•ed on the Site. 3. 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 st�own in the Cont�'act Docurrnents, or as inay be sp�cifically authorized in w�iting by the City. a. A reasonable amount of tools, materials, and equipment for constructin� purposes rr�ay be stored in such space, but np more than is necessary to avoid dejay in the canstruction operations. CiTY OP FORT WORTI-i Aliiance Airport Taxiway P, PEtase 2 STANDARD CONSTRUCTION SPECIFICAT103V DOCUNfENTS Project Mo. 103000 Revised Decembcr 20, 2012 ot i� oo-a SUMMARY O�' 1WORK Page 2 of 4 b. Exca�ated and waste mate�'ials sha�� be stored in such a way as not to intecfere with tt►e use a�'spaces that may be designated to be lett free and unobstructed and so as not Yo incon�enience occupants of adjacent property. c. If the street is occupied by cailroad tracks, the Work shail be carcied an in such manne�• as nat to intei•fere with the o�eration of the railroad. 1} All Worlc shall be in accordance with railz'oad requirements set foi�th in Division 0 as we11 as th� raili•oad permit. D. Woz'k within Easements 1. Da not enter upon private property for any p�.upose wiihout havit�g previously obtained per�nission from the owner of such property. 2. Do not store equip�nent or matet•ial on private property unless and until the specifi�d approval of the propei�y owner has been. se�ut'ed in writing by the Contracto�• aild a copy furnished to the City. 3. Unless specifically �rovided otherwise, cIear alj t•ights-af-way ai• easements of obstructions whicli must be removed to make passible proper prosecution af the Work as a pai�t of the project eons�t�uctian aperations. 4. Freserve and use every precaution to prevent damage to, all trees, shrubb�ry, plants, lawns, fences, culverts, curbing, and all oY1�er types of structu�'es or impro�ements, to all wate�', sewer, and gas lines, ta all conduits, averhead pole lines, or apput�enances tlterenf, including the construction of temporary fences and to all other public or private prapecty adjacentto the Worlc. 5. Notzfy the proper r�presentatives of the owne�'s af' occupants of the public or privata lands of intez'est in lands which might be affected by the Work. a. Such notice shall be made at Ieast 48 hours in advatice of the beginr�ing of the Work. ia. Notices shal� be applicable to both public and pcivaie utility compani�s and any corparation, company, individual, or athe�•, either as owners or o�cupants, �vhose fand or interest in land rnight be afFected by the Work. c. Be responsi�le for a11 damage or injuty to property of any character resulting from any aci, omission, negject, n�' miscanduct in the �nanner or method or execution of ihe Work, r�r at any time due to defective work, tnate�ial, or equipmeni. 6. Fance a. Restore all fences encaunte�•ed and removed dut7ng construction ofthe Prajeci to the or�ginal or a better than original condition. b. E�•ect tempot•ary fencing in place of the fencing removed whenever the Wor�C is not in progress and when the site is vacated overnighf, and/or at all t�mes to provide site security. c. The cost for all fence worK within easements, including remaval, tempnt'ary closui•es and replacement, sllall be su6s�dia�'y to the various items bid in the project proposal, unless a bid item is speeifically provided in the �rnposal. C3TY OP FORT WORTI� Alliance :4irpo3t Taxi�vay P, Pfxase 2 ST�INDAL2D CONSTRUCTiO1�I SPECIF1CATl(�N Di7Cl1ME;NTS ProjectlVo. 103000 Revised December26, 2D12 Ul 1100-3 5lIMMAI�Y OF WORK Page 3 aF 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTIO�T SUBMITTAL�/INF�RMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US`�D] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT US�D] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT U�ED] 1.1� TIELD [SITE] CONDITIONS [NOT USEDj 1.12 WARRANTY [NOT U�ED] PART 2 - PRODIICTS [NOT i7SED] PART 3 - �XECUTXON [NOT i1SED� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OP FORT WORTfI Alliance Airport Taxiway P, pltase 2 STANDARD CON57RUC7'ION SPECII'TCATION DOCUMElYTS Project Nn. 103000 Revised December 20, 2012 01 11 00 -4 SUMiv]ARY dF WORK Page 4 of4 Page Intentionally Blank CTTY OF PQRT W�RTH Alliance Airpart'I'aaitvay P, Pljase 2 STANDh1217 COl�FSTRUCTION SPECIf ECATION DOCLIMENTS Pra�ect Na. 1 Q3Q00 t2evised Uecem6er 20, 2D12 a � zs oo - r SUBSTiTUTTdN PROCEDURES Page l of 6 s�ccTxoN oi zs oa SUBSTITUTION PROCEDT_1RE5 PART1- GENERAL L1 SUMMARY A. 8ection Inciudes: The procedure foi� reqLiesting the appt�oval of substitution of a p.roduct that is not equivalent to a product which is specified by descriptive or perfot•mance crlteria or deiined by ref�rence to L or n�are of the folLowing: a. Name of manufacturer b. Name of vendor c. Trade naine d. Catalog nujvbea• 2. Substituiians are not "ot•-equals". �. Deviations fram this City of Fort Worth Sta��dard Speciiication 1. None. C. Related Specifieat�on S:eations �nclude, 6ut a►�e not ne�essarily limited to: 1. D't�ision 0— Bidding Requu'ements, Contract For�ns and Conditions af the Contract 2. Division 1— General Requ[�'ements 1.2 PRICE AND PAYMCNT PR�CEDURES A. Measut'e�nent and Payment 1. Worlc associated with this Item is considered subsidiaty to the variaus items hid. No separate payment wijl be allowed fa.r this Item. 1.3 REFERENCES [NOT USED] I.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - Cienei•al 1. Within 30 days after award of Cantract (unless noted otherwise), the City will cnnsider formal requests fi•om Contractor for substitution of produets in place of thdse sp�cified. 2. Certain types of equipment and kinds of material are described in Specifications by meaus of references to names af manufact��•ers and vendoz's, trade names, or catalog numbers. a. When this method of specifrying is used, i1: is not intended io exclude frorn considecation other products be.aring ather manufaciurer`s ar vendor's names, trade names, or catalog nu�xibers, pro�ided said products ai•e "ot�ee{uals," as detei�rnined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the fnllowing conditions: a. Or-equals are u�available due to sirike, discontinued productian of products meetiz�g specified requirements, or other factors beyond control of Contractorr or, b. Contractor pt�oposes a cost andlor iime reduetion incentive to the City. 1.5 ST]BMITTALS A. See Request fo�� Substitution Fonn (attached) CITY OF FORT WORTH A[liance Aiiport Taxiway P, Pltase 2 STANDATtD CONSTRLIGTIDN SPECIFICATION DOCUMCI�[TS Praject No. ]03000 Revised July 1, 2fl 1 l Oi2500-2 SUBSTITUI'ION PROCEDURES Pags 2 of b B. Procedure fai• Requesting Sul�stitution l. SuUstitution shall be considered only: a. After av�ard of Conteact b. Under the canditions stated he�•ei�� 2. 5ubmit 3 copies of each wt•itten request iar substitu�ion, including: a. Documentatl0n i) Complete data substantiating compliance ofproposed suhstitutic�n with Contract Docuinents 2) Daia relating to changes in construction sckaedule, when a reduc�ion is proposed 3} I]ata relating to chat�ges in cost b. For peoducts 1) I'��aduct identification a} Manufacturer's name b} Telephozae nuEnber and representative contact �azxae c) Specification Section ar Drawing reference oiot'iginally specif'ieci praduct, includir►g discrete name or tag number assigned to original product in the Cantract Documents 2) Manufacturer's lite�ature clearly marked to show comp�iance of propased product with Contract Docurnents 3) Itemized eomparison of originai and proposed praduct addressi��g product charaeteristics including, but not necessarily limited ta: a) Size b) Composi�ion or materials of cai�st��trction c} Weight d) Electz�ical or mechanical requirements 4) Product e�pe��ience a) Locatio� of past projecis utilizing product. h) Name and telephone number of persons associated with referenced p�ojects lcnowledgeable concern�ng proposed prod�ct c) Available field data af�d repoi�s associated with proposed product 5) Sam�les a) Provide at req�est of City. b) Samp�es become the p�'operty of the City. c. For constructian methods: 1} Det�iled descriptiot� af proposed method 2) Illustcation drawings C, Appraval or Rejection 1. Written approval or rejection of substitution given by the City 2. City z`eseives the tight to �'equire propased prod.uct to campiy with colot• and pattet•n of specified product if ne�essary to secure design intent. 3. in tl�e event t1�e substitution is appz'aved, the resulting cost andlor time reduction wil] be documented by Change Order in accordance with the General Conditions. 4. No additional contract tune wiil be given for substitution. 5. Substitution will be rejected if: a. Submittal is not tYirough the Contrac#or wiih his stamp of approval b. Request is not made in accnrdanee witlt this Specification 5ection c. In the City's opinian, accepYance wiil re�uire substantia! eevision of the original design CITY OF FORT WORTi� Allianca Air�or[ Taxiway F, Phase2 STANDARD CONSTRUCTiQN SP�CIFICATIaN DOCiIMEN1`5 Project No, i03006 Revised duly I, 2a11 012500-3 SUB5TITUTION PROC6DULZ�S Page 3 of 6 d, In the City's opinion, substitution will not perfar�ti adec�uately the f�ctian consistent witii the design intent 1.6 ACTI�N SLTSMTTTALSIINI+ORMAT�QNAL �UBMITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USETI] 1.8 MAINTENANCE MATERIAL SUSM�TTALS [NOT U�ED] L9 Qi7ALITY ASSLTRANCE A. In making request for substitution pr in using an approved pf•oduct, the Contractar repr•esents that the Cont�•actor: 1, Has iilvestigated pi•oposed praduct, and has deterrnined that it is adequate ot' supecior in all respects to that sp�ci%ed, and that it will pet�orm function for which it is intended 2. ViTi11 pi•o�ide sarne g;uarantee for suhstitute item as for product sgecifzed 3. Will coordinate instailation of accepted substitutian into Work, to include building modificati�ns if necessary, mal�ing such changes as may be required for Worlc to he cotnplete in all respects 4. Wai�es all claims for additional costs related to sul�stitution which subsequently arise 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] �..11 r'IELD [SIT�] C�NDXTIONS [NOT iJSED] 1.12 W.�RRANTY [N�T TJS�D] PART 2 - PRODUCTS [N4T USED] PART 3 - EXECUTION [NOT LTSED] END OF SECTION Revision Log DATE I NAME CITX OF FORT Wi�RTH STANDA.RD CONSTRUCTION SPECIFICATTON ➢OCIJNCENTS Revised July 1, 20l 1 SUMMARY OF CHANGE Allianee Airport Taxiway P, Phase 2 k'raject No. 1030Q0 012500-4 SUIiSTITUTTON PROCEI)UR�S Page 4 of 6 Page IntentEotially Blan�C CITY OF' FORT WORTH Alliance Airport Taaiway F, Phase 2 STANDARD CONSTRUCTION SPECiT'ICA7'ION! DOCUIv1ENTS Yrojectl�o, 163.000 Revisad 7uly l, 201 l 01 25 00 - 5 SLIBSTITUTION PRQC�DURES 1'age S of 6 EXHIBIT A REQiTEST FOR SUBSTITiTTION �ORM: TO: PROJECT: pA�'�� We hereby submit far your consideration the following product instead of the specified ite� for• the above proj ect: SECTION Proposed Substitution: Reason far Substitution: 1'ARAGRAPH SPECTFIED ITEM Include cainpl�te information on changes to Drawings arid/or 5pecifications which proposed su6stitu:tion will r�qUire for its proper mstallation. Fi11 in Blanlcs Below: A. Wii1 tl�e under�signed cont�•actor pay for changes ta the buiiding design, including enginee�'ing and detailing costs caused by the requested subs#itution? B. What effect does suhsiitution have on other t�ades'? C. Differences between proposed substitution and speeified item? D. DifFerences in pfoduct co5t or pto.duct deli�ery time? E. Manufactur�r's guarantees of the propased and specified items are: Equal Beiter (explain on attaclunent) The undersigned sta#es that the function, appearance and quaiity are equivalent or• superior to the specified item. Sub�nitted By: For Use by City S ignature Firrn Address Date Telepnone Por Use by Cityy: Appro�ed City Recotnmended Recommended as nated Not recommended Rec�ived late By Date Rem arks Date Rejected C1TY OF FORT WORTH Allianee AirEwiYTaxiway P, Phase2 STANDALZA CONSTRUCTION Sl'ECIFICATIDN DOCUMENTS Pro}ect Na. I03U04 Revised J��ly [, 2011 a� 2s oa - b SUBSTITUTIOM C'I�OCEDLTRES Page 6 nf 6 Page �ntentionally Blank CITY OF FpRT WORTH Allianee Airpari Taxiway P, Pl�ase 2 STANDARIa CONSTRLICTION SPECIFICAI'ION DOCUMENTS PrajectNo. 303000 Reviser{ Iuty l, 201 l 01 3l 19- l PItECON5TRUCTION MEETING i'aga I af 4 SECTION (�1 31 I9 PRECONSTRllCTION MEETING PART1- GENERAL 1.] SUMMARY A. Sectior� Lncludes: 1. �'ravisions for th� p�'econstruction mee�ing to be held pi•ioi- ta the start of Worl� to clarify co.nstru�tiar� coniract administration p�'acedures B. Deviations fi•om this City ofFort Worth �tandard Specificatinn 1, Na�te. C. Related Speciiication Seeiions incfude, but are nat necessarity limited to: �, D1VlSIOil O--- B1CIC�lilg Re(�LI1Tements, Coiltract F�i7ns and Conditions of the Contract 2. Division 1— Gene�•ai Requirements I.Z PRICE AND PAYMENT PROC�Di1RES A. Measurement a.t�d 1'ayment 3. Work associated with this Item is considered subsidiary to the va��ious items bid. No separate payment will be allowed far this Item. 1.3 REFERENCES [NOT ilSED] I.4 ADMINTSTRATIVE REQiTIREMENTS A. Coordinatinn 1. Attend preconst�•uction meeting. 2. Representatives af Confractor, sabcantsactors and suppliers attending meetings shall be qualified and auihoz-ized to act on behalf af the entity each represents. 3. Meeting adniinistez'ed by City may he ta�e recorded. a. If recorded, tapes will be used to p�•epa�•e minutes and retained by City fox �uture referenc�. B. Preconstruction Meefing 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will he schedujed and ad�ninistered by t�ie City. 2. The Project Represetitative will preside at the meeting, pz'epare the nnties of the meeting and distribute cQpies of same io a] 1 participar�ts wha so request by fully coznpleting the atCendance form to be circulated at the b�ginning of the meeting. 3. Attendance shall incl.ud�: a. Prn�ect Representative b. Contractor's project manager c. Cantcactor's superintend�nt d. Any subcontractn�' or supplier representatives whom the Contractor may desire to ii�vite or fi.he City may request CITY �F FORT W�[tTH Alliance Airp.ort Taxiway P, Phase 2 STAiIDARD CONSTRUCTIQN SPECiFICAT`ION DOCiIdvlE�l'TS ProjectNa. 103000 Re�ised August 17, 2012 0! 31 19-2 PRECONSTRUCTTdb! NS&ET11VG Page Z of 4 e. Other City f•epresentatives f. Others as appropriate 4. Construetion Schedule a. Pre.pa�•e baseline consCructinn schedule in accordance with Section O1 32 16 and pravide at l'recons#��uction Meeting. b. City wili natify �onti•acYar of any schedule changes upon No�ice of P�•econsfruction Meeting. 5. Preliminary Agenda may include: a. Fntroduction of Praject Pe��sanne! b. General Description of Project c. 5tatus oi �-ight-o�=way, utility e�eai•ances, easements oe other pex-tinent permits d. Cont�actor's wn�'k plan and scliedule e. Contract Time f. Notice to Proceed g. Const��t.tction Stalcing h. Progress Payments i. Extra Work and C�ange O�'der Procedures j, k`ield Ocders k. Disposa.l Site Lettei• for Waste Material i. Insu�`ance Renewals m. 1'ayrolI Certification n. Maierial Certifications and Quality Control Testing a, Public Safety and Canvenience p. Documentation of 1're-Gonst�•uc�ion Conditions q. Weelcend Wof'k Na�ification r. Legal Hoiidays s. Tcench Safel.y P�ans t. Confined Space Entry Standards u. Coordi�atia� with the City's representative for operations af existing water systems v. 5to�m Water Pollution Prevention Plan w. Coardination with other Cantracto�•s x. Early Warning Syste�n y. Contractar Evaluation z. Special Conditions applicable to the projeci aa. Damages CIairns bb. Submittal Procedures cc. Sttbstitution Procedures dd. Correspondence Ro�ting ee. Recoed Drawings ff. Temporvy construction facilities gg. MIWBE ar MBEISBE procedures hh. Final Acceptance ii. Final Payment jj. Questions ar Comments CITY OF FORT WOItT�I Alliance Au�port T`axiway P, Pl�ass 2 Si'AidDABD CONSTRUCTION SPECIFICATION DOCLIIvIEN'I'S ProjectNo. 103Q00 Revised August 17, 2012 Ol 3l L9-3 PR.�CONSTRETCTION M��T1NG Page 3 of 4 �.5 SUBMITTALS [NOT USED] 1.6 ACTION SUSMITTALS/INFORMATIONI�.L S�[IBMITTALS [NOT US�D] 1,7 CLOSEOUT SiTSMXTTALS [NOT USED] 1.8 MAINT�NANCE MAT�RIAL Si1BMITTAL� [NOT US�D] 1.9 QUALITY ASSURANCE [NOT USED] �.l Q DELIVERY, �TORAGE, AND AANDLING [NOT USED] l.11 �'I�LD iSITE] CONDIT�ONS [NOT USED] L12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [N�T USED] END OF SECTION Revision Lag DATE NAME Si7MMARY OF CHANGE CITY QF FORT WORTH Alliance Airport Taxiway P, Phase 2 3TANDARD CONSTRUCTTON SPECi�'ICATION DbCUl4i�NT5 ProjectNa. 1030�0 Revised August 17, 2012 QI 3l i9-4 PRECONSTRIICTION MCETING Page 4 of 4 Page Intentionally Blank CITY OF FORT WOKTFI Alliance Airpart Taxiway P, Pl�ase 2 ST.4i�fDARI] CQNS'I'RUCTlON 5I'ECIPICAT[QN DOCUMGNTS ProjectNo. 103000 Revised August 17, 2012 O13120-] PROd�C7' MGrTiNGS Page l of 4 S�CTION 01 3120 PROJLCT MEE`I'INGS PART � - PARTZ- GEN�RAL 2.I SUMMARY A. Section Includes: Provisians for pro3ect meetings throughout tlie con.struction period to enable orderly t•e��ew of the progress of the Wor� and to provide for systemat�c discussion of potential problems B. De�iations this City of I'o��t Worth Stand�d 5pecificatior� 1. Nane. C. Related 5pecification Sectio.ns include, 6ut at•e not necessarily limited to: 1. Division 0— Sidding Requirements, Contract Farms and Conditions of the Contract 2. Divisioil I— General Requif•ements 2.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payinent 1. Work associated with this Item is conside�'ed subsidiary to the �arious items bid. No separate payment will 6e allowed for this Item. 2.3 REFERENCES [NOT US�D] 2.4 ADMINTSTRATNE REQUIREMENTS A. Coo�•dination 1. ScheduIe, attend and administer as specified, periodic progress zn.eetings, and specially called meetings thcoughout progress of the Wock. 2. Repi•esentati�es of Contraetor, subcontractars and suppliers attending meetings shall be qualified and authorized ta act on behalf of the �ntity each represents. 3. Meetings administered by City may be �ape recorded, a. If recor•ded, tapes t7di11 be used ta prepare minutes and retained hy City for futtu'e reference. 4. Meetings, in addition to thase specified in this Section, may 6e held wher� r�quested by the City, Enginee:r or Contractor. B. Pre-Construction Neigllhorhaad Meeting 1. After the execution of the Agreeme�at, but before construction is allowed to bagin, attend 1 Pub3ic Meeting with affected residents to: a. Pr�senk projected schedule, includiu�g canstruction start data b, Answer any consCructinn related questions 2. Meeting Location a. Loeation of ineeting to be determined by the City. C1TY OP FORT WORTH Allianee Airport Taxiway P, Pliase 2 STAN➢Al2D COTfSTRUCTION SPECIFICATION DOCUMENTS Praject No. 603U00 ltevised ]uly l, 20 ] l 01 31 20 - 2 PRO.l�CT MF.ETIh[GS Page 2 of 4 3. Attendees a. Contraator b. Praject Representative c. Other City �•epresentatives 4. Meeting Sehedule a. In genecal, the nei�hborhood zneeting will occur withij� the 2 weeks following lhe px'e- consfruction conference. h. In nq case will const�•uction be allowed to begin until this meeting is heid. C. 1'rogress Meetings 1. Fo2•mal praject coordinatian meetings will be held periodicaliy. Meetings wiII be scheduled and administered by P��oject Repj•esentative. 2. Addiiional progress meetings to discuss specific topics will be conducted an an as-needed basis. Such. addjtional itt�eetings shall inciude, hut not be [imited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other constluctian prajects d. Resolutian of const�•uction issues e. �quiptnent approval 3. The 1'roject Representative will preside at progress meeCings, p�'epare the notes of the tneeting and distribute copies of the same to all pa��ticipants wk►o sa request by fitlly campleting the aftendance fnrm to be euculated at the beginning af eaeh meeting. 4. Attendance s�all include: a, ConUactor's project manager b. Contractax-'s superintendent c. Any suhcontractnr ar' supplier representati�es whom the Contraetoi• maq desire to invite or the City may teq�est d. Engineee's representatives e. City's r�presentatives f. Others, as requested by t�ie Project Repres�ntative 5. Ft•eliminary Agenda may inelude: a. Review of Work progress since p�evious meeting b. Field observations, prohlems, conflicts c. Items which impede construction schedule d. Review of aff-site fabrication, delivery schedul.es e_ Review of construction interfacing ancf sequencing requirements witls oth�r construction con�racfis �: Corrective measures and p�'ocedu�•es #o t•egain projecteci schedule g. Revisions to construction saheduie h. Ft•ogress, sehedule, during succeeding Worlc period i. Caordination of schedules j. Review submittal schedules Ic. Maintenance of quality siandv-ds 1. Pending changes and substitutions m. Review proposed changes foi: l) Effect on canstruc�ion schedule and on completion date 2) Effect on other contracts nf tlie Pra�ect n. Re�view Record Documents o. Review monthly pay request CITY OF FOR'i' WOlt1'fi Allian�e Airpoit Ta�:iway P, Phase 2 STANDARD CC}NSTItUCTiON SPECTF'ICATIQN DDCUIVIENTS ProlectNa. LD3000 Revised 7uly l, 201 l Ol 31 20 - 3 PR07ECT MEGTINGS Page 3 of 4 p. Review status of Requests for Info�•�nation 6. Meeting Schedule a. Progress meetings will be held pej�iodically as deie�'mined by the Pro�{ect Representative. 1) Additional meetings may be i�eld at the request oftha: a) City b) Engineer c) Contracta�' 7. Meeting Location a. Th� City will establish a meeting location. 1) To th� extent praciicab[e, meetings will be held at the Site. 2.5 SiTSMTTTALS [NOT USED] 2.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT iTSED] 2.7 CLOSEOUT SUBMITTAL� [NOT IISED] �.$ MAINTENANCE MATERXAL SUBMITTALS [NOT USED] 2�.9 QUALITY ASSURANCE �NOT USED] 2.10 DELNERY, STORAGE, AND HANDLING [N4T USED] 2.11 FIELD [�ITE] CONDITIONS [NOT USED] 2.12 WARRA,NTY [NOT USED] PART 3 - PRODUCTS [NOT USED� PART 4 - EXECUTXON [NOT i7SED] END O�+' SECTION Revision Log DATE NAME SUMMARY DF CHANGE CITY UF FORT �'ORTI-I AEliance Airpvit Taaiway P, Phase 2 STANDARD CO1VS7'1ZUCT10N 3PECIP[CATION �OCUMENTS Project No, i�300Q Revised duly f, 2a l 1 01312U-4 PE207ECT MBETI]�GS Page 4 nF4 Page Intentianally Blank CI1'Y OF FDRT WORTH Alliance Airport Taxiway P, Phase 2 STANDARD CQNSTRUCTION SP�CiFICATION J7DCUMENTS 1'raject No. 1030D0 Revised July 1, 2Ql 1 ai 3z E6- � CpNSTRUCTION PROGRESS 5CHEDULE Page l of 6 SECTION 013216 CONSTRUCTION PROGRESS SCH�Di7LE PARTI� GENERAL 1.1 Si71VIMA.RY A. Section Includes: I. Ge�eral requirements far the preparatian, submittal, updating, status reportiilg and manage�nent of the Consteuction Progress Schedule 2. Speci�c requirements are presented in the City oi�'ort Woi-th Scheduje Guidance Dacum�nt B. Deviations from fhis City of Fort Worth Sta�xdac'd Specification 1. None. C. Related Specification Sections include, but are not necessarily litnited ta: 1_ Division 0— Bidding Requit'e��ents, Contract Forms and Co.nditions of the Contract 2. Di�ision 1— General Require�nents 1.2 PRICE A�TD PAYII�NT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary ta �e various items bid. No separaLe pay�nent will be allowed for this Itein. 1.3 REFERENCES A. Definitions 1. ScheduIe 7'iers a. Tier ]- No schedule submiital t•equired by canf�'act. Small, brief duration pro�ects b. Ti�r 2- No schedule su6rnitial required by eontract, but will �•equire soi�e milestane dates. Small, brief duraiion pro�ects c. Tier 3- ScY�eduie submittal required by cantract as described in the Speciiication and herein. Majority of City pt�ojeots, including aff bond program pro�ects d. Tier 4- Schedule submitCal required by contract as described in the Specifcation and het�ein. Latge andlor eomp�ex projects with long dui�ations 1) Examples: laa•ge water pump station pi•ojecf and assaciated pipeline with interconnection t� another governmental entity e. Tier 5- Scheduje submittal cequired by conteact as described in the Speeification and herein. Large and/ar very cornplex projects with long durations, high public visibility 1) Examples n:iight include a water or wastewafex' treatment plant 2. Basel�ne ScheduCe - Initia! schedule submitted befare work begins that will seive as the baseline for tneasuring progress and depai�tures fiom the schedule. 3. Pragress Schedule - Manthly submittal of a progress schedule documenting progress an the pt'oject and any changes anticipated. 4. Schedule Narrative - Concise narrative af the schedule including schedul� changes, e�pected delays, key schedule �ssu�s, critical pafh items, etc CITY OF FaRT WORTH Alfiance Air�iY Taxiway P, P�tase 2 S'fA7YD�.RD CONSTRUCTION SPECIF1CATlDNDOCUMENTS Praject�To. ]0304Q RevisedJuly 1, 2011 ot 3z i�-2 CONSTRUCTION PItOGR�55 SCHEDi7L� Page 2 of G B. Reference Standards 1. City of Fort Woi-�h Scliedule Guidance Document I.4 A.DM�N�STRATNE REQUIR.EM�NTS A. Baseline Schedule 1. Crene�•al a. Prepare a cost-loaded baseline Schedule using approved software and tl�e Critical Path Method (CPM) as required in the City of P'ort Wotth Schedule Guida�.�ce Document. b. Reuiew the draft cost-laaded baseline Schedu�e with th� City to dert�anstrate understailding of the work to be pez-fo�'ineci and lcnown issues and constraints t•elated to the schedule. c. Designate an auiharized �•epresentative (I'ro�ect Scheduier) responsible far developing and updating th� schedul� and pre�aaring repoi�ts. B. Progress Schedu�e I. j7pdate the progress Schedule �r�onthly as cequu•ed inthe City of Fort V1�arth Schedule Guidance Document. 2. Pt�epare the Schedule N�t'rative to acco�npany the monthly progress Schedule. 3. Change Orders a. Incarparate approved change orders, i•esulfing in a change af cont�act time, in the baseline Schedule in accnrdance with City of Foj•t Worth Schedule Guidance Doeum�nt. C_ Responsibility for Schedule Compliance 1, Whenever it becomes apparent from the current progress Scl�edule and CPM Status Repart that delays to the critical path have resuited and the Contract cornpletion date r�vill not ba met, or when so directed by the City, make some or alI of the fol�aw[t�g actions at no additional cost to the City a. Submit a Recovery Plarj Co the City for approval revised baseline Schedule outlining: 1) A written statement oi the steps intended to take ta remove or arrest the delay to the critical pat11 iu� the appraved schedule 2) Increase eonstruction manpaw�r in such quantities and crafts as will substantiaily eliminate the backlog of work and retu�n current Schedule to meet projected baseline completion dates 3) Inc�'ease the number of working how�s per shift, shifts pe�� day, working days pez vveel�, the amaunt of constructian equiprnent, or any combinatian of the foregning, suff ciently to substantially eliminate the backlo� of wark �) Reschedule activities tr� achieve m�imum practical concurrency of accomplishment af aetivities, and comply withthe revised schedule 2. If no. written statement af the steps intended to take is subrr�itted when sa z'equested by the City, the City may direct the Coniractar to inc�'ease the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employecf by the Contt•a+ctor in order to rernove or art'est the delay to the ct•itical path in the approved schedule. a. No additianal cast fo.r such wark will be cansidered. D. The Cont�-act compietion time will be adjusted only for causes specified in tlus Cont�•act. a. Requests far an e�tension of any Cantract completion date must be supplemented with the following: CIT Y OF FOiiT WORTH Alliance ?:irport Taxiway P, Phase 2 STANDAR➢ CO�TSTRUCTION SPECIFICATION DUCUMENTS Yroject No. 103000 Revised luly 1, 2011 al 3216-3 CONSTRUCTIQN PROGRES5 SCHEDLTLE Page 3 of b 1) Furnish justification and suppa�'ting evidence as the City may deem necessa�y to detet7nine whethe�• the requested extension of tinie is entitled undee the provisians oithis Contx�aet. a} The City vs�ill, afte�• j�ec�ipt of such justifieatian and supporting evidence, make � ndings of fact and will advise the Contractar, in writing thereof. 2) If the City �:nds that the requested eYtension oftime is entitled, the City's detetxnination as ta the total ilwnber of days allowed fo�• the exl:ensions shall. be Y�ased upon the appro�eci total baseline schedule and oiz all data relevant ta the extension. a) Such data shall be included iii the next updatmg of the Progress schedule. b) Actuai delays in activities which, according to the Saseliae schedule, da not affect any Contract completion date shown by the ct'iticaI path in the network wili not be the basis for a change thet�ein, 2. Submit each t•eyuest for change in Contract coznpletioal date tn tha City t�vithin 30 days after the beginning of the delay for which a time exte�tsion is f�equested but before the date of final payrnent under this Contract. a. No time extension will be gz'anted far rec�uests which are not sut�mitte.d within the foregoing time limit. b. Ft•om time to time, it may be necessary far the Contract schedule or campletion time to be adjus'ted by the City ta reflect the effects of job conditians, weather, iechnical difiiculties, st�'ikes, unavnidable delays on the pa.i�t of the City or its representatives, and othe�- un�areseeabie eanditions which may indicate schedule adjustmen�s o�� cornpletion time extensions. 1) LTnder such conditions, the City will direct fihe Cont�actor tn reschedule the woric or Contract cornpletion tirne to ref�ect the changed. conditions and the Cnniraetor shall revise his schedule accordingly. a) No additional campensation will be tnade to tlae Cont�•actor for such schedule changes except for unavoidable overall con�.•act tizne e�tensions beyond the aeival completion of unaf%cted worit, in which case ihe Cantractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in tha Basaline sci�edule rnay be used by the City as well as by the Contractoi-. 3. Float ar slack tilne is de�ned as the amount of tirne 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 activiti�s on the Baseline Schedule. a. Float o�' s�aclt titne is not �'or the exclusive use or benefit of either tl�e Cont�•actor or the City. b. Praceed with wor[c accarding to early start daies, and the City shall have the right to �•esez've and appartion float time according to the needs of the project. c. Acicnowledge and agree that actual delays, affecting paths af activities containing float time, vvill not have any ef%ct upon contract completion ti�nes, providing that the actual delay doe5 not exceed 1:he flaat time associated �iih th�se activities. E. Coordinating Schedule vwith Other Contract Schedu�es 1. Where worlc is to be performed Lindei: this Cantract concurrently with or contingent upon work performed on the satne facilities or area undeY• other contracts, the Baseline Schedule shall be coordinated �ith the schedules of the ofher eontracts. CITY OF FORT WORTH All iance Airport Taxiway P, Fhase 2 ST,S[+TDARD CONSTRUCTION SPECTFiCATTDN DOCUMENTS Project TSa. 103U00 lZevised 7uly l, 241 l 01 32 lb - 4 CONSTRUCTIQN PROGRESS 5CI�IEDUL� Page 4 of 6 a. Obtain the scheduIes ofthe other appropriate contracts fram the City fo�� the pt�eparation and updating of $aseline schedule and �nak� the req�ired changes in his schedule when indicated Uy ehanges in corresponding schedules. 2. Iia case of 'rnterference beiween the operatidns o.f diffea'ent contractars, t�e City wil� determine the work priorlty of each contractot- and the sequence of work neces5ary to expedite the carnpletion of the entire Project. a. In such cases, the decisi�n of the City shall be accepted as final. b. The temporary delay of any warlc due ta such circumstances shall not be considered as justification for claims for aciditional cnmpensation. �..5 SUB1VnTTALS A. Baseline 5chedu�e 1. 8ubmit Schedule in nativa file format and pdf format as required in the City of Fott Vslort.t� Schedule Guidance Document. a. Native iile forrnat it►cludes: I) Primavera (P6 or Primavera Contractor) 2. Submit dY'afi basa�ine Schedule to City priot• to the pre-constz'uciia� rr►eeting and br•ing in laard capy to the meeting for ceview and discussion. B. Pragrass Schedlile !. Submit progress �chedule in native tile format and pdf format as required in the City of �'ort Worth Schedule Guidance Document. 2. Submit progress Schedule mont�ily no later tk�an the las# day of the month. C. Schedule Narrative 1. Submit the sched�le narrative in pdf format as required in the Cify of Fort Woi�th Sch�dule Guidance Document. 2. Submit schedule narrative monthly r�o later than the last day af the month. D. Submittal Process 1. The City administers and manages schedules through Buazsaw. 2. Contractor shall submit doeuir�ents as required in tl7e City Qf Fort Worth Schedule Guidance Document. 3. Once the project has been campleted and Final Acceptance has been issued by the City, no further progt'ess sehedules are required. 1.6 ACTION SLTBiV,i�TTALS{INFORM�TIONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MA'�'ERXAL SUBMITTALS jNOT USED] 1.9 QUALITY ASSL]RANCE A. The person preparing and revising the eon�truction Fragress Schedule shall he experienced in the preparation of schedules of similai� comptexity. B. Schadule and supporting documents addressed in this Specification shall be prepai•ed, updated a�d revised to accucately i•eflect the performance of the construction. C. Contraetor is i•espansible for ihe quali�y af all submittals in this section meeting the standard oF care for the const�°uction indListry for sirriiiar projects. CITY OF F'ORT WORTkI Al{iance Airport Taxiway P, Yhase 2 ST?.NDARD CONSTLtIICTION SPECIFICAT1dN ISOCLJMENTS PrajectNa. 103000 Etevised duly 1, 20l 1 a� 3� �6-s GOIVSTRUCTION PROGRESS SCH�DUIs� Page 5 of 6 1.10 DELIV�RY, STORA�E, AND T�ANDLING [NOT IISED] I.11 FIELD [SITE] COND�I'TONS [NOT USED] 1.12 WARRA.NTY [N4T USED] PART 2 - PROIIUCTS [N4T USEDj PART 3 - EX�CUTION [NDT USED] END OF SECTION Revision Log DATE NAIWIE SLiMNiARY OF CHANGE Cl'CY OF FORT WORTH Alliance Aicyo��t Taxiway P, Pltase 2 STANDARB CONSTRUCTIdN 3PECIFIGATIp1+S DOCU[vf�Ni'S ProjectNa. 103000 Revised 7uly l, 20.] 1 01 32 15 - 6 CO�TSTRUCTION PROGTLESS SCHEAULE Page 6 of 6 Page Intentianally Blank CiTY OF FORT WORTH Alliance Air�ort Taxiway P, Pl�ase 2 STAIVDARD CONSTRUCTIt7N SPECIFICATIOIV �OCUMEIVTS i'rajecENn. 103000 Revised 7uly 1, 20l 1 013233-1 PRECUNSTIZUCTIpN VIDEO Page I of 2 SECTION 0132 33 PRECONSTRUCTION VIDE� PART1- GENERAL 1.I SUMIVIARY A. Section Includes: 1. Adnninistrative and px•ocedural requirements foi•: a. Precanstruction Vid�o.s B. Deviations from this City ofFnrt Worth Standard Speeifieatian 1. Nane. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms and Coilditions of the Contrac� 2. Divisian 1— General Requirements 1.2 PRTCE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated wi.th this Item is eonsidered subsidiary to the vazious items bid. No separate paymeni will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIItEMENTS A. Preconstruction Video 1. Produce a precanst��uction video of the site/alignment, including all aceas in the �icinity of and to be affected by construction. a. Provide digital copy nf video upon request by the City. 2. R�tain a copy of the preconstructian video �ntil tne end of the maintenance surety period. 1.5 SIIBMITTAL� [NOT USED] 1.6 ACTION SUBMITTALSIINFOR.MAT�ONAL SC7BNIITTALS [NOT U�EDj 1.7 CLOSE�UT SUBMYTTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUBMTT'TALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELiVEAY, STORAGE, AND HANDLXNG [NOT USEDj 1.11 FIELD [SXTE] CONDiTIONS [NOT USED� 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF' FOIi'I' WORTH Alliance Aiipo��t Taxiway P, Phase 2 STANDARB CbNSTRUCTION SPECIFICATION DDC[JML7+IT5 Project�Va, 103000 Revised July l, 20! l O 1 32 33 - 2 PR�CONSTRUCTIpN VIDEO 1'age 2 of 2 PART 3 - EXECUTION [NOT US�Dj END OF S.ECTION Re�isian Log DATE NAME SLTMMARY OF CHANGE CITY OP FORT WORTII Alliance Au•pprt Taxiway P, Phase 2 STANDARD CONSTRUCI'i0N SPECIF3C.4TION DOCUMENTS ProjecENa. ]03000 [tevised 7uly I, 2Ul I O13300-I 5UBMIT'C'ALS Rage L of 10 SECT�ON Ol 33 00 SUBMITTALS PARTi- GENERAL � . ] SIIMMARY A. Section Zncludes: i. Genei•al methods and requirements nf sub��aissions appjicable to the following Work�related subinittals: a. Shop Drar�ings b. Product Data (including Standa�•d Product List submittals) c. Sarnples d. Mock Ups B. Deviatians from this City ofFort Worth 5tandard Specifcation 1, None. C. Related Specification Sections include, but a�•e not necessarily limited to: 1. Division 0— Bidding Requirements, Cont�act For��s and Conditzons af the Contracl 2. Division l— General Require�nents 1.2 PRTCE AND PAYMENT PROCEDi1RES A, Measurernent and Payment 1. Work associated with this Item is considered subsidiary,to the various items bid. No separate paynient will be allowed for this Iterr�. L3 R� + + RENCES [NOT USED] 1,4 ADMINISTRATIVE R�QIIIItEMENTS A. Coordination 1. Natify the City in writing, at ihe time of submittal, of any devia�.ons in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal T1m�s a. P�'epare, prioritize and transmit each subrnittal sufficiently in advance of performing the related Work or other applicable activities, or wiihin the tima speci�ed in the individual Work Sections, of �he Speci�cations. CITY OI' FORT WO1tTI� Alliance AirparE `i'axiway P, Phase 2 STAiVBARD CON51`RUCTiON ST'LCIFiCATIONDOCUM�+NTS ProjectNo. f030flD Revised December 20, 20 f 2 O13300-2 SUBMITTALS Page 2.af 14 b. Contractor is responsible such that the ulstallatian will not be delayed by processing tirnes incl�ding, but noi: liinited to: a} Disapprovai and resubt�ittal (ii�•equired} b} Caordination with other submittals c) Testing d) Purchasin� e) �'abrication fl Delivery g) Similar s�quen�ed activities c. No ext�iision of time will be autha�'ized because of the Con�•actor's failu�•e to fransmit submittals sufficiently in advazzca af tkte Wnrk. d. Make sLibmittal� p�-ainptly in accardance with approved schedule, and in suah sequence as to cause no delay in the Wor1c or in the worIc af any other contractor. B. Subm�tfal Numbering 1. When submitting shop d�'aw[ngs or samples, utilize a 9-character submiital cross-reference identification numbering systezn in the falJowing �r�anner: a. Use the �irst 6 digits of the applicable Specifi.cation Section Number. b. For the next 2 digits nuinb.er use nu�nbers O 1-99 to sequentially number each initial separate ite�n or drawing sul�mitted under each speci�c Section num.ber. c. Last us� a letter, A-Z, indicating #he 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: p3 30 Op-0$-B 1) 03 30 04 is the Specification Sectian fnr C�s�crete 2) OS is the �igh�h i��[tial submittal unde�• this Specification Section 3} B is the third suUmission {second resuUmission) of that paz-ticular sk�op drawing C. Cantractor Certification I. Re�iew shop drawings, product data and sam�les, including those by subcontractors, prior ta submissian to determine and verify the following: a. Field meas�u•ements 6. Field construction c�•Iferia GITY OF FORi WpRTH Aliiance Airpoit Tt�iway P, Phase 2 STANDARD CQ[�iSTRUCTIDN SPECIPICATION DOCUMENTS ProjectNa. ]03006 Revised Deeeinber 20, 20 [ 2 0�33oo-a SUBMIT7'ALS Page 3 of l0 c. Catalog numbers and similar data d. Conformance wi#h ihe Cantracf Documents 2. Provide each s�op drawing, sample and product data sui�rt►itted by the Con�t•actor with a Cei�tification Statement aff xed including: a. The Contcacta�'s Company natne b. Signatu�•e of submittal reviewer c, Cez�tification Statement 1) "By i��is submiital, l hereby rep�•esent that I have determined and veriiied field measuz'ements, field construction criteria, materials, dimensions, catalag numbers and sir�ilat• data and I have cheeked and coot�dinated each itea� with other applicable �.ppr'oved shop drawings." D. Submittal �oi•mat l. Fald shap drawings larger than 8'/z inches x i l inches to 8%a inches x 1 Iinches. 2. Bind shop drawings and p�-oduct data sheets toge#l�er. 3. Order a. Cover Sheet I) Desc�'iptionafPacket 2) Contractor Certif"ication h, List of items / Table of Contents c. Px'oduct Data /Shop DxativingslSamples ICalculations E. Submittal Content 1. The date of submissian a�nid the dates af any previous submissions 2. The Praject title and number 3. Contraetar identification 4. The names of a. Contractor b. Supp[ier c. Manu�acturer S. Ide�tification of the product, with the Specifcation Sectinia number, page and paragraph(s} 5. Field dimensions, clearly icienii�ed as such C1TY pF FOAT WORTH Allianee Airpmt Taxiway P, Phase 2 STANI�ARD CQNSTRLICTION SPECIFICATIOI�I DOCUMENTS Project7da. 103U�0 Revis�d Deceml�er 2�, 2D12 4133U0-4 SUBMITTALS Page 4 of l0 7. Refation io adjac�ent oj' critical features of the Work or mate�ials 8. Applicable standards., such as ASTM or Federaf �pecification numbers 9. Identif cation by highIightir►g of deviatians feom Contract Documents 10. Identification by higl�li�hting of revisiQns an resub.mittals 11. �1n 8-inch x 3-inch blanlc space foi' Contractot• and City stamps F. Shap Drawings l. As speciiied in individual Worlc Sections includes, but is not necessarily limited ta: a. eustom-prepa.red data such as fabrication and erection/'ulstallation {worlcing) drawings b. Scheduled information c. Setting diagrams d. Actual s�►opwork manufactu�'ing instructions e. Custozn templates f. Special wiring diagra�ns g. Coordination drawings h. Individual system or equipment inspection and test reports ia�cluding: 1) Pe�-formance curves and certificatin��s i. �is applicable to the Work 2. D�tails a. Re�ation of the various p.a��ts to the main tr�embers and lines of the structure b. Whe�•e coi�ect fabrication o�the Work depends upon field measui'ements I) 1'ro�ide such measurements and note on the drawings p�'iaz' to submitting for appraval. G. Product Data 1. For submittals of product data for products included on the Cit�'s Standat�d Product List, clearly id�ntify eacl� ite�► selected for use on tl�e Project. 2. Far submittals of product data for p�nducts nat included on the City's Standard Froduct List, submittal ciata may include, but is not taecessarily limited to.: a. Standa�'d prepared data for• manufactured products {sometimes referred to as catalog data) 1) Such as the manufacture�•'s product specifcation and iz�stallation instructions 2) Availability of colors and patte�'ns CITY OF FO1tT WQRTH Allianee AirpoirtTaxir�ay P, Phase2 STANDARD COTTSTRLFCTiON SP�CIPICATION DpCUMENI'S Praject No. 1030D0 Revised �ece�nber 20, 2012 a� 33 ao - s SUBMI'L'TALS Page 5 nf I 0 3) Manufacturer's p��inied statements of comp�iances and applica6ility 4) Roughing-in diag��ams and tempiates 5) Catalog cuts 6) Productphoto.graphs 7) Sta�'�dard wu'ing diagrams 8) Printed performance curves and opez'ational-ran�� diagrams 9) Production or quality control inspection and test reports and certifications 10} Mijl repot�ts 11) �'roduct operating and maintena�.ce instructions and recommended spare-pai�ts listing and printed product wa�rranties 12) As applicable to the Work H. Samples l. As specif ed in individual Sections, include, but axe noi necessarily lirr�ited to: a. Physical examples of the WorIf such as: 1) Sections ofmanufactured or fabricat�d Wnrk 2} Small cuts or containers of materials 3} Corriplete units of repetiti�ely used pr-oducts colo��/texture/pattern swatches and range sets �) Specunens for coocdin�tion of visual effect 5) Graphic syml�als and units of Work ta be used by the City for ind�pendent insp�ction and testing, as applicable to the Work I. Do not staa�i Work requu•ing a shop dravving, satziple ar product data nor any material to be fa6ricated or installed priar to the approval or qua[ified appro�al of such item. I. Fabrication performed, materials purchased or on-site construction accomplish�d rrahici� does not cotzform ta approved shop drawings and data is at the Contractor's risk. 2. The City will not b� liable for any exp�nse ar delay due to corrections or remedies required to accomplish conformity. 3. Completa praject Worl�, materials, fabricatian, and installations in coniar�nance with approved shag drawix►gs, applicable samples., and product data. J. Submittal Distribution 1. �lectz'oz�ic Distribution CI'1'Y OF FORT WORTL-T .Alliance Airport Taxiway P, P�185E 2 STANDARD COI+FSTRUC7"EON SPECiFICA'CIO�f DOCU11�t�TS ProjectNo. 1D3000 Revised DecemUer 20, 2012 D13300-6 SUBN[ITTALS Page 6 of lU a. Confirm development of Project d'u•ectoey for elect�onic subinittals to he uplaaded to City's Buzzsaw site, or another external FTP site appi�avecf by the Ciiy. b. 5hop DrawEngs 1) Uplaad submittal to designateci project direclory and not�iy approp�'iate City representatives via ernail of subrnittal posting. 2) Hai•d Copies a) 3 capies far all submittals b) If Contractor requires �nore than 1 haxd copy of Shop Drawings returned, Contractor shall submit mote than the nuinber of copies listed above, c. Pcoduct Data !) [.Jpload submittal to designated project directoiy and notify appropriate City repz�esentatives via email of su6mittal posting. 2) Hard Gopies a) 3 copies fot- alI submittals d. Saxnples I) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu pf electranic distribution) a. Shop Di•awings 1) Disfributed ta the Ciiy 2) Copies a) 8 copies for mechanical submittals b) 7 co�ies for all other subinittaIs c) If Contractor requires inore than 3 copies of Shop D�•awings ret�u�ned, Con�ractor 5ha11 submii more than the number oicapies listed above. b. P�•aduct Data I) Distributcd ta the City 2) Copies a) 4 capies c. Sarnples 1) Distributed to fhe Project Representative 2) Copies a) Submit the nwnbei• stated in ilie respective 5pecification 5ections. CITY pF FORT WORi'H Alliance Airport Taxiway P, PEiase 2 S3'ANDAItI] CONSTRUCI'IpN SPECIRICATION DOCUMEI+iTS Project No. 1034Q0 Revised Decem�er 20, 2012 O133UO-7 SUBIv1TTTALS Page 7 of l D 3. Disi��ibute �-eproductio��s of appraved shop drawings and copies of app.roved product tiata and samples, vvhet'e rec�uired, to tlse job site file and elsewhet•e as directed by the City. a. Pravide nurnber of eopies as directed by the City but not exceeding the number pj•eviously specified. K. �uUmittal Review l. The review of shop drawings, data and samples will be for general Gnnfoz-mance with the design coneept and Cantract Dacuments. This is not. to be construed as: a. Permitting any depaj�ui�e from the Contract requi�'ements b. Reiieving the Contractoi• of �•esponsibility fot- any er�•o�-s, including details, dimensio��s, and materials c. Appf•o�ing depaMuies from cietaiis furi�ished by the City, except as otherwis� prov�ded he��ein 2. The review and approval nf shop drawings, samples or product data by the City does not relieve the Contractar frorrx his/he�' z'espansibility with regard to the iulfillment of the tet•ms of the Contract. a. All rislcs of erj•or and omissian ai-e assumed by the Cont�ractar, and the City will hava no responsibility therefore. 3. The Contractor rema�.ins �•esponsible for details and accuraey, for coord.inating tlie Wark with al! other assaciated wark and trades, for seleeting fa6rication processes, for techniques of assernbly and fo�' pei�orming Work in a sa.fe manner. 4. If the shop dt�awings, data or samples as submitted desci-ibe variations and shaw a departure fi•om the Contract requirements which City iinds to be in the intea�est of the City and to be sp rninor as not to involve a change in Cont�-act Pt�ice or time for pei-fornaance, the City may rehu�n the reviewed drawings without noting ati excepiion. 5. 5ubmittals will be returned to the Contractor under 1 nf the fnllowing cades: a. Code 1 l) "NO EXCEPTIONS TAKEN" is assigned when there are no notakions or comnlents on the submittal. a) When r•e�.irned under this code the Cont�-actor may release th� equipntent andl�r �naterial for manufact�ire. b. Code 2 1) "�XCE�'TIONS NOTED". This code is assigned when a confirmatian ofthe notations and comments IS NOT required by the Contractor. a} The Contractor inay release the equipment or mate��ial for tnanufacture; howe�et-, afl notatinns and camments must be i��carporated into the final product. c, Code 3 C1TY OF F(�RT WORTH Alliance Airport Taxiway n, Pltase 2 STANDAI2D CONSTKUCTLON SPECIPICATIOfV DOGUMENTS ProjectTio. IU3000 Revised December 20, 2612 O1 3300-8 SiF�3MITTALS Aage 8 of 1 U �) "EXCEPTIONS N�TEDIRESUBMIT". This combination of eodes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or inaterial for marlufacture; however, all nataiions and comments must be incorporated ittto the �nal p�•oduct. b) Tl�is resubmittal is to address a[I comments, amissions and nan-conforming items that vvere noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal i•equij•ing the resubmittal. d. Code � i) "NOT APPROVED" �s assigned when the submiftal does not rneet the intent of fhe Contract Documents, a) The Contractor rnust resubmit the entire pacica�;e revised to bring the submittal into conformance. b) it may be necessa�•y to t•esubmit using a different manufacturerlvendor to meet �he Cantract Docuinents. 6. Resubmittals a. Handl�d in the saz�ne manner as frst submittafs 1} Carrections other than re�uestecf by the Ciiy 2) Marlced with revision triangle or other sitnilar mefhod a) At Contractor's risk if not marked b. Submittals fot� each item will be reviewed no more than twice at the City's exp�nse. 1) AII subs�quent reviews v;ril] be pei�'ormed at tirnes convenient to tl�e City and at the Contractor's expextse, based on the City's or City Rep►•esentative's then p�evailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The neeci fox mare than 1 resubm ission ar any ather delay in obtaining City`s review of submit�als, will not entitl� th� Contz•actar ta an extension af Contract Tizne. 7. Pat�t�al Subnnit�als a. City reserves the right to not re�iew sul�m.ittals deemed partial, at t�e City's discretion. b. Submittals deemed by the City to be not complete will he retut•ned to the Contractor, aa�d vvill be considet•ed "Not Appraved" until resuhmitted. c. The City may at its option provide a list or mark the submittal direeting the Contractor to the areas that are incomplete. CITY O.F P'ORT WORTH Alliance Airport'faaiway P, Phase 2 STA%IDART7 CONSTRiTCTION SPEC[FICATZON DOCUMENTS PrpjectNo: 10304Q Revised December 20, 2D12 o� s3 ao - 9 SUBMITTALS Page 9 of 10 8. Tf the Cont�•actor e�nside��s any correction indicai:ed on the shop drawings to constit�,lte a change to the Coi1t�•a.ct Documents, the�� wt•itten notice must be provided thec•eof to Yh� City at least '7 Calendar Days prior to relea€se fpi• manufacture. 9. When the shop drawings have been comp[e#ed to the satisfaction of the City, the Contractor may cact•y out the construction in accordance therewith and no fu��the�• changes therein except upo.n written instructions fron7 the City. lq, Each subrrtit�a.l, approp�'iately coded, will be retu.rned within 30 Calei�dar Days following �^eceipt af submittal by the City. L. Mock ups 1. Mack i1p units as specifi�d in individual Sectiflns, include, but a�•e not necessarily limited to, co�nplete tuiits oi the standard of acceptance for i:hat type of Work to be used on the P�'oject. Remove at the completion af the Work or when directed. M. Qualifications 1. If speciiically required in ather Seetions of these Specifeations, submit a P.E. Ce��tifcation %r each item required. N. Request for Infoimation (RFT) 1. Contraetor Request for additional information a. Clarification oi• interpretation of the contract ciocuments b. When the Contractor believes th�x-e is a conffict bet�een Coni�act Dacuments c. When the Contractflr believes there is a conf3ict between the Drawings and S�ecifcations 1) Id�ntify the conflict and �•�quest clarification 2. Llse the Request for Inforrnation (RTI) form provided by ihe City. 3. Numbering of RFI a. Prefx with "RFI" follovved �y series number, "-�", beginning with "O 1" and increasing sequentially with each additional transzni�ial. 4. Sufficient information shal! be attached to permit a written response without iurther information. 5, The City will log each request and will review the request. a. If review of the proj ect information �•ec�uest indicates that a change to the Contract Documents is i•equired, the City will issue a Field Order oz• Ci�ange Order, as appropri ate. 1.5 SUSMITTALS [NOT USED] GITY pF FpKT WORTH Alliance Airport Taa:iway P, Phasa 2 STA�TE]ARD CONSTRUCTION SPECIFICATION DOCUMENTS Praject i�To. ] 03000 Revised Deceml�er 20, 20Z2 (i l 33 00 - l0 SIfBNf11"E'ALS Page 10 nf l0 1.6 ACTION SUBMITTALSIINFORMATIONAL �UBMITTALS [NOT US�D] 1.'1 CLO�EOUT SUBMITTALS [N�T U��D� I.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALXTY ASSURANCE [N�T USED] 1.7.0 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 1.7.1 �IELD [�ITE] CONDTTIONS [NOT USEDj 1.�� WARRA.NTY jNOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OI� SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2412 D. Johnson 1.4.K.8. Working Days modified ia Calendar Days CiTY OF FORT WORTTI Alliance Airpoirt Taxiway P, YEiase 2 STANDARD CONSTRUCTIDN SPECIFICATION DOCUMEI+ITS Project Na 10304a Revised Decem6er 20, 2012 01 35 13 - 1 SPLCIAL PR07�GT PROCEDURES Page 1 of4 sECTzoN oi �s i� SPECIAL PRO.TECT PROCEDLJRES PART1- GENERAL 1.1 �UMMARY A. Section Includes: 1. The procedures for special project circuinstances that includes, but is no# [imited to: a. Work near High Vol�age Lines b. Con�ined Space Ent�y Prog�•am c. Air Pollution Vlratch DayS d. Dust Cnr�t�•nl e. Emplayee Part�king B. Deviatians �'rom this City af Fni�t Wnrth Standard Specif catian l. None, C. Related Specification Sections include, but are not necessarily liznited in: 1. Divisian p— Bidding Requirements, Contract Forms and Conditions of the Contraet 2. Di�ision 1— General Requu•ements i.2 PRICE AND PAYMENT PROCEDURES A. IVleasurement and 1'ayment 1. A�1 items a. Wo1�k associated with these Items is cansideced subsidiaiy to the various Items hid. No separate payment wi�l be allowed foi- this Item. 1.3 REFERENCES A. Refereace S.tandards 1. Reference standards cited in this Specification refer to th� current reference standard pu6lished at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. Health and �afety Code, Title 9. Safety, Subtitle A. Public Saf'ety, Chapter 752,. High Vnitage Oveehead Li���s. 3. North Central Te�cas Council af Governments (NCTCOG) — Clean Consttlzction Specification l.4 ADN1xN�STRATNE REQUIREMENTS A. Work near High Valtage Lines 1. Regulatory Requitements a. All �Vork near High Voltage Lines {mo.re than 600 volts measured between conciuctors or between a eonductor and the ground) shali be in accordance with Health and Safety Code, Title 9, Subtiile A, Chapter 752, 2. Warning sign a. Pj�ovide sign oi sufi�'icient size mee�ing all OS.HA requirem�nts. CITY OF FORT WORTH Alliance Airpoit Taxiway P, Phase 2 S'I'ANDARB CONSTRUCT[ON SP�CIPiCATION DOCIIMENT5 PrajectNo. ]03000 ltevised December20, 2a12 p1 35 13 -2 SPCCIAL PROdECT PitOCEL7UR�S Page 2 of 4 3. Equipment operating within 10 feet of high �oltage lines will require the fnllowing s�fety features a. Insulating cage-type af guard abo�rt the boom ar arm b. Insulator links on the lift hoaE� eonnections %r back h.oes or dippers c. Equipment must meet the safety requirements as set foa-th by OSHA ar�d the safery requirements of the owner ofthe lzigh voltage lines 4. Work within 6 feet of higli voltage electric lines a. Notifcation shall be given to: 1) Tlie power cQmpany {exa�nple: ONCOR} a) Maintain an accLiraCe log of all such calls tfl powe�• company and �•ec�rd actian taken in each case. b. Coordination witla power campany 1) After notiiicatinn coordinate with the power company to: a) Erect tempo��aiy m�chanical barriers, de-energize the li��es, or raise ot• lower the lines c, No pez•sonnel may work within 6 feet of a high voltage line be�ore the abov� �'equiremenfs �ave been tnet. B. Confined Space Entty Pragrain 1. Provide and fflIIow approved Confined S}�ace Ent��y Program in accordance with OSHA requirernents. 2. Confined Spaces inefude: a. Manholes b. All other confined spaces i�� accordance with �SHA's 1'eYmit Required for Confined 5paces C. Air Pollution Watch Days 1. General a. Observe tha foIlowirtg guidelines t'elating to working on City constructian sites on days designated as "AIR POLLLTTION WATCH DAYS". b. Typical Ozone Season 1) May l thxaugh OcYaber 31. c. Critical Emission Time 1) b:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on En�irorvnental Quality {TCEQ), in coardination with the National Weather Ser�ice, wilI issue the Air Pollution Watch by 3:00 p.m. on the afiernoon priar to 1:he WATCH day. b. Requirements 1} Begin worlc aft�r 10:D0 a.m. vvhenever construction phasing requires the use of motorized equipine��.t far pa�•iads in excess of 1 haur. 2) Howevej-, tl�e Contractox inay begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emittin;", or equipmenf burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or aliernati�e iuels such as CNG. CITY OF FQRT WORTI� Alliance Auport Taxiway P, Pliase 2 STANDAR➢ CONSTRCICTI.ON SPECIPICATIDN BOCiJMENTS Praject Na. 1030D0 Revised December 20, 20 L2 Ol 35 13-3 SPECIAf, PR07ECT PROCEbURES Page 3 af q D. TCEQ Ait• �'ermit 1. Obtain 7'CEQ Aii• Permit for constructian activities pe�' requi��einents af TCEQ. E. Dust Control 1. Use acceptable measures to cantrol dust at Che Site. a. If water is used to contral dust, captuee and properly dispt�se of waste water. b. If wet saw cutting is performed, capture and praperly dispase o.f slurry. F. �m�loyee Parking 1. Provide parlcin� far employees a� locations approved by the City. 1.5 SUB1ViITTALS [NOT US�Dj 1.6 ACT�4N SUBMITTALS/INFORMATIONAL SUBMITTALS LNOT US�D] 1.7 CLOSEDUT SUSMITTALS [NOT USED] 1.$ MA.�NTENANCE MATERIAL SLTSMTTTALS [NOT USED] �..9 QUALITY ASSiTRANCE [NOT USED] L10 DELIV�RY, STORAGE, AND HANDLING [NOT i7SEDI 11I �ELD, [SITE] CONDTTIONS [NOT USED] 1.12 WARR.ANTY [NOT USED] PART 2 - PR�D�CTCTS [NOT USED] PART 3 - EXECUTrON [NOT iTSED] END O�' SECTION Revision Log DAT� NAME SUMMARY OF CHANGE 1.4.B -- Added requirement of compliance wlth Health and Safety Code, Title 9. Saf'ety, Subtitle A. Fu�lic Safet}�, Chapter 752. High $131/2012 I�. Johnson V'altage Ove�•head Lines. i.4.� — Added Cor�t�•actor responsibility far abtaining a TCEQ Air P�rrnit CITY OF I'ORT WORTH Alliance Airpoirt Taxiway P, Phase 2 STANDARD CONSTRUCTIOl� ST'ECIFICATI�N 17QCUNLENTS ProjectNo. 1D3000 Re�ised December 24, 2012 013513-4 SPECIAL PRO.TECT PROCEDURES Page 4 of 4 Page Intentianaily Blanlc CITY OF FOItT WORTH Allian�e AirportTaxiway P, Phasa2 S�'ANDARD CQNSTRUCTION SPECT�TCA'1'IDN DOCUML�3VTS Project�To. 103000 Revised Decem6er 20, 2Q[2 014523-1 TESTING ANIJ iNSPECTIOTS SERVICL�S Page 1 af 2 �ECTION O1 45 23 TESTING AND INSPECTION SERVICES PART1- GEN�RAL 1.1 SUNIlV�AAY A. Section Includes: ]. Testing and inspection se�'vices pcocedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specificatian Sections inciude, but are nat necessarily lirr�.ited to: 1. Di�ision 0—�idding Requirements, Cantraci Forms and Co�ditians af the Contract 2. Di�ision 1— Gez�eral Requirements 1.2 PRIC� AND PAYMENT PR�CEDURES A. Measurement and Payment 1. Wark associated with this Item is co�sidered subsidiai'y to the various Items bid. No separate payment w�ll be allowad for this Item. a. Contractor is i•esponsihle far p�rforming, coordinating, and payment of all Qualiry Cant�'ol testing. b. City is responsible for perfor�ning and payment fbr first set af Quality Assurance t�sting. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsihle fot• payment of subsequent Quality Assut�ance testing until a pass�ng test oceui�s. a) Final acceptance will not be issued by City until all required payments %r testing by Cont�•actor have been paid in full. 1.3 R�FERENCES [NOT USED] 1.�4 ADA'IINISTRATIVE REQLTIREM�NTS A. Testing 1. Complete testing in accordance wlth t�e Contract Docutnents. 2. Coordinatian a. When testing is required to be performed by the City, natify City, sufficzently in advance, when tes�ing is zaeeded. b. When testing is required to be comple�ed by the Contractar, notify Ci�,y, sufficiently in advance, that testing will be performed. 3. Distribution of Test�ng �tepoi�ts a. EleetrQnic Distx•ibution i) Coniirm development of Peo�{ect diz'ecto�y for electronic submittals to be uploaded to City's Buzzsaw site, nr anatk�er external FTP site approved by the City. 2} Upload test repoi�ts �o designated project directary and notify appropriate City rept�esentatives via email oi submittal posting, CiTY OF FOItT WORTH Alliance AirparE Ta�way P, Phase 2 STANDATtT] CONSTRUCI'ION SPECIFiCAT10N DOCUM�Ni'S Projec[Na. 1030d.0 12evised ]uly l, 201 1 O14523-2 TESTING A1VD iNSPECTiON SFRVICES Pa�e 2 of 2 3} Hard Copies a) 1 copy foi• all s.ubmiL�als s�bmitted to the Pro�ect Repxasentati�e b. Hard Copy Distribution (if required in lieti af elecCronic dista�ibutian) 1) Tests p�rfo�'med by City a} Distrik�ute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 ha�•d copies to City's Pi�oject Rep�'esentative 4. Provide City's Project Representative with trip ticicefs for each delivered load of Concrete ox• �,itne maferia[ including the following information: a. Name af pit b. Date af delivery c. Material delivereci B. Inspeciion 1. Ins�rection oc lacic of inspection does not relieve the Contf•actor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTYON �UBMITTAL�/INFORMATIONAL SUBMITTALS [NOT U�ED] 1.7 CLOSEOUT �UBMI'TTALS [NOT USED] I.8 MAINTENANCE MAT�RIAL Si1BMITTALS [NOT US�Dj 1.9 QUALITY ASSURANCE [NOT X7S�D] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 �XELD [SITE] CUNDTTIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS (NOT USED] PART 3 - EXECiTTION [NOT USEDj END OF SECTiON Revision Log DATE NAME Si1MMARY OF CHA,NGE CIT'Y OP I'ORT WORTH Alliance?w�paitTsxiway P, Phase2 STAi+TDA1tD CdNSTIiUGT�ON SPECIFiCATIOi�( I]OCUM�NTS ProjectNo. [03000. Aevised duly 1, 2Q1 I a�s000-t TEMPdR.�RY F.4 CTI.ITIES AND CONTROLS Page 1 of 4 SECTION Ol SO 04 TEMPORARY FACILITIES AND CONTROLS PART 1 - G�NERA.L 1.1 SUMMARY A. Section Includes: 1. Pj�o�ide temporary facilities and controls needed far the Wortt including, but not necessarily limited ta: a. Tempora�y utilities b. Satzitary facilities c. Storage Sheds and Buildin.gs d. Dus# control e. Temporaiy fencing of the cpnstruction site B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sectipns include, but are nat necessarily limited ta: 1. Division 0— Bidding Rec}ui�•ements, Gontract �'arms and Conditions afthe Con�•act 2. Division 1— Ge.neral Requirements 1.� PRICE AND PAYM�NT PR(?CEDiJR�S A. Meastuement and Payment 1. Work assaciated with this Item is cansidered subs.idiary to ttie vai•iaus Items bid. No separate �aayment will be allowed for this Item. L3 REFERENCES [NOT USED] 1.4 ADIVIINISTRATTVE REQUIREMENT� A. Temporary LTtilities 1. ObYaining Tempot•ary Se;vic� a. Mal�e areangernents with utility service com.panies for temporary services. b. Abide by rules and re�ulations of utiliiy seruice companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved foi Final Acceptanee. I) Included are fuel, power, light, heat and otl�er utility services necessazy for exccutzan, campletian, testing and initial op��•ation of Woxk. 2. Water a. Contrac�ar to provide water required for and in connection with Warl� to 6e performed a�d for specified tests of piping, equip��ent, devices or other use as required for the completion of the Woi•k. b. Provide and maintain adequate supply of potable vt+ater for domestic cons�unption by C.ontractor pe�sor�nel and City's Project Repceseniatives. c. Co.ordination 1) Contact City 1 week before water for constt�uction is desired d. Conf�•actor Payment fot' Construction Waier CITY OF FORT WO1tTH Alliance Ai�port Taxiway F, Pl�ase 2 STA,NI]ARD CON3TRlICTION SPECIFICAI'IqN DOCUMENTS ProjectNo. 1030Q0 Revised July 1, 26l ] al SOdQ-2 TEl1hPORAItY FACCLITIES A%lI7 CpNfROLS Page 2 af q I) Obtain �onstruction water meter from City foi• payment as billed by Czty's establisl�ed rates. 3. Elect�•icity and Light�zlg a. P�'ovide and pay for electric poweied set'vice as required for Wo�k, including testing oi Work. I} Provide pawer for Lighting, operalion of equipment, or otl�e�' use. b. Glectric ppwer service includes tempaz'ary power service or generatar to maintain o.pe�•ations during scheduled shutdawn. 4, 7"elephone a. Provide emergency telephone serviee at Site %r use by Cantractor personnel and othez's performing worlc or iut'nishing services at Site. 5. Temporary Heai ar�d Ventilation a. Pj•ovide temporaty heat as necessary for protection or cainpletian of Work. 6. Provide temporary heat and venfilation to assu�'e safe wa�•lcing conditions. B. 5anitary Facilities 1. Pro�ide and maintain sanitaiy Facilities fox' pe�sons on Site. a. Comply vaith regulati.or�s of 5tate and lacal departments of lreal�.k�. 2. Enforce use of sanitary faciiities by consfruction personnel at job site. a. Enclose and anchor sanitary facilities. b. No dischaage will be allowed from tk�ese facilities. c, Collect and store sewa�e and waste so as not to cause nuisance or health problem. d. Haul sewage and waste nf%site at na less than weekly intet�vals and properly dispose in accordance with applicable regulation. 3. Locate facilities neat- Wot-k �ite and keep clean and maintained throughout Pro3ect. 4. Remove facilities at completion ofProject C, Storage Sheds and Buildings 1. Provide adequately ventilated, waferfight, weathe�praaf stc�rage facilities with floar above ground level foe materials anci equipinent sLtsceptihle to weather daniage. 2. 5torage of materials not susceptible to weatl�er damage rnay be on hlocics off ground. 3. Store materials in a neat and orderly manner. a. Plaee �r►aterials and equipment to pet'mit easy access for identifcat�on, inspection and inventory. 4. Equip building with lockable dooa's and lighting, and provide ekectrical service for equipment space heaters and heating or ventilation as necessary to px'ovide 5torage environments acceptahle ta specified manufaciurers. S. Fill and grade site far temporary structures to pr�vide drainage away from teFnpnz'ary and e�sting buildings. 6. Remove building from site prior to Final AccepiancE. D. Temp�arary Feneing 1. Provide and maintain for the duration or const�'uction when required in contract documents E. Dust Control I. Cont�•actar is a'es�onsible for inaintaining dust contr•ol through the duration of the praject. a. Canti�actor f'emains on-ca11 at all times b. Must respond in a timely mannex' CITY Of FORT WOATH AlEiance Airport Taxiwsy P, Phase 2 STANI]ARD CONSTKUCTION SP�CIF'ICATIqN DOCiTN1ENT5 Prpject iVo. 103.OU0 Revised July l, 2011 at sa oo - 3 TEIviPORA1ZY FACILITIES AI+SD CON`T1tOLS Page 3 of 4 F. Tempa�'auy Protection of ConstiructiQn 1. Cantractor fl�• sub.cor�tractot•s az•e responsible for protectin� VVor�C from damage due to vveaiher. 1.5 SIISMXTTALS [NOT iTSED] 1.6 ACTION SUBMITTALSIINT+ORMAT�ONAL SUSMITT�LS [NOT USED] 1.7 CLOSEOUT SUSMITTALS [N�T USED] 1.8 MAINTENANCE MATERIAL SLTBMITTALS [NOT USED] 1.9 QLTALITY ASSURANCE [NOT USED] 1.10 DELiVERY, STORAGE, AND HANDL�NG [NOT USED] 1.11 FIELD [SxT�] C�NDITIONS [NOT USED] 1.12 WARRANTY [NOT iISED] PART 2- PRODUCTS jNOT USED] PART 3 - EXECUTION �NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT iTSED] 3.3 PR.EPARATION jNOT USED] 3.4 INSTA.LLATYON A. Temporary Facilities 1. Maintain all temporary facilities for duration of cansh�uction activities as needed. 3.5 [REPAIR.] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE Qt1ALITY CONTROL [NOT USED] 3.8 SY�TEM STARTUP [NOT USED] 3.9 AD�USTING [NOT IISED] 3,10 CLEANING [NOT USED] 3.11 CLOSEQUT ACTIVTTIES A. Temporary Facili�ies 1. Remove all temporaY'y faciiities and restore area afte�• campletion of the Work,. to a condition equal to ar better than prior to start of Work. CITY OF FOfiT WORTH Alliance Airport Taxiway P, Phase 2 STANDARD CONSTRUCTION SFECIFICATION DOC�MENTS Project No. 103000 Revised July 1, 2�l 1 D15000-4 '1'EMPORARY Fa1GILITIE5 AND CQNTROLS Page 4 aF4 3.12 PROTECTION [NOT i7�ED] 3.13 MAYNTENANCE [NO�' USED] 3.14 ATTACHMENT� [NOT USED] END OF SECTTON Revisian Log DATE NAME SUMMARY OF CHANGE CTTY OT FQRT WpRTH Alliance Airport'raa�tiway P, Phase 2 STANDARD CONSTRLTCT'ION SPECIPICATION BOCLTMENTS Pro�ect No. 103000 Revised.luly 1,2011 O l 57 ]3 - I STORM W.aT�R POLLi3TIbN T'RT.VENTiON Page 1 of 3 SECTION Q157 l:3 STORM WATER POLLUTION PREVENTION PART1- GENERAL I1 SUMMARY A. Sectio�t Includes: 1. Pxaced�u•es fo.r Storm Water Pollution Prevention Plans B. Deviations from t�s City of Fort Woi�th Staudard Specification 1. Nane. C. Related Specification Sections include, but are not necessarily limited to: 1. Di�isian 0--- Bidding Requirements, Contract Fflrms and Conditions of the Cnntract 2. Division 1— General Requirements 3. Item C-102 - Tempo��ary Air and Water Pollution, Soi.l, and Siltation Contral 1.2 PRICE AND PAYMENT 1'ROCEDi7RES A. Measuretnent and Payinant 1. Constructinn Activities resulting in less than 1 ac�e of disturhance a. Work associated with this Item is cans.idered subsidiary to the various Items bid. Na separate payment will be allawed for this Item. 2. Canstruction Activities �-esulting in greater than 1 acre af distucbaince a. Measurement and Paynnent shall be in accordance �vith Itein C-142. 1.3 REFERENCES A. Abbreviations and Acrottyms 1. NQtice of Interit: NOI 2. Notice of Terminatian: NOT 3. Storm Water �ollution Prevention Plan: SWPPP 4. Texas Commissian on EnvironmenYal Q�ality: TCEQ S. Notice of Change: NOC A. R�ference Starldards 1, Reference standards cited in this Specification refer fo the eurrent reference standard published at the time of the Iatest revisio�� date logged at the end of this Specificatian, unless a date is specifically cited. 2. inte��ated Stot•m IWlanagement (iSWM) Technical Manual for Construction Controls 1.� AD11'IINISTRATNE REQUII2EMENTS A. Genera� I. Contractor is responsible for resolution and payment of any fines issued associa�ed witl� campliance to Stormwater Pollution Prevention Plan. B. Constz'uction Activities t'esulting in: C1TY 0� FQRT WORTH Alliance Airpoft Taaiway P, Phase 2 STANDARD CONSTItT�CTION SP�C1F[CATION dbCUMENTS Project Na. 10300D Revised 7uly f, 201 l 01 57 13 - 2 STORM WATETZ POI..LUTION PREV�NT[ON Pa$e 2 of 3 1. Less than 1 acre of distuz'bance a. Pravide erosion and sedinnent control in accordance witl� Section 31 25 00 and Drawings. 2. 1 tb less than 5 acres of dishXrbance a. Texas PoI[utant Discharge Elimination Sys#em (TPDES) General Const�•uction Pertnit is required b. Complete S1�Pk' in accordance with TCEQ require�nenis 1) TCEQ SmaII Consicuction Site Natice Requir�d under general permit TXR150�OQ a) Sign and post at job site b) Prior to Preconst��uction Meeting, send 1 copy to City Department of Transpot�tation and Public ViWorlcs, Enviranmental Division, (8I7) 392-6088. 2) Provide erosion and sediment cqnt�•ol in accoa•dance with: a) 5ection 31 25 00 b) The Drawings c) TXR150000 Gene�'al Permit d) SWPPP e} TCEQ requirements 3, S acres or more o.f Disturbance a. Texas Pnllutant Discharge Elimination System (TPDES) General Constt•uction Pez'�mit is requit�ud b. Complete SWPPP in accordance with TCEQ requirements I) Prepare a TCEQ NOI form and subzx�it to TCEQ aiong with required fee a) Sign and post at j oh site b) Send copy to City Departnlent af Transportation and Puhlic Warlcs, Environmental Ti�ivisian, (817} 3R2-G088. 2) TCEQ Notice of Change rec�uired if making changes or updatas ta NOI 3) Provide erosion and sedime�t control in accordance with: a) Section 3I 2S OQ b) The Drawings c) T�iR150000 Ger�eral Permit d) S WPPP e) TC�Q requirements 4) Onca the pr4ject has been coinpleted and all tlae closeout requireinents of TC�Q have been �net a TCEQ Natice of Terminatian can be submitted. a) ' Send copy to City Depat-tment of Transportation and Public Wo�'ks, Envit•anmental Di�ision, (817) 392-6088. 1.5 SUBMITTALS A, �WPI'T' 1. Submit in accord�nce with Sect�on O 1 33 00, except as stated herein. a. Prior to the Preconstructian Meeting,. submit a draft copy of SWl'I'P to the City as follows: 1) 1 copy to the City Project Manager a) Czty Project Manage�• will forward to the City Depat�trrient of Transportatian an.d �'ubfic Works, Environmental Di�+ision for review S. Modified SWPPP I. If the SWPPP is �'evised during construction, resubmit im.oc�ified SWPPP ta the City in accor-dance with Sectifln O l 33 00. CITY O�' FORT WORTH Alliartce Airport Taxiwap P, Plzase 2 STANC1A1tD CONSTRUCTIDN SP�CIFTCATION C]OCUMENT� ProjectNo. 1D3000 Revised �u[y l, 20l I 01 57 t3 - 3 &"1'QRM WATER POLLUTIOIY PILEVL�iVT[ON Page 3 of 3 1.6 ACT�ON SUBMITTAL�/INFORMATXONAL SUBMITTALS [NOT C1SED] 1.7 CLOSEOUT SiTBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIA.L �UBMITTAL� [NOT USED] 1.9 QUALITY ASSURANC� [N�T USED] l..].Q DELIVERY, STORAGE, AND HANDLING jNOT USED] 1.11 FIELD [SITE] CONDTi'IONS {NOT USEI)] 1.12 WARR.ANTY [NOT USED] PART 2- PRODUCTS jNOT US�D] PART 3 - EXECUTYON [NOT USED] END O�+ SECTION Revision Lag DATE NAME SUMMARY OF CHANGE Cl7'Y QF FORT WpRTH Alliance Airport Taxiway P, Phase 2 STANDARD CON5TRL3CTiflN SPECIFICATION DOCUMENTS P�ojectNo. 1U30p0 Reeised.luly 1,2011 q15813-1 TEMPORARY PTtOJBCT 5[GNAGE Page i of 4 sECT�orr a� ss �� TEMPORARY PROJECT SIGNAGE PART ]. - GENERAL 1.1 SIIMMA.RY A. 5ectian Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Nane. C. Related Specification 5ections include, but are not necessarily limited ta: 1. Divisinil0 — Bidding Requiz-ennents, C�ntract Forms and Conditions aithe Conti`act 2, Division 1— CGenet•al Requirennents 1.2 PRICE AND PAYMENT PROCEDiIREB A. Measurement and Paymen� 1. Wark associated with this Item is cansidet'ed subsidiary to the various Items bid. No sepat'ate paymetlt will Eae afloweti for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADIVIINISTRATPVE REQUIREMENTS �NDT USED] LS SUBMiTTAL� [NOT USED� 1.6 ACT�ON �iTBMITTALSIINFORMATIONAL SUBMITTAL� [NOT iTS�+ D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SCTBNiITTAL� [NOT USED] 1.9 QIIALXTY ASSURr�NC� [NOT [7SED] 1.10 DELIVERY, STQRAGE, AND HANDL�NG [NOT USED] l.11 FIELD [SITE] CONDTI'�ONS [NOT USEDj ]..12 W�iRRANTY jNOT USED] CITY OF FpRT WbltTl� Alliance Airport Taxiwuy 1', Phase 2 STANDARD CONSTRi1C7'[ON SPECIFICATIdN ➢OCUMENTS Project�To. 103000 Revised3vly 1,20L1 pl 5813-2 TL'MPbRARY f'RD7ECT SIGNAGE Page 2 of4 PART 2 - PRODUCTS 21 OWNER-FiTRNISHED [OR] OWNER-SUPPLIEDPR�DUCTS [NOT USED] 2.2 EQUII'MENT, PRODUCT TYPES, AND 1VIAT�RIAi�S A. Design Criteria 1. P3•ovide free standing Project Designation Sign in aceordance with City's Standard Defails for project signs. B, Materials l. Sign a. Consti•ucted of 3/a-inch fiz- plyvvood, grade A-C (exterioi} oj• better 2.3 ACCES�ORIES [NOT USED] 2.4 SOURCE QUALZTY CONTROL [NOT USED] PART 3 - EXECi7TION 3.I INSTAI,LERS [NOT USED] 3.2 EXAMINATXON [NOT USED] 3.3 PREPARATION [NOT US�D] 3.4 YIVSTALLATION A. General I. Provide verticaf installation at exten�s of project. 2, Relocate sign as needed, upon request of the City. B. Moun.ting options a. Skids b. Posts c. Barricad� 3.5 REPAIR 1 RESTORATION [NOT iTSED] 3.6 R�-INSTALLATION [N�T i]SED] 3,7 PIELD [OR] SITE Qi]ALXTY CONTROL jNOT USED] 3.8 SYSTEM �TART[TP iNOT U�ED] CITY �F FORT WC3RTH Alliance Aupnrt Taaciway A, E'hase 2 STANDARD CONSTRUCTFON SPECCFICATIOAi DUCLJMENTS Prajectl+Fa. [0300Q Revised July 1, 20l 1 OL 58 13-3 TEMPORARY PR03ECT SIGNAGE Page 3 of 4 3.9 ADJU�TING [NOT USED] 3.1.4 CLEANING [NOT IISED� 3.I1 CLOSEOUT ACTIVITIES [NOT iTSED] 3.12 PROTECTXON [NOT USED] 3.13 MAYNTENANCE A. General 1. Maintenance will include painting and repairs as needed or di�•ected by the City. 3.1� ATTACHMENTS [NOT USED] END OF SECTION Re�vision Log DATE NAME SUMMARY OF CHANGE CITI' OF FORT WORTf-! Alliance Airpart Taxiway P, Phase 2 STANDARD CONSTRUCTiON SPECIFiCATiON 170CUMEi�iTS PrnjectNo, IQ300D Revised 7uly ], 20l l D15813-4 TEMPORAftY PR0IECT SiGNAC,E Page 4 of 4 Page Intentionally Blanlc CITY OF PORT VJORTH Alliance AirpnrC Taxiway P, Phase 2 STANDA&I� CONSTItUCTION SPECIFICATION DQCiIMENTS Project No. k 03000 Revised duly l, 20I 1 ni 6o ao - t PRODUCT ILEQUIEtEMElVT5 Page 1 of 2 SECTION Ol 60 OU PRODUCT REQUIREMENTS PART1- GENERAL 1.1 Si7MMA.RY A. Sectian Tncludes: 1. Raferences fbr Product Requieemer�ts and City Standard Products List B. Deviations from this City of Fort Wnrth Standard Specification 1. None. C. Relatcd Specificatian. Seeiions include, but ace not necessa.rily iimited to: l. Di�ision �-- Bidding Requit�ements, Canfiract Forms at�d Conditions of the Contract 2. Di�ision 1— General Reguiremenis 1.2 PR�CE AND PAYMENT PROCEDi7RES �NOT USEDJ I.3 R.EFERENCES [NOT USED] 1.4 ADMil�ISTRATIV� REQUIREMENTS A. A list of City approved products %r use is located on Buz�aw as follovt+s: I. Resourcesl02 - Construction DocumentslStanda:rd Products List B. Only products specificaliy included an City's Standard Prt�duct List in these Contract Docum�nts shall be allowed for use on the Projeet. 1. Any subsequently approved praducts will only be allowed for use upon speciiic approval by the City. C. Any speci�e product requireznents in the Contract Dacuznents supersede similar pt-oducts included on the City's Standard Product List, l. The City resetves the right to not allow products to b� used fo�• ceitain prnjects e�en though the product is l�sted on the City's Standard Product List. D. Alfh4ugh a specifc product is incIuded on City's Standard Produet List, not al� products from th.at �nanufacturer are approved for use, including but not lirnited to, that manufacturer's standard product. E. See Section O 1 33 00 for submittal z�quuements of Producf Daia included on City's Standard Product List. 1.5 SUBNIITTALS [NOT USED] LG ACTION SUBMITTALSlINFORMATIONAL SUBM�TTALS [NOT t]SED] 1.'� CLOSEOUT SUBMITTALS [NOT USEDj 1.S MAINTENANCE MATERIAL SUBMITTALS [N4T USED] 1.9 QUALITY ASSCTR�NCE [NOT USED] CITY OF FORT WOKTH Alliance Airport Ta3:iway P, Phase 2 STANDARD CONSTRUCTION SPECIPICATIpN DOCUMENTS FrojectNa 103000 Cievised Dece�nher 2D, 2012 oi s000-� P120DUCT REQUIIt�MSidTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [S�TEj CONDYTIONS [NOT USED] 1..12 WARIt.ANTY [NOT US�D] PART � - PRODUCTS �NOT USED] PART 3 - EXECUTION �NOT USEDj END OF SECTION Revision Log DATE NAME SUlVIN1�RY OF CHANGE 10112/I2 D. Johnson Modi�ied Location of City's Siandard P�•odt�ct List CITY QF FORT WORTH Alliance Airpoit Taxiway P, Pltase 2 STANDAILD CONSTRUCTION SPECIFICATIbN DOCi3IvlECQTS Praject Na. 1030U0 Revised Aecem6er 2D, 2012 016b00-f FRODUCT STORAGE�ND HANQLIIVG RCQUIRENiL'•NTS Page 1 of4 SECTION Ol 66 UO PRQDUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL l.l. SIIMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delive�y 3. Protection of pxoducts against damage from: a. Handling b. Exposure to eletnents or harsh envia•onments B. Deviations fram this City of For�t Woi'�h Standard Specification 1. Nnne. C. Related Specification Sections include, but are nat necessarily limited ta: I. Division 0— Bidding Requiretnents, Contract �`orins and Conditions of the Contt•act 2. Division 1— General Requi�'ements 1.2 PRICE AND PAYIVI�NT PROCEDURE� A. Measurement and Payment l. Worlc associaied with this Item is cansidered subs.idiary to the various Itetns bid. No separate payment will be allowed for this Item. ]..3 REFERENCES [NOT USED] 1.� AD1I�NISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBNIITTALS [NOT USED] 1.G ACTION SiTBNIITTALS/WFORMATYONAL SUBMITTALS [NOT TJSEDj I.7 CLOSEOUT SUBMI'I'TALS [NOT USED] L$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS�URANCE [NOT USED] 1.1Q DELIVERY AND I3ANDLXNG A. Delivery Requi�'er�ents L. Schedule delive�y af prflducts ar equipment as required to allow timely installation and to avaid prolonged storage. 2. Provide appropi�iate personnel and equipment ta receive deliveries. 3. Delivery trucks will not be per•mitted to �,vait extended pet•iods of time an the Site for personnel or ec�uipr�.ent to receive the delivery. CITY QF FORT WORTH Alliartce Airpor[Taxiway P, Phase 2 STANDARD Cqi�T51RUCT10N SPECIkTCAT10N DOCUMENTS ProjectNo. 1�3�OD Revised July 1, 2011 O16GOD-2 PRO}aUCT STORAGE Al+i➢ I-[ANDLING RU�QUIREM�NTS Page 2 af 4 4. Deliver products or equipment in ma��ufactiu•er's original unb��oken cartons or other cpnfain�rs designed and constructed ta protect the contents frflm physical pr environmental damage. S. Ciearly and fully maek and identify as to manufacturer, itern and installatipn location. 6. 1'ravide manufactui•er's instructinns for storage and handling. B. Handling Requu•ements l. Handle products or equipment in accordance with t�ese Contract Dncuments and manL�.facfurer's t�ecommendatians ancf insh�uctions. C. Starage Requiremenfis 1. Store materials in accardance with fnanufactLirer's recommendations and i•equire�ttents af these Specifications. 2. Malce neeessary pt'ovisions far safe storage of nnaterials and equipment, a. P1ace loose soil maferials and materials to b� inc4rparated into Work to prevent damage to any part af Woxk ar e�isting facilities and to znaintain free access at all tirnes to all parts af �ork and to utility ser�ice comnpany installations in vicinity of Work. 3. Keep inaterials and equipment neatly and ct�mpactly stored in locations Chat will cause tninimum inconvenience t� ot�er contracto�s, public tra�el, adjoining owners, tenants and occupants, a. Arrang;e siorage to provide easy access for inspeetion. 4. Restrict stoz•age to areas available o� cans�•uction site for storage of material and equipment as sk�nwn on Drawings, or approved by City's Peoject Representative. S. Pt'ar+ide off-site storage and prafectian when on-site storage is not adequate. a. Provide addresses of and access to aff-site storage locations for inspectian by Cjfy's Project Representative. b. Do not use lawns, �rass plots ar other private pt•opexty fa�• storage purposes withaut wt'ltten permission oi awner or other person in. possession ar control of premises. 7. Sto�•e in manufacturers' unapen.ed containers. 8. Neatly, safely and compactly stack materials delivered and stared along line nf Work to avoid inconvanience and damage to property awners and general pub�ic and maintain at least 3 feet fro�n ire hydrant. 9. Keep public and private dri�eways and s#reet ci•ossings open. 10. Repai� or �•eplace damaged lawns, sidewallcs, streets or other improvements to satisfaction oi Ciiy's 1'raject Representative. a. Total length w�ich materials may be dist�•ibuted along route af constructian at one time is I,OaO Iinear feet, unless otherwise apprfl�ed in writing by City's Project Representative. 1.11 FIELD [SXTE] CONDTI'IONS [NOT USED] 1.12 WARRANTY [NOT iTSED� PART 2 - PRODUCTS [NOT USED] CTTY 0�' FORT WORTH Alliance Ai�'port Taxiway P, Phase 2 STANDARD CONSTRUCTiON SPECINICATIQAT DOCLIMENTS ProjectNo. ]03000 Revised7uly 1,2011 O15600-3 PRpDUC3' STORAU� AND HANDLFNG REQUIltEM�NT3 Page 3 of4 PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXA.MINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 �RECT�ON [NOT USED] 3.5 REPAXR 1 RESTORATXON [NOT USED] 3.6 ItE-INSTALLATZON [NOT USEDJ 3.7 FIELD [ORj SITE QUALITY C4NTRQL A. Tests and Inspections 1. Inspect aJl pra.d��cts or equipment delivered to tlie site prior to unloading. B. Non-Confarming Work 1. Reject all products or equipment that are damaged, us�d or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT TI�ED] �.�o cLEa�v��r� [�oT usEn� 311 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect aIl pj•oducts or equipmeni in accordance with mat�ufacturer's written directions. B. Store products o�• eyuipment in locatian to avoid physical dazniage to it�zns while in storage. C. Protect equipment fi•om exposwre to el�ments and lceep thorouglzly dty if required by the manufacturei•. 3.13 MAINTENANC� [NOT [�SED] 3.14 ATT�iCFIMENTS [NOT IISED] END OT SECTION Re�ision Log DATE NAIVIE SUMMARY OF CHANGE CITY DF PORT WORTI-� Alliance Airpot�t Taxiway P, Phase 2 STANDARD CONSTRUCTIOI+T SPECIFTCAI'IpN DOCUMENTS Praject iVa. 103000 Revised 3uly L, 201 L 0.1 6G QQ - 4 PRODiSC�' STOT2AG� AhID HANDLING REQiSiREMENTS Page 4 af 4 Page Intentianaliy Blanlc CITY OF FORT WORTfI Alliance Airport Taxiwny P, Phase 2 STANDARD CONS`�RUCTIQI�i SP�CTFICATION DOCUMENTS Project Nn. 10300U Revised 7uiy 1, 2Dl 1 Oi 7423-1 CL�AN1NCr Pa$e 1 of4 ��cT�oN o�. �a z� CLEANING PARTI- GENERAL 1.1 SUMMA.R.Y A. Section Inciudes: 1. Intez'meciiate acid f1na1 cleaning for Worlc not including speciaf cleaiung of closed systems specif ed elsewhere B. Deviations from this City ofFort Worth Standard Specific�tion 1. None. C. Related Specification Secl:ions include, but are nat necessarily litnited to: 1. Division 0— Bidding Requirements, Contract Fo�•ms and Conditions a�f the Con#ract 2. Division 1— Genex'al Requirements 3. Item T-404 - Sadding 1.2 PRICE AND PAYMENT PROC�DiIRE5 A. Measurement and Payment 1. Work associated with #his Item is considered subsidiary to the various Items bid. No separate paymenY r�ill be allowed for this Itezn. 1.3 REFERENCES [NOT US�D] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and othex• contaminants disturbed by cleaning process will not fa61 on newly painted surfaces. 2. S�hedule final cleaning upon completion of Work and imrnediately px'ioa'to final inspection. 1.5 SUB11uTTALS IN�T USED] 1.6 ACT�ON SY7BMITTALSIINFQRMAT�4NAL �UBMITTAL� [NOT II�EDj 1.'� CLOSEQTIT SiTBMI�'TALS �NOT US�D] 1.8 MAINTENANCE MATERIAL �LJBNIITTALS [NOT USED] 1.9 QUALITY ASSiTRANCE [NOT USED] 1.10 STORAGE, AND HANDLING A, Storage and Handling Requirements I, Store cleaning products arrd cleaning wastes in containers specifca[ly designed for those materials. CITY OF FORT WORTH Alliance Airpoirt Taxiway P, Pliase 2 STAN➢AFtD CONS'I`RUCTIpN SPECIFICATION DOCUMENTS Praject No. 1030Q0 Revised luly 1, 2011 Ol 7423-2 CLEAI+TING Page 2 of 4 1.11 FIELD [S�TE] CONDTTiONS [NOT US�D] 1.12 WARRANTY [NOT USEDj PART 2 � PRODUCTS 2.1 OWNER-F[IRNXSHED �OR] OWNER-SUPPLIEDPRODUCTS [NOT i7SED] 2.2 MATER�ALS A. Cl�aning.Agents 1. Compatible witl� suriac� being cieaned 2. New and uncontaminatecf 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED� PART 3 - EX�CUTION 3.I INSTALLERS [NOT USED] 3.2 EXAlYIINATION [NOT IISED] 3.3 PREPAR�TION [NOT i7SED] 3.� APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORA,TION [NOT LTSED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [QR] SIT� QUALITY CONTROL [NOT U�ED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJiISTING LNOT i1SED] 3.1� CLEANIPTG A. Genera! I. Frevent accumulation of wastes that create hazardous canditions. 2. Conduct clea�ling and disposal operations to camply with laws and safety orders of governing authorities. 3. Do nat dispase of volatile wastes such as inineral spiri�.s, aiI or paint thinner in stnrm or sanitary drains or sewers. 4. Dispase of degradable dehris at an approved solid waste disposal site. 5. Dispose of nandegratiable debris at an approved solid waste disposal site ot' �n a� alternate manner approved by City and regulatoiy agencies. CITY OP PORT WORTH Alliance Airpo�t'iaxiway P, Phase 2 STANDAl2T7 CONSTRUCTIDN SPECIF1CATlON I]DCUMEN'fS Praject No. L0300D Rev'tsed Iuly 1, 20l 1 017423-3 CLEANIAf Cr Page 3 of 4 �. Handle inateriats in a controlled matiner with as few handiings as possible. 7. Thoroughjy clean, sweep, wash and polish all War� ai�d equipment ass.aciated with this pi�o3ect. 8. Remove all signs oftempo��ary construction and activities incidental to construction of required pe�•manent Work. 9. If pro�ect is not cleaned to the saiisfaction of the City, the City reserves the �•ight to have the eieaning completed at the expense of ihe Cont�•aciar. 10. Do zlot bur•n on-site. B. Iniennediate Cleaning dur�ng Constructian 1. Keep Work areas clean sa as not to hinder health, safety or convenience of personnei in existing facility opeiations. 2. At maximum weekly inter�als, dispose of vvaste inaterials, debris and i•u6bish. 3. Confine constructio;n debris daily in strategicaljy located conta�nar(s): a. Cover to prevent b�owing by wind b. 5tore debris away from construction o�• opei`atioi�al acti�ities c. Haul f��om site at a minimum oi once per weelc 4. Vacuu�n cleatt i��terior areas when ready to receive iinish painting. a. Continue vacuum cleaning on an as-needed basis, until Finai Acceptance. 5. Prioj• to storm events, thorougb_ly clean site of all loose or unsecured it�ms, which may become airborne or transported by flowing vda�er duz'ing the storm. C. Interior Final Cleaning 1. Remo�e grease, rr�astie, adhesives, dust, di.i�t, stains, fingerprints, la6els and other foreign materials fi-om sight-exposed surfaces. 2. Wipe all lighting �xture reflectors, lenses, lamps and trims clean. 3. Wash ar�d shine glazing and mirr•o.rs. 4. Polish glossy sut�faces ta a clear shine. 5. Ventilating syste�ns a. Glean permanent �Iters and replace disposable filt�rs if units were operated ducii�g construction. b. Clean duets, blowez's and eoils if units we�'e o�aerated without filters during const�'uction. 6. Rep[ace all burned aut �atnps. 7. Broom clear� pro.c�ss area flaors. 8. Mop off'ice aiad control rooin floors. D. Exter�or (Site or Right af Way) Final Clea�ing I. Reino�e trash and debris containers fram site. a. 5od areas disturbed by location af trash and debris cantainers in accordance w'rth Item T�904. 2. Sweep roadway to remave a11 rocks, pieees of aspkalt, concrete or any Qthez• ob,ject that may hinder or disrup� the flow of traffic along the roadway. 3, Clean any interior areas ineluding, but not limited to, vaults, manholes, st�uctuces, junciion boxes and inleYs. 4. If no longer j'equiced for maintenance af erosion facilities, anci upon appro�al by City, remove erosian cantz'o! fi•om site. CTT Y OF FORT WORTH Alliance Airpart't�iway P, Pliase 2 STAIVDARD COl�ISTi�UCTION SPECII`ICATION DOCUMENTS ProjectNo. 103000 Revised ]aly E, 20l l 01 7G 23 - 4 CLEAIVING Page 4 of A 5. Clean signs, liglzts, signals, etc. 3.11 CL05EOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 313 MAINTENANCE [NOT i1S�D] 314 ATTACHMENTS [NOT IISED� END OF S�CTION Revision Log DATE NAM� Si.]MMARY OF CHANGE CITY pF FORT WORTi-I Alliance Airpo�rt Taxiway P, Phase 2 STA]�ARD GONSTRUCTION SPECIFICATION DOCUMENTS ProjectNo. 103D00 Revised 3u1y 1, 2061 a� 7� t4 - i CL03L�OUT REQUTREMENTS Page L of4 �ECTION Ql 7719 CLOSEOLT`I' RE�UIREMCNTS PART1- G�NERAL 1.1 SIIMMARY A. Section Includes: 1. The procedure far closing aut a con�t�'act B, Deviations frotz� this Ci.ty ofFort Worih Staiidard �peci�eation 1. N�ne. C. Related Speeification Sectians inclucfe, 6ut are n.ot necessa�'ily limited to: 1. Divisian 0— Hidding Requirements, Contract Forms and Conditions of the Conttact 2. Division 1— General Requix'ements 1.2 PRICE AND PAYMENT PROCEDi1RES A. Measucement and Payment 1. Vtrarlc associated �ith tl�is Item is cQnsid�red su[�sidia.cy ta Yhe various Items bid. No separate paym�nt wil! be allowed for this Ttem. 1.3 REFERENCES [NOT iT�ED� I.4 ADNIINXSTRATIVE REQUIItEMENTS A. Guaxantees, Bonds and A�fidavits I. No a�aplication for �nal payment will be aceepted until all guarantees, bonds, cei�tificates, licenses and af�davits required for Wark or equipment as specified are satisfactorily filed with the City. B. Release of Li�fls or Claims 1. No application for f nal paynnent will be accepied until satisfactory evidence af t�elease af liens has been suhmStted Co tha City. 1.5 SUBMITTALS A. Submit all required documentatic�n ta City's Project Re�resentative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUSMYTTALS [NOT USED} PART 2 - PRODiICTS [NOT US�D� CITY OT FORT WORTH Afl'tance AuporL Taxiway P, Phasa 2 STANDARD CONSTRiICTION SPECIFICATION DOCUMENTS Projeet Nu. f0300fl Revised March 22, 2021 O] 77 i9-2 CLOSEOU'1' �QLCfREMENTS Page 2 of 4 PART 3 � EXECUTION 3.1 1NSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLO�EDUT PROC�Di]RE A. Priar to requesting Final Inspection, suhmit: 1. Project Record Documen#s in accordance with Section OI 78 39 2. Operation and Maintenance Data, if required, in accordance with Sectia�. O 1 78 23 B. Priorto requesting �'inal Inspection, perfozm final c{eaning in accordance with Seotion Oi 74 23. C. FinalInspection 1. A�er finai cleaning, provide notice to #he City Prajeet Re�resenCaiive that the Work is compl�ted. a. The City will m�e an initiaf Final Inspeetion wiYh the Contractor present. b.. C1pon campletion of this inspection, the City will notify the Coniractor, in writir�g wiihin 10 business days, of any pa��ieuiars in which this inspection reveals that the 1TVorlc is defective or incomplete. 2. Upan receiving written notice from the City, im�nadiately uudertake the Work r�qtirired to x•emedy deficienc.�es and complete the Work to the satisfactiot� af the City. 3. The Right-of-way shalj be cleared of all construction tnaterials, barricades, and tempot•a�y s ignage. 4. Upon completian of Work associated with the items listed in the City's written notice, inform the City that the j•equired Woz'k has been coinpleted. Upon receipt of this no#ice, the City, in the presence of the Cont�•actor, wili make a subsequent Final Inspectio.n of the project. 5. Ps�ovide all special accessories �'equired to place each item of equipment in full operation. These special accessoty items znclude, but are nat limited to: a. Speca�ed spare pai�ts h. Adequate oiI and grease as required fot� the first lubrication o�the equipment c. Initial fi11 up af all chemical ta�ilcs and fu�� tarilcs d. Light bulbs e. Fuses �: Vault keys g. Handwh�els h. Other expendable items as required for initial stae�t-up at�d apera�ion of all equipnient D. Notic� af Project Completian 1. Once the City Project Representative fnds the Worlc subsequent to F[nal Inspect[on to be satisfaeCory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documen#ation 1. Coordinat� �vith the City Project Representative to cotnplete ihe following additiona� farms: a. Final PaymenE Request b. Statement of Cont�•act Time CITY OF FORT WORTH Alliattce AirpaY Taxiway P, Pl�ase 2 STANDACtD CONSTRUCTIp1V SPECIFICATIOE�T DOCUMENTS ProjectNo, ]030Q0 Re�isad March 22, 2tl21 Ol 77 19 - 3 CL05EOUT REQUTREIVfENTS Page3nf4 c. Afiidavit of Payinent and Release of Liens d. Consent of Sure#y to Fina) 1'ayment e, Pipe Repo�`C (if reyuired) f. Contractor's Evalua�on of City g. Pet�foz'znance Evaluation of Contractor �. Letter of Final Acceptance 1. Upon re�ievv and acceptan.ce ofNotiee ofProj�ct Completion and Suppoi�ting Docurr►entation, in accordance w�th Geiieral Conditians, City will issue Letter of rinai Aceeptance and reiease the �'inal Payir�ent Request for payment. 3.5 REPAIR ! RESTORATION [NOT U�E�] 3.6 RE-INSTALLATXON [NOT USED] 3.7 FIELD [OR] SXTE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.1D CLEANING [NOT �[1SEDj 3.11 CL�SEOUT ACTIV�'TIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.1.3 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CTTY OF FORT WQRTH All9ance Airpoct Taaiway P, Pl�ase 2 STAN�ATtD CONSTRUCTION SPECIFiCAfION DOCUM�NTS ProjectNa. 1030Q0 Revised 14Eareh 22, 2021 01 77 {4-4 CLOSEOIIT R�QUIREIvIENTS Page 4 of 4 Fage Inten�ionally B1anEc CiTY OF FORT WORTIi Alliance Allport Taxiway P, Phase 2 STATVDARB CONSTRUC"FiON SPECIFICATION 170CUMENTS ProjeciNa. 103000 Cievised 3v11rch 22, 202.1 01 78 23 - 1 OPERATIQN AND MAlI�I'T'ENANCE DAT.�?.. Page 1 oC4 SECTION 01 78 23 OPERAT�ON AND MAINTENANCE DAT:� PART1- GENERAL 11 SUMMARY A. 5ection Includes: 1. Product data and related information apprapriate for City's maintenance and operation of products furnished ui�de�• Con�act 2. Such pi•oducts may include, but aj•e not limited to: a. Traffic C�niroIl�rs b. Irrigation Cant�•oiie�'s (to be operated by the City) c. Butterfly Va1�es B. Deviations fram this City ofFort Worth Standard Speciifcation 1. None. C. Related Specification 5ections .include, but are nat necessarily limited to: 1. Division 0— Bidding Requieements, C.ontract Forms and ConditEons of t1�e Contract 2. Division 1— General Requirements �..2 PRICE �TD PAYMENT PROCEDURE� A. Measiu�ement and Payment 1. Woi�k assoczated rvith this Itein is consides'ed subsidiaiy to the variaus Iterns hid. No s�;parate payinent will be allowed far this Ite�'n. � 1.3 REFERENCES [NOT USED] i.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Subrnit manuals in final form to the City within 30 calen�far days of product sfaipinent tq the project site. 1.S SIIBMITTALS A. Submittals shall be in accordance with 5ectzon 01 33 00 . All su6mittals shall be app��oved by the City priar to delivery. 1.6 INFORMATIONAL SiTBM�TTALS A. Subznittal Form 1. Ptepare data in form of an instructional martual %r use 6y C�ty �ersonnel. 2. Format a. Size: 8 lf2 inches x 11 inches b. 1'aper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, el�th or metal c. Text: Manufacturer's printed data, or neatly iypewritten d. Drawings 1) Provide reir�forced pun�hed binder tab, bind in with t�xt CiTY dF rORT WORTH Alliance Airpor[ Ta�ciway P, Pltase 2 STA1+iAARD CONSTRUCTIDN SPECIFIGATION I30CUMENTS ProjectNo. 10300D Revised December 20, 2012 O17823-2 OPERATION AND MATAITENANCEDATA Page 2 oP 4 2) Reduce larger drawings and fold ta size of text pagss. e. Pr�vide fly-leaf f.ot• each separate praduct, ar each piece of operating equipment. 1) Provide typed desct'iption of product, and majoa' component pai-�s of equipment. 2) Provide indexed tabs. £ Cover l) Identify each volume with typed or printed title "OPERATING AND M�IINTENANCE 1NSTRUCTIONS". 2) List: a) Title of Froject b) Identity of separate structut'e as app3icahle c) Identity af genecal subject maYter covered in the manual 3. Binders a. Gommercia] quality 3-ring binders with du�'able and cleanable plastic covers b. When multip�e binders are used, coi�relate the data into related consistant gcoup�ngs. 4. If a�vailable, provide an electranic form of the O&M Manual. B. Marival Cantent Neatly typewritten kable of cantents for each �olwne, arrang�d in systematic ordex' a. Contractor, name of respQnsible principal, address and telephone number b. A list of each product required to be included, indexed ta cantent of the volume c. List, with each product: 1) The name, addr�ss and teI�phone number of the subcontractor or installer 2) A list of each product reqttired to be [ncluded, indexed to con.ient of the �olu�ie 3) Identify area af responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other ideistifying syrnbols as set foi�th in Cantract Daeuments. 2. 1'roduct Data a. Include only those sheets which are pertinent to tt�e specific product. b. Aru�atate each sheet to: 1) Cleacly identify speciiic product or part installed 2) Cl�a�'ly identify data applicable ta installation 3) Delete z'eferences tci inapplicable information �. Drawings a. Supplement p�'oduct data wi�h drawings as necessa►y ta clearly ill.usri•ate: L) Relatians of component pat�ts of equipment and systems 2) ContrQ� and flow diagrams b. Coordinate drawin�s with information in Project Record Documents to assure correct illustration of compl�ted installaiion. c. Do flot use Froject Recard Drawings as maintenance drawings. 4. Wx•itten #ext, as required to supplement product data �or the pat-ticular installation: a. Organi�e in consistent iarnn.at under separate headings for different pi•flceduxes. b. Pravide logical sequence of instructions of eac�i procedure. 5. Copy of each wart'anty, bond and se�rvice contract issued a. Provide information sheet for CiTy persannel giving: 1) Propar procedur�s in event of failure 2) Instances which migiit ai�'ect validity of warranties or bnnds C. Manual for Mat�ria.Is and Finishes Submit 5 copies of coznplete manual ii� final form. Content, for architectural products, applied materials and finishes: CITY OP FORT WORTH Alliance Au•porlTaxiway P, Ptiase 2 STAlYDARD CONSTR[7CTION SYSCIPICATION DOCiINCENTS ProjectlVa. Lb3D00 Re�ised Deceanher 20, 2012 a� �rs 2� - � OPERATION AI1� MAIIVTE[�fANCE ]7ATA Page 3 of 4 a. Manufacturer's data, giving full infnrmation on products I) Catalog mimber, size, ca�nposition 2) Colo�' and texture designations 3) Infarmation requjred for reordering special manufactur�d praducts b. lnstructions for care and maintenance 1) Manufactu�'er's recommendation for types of cleaning agents v1d rnethods 2} Cautions against cleaning agents and methods which are detriinental to product 3} Recomrnended schedule for cleaning and maintenaz�ce 3. Content, fnr moist�.u�e protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicabie standa�-ds 2) Clleinical composition 3} Details of installation h. InstruGtiai�s for inspection, maantenance and t•epair D. Manual far Equip��ent and 5ystems 1. Submit 5 copies of co�nplete manual in finaI fo�'rr�. 2.. Content, for each. unit of equipment and syst�m, as appropriate: a. Description of unit and component parts 1} �'unction, normal operating characteristics and iinniting conditions 2) Parfnrmance cui•�es, engineering data and tests 3) Cornplete norr�enclature and commercial number of replaceable parts b. Operating procedures 1) Sta�� up, break-in, rautine and normaj operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3} Summet• and winter operaiir►� instructions 4} Special operating instructinns c. Maintenance procedures 1) Routine operations 2) Guide to "troub�e shaa�ing" 3) Disassembly, repair and reasseinbly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule I) List oflubricants required e. Manufacture��'s printed operating and maintenance instructiians f. Description o� sequence of opez'ation by control manufacYurer 1) PrediCted life of parts subj ect to wear 2) Items recommended to be stocked as spare pa��ts g. As installed eontraj diagrams by cot�trals manufacturer h. Each contractar's coordination drawings I) As instalIed color coded piping diagrams i. Charts of valve tag numbet�s, with location and function of each valve j. List af original maaufacturer's spare parts, manufacture�'s current px'ices, and �•ecommended quantities to be maintain�d in starage k. Other data as required under pei�tinent Secti�ns of Specifications 3. Content, For each eleetric an.d electronic system, as apprapriate: . a. Descripfion of system aa�d component parts S) Function, normal opej'ating characteristics, and limiting conditions 2) Parformance curves, engineering data and tests 3) Campiete nomenclature and commercial num6er of replaceable parts b. Circuit directories of panelboards 1) Electrical service CITY OF FORT WORTH Alliance Aitport Tay:iwtty F, Phase 2 STANDARII CONSTRUCTION SPECIFICATION �OCUNiENT5 Project l�o. 103000 Revised Decem�er 20, 2012 O1 7$ 23-a OPL+RATI01�[ AIVD MAINTENANCE DATA Page 4 of 4 2,� CDi1tY0IS 3� COiYlYi7L111ICat1037S c, As installed colar eoded wiring diagrams d. Operating pj�ocedures I} Routine and normai aperating inst�uctions 2) Sequences required 3) Special ope�'ating instructions e. Maintej�ance procedures 1) Routine aperations 2) Guide to "firouble shoating" 3) Disassembly, repair and reassembly 4) Afljustment and cheeking f. Manufacturez•'s printed operating and maintenance Enstructions g. List of original manufacturer's spare pa:rts, manuiactiu'er's current prices, and recommended quantities to 6� maintained in storage h. Other data as r�quired under pei�tinent Sections of Specif cations 4. 1'repare and include additianal data when the need for such data becomes apparent during inst�uction of City's persannel. 1.7 CLQSEUUT SUBMITTALS [NOT USED] I.8 MAINTENANCE 1VIATERIA.L SUBMITTALS [NOT iTSED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personzael with the following criteria: l. Trained and experienced in maintenance and operatian of desc�°ibed products 2. Skilled as technical writer to the exteilt required to co�nrnunicate essential data 3. Skilled as dcafts�nan competent to prepare i•equired dz'a�vings 1.10 DELIVERY, STQRAGE, AND HANDLING [NOT U�ED] I.11 FIELD [SxI'E] CONDITXONS �NOT iTSED] 1.12 WARRANTY [NOT USEDJ PART 2 - PRODUCTS [NOT USED] PART 3 -- EXECUTXON [NOT USED] END O�" SECTION GITY OF FOItT WORTH Alliance AiiportTaxiway F', Phase 2 STA�iDARD COi+ISTRUCTIQN SPEGl�'ICATIpN DOCLTMEDITS ProjectNo. i03040 Revised 17ecernber 20, 2Q k 2 O 1 78 39 - 1 PROdECT RECORD DOCilMENTS P.age l of 4 S�CTION Q178 39 PR0IECT RECORD DOCUMENTS PART1- G�NERAL 1.1 SUMMARY A. Sectian Includes: 1. Work associated with the documenfing the project and recarding changes to project documents, including: a. Record Drawings b. Water Meier Se�vice Repo��ts c. Sa�nitaty Sevver Se3rvice Reports d. Large Water Meter Repoits B. Deviations fram this City of �`art Wor�th Standa�d Specification l. Non�. C. Related Specification SecCions include, but are not necessarily limited to: 1. Divisian 0— Bidding Reyuirerrients, Contract Forms and Conditians of the Cont�'act 2. Division � — General Requiretnents 1.2 PRICE ANll PAYM�NT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is co�sidered subsidiary to Y:he various Items bid. No sepaz•ate payrr�ent will be allowed for this Item. 1.3 REFERENCES [NOT CFSED] 1.4 ADMYl�ISTRATNE REQUIREIVI�NTS [NOT US�DJ 1.5 SU$MITTALS A. Prior to subrnitting a requesi for Final Inspect�on, deliver Pra�ect Record Documents to City's Project Representative. 1.6 ACTIUN SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT U�ED] 1.7 CLOSEOUT SUSMXTTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SiJBMITTALS [NOT iTSED] 1.9 QCIALITY ASSURANCE A. Accuracy of Records 1. Tkoroughly coordinate changes within the Record Documeilts, making adequate and proper er�#�•ies on eaeh page of Specjfications and each sheet of Drawings and other pocuments vahere such entry is required to show the change propej'ly. 2. Accuracy of records shall be such that future search far items sllown in fihe Contract Dacuments rnay z'ely reasonahly on information ohtained fram the approved Project Recot-d Dacuments. C�TY OF PORT WORTH Allianee Airpart Taxiway P, Phase 2 STAIVDA1iD CONSTRUCTI�N SA�CJFICATIDN DOCUMENTS ProjectNo. 103000 Cievised luly 1, 20 i 1 O1 7839-2 PROJECT R�CORD DOCUME.I+ITS Page 2 af 4 3. To facilitate accuracy of records, malce entries within 24 hours after receipt of inforinatsan that Ch� change has occuiled. 4. Feovide factual inforination regarding aIl aspects nf the Work, both cnncealed and visible, to enahle future modiiication of the Work to proceed without Iengthy and expensive site measulement, investigation and examination. �.10 STORAGE AND iIANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected ii�am deter�oration and from lass and dainage until completion of the Work and t�•ansfe�• of al l t•ecorded data to the final Pt•oject Recard Dacuments. 2. In the event of loss of recorded data, use means pecessaty to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Doeuments. 1.11 FIELD [SXTEj GONDITIONS [NOT U5�D] 1.12 WARR.ANTY [NOT USED] PART 2 - PRODiTCTS 2.1 OWNER-�'itRNISHED [OR] QWNER-�UPPLIED PRODUCTS [NOT iTS�D] 2.2 RECORD DOCUMENTS A. .1ob set l. Promp#1y %llowing receipt of the Notice to Proceed, s�eure f�•oin the City, at no cI�arge to the Contractnr, 1 complete set of all Do�cuments comp��ising the Contract. B, Final Record Documents 1. At a time nearing the completion of the Work and prior to Fina� Inspection, provide the City 1 camplete set of all F�nal Recard Drawings in the Con�►•act. 2.3 ACCESSOR�ES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.] lNSTALLERS [NOT USED] 3.2 EXANiLNATXON [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of .Tob Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DDCUMENTS - JOB SET". CITY OF FORT �V DRT'H Allianc.e Airpoii Taaiway I', Pl�ase 2 STAN�ARD CpNSTRUCTIOAT SPECIFICAT{ON IJOCUMENTS ProjectlVo. l03040 Revised 7uly 1, 2011 Q[7839-3 PR07EC'i' RECOitD DOCUM�NTS Page 3 of 4 4. S. 2. Preservation a. Cpnsidering ihe Contract corr►pletian time, the probable numUe�� of occasions upon which 1:he ja'b set tnt�st be taken out for new er�tries and for examination, and the conditions under which these acti�i�ies wiil be perfo►'med, devise a suitab�e method for protectzng the job set. b, Do not use the �ob set for any purpose except entry af new data and for review by the C1ty, until staet of transfe�• of data to final Praject Ctecord Documents. c. MainYain the job set at khe site of work. 3. Coordination with Coi�siruction Su�vey a. At a minimum, in accardance with the intervals set forih in Section O1 71 23, clearly marlc any deviations fx�om C.ontract bocuments associated wiYh installation of the infi�astiructure. Makix�g ent�ies on Drawings a. R�co:rd any deviations froin Contract Documents. b. Use an erasable colored pencil (not inlc o�• indelible pencil), clearly describe the change by graphic line and note as rec�uired. c. Date all entri�s. d. CaII attention to the entry by a"cloud" drawn araund the area or areas afFected. e. In the event oioverlapping changes, use different colprs for the ov�rlapp�ng changes. Conversian of schematic layouts a, In some case� on the Drawings, arrangements af conduits, circuits, �aiping, ducts, and similar iterns, are shown schet�atically and are not intended ta portt'ay preeise physical layout. 1) Final physical arrangeinent is determined by the Conit-actar, subject to the City's approval. 2) However, design of futui•e modifications of the facility may require accurate information as ta the final physical layout of items which are shown ot�ly schematically on the D��awings. b. Shaw on the job sei of Record Drawings, by dimension accu�-ate to witiiin 1 inch, the centerline of each r�zn of items. 1) Final physical arrangement is determined by the Coni�•actor, subject to the City's approval. 2) Show, by symbol or note, the veriical locaiion of the Item ("under slab", "in ceiling plenu�n", "exposed", and the like). 3) Malce all identification sufficiently descriptive that it may be related reIiably ta the 5pecifications. c. The Gity may waive the renuirements for conve�sion of schematic layouts where, in the City's judgment, conversian serves no useful purpose. Howe�vez', do not rely upon waivers being issued except as specifical�y issued in writing by the City. B, Final Proj�cf Record Documents Transfer of data to Drawings a. Carefully trans%r change data shown on the j ob set of Record Drawings to the correspanding final docurnents, cooz'dinating the chan�es as required. b. Clearly indicate at each afFeeted deta�l a�d ofher Dt�awing a full description of changes made during cons�uction, and tlle actua� locatinn of items. c. Call attentian to each entiy by drawing a"cloud° around the area dr areas af�ected. d. Make changes neatly, consist�ntly and with the p��oper media to assure longevity and clear reproduction. CITY OF �'OftT VJORTH Alliance Airpo�rt Taxiway P, Phase 2 STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS Projec[ No. [a3Q00 Revised 3uly l, 2Dl ] O 1 78 39 - 4 PitOIECT l2ECORD DpC[JM�NTS Pap,e A af 4 2. Transfer of data ta othei• Documents a. If the Docuinents, other than D rawings, ha�e be�n Icept clean during progress of the Work, and if entries thet•eon have been orderly to the approval of the City, the job set of thase Documents, otheE� than 1]rawings, will be accepted as final Record Doeuments. b. If any such Document is nat so appraved hy th� City, secure a new copy of that Docum�nt from the City at the City's usual charge far reprodu�tior� and handlin�, amd ca�•efully transfer the ehata�e data to fhe new capy to the approval af the City. 3.5 R�PAIR 1 RESTORATION [NOT IIS�D] 3.b RE-INSTALLATI�N [NOT IISED] 3.'7 FIELD [ORJ S�TE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTI7P �NOT USED] 3.9 ADJiTSTING [NdT [TSED] 3.] 0 CLEANING [NOT USEDI 3.11 CLOSEOUT ACTTVTTIE5 [NOT USED] 312 PROTECTION �NOT USEDJ 3,13 MAINTENANC� �NOT IISED] 3.14 ATTACHM�NTS �NOT USED] END �F SECTION CiTY OF PORT WQRTH Alliance Airuort Taxiway P, Phase 2 STANDAItD CONSTRUCTIQN SPECIFICATION DOCUMENTS PrajectNo. 1030U0 Revised 3uly 1, 20 { 1 ' , '� ������ �� � of ���� �ni���� ��� � FAA General Provisxons SECTTO� 1� DEP1NiTION OF TERMS Page 1 of 3 SECTION l0 DEFINITION O� TERMS 1�Vhen the following tertns are used in these specifications, in tl�e contract, or in any docc�ments or other instrutnents pertaining ta construction whea'e these specifcations govern, tha intent and ineaning shall be defineci as foliaws: Paragraph Term Definition Number 10-41 AA�HTO The American Association of 5tate Highway a�id Transportation Officials. 10-02 Access Raad The right-of-way, the roadway and all imprpvements constructad thereon connecting the airport to a put�lic raadway. 10-03 Advertisement A public aainouncement, as requit'ed by local lavv, inviting bids far work to b� performed and materials to be furn ished. 10-04 Ais'port Airport m.eans an area of land or water wl�ich is used or intended ta be used for the landing and takeai�' af aircraft; an appurtenant area used �r intended to be used for �irport build'tngs or other azrport facilities o�' rights of way; airport buildings and facilities located in any of these areas, and a heliport. 10-OS Airport Imgrovement A grant-ii�-aid program, administered by the Federal Program (AIP) Aviatio.n AcUninistration {FAA.). 10-Ob Air O��rations Area The te�'m air operaiions area (AOA) shall mean any area of {AOA) the airpart used or intended to be used for the landing, takeoff, or surface rrianeuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or ir�tended to 6e used for the unohstructed movemant of a�rcraft in acidition to its associated runway, taxiway, or apron. 10�07 Apron Area where aircraft are pax'ked, unloaded or loaded, fueled andlor serviced. 10-0$ ASTM Internatioual Formeriy known as the American 5oci�ty for Testing and (ASTM) Materiais (ASTNn. 1U-49 Award The Owner's notice to the successful bidder of the accep�ance of the submitted bid. 10-10 Bidder Any ii�dividual, partnership, firm, or cor�oratioi�, actin� directly o.r thro�agh. a d.u1y authoriz�d representative, who submits a proposal for the work contett�.plated. CITY �F F'OAT �JORTH Alliance Airpnrt Taxiway P, Phase 2 FAA General Prnvisions GP-1 Project Numbsr 103000 SECTIdN 10 DEF1N3T10M bF T�RMS Page 2 of 3 P�ragraph Ternn Deiinition Number 10-11 Building Area An area on the airport to be used, considered, or intended ta be used for airport buiIdings or o#her airport facilities or rights-of-way togeti�er with. all airport buildings and faciiities located thereon. 14-12 Calendar Daq Every day shown on the calendar. i0-13 CerEificate af Analysis The COA is t�� inaii�.ifacturer's Certificate of Compliance (COA) (COC) including all applicable test results required by the speci�cations. 1Q-14 Certificate of The manufacturer's certifcation staiing that materiais or Compliance (C�OC) assemblies furnished iully comply with ihe requi.rements of the coz�tract. The cartificate shall be signed by tlie manufacY.urer's authorized representative. 1U-15 Chaage Order- A written order to the Cantractor covering changes in the plans, speeiiicatians, or praposal quantities and establishing the basis of payment and coi�tract time adjustment, ifi atly, for worlc within the scope of the contract and necessary to complete the project. 10-I6 Contract A written agreement between the Owner and the Contt'actox that establishes the obligations af the paitias ir�cluding biit nat Iimited to performance oi work, furnishing; of labor, equipment and lnaterials a��d tlie basis of payment. The awarded contract includes but may not be limited to: �ldvertisement, Contract forin, l'ropQs:al, Perfaz'mance bond, payinent bond, General provisions, certifcations and representations, Technical 5pecificaiions, Plans, Suppleznenial Pravisians, standards incorporated by reference and issued addenda. IO-17 Contract Item (Pay A specif�c unit of work for which a price is provided in the Ite�rn) contract. � 0-18 Contract Time The numbex of ca.lendar days or working days, stated in the proposal, allowed for completion af the contract, including authorized time extensions. If a calendar date of completion is stated in the praposal, in lieu of a nuznber of calendar or working days, the contract sha11 be completed by that date. 14�19 Contractor The individual, partnership, iirm, or coxporation p:rimarily liable far t�e acceptable performance of ti�e work contz'acted and for the payment of all legal debts pertaining to the worl� wha acts directly or thr�ugh lawful agents or employees to camplete th� cantract work. CITY OF PORT WORTF] Alliance Airpori Taxiway P, Yhase 2 FAA General Provisions GP-Z Yroject Number 103000 SECTION 10 DEPINITlON OP' TERMS Page 3 of 3 Paragraph Terrn Definifion Nu�nber lU-ZO Contra+ctors Quality The Contractor's QC facilities iz� accordartce with the Cont�ol {QC) Tac'sliiies Contractor Quality Controf Program (CQCP). 10-21 Contractor Qustlity Details the methods and procedures that wili ba taken to Control Program ass�.ire that all maferials and completed construction required (CQCP) by t�1e contract cor�orm to contract plans, technic�l specifications and othej• requirements; v�rhether manufactctred by the Contractor, or proeured from subcontractors or vendors. 1Q-22 Control Strip A demonstration by the Cont�-actor that the materials, equipment, and cnnsfruction procasses results in a praduct mee#ing the requirements of the speciiication. IQ-23 Constructio�t Safeiy and The overall plan for safely and phasing af a construction Phasing Plan (CSPP) project developed hy the airport operator, or developed by the airport operator's consultant and approved by t�e airport operator. lt is included in the is�vitation for bicis and b�ca�nes part of ilie project specifications. 1.0-24 Drainage System 7'he system of pipes, ditches, and st�•uctures by which surface or subsur�'ac� waters are collected and co.nducted from the airport area. 10-25 Engineer The individual, partnership, ftrm, or corporation duly authorized by the Owner to be responsibie for engineering, iiispecfion, andl�r observation of the cont�•a�t �ork and acting directly or through an authorized representati�e. 1�-26 Equiprnent AiI machinery, together with the necessary supplies for upkeep and ynaintenance; anci all tools and apparakus necessary for the proper canstruction and acceptable completion ofthe work. 14-27 Extra Work An item of work not pravided for in the awarded contraet as previously inodi�-�ed by change order or supplemental agreement, bui wk�ieh is found by the �wner's Engineer nr Resident Project Representative {RPR) to be necessary ta complete tlie work within the intend�d scope of the contract as previously modified. IQ-Z8 FAA The Federal Aviation Administration. When used to desigzxate a pe�son, FAA shail mea�t the Administrator or their duly aufhorized representative. CITY OP RDR1' WOATI�I Alliance Airport Taxirvay P, Phase 2 FAA General Provisions GP-3 Projecf Num6er 10300D sFcs�p�rta DEFINITION OF T�RMS Page 4 of 3 Paragraph Term Defini[aon Numb�r 10-29 Federal Spec'sfications The federal specifications and standatds, cominercial item des.criptians, and suppleznents, amendments, and indices prepared and issued by the General 5ervices Administratzon. 10-30 Foree Account a. Contraet Force Account - A inethod of payment that addresses extra work performed by the Contracta�' on atime and mater�al basis. b. Owner Force Account - Work perforined for the project by the Qwner's er�►ployees. 10-31 �ntention of Terms Wheneva�, in these specifications or on tk�e plans, the words "direct�d," "required," "permitted," "ordered," "designated," "presct'ibed," ar words of like �mpoit are used, it shall be understood that the direction, requirement, gertrzission, order, designation, nr prescription of the Engineer and/or Resident Project Representative {RPR) is intended; and similarly, the words "approved," "acceptab�e," "saiisfactoiy," or words of like import, shall rn�an approved by, or acceptable to, or satisfac�ory to the Engineer a��d/or RPR, sub�ecl in each case to the final determination of the OwnE�'. Any reference to a specific requireinent of a numbered paragraph of the contract specifications or a cited standard shall be interpreted ta include al1 general requirements o�the entire section, specificati�rn item, or cited staridard that may be pertinent to sttch specific reference. 10-32 Lighting A system of fixiures providing or controlling t�e light sources used on or near the air�ort or within the airport buildings. The �eld lighting includes aIl lumin.ous signals, markers, floodlights, and iilurr�inating devices used on or near the aiz'part or to aid in the operation of aircraft landing at, taking off from, or taxiir�g on the airport surface. 10-33 Major and Minor A major contract iteyn shall he any item. that is listed in tha Contract Items propasal, the total cost of which is equal to or greater than 2D°1a of the tatal amount of the award contt�act. All o�er ite.ms shall be considered minar contract items. 10-3�i Materials Any suhstance specified for use in the construcYion of the contract work. �Q-35 Modificatian of Any de�iatioii fi•om standard specifications applicab3e to �tandard9 {MOS) material and constr�ctian methads in accordance wiih FAA Order 5300.1. C1TY flF FORT WOI2TH Alliance Airpvrt Taxiway P, Phase 2 FAA General Provisions GP-4 ProjectNumber 103000 SECTION 10 DEFINITION aF TERMS Paga S af 3 Paragraph Term Deit�ait�on Nuznber 10-36 Natice ta Proceed (NTPj A written notice to the Contractar to Uegin tlae actual contract work on a previously agre�d ko date. If applica6le, the Notsce to Praceed sha1j state ihe date on which the contract time begins. 14-37 Owner The term `°Owner" shall ineai� the party of the first pat-t ar the contracting agency signatory to the cant�'ac1:. Where tl�e term "Oruner" zs capitalized in this document, it shail mea�► airport Sponsor anly. Tl�e Owner for this project is the Cily of Fo��t Worth. 1.0-3$ Passenger Facility Per 14 Cade of Federal Regulations (C�'R) Part 158 and 49 C�arge (PFC) United States Code (U5C) § 40117, a FFC is a charge imposed by a public agency n.n passengers enpIaned at a commercial service airport it contrals. 1Q-39 Pavemen# Strneture The co��nbined surface course, base course(s), and subbase course{s), if any, considered as a single unit. IO-40 Payment bond The approved form. of security furnished by the Cn.ntractor and their ow��► sutety as a guaranty that the Contractar will pay in full all bills and aceounts for materials and labor used in the constructian o�the work. 10-41 Perforrtx�nce bond The approved form of security furnished by the Contractor and their own sure#y as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 1p-42 Plans The off cial drawings or exact xeproductions which show tl�e lacation, eharacter, dimensions and details of the airport and the work to be done and whtch are to be cansidered as a part of the contract, supplementary to tlle specifications. Plans may also be referred to as'cantract drawings.° 10-43 Praject The agreeci scope of work far accomplishing specific airpo�C devefopmenf vrith respect ta a particular airport. 10-44 Proposal The written offer of the bidder (when submitted on the approved proposal form) to perform the contempIated worl� and furnish the necessary inaterials in accnrdance with ihe provisions of the plans and specifications. 10-A� Proposal guaraaty The security f�nished with a proposal fo guarantee that tkie bidder will anter nito a contract ii their own proposal is accepted by the Owner. CITY OF FpRI' WOKTH Alliance Airport Taxiway P, Phase 2 FAA Ceneral Pra�isions GP-5 Pro�ect�dum6er 1030DD SECTION 10 DEFIIVITION OF TERMS Page 6 af 3 Paragraph Term De�nition Number 10-46 Quality Assurance (QA) Owner's responsibility to assure �hat construction work completed complies with specificatioils for payment. 10-47 Quaiiiy Control (QC) Contractor's z'esponsibility to controf material(s) and construction processes ta complete construction in accordanee with praject speciiications. 10�48 Quality Assurance {QA) Az7 autliorized representative oi the Engineer andlar Inspector Resfdenk Project Representative (RPR) assigned to make all necessary inspections, observactions, tests, and/or observatit�n of tests of #he work performed ot being performed, or oit3�e materials furnished or baing iurnished by the Conhactar. 1b-49 Quality Assuranee (QA) The official qual.ity assurance testing laboratories of the Laboratory Owner o�' suc11 other laboratories as may be designated by the Engineer or RPR. May also be referred tn as �ngineer's, O�vner's, c�r QA Laboratory. 1�-SO Resident Project 'I'he individual, partnership, fir�n, or corporaiini'� duly Represeniative {RPR) authorized by the 4wner ifl be r�sponsible for all necessary inspections, obse�•vations, tests, andlor observations of tests ofthe cont�'act work performed or being performed, or of the materials furnished or being fut-nished by th.e Contractor, and acting duectly or throug;h an authorized rapz'esentative. 10-51 Runway The aa•ea on the airport prepared far the landing and takeoff of aircraft. 10-52 Runway Safety Area A deiined surface surrounding tha runway prepared or (RSA} suitable for reducing the risk of damage to aircrai. See the constructian safety and phasing plan (CSP�') far limits of the RSA. 10-53 Safety Plan Compliance Deiails how the Contractor will comply with the CSPP. Doeument {SPCD} 10��4 Specif"�cations A part of the contraet containing ti�e written directions and requirements for completing t.�►e confiract work. Standards for specifying rnaterials or testing which are cited in the eontz'act specifications by reference shall %ave the sarne force and effect as if included in the contract physically. 10-�5 Sponsor A Sponsor is def ned in �9 USC § 4'7102(29-) as a public agency tllat submits ta the FAA for an AIP grant; ar a grivate Owner of a public-use airgort that s�xbYnits to th� �`AA an application for an AIP grant for the airport. CITY OP PORT VJORTH Alliance Aitport Taxiway P, Pl�ase 2 FAA General Provisio�s GP-6 Projeck Num6sr I03000 sEc�riar� to ❑EFiHITTION OF TERiv15 Page 7 af 3 Paragraph Terrn De�nitian Nunaber 1�-56 Structures Airport facilities such as hridges; culve�-ts; catcl� basins, inle�.s, reYaining walls, cribbing; storm and sanitaiy sewer Iines; water lines; underdrains; electrical ducts, inai�llales, handholes, lighting fixt�res aa�d hases; transformers; navigational aids; buildings; vaults; and, other mantnade features of the aiiport that may be enco�antered. in the work and not othervaise classified harein. 10-57 Subgrade The soil that for�ns the pa�ernent foundation. I0-58 �uperintendent The Contractor's executive represeniative who is present on the wark during progress, authorized ta receive and f�lfill instructions irom tine RPR, and who shall supez'vise and ciirect the construction. 10-59 Supplemeutal A written agree��eut betweera the Contraetor and the Owner Agresmeut that establishes the basis of payment and contract time adjustment, if any, for the r�vork affected by the supplemental agreement. A supplemental agreament is required if: (1) in scope work would increasa oj' decrease �k�e total amount of the av�arded contract by more than 25%: (2) in scope work would increase or decrease the total af any major contract item by more than 2S%; (3) work that is not within the scope of ihe originally awarded contract; ar (4) adding or deleting of a traajor contract item. 10-6Q Surety The corporation, partnership, or individual, other than the Contractor, executing payrz�ent or performarice bonds that are furnished to the Owner by the Contractar. 10-61 Ta�ilane A taxiway designed for low speed movement of aircraft b�tween aircraft parking areas and Yerminai az•eas. 10-62 Taaiway The portion of Yhe air operations area of an airpo��t that has been designated by competent ai.rport authority for movement of aircraft to .and from the airport's runways, aircraft parking areas, and tertr►inal areas. 10-G3 Ta�iwaylTaxilane Saf�ty A defined surface alongside the taxiway prepared or suitable Area (TSA) for reducing the risk of damage to an aircraft. See the construction safety and phasing plan {CSPF} for iimits of the T'SA. 10-64 Work The furnishing of all labor, rrzaterials, tools, equipm.ent, and incidentals necessary or con�enient tn the Cont�actor's perfortnance af al1 duties and obligations imposed by t}�e contract, plans, and specificaiians. CITY O� FORT WORTH Alliance Airporl Taxiway P, Phase 2 PAA General Provisions GP-7 Projeet Numher 103000 s�cTtor�ta DEFINTTIDN OF TERMS Page 8 af 3 �aragraph Term De�nifion Number 10-G5 Working day A worlcTng day shall be any day other than a legal ha�iday, Saturday, or Sunday on which the normal working farces af the Ca�ntractar may proceed wiih r�gular work for at least six (6) hours toward campletion of the contract. When work is suspended for causes beyond the Contractor's cont�•ol, it will not be counted as a working day. �aturdays, Su�idays and holidays on which the Contractor's forces engage in r��tlar work wili be considered as working days. END OF SECTION 10 CiTY QF FORT WORTfi Alliance Airport Taasiway P, Phase 2 FAA Ganeral ProvisioRs GP-S Projeet Number 103006 s�cTzar�za PROPOSAL REQUIREM�NTS AND CONQ['fIONS Page 1 oF 3 SECTION �4 PROPOSAL REQUIREMENTS AND CONDITIONS 20-Q1 Advcrt�sement {Notice to Bidders). See 0� 11 13 Invitation to Biddez's. 20-42 Qualiircation of bidders. �ach bidder shall submit evidence of campetency and e�idence of financial responsibility to perfarm the work Yo the Owner at tha time af Uid qpe��ing. Evidence of cnmpetency, u�less otherwise specii'ied, shall consist of stateznents covering the bidder's pas1: experience on sirnilar wor�C, and a list of equip�nenx aiid a list of key parsonnel l.hat would be avaiiable for the work. Each bidder shall furnish the Ovuner satisfactory evidence of their iinancial responsibility. Evidence of financiaf responsi6ility, t�nless otherwise specified, shall consist of a conf�dential statement or repn�� oftlle bi.dder's fmaneial resources and liabilities as of tlie last calendar year ar the bidder's last fiscal year. Such statements ar reports shall be certified by a public accountant. At the tiine of submitting such fir�ancial statements or reports, the bidder shai� further cer�ify vvhether theij• fii�ancial respansiUility is approximately the sasne as stated or reported by the publi� accou�atant. Ifthe bidder's financial respo.nsibility has cha.nged, the bidder s%all quafify the public aecountant's statement or repart to reflect the hidder's true iinaneial condi.tion at the time such qualiiied statement or report zs submiited to the Owne�•. Unless otherwise specified, a hidder may subin it e�vidence that flley are prequalified with t�e State Highway Division and axc on the current "bidder's list" of the state in which the �rap�sed work is Located. Evidence of State Highway Division preq��alificatian may b� submitteci as evidence of �nancial responsibility in lieu oFthe certiiied sfatements or reports specifed above. 2U-03 Contents of proposal forms. The 4wner's praposa� forms state Yl�e location and description of the proposed constructian; th� place, date, and time of opening of the proposals; and ti�e estitnated quan.tities of �he various ite�ns. of work to be perforined and nnaterials to be furnished for whiclz unit bid pr�ces are asked. The praposa� form states th� tii�ae in which the work must be completed, and the amount af the proposal guaranty that must accompany the proposal. The Owner w[ll accept ont�r thase Proposals properly executed oz� pl�ysical forms or electronic forms providerl by the Owner. Bidder actinns that may cause the Owner to deem a praposal irregular are given in paragraph 2�-09 Irregular proposals. Mobilization is limited to 5 percent of the tatal project cost. A prebid conference is required on this project tn discuss as a minimum, the followiiig iterz�s: material requirements; submittals; Quality ControllQuality Assuras�ce requiremeiat�; the construction safety and phasing plan including airpnrt access and staging areas; and unic�u� airfield paving construction requirements. 20-04 Xssuance of proposal forms. The Owner reserves ihe rig�at to refuse to issue a prapnsal fot�n tfl a prospective bidder if the bidder is in default for any of #he following reasons: a. Failure to comply wiCh any prequalification regulations of the Owner, if such regulatians �re cited, or o.therwise included, in the proposai as a requirement for bidding. b. Failure to pay, or satisfactorily settle, a{I brlls due for iabor and materials on former contracts in force with the Owner at the tizne the Owner issues the proposal to a prospective bidder. e. Documanted recard af Contractor default under previous contracts with the �wner. d. Docunnented record of unsatisfactory uvork on previous eontraCts with the Owner. 2D-OS Interpretation of estimated propas.al quantkties. An estimaie of quantities of vwork to be dane and inaterials to be furnished under these speei�cations is given in tha proposal. Tt is the result of careful calculations and is believed to be co��rect. It is giveil oniy as a basis far comparison of proposals and the CITY OF FORT WOIYTI3 Alliance Airport Taxiway P, Phase 2 FAA General Provisivns GP-1 PtojecllVmnber 143000 sECTia�iza PROP05AL REQUiKEMEi�TTS ANI7 CONDITIONS Page 2 of 3 awa�•d of ihe cant�act. The Owraer does not expressly, or by implication, agree tl�at t1�e achial quantities �nvolved will con•espoz�d e�actly therewith; no�• sl�all the biddar plead misunderstanding or deception because af such esiimat�s of quantities, or of the character, location, or other conditions pertaining to the wark. Pay�ent to the Contractor wiii be made only for the actual quantities of work performed or n�aterials furnished in accordance wit11 the plans and specificatioils. It is understood that the quantities may be increased or decreased as provided in the Sectian A-0, paragraph 40-02, Alterat�on of Work and Quantities, without in any way invalidating the unit bid prices. 20-Ob E�carnination oiplans, speciiications, and site. The bidder is expecied ta carefully examine the site of the proposed work, the progosal, plans, specificatioz�s, ar�d contracti forms. Bidders shail satisfy themseives to ti�e character, quality, and quaaltities of work to be performed, inate�•ials to be furnished, and ta the requirements of the proposed coiltract. The submission of a proposal shall be prima k�acie evideilce that the bidder has made such examination ar►d is satis�ied to the condi�ions to be encountered in performing the work and the requirements af the proposed contract, plans, and specificatlons. Boring logs and other records of subsurface inv'esfiigations and tests are available for inspection of hidders. lt is understood and agreed that such subsurfaee information, whether included in the plans, specifications, or otherwise made a�ailable ta ti2e bidder, was obtained and is intended for ttne Owner's design and estimating purpases only. Sueh information has been made available for the convenience of all bidders. It is further understood and agt'ead thai each bidder is sole�y responsible for a11 assumptions, deductions, ar conclusians which the bidder may make or obtain fi•om their awn examination of the boring logs and oiher records af suhsurface investigations and tests that are furnish�d by the Owner. 20-07 Pre�aration af proposal. The bidder shall submii their proposal on tl�e forms fur�iished by the Owner. All blank spaces in the proposal �forms, unless explicitly stated otherwise, musi be correctly filled in where indicated for each and every item for wh�ah a qLiantity is given. The bidder sha11 state the price (written in ink ar typed) 6ot11 in words and numerals which they propase for eac� pay item furnished in the propasal, In case of conflict between words and num�rals, the words, unless abviousiy incorrect, shall govetn. The bidder shall correctly sign the praposai in in1c. If[ the prop.osai is rnade by an individual, their name atad post nfFice address must be show�a. If made by a partnership, ihe name and post of�ce address of each member of the �aartnership must be shown. If made by a corporation, the person signing the proposai. shall give tlie name of the state �,ah�re the carparation was chartered and the name, titles, and business address of the presiderat, secretaty, and the treasurer. Anyone signing a praposal as an agent shall file evidence pf their a�;ithority to do so and that the signature is hinding upon the iirm or corpa�•ation. ZO-OS Respansive and �respon�ible bidder. A responsive bid conforms to aIl significani ter�ns and conditions contained in the Ovwner's invitaYion for bid. Ii is the Owner's respansibility to decide if the exceptions taken by a bidder to the solicitation are matej�ial or nat and the e�ent of deviation it is willing to accept. A responsible bidder has ti�e abi3ity Co perform successfully under the �erms and conditions of a pro�aosed procuremant, as defined in 2 CFR § 200.318(�). Tlus includes such matters as Contractoz' integriiy, campliance with public policy, record of past perfarmance, and financial �nd tecilnical cesources. 20-09 Xrregular proposals. Proposals shall be considexed irregular far the following reasons: a. If the proposal is on a form other than that furttished by the Own.er, or if the Owner's form is altered, or if any part of the proposal foj�m is detached. b. If there ara unauihorized additions, conditional or alternaie pay itenis, or itregularities of any kind that make t�e proposal incomplete, indefinite, or otherwise amb.iguaus. e. If the propnsal does not cantain a unii: price for each pay iiem listed in the pi-oposal, except in the case of authorized alternate gay itex�s, for which the bidder is not requ�red to furnish a unit price. CITY OF FOKT WOltTH Alliance Airpvrt Taxiway P, Phase 2 FAA General Provisions Gp-2 ProjeetNumber ]03000 SECTION 2D PROPOSAL REQUIRENfENTS AND CONI]ITIO�T5 Page 3 of 3 d. If the proposal coniains unit prEces that are obvioLisly unbalanced. e. If the proposal is nat accompanied by the proposa] guaranty specified by the �wner. f. If the applicable Disadva.ntaged Business Entcrprise inforr�atian is incomplete. The Owne�' reserves the right to reject any irregular proposa] and the right ta waive iechnicaiities if such waiver is in the best interest of the Qwner and conforms to local laws and ordinances pertai��ing to the letting of construction contracts. 20-10 Bid gnarantee. Each separate proposai shall be accompanied by abid bond, certified check, or other specified accepfable collateral,. in the atzxaunt speciiied in the proposal form. 5uch band,. checic, or collateral, shall be made payab[e to the Owner. 20�I1 Delivery of proposal. Each proposal subm.itted shall be placed in a sealed envelope plainly tnarked with iha project numbe3•, location of airport, and name aiZd business address of the bidder on the outside. When seiit hy mail, preferably registered, the sealed proposal, marked as indicaied above, should be enclosed in an additianal envelape. No propnsal wi11 be considered unless received atthe place specified in the advertisement or as modi�ed by Addendurn before the time speciiied for openiil� all bids. Proposais received after the bid opening iime shall be returned to the hidder unopened. 20-12 Withdravval or revision of proposals, A bidder inay withdrat�v or revise (by withdrawal of one proposal atid subi�►ission of azlother} a propnsal provided that the bidder's request for withdrawal is received by the Owner in writing before the time specified �'or opening bids. Revised proposals must be received at the place specified in the ad�ertiseinent hefore the time specified for opening all bids. 2Q-13 Public opening o� �aroposals. �'ropasals shall be opened, and read, publicly at ihe tizne and place specified i�a the advertis�ment. Bidders, tl�eir authorized agents, and other interested per.sons are in�ited to attend. Praposals thaf have been withctrawn (by wriiten or telegraphic request) or recei�ed after the time speciiied for opening bids shall be z'eturned to the bidder unopened. 2D-14 Disqualiiicatian af bidders. A bidder sh�all be consider'ed disqualiized for a.ny of the following reasons: a. Submitting znore t�tan one proposal from the sam.e partnership, iu'm, ar corporatioil under the same or different name. b. �vidence of collusion amnng bidders. Bidders participating in sucla collusion st�all be disquali�eci as bidders for any futuxe work af the Owner unti� any such participati�lg bidder has been reinstated by the Owner as a qualified bidder. c. If the bi.dder is cansidered to be in "default" for any reason specified in paragraph 20-04, Issuance af Proposczl Forms, nf this sectioia. 20-15 Diserepancies and Omissians. A Bidder who discovers discrepancies or orz�issions wi� tlae project bid documents shall immediately notify the Owner's Engineer of fihe rz�atter. A bidder that has dnubt as to ihe true meanialg of a project requirement inay submit to the Owner's Engineer a written request for ii�terpretation na later than seven (7) days prior to bid opening. Any interpretation of the project bid documents by the Owner's �ngineer will be by written addendum issued by the Owner. The Owner will not consider any inst�uctions, clariiications or interpretaYions of the bidding documents in any manner otk�er than written addendum. END OF SECTION 20 CTI'Y 4F FOKT WORTH Alliauce Airport Taxiwsy P, Phase 2 FAA Generaf Provisinus GP-3 ProjectNiEm6er 103004 S�CTION 2fl PROPOSAL R�QU�REIvIENTS AND CONDITIpNS Fage 4 of 3 Page Intentionally Blanlc CITY bF FQRT WOR'fH A1liance Airport Taxiway P, Fhase 2 FAA Genera] Provisio.�is GP-4 Project �lum6er 103000 SECTiON 40 SCOPE OF WORK Page ! of 3 SECTION 30 AWARD AND EXECUTION OF CONTRACT 3D-01 Consideration of proposals. After the proposals are publicly opened and read, they will b.e cornpaced or� the basis of the summation af the products obtained by multiplying th� estimated quantities shown in the prflposal by the unit bid prices. If a bidder's proposal contains a discrepancy between urlit bid prices written in woz'ds and unit bid prices written iz7 z�umbers, the tinit bid price written in words shall govern. Unt�l the awarcf of a contract is made, ihe 4wne�� reseives the right to reject a bidder's proposal far any of the followin.g reasons: a. If the praposal is irreg;ular as specifi�d in Section 20, paragrap� 20-09, Irr�gular .�rapasals. b. If the bidder is disqualif"ted for any af tha reasons specified Section 20, paragrapi'� 20-1A-, Disqualificataon of Bid�le�s. In addition, uniil the award of a contract is made, the Owner reserves t11e right ta re�ect any or all proposals, waive tecl�u-iicalitie�, if'such wa.iver is in the best iraterest of the Ownar and is in cnnformance with applicable state and Iocal laws ar regulations pertaining to the letting of constt-�iction contrac#s; advertise for new proposals; or proceed w'rth the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of eontraet. The award of a contract, if it is to be awarded, shall be made within 120 eaIendar days of the date speci�ed for publicly opeuing proposals, unIess otherwise specified herein. If the Owner elects to proceed with an awa��d of cantra�t, �he Owner will make aw�'d to the responsible biddez' vvhose bid, canfortr►ing with all t11e materi.ai ferms and conditions ofihe bid doeuinents, is the lowest in price. 30-43 Cancellatinn of award. The Owner rese�ves the rigiat to caneel the award without liahility to the bidder, except return of proposal guaranty, at any tima before a contract has been fully executed by all parties and is appro�ed by the Owner in accordance with paragraph 30-07 Appr�oval of Contract. 30-04 Return of proposal guaranty. All proposal guaz'anties, except those af the two Iow�est bidders, will be returned �mmediately after the Owner has made a comparison of bids as speciiied in the paragraph 30- 41, Considerat�a� of Proposals. Proposal guaranties of the two lowest bidders will be retained by the Owner uz�til such time as an award is made, at which time, the unsuccessfu� bidder's proposal guaranty will be return�d. The successful bidder's prpposal guaraa�ty wi11 be returned as soon as the Owner receives the contr�ct bonds as specifed in paragraph 30-OS, IZaquire�raerats of Contract Bonds. 30-OS R�qairements of eontract bonds. At the Yirne of the execution of the Contracf, the successful bidder shall furnish the Owner a surety band or bonds that ha�e been fully executed by the h�dder and the surety guaranteeing #he performance of the work and the payment of alllegal debts that inay be incurred by reason of the Contractor's performance of the work. Tha surety and the form of the bond or bontis shaI1 be acceptable to the Owner. Unless atherwise specified in this subsection, the surety bond or bonds sha.11 be iz� a sum equal to ti�e full a�nount of the contract. 3Q-OG Execution of contract. The successful bidder shall sign (�:xecute) tk�e necessary a�reements for entering into the eontract and return the signed contract tn the Owner, alo�g with the fully executed surety band or bonds speeified in paragraph 30-05, Requirements of Cont�act Bonds, of t3-►is sectlon, witk�in 15 calendar days from the date mailed or otherwise delivered ka the successful bidder. 30-0'� Approval of contract. Upot� receipt of the cantract and contract bond or bonds th�t have been exe�uted by the sttccessful bidder, t3�e Owner shall complete the execution of the eontract in accordance with local laws or ot•dinances, and re�E�rn the fully exec�rted contract to the Contractor. Delivery of the fully executed contract to the Contractor shaii constitute the Owner's appraval to be bound by ihe successful bidder's proposal and the terms of the contract, CITY OF FDRT WOiZTI-i Alli�nce Airpnrt Taxiway P, Yhase 2 FAA General Provisions GP-1 Praject Num6er 10300.Q SECTiON 40 SCOPE OP WO1ZK Paga 2 of3 30-OS Failure to execute contract. Failuxe oftl�e successful bidder to execute the contract and furnish a�� acceptal�le surety bond ot� bonds within the period specifed in paragraph 30-06, Execution of Confra�t, of this section shall be just cause for cancellation of the award a17d for#'eiture of the prnpasal guaranty, not as a penaIty, but as liquidated damages to the Owner. END OF SECTION 30 CIT'Y OF FORT WORTH Alliance Airporl Taxiway P, Phase 2 �AA General Provisions GP-2 Project Number 103000 SECTlON �0 SCOPE OP WOItI� Page I o63 SECTION 4D SCOPE O�' WORK 40-01 I�ntent of contract. The intent ofthe contract is to pravide for cQtistrucYion and completion, in �very detail, of tkze work described. It is further intended that the Contract�r shall furnish all Iabor, materials, equipmetst, tools, transpot�tatioil, and supplies required ta cocnplete the work i�� aecordance with the plans, specifications, andterms afthe cantract. 40-q2 Alteratian oiwork And quantities_ The Ou+ner reserve5 t�e rigl�t Yo inake such ehanges in quantities and work as may be n�cessaty or desirable to complete, ii� a satisfactory manner, the original intended work. Unless atherwise speciiied in the Conit�acY, the Owner's Engineer or RPR shall be a,�id is herehy authorized to ma[�e, in wriiing, such in-scope alterations iil tl�e work and variatian af quailtities as may be necessary to camplete the work, provided such action does not represe�at a sigz�ificant cllange i�a the character of the wark. For purpose nf this section, a significant changa in character of work means: az�y change that is autside the current contract scope of work; any change (in�rease or decxease) in the total contract cost by more than 2S%; or any chang� in the to�al cost of a majar cantract item by mare than 25%. Work alterations and quantity variances that da ttot meet the definition of significant change in character of wark shall not invalidate the contract nar release the surety. Contractor agrees to accept payment for such vvork alterations and quantity varian�es in accordance with Sectson 90, paragraph 90-03, CompensationforAltered Quantities. 5hould the value af alte��ed work or qua�atii}r variance meet the criteria for significant change in character of �ork, such altered work and quantity varianc� shall be covered by a supple:mental agreeinent, Supplemental agreements s�all also require consent of the Contrac�or's s�u�ety and separate performance and payment bonds. If the Owner ai�d the Contractar are unable to agree on a unit ad}ustment for any contraet item that requires a supplemental agreement, the Owner resarves the right to terminate the cniltract with respec# to the item and make other arrangements for its completion. 40-03 Ornitted itecns. The Owner, the Owner's Eng�neer or the RPR may provide writtei-► notice to the Contractor to omit fram the work any contract item that does notmeet the definitian afmajor contract item. Majar contract items may be o:mifted by a supplemental agreement. Such omission of cantract items shall not invalidate any other contract provision or requirement. 8hould a contract item be otnitted or otherwise ordered to be non-perforrnad, the Cont�•actar shall be paid far all work performed taward co�np�etion of such item prior to the date of the order to omit such item. Payment for work performed shall be in acca rdanee with Sectipn 90, parag��apl� 90-d4, Paymentfor Omitted Items. 4U-D4 Extra work. Should acceptable connpietion of the contract require tk�e Contractor io perform an item of work not provided for in the a�varded contract as previously modified by change order or supplemental agreement, Owner may issue a Change Order to cover tl�e necessary extra work. Change arders for extxa work shall contain agreed unit prices for performing the cliange order wQrk in accordance witl� the requirements specified in the order, and shall contain any adjustment to the cont�•act time that, in the RPR's opinior�, is neeassary fo�• completion nf the extra wvot�. When determined by the RPR to be in the Owner's best intar�st, the RPR may order the Contrac�or to proce�d with extra work as provided in Section 40, paragraph 90-OS, Pay�nexat fo� Extra Work. E7ctra work that �s necessaty for acceptabl.e completion oithe project, but is not within the gezaeral scope aithe work covered by the original confia•act sltall be covered by a supplemental agreament as defined in Section 10, paragraph 10-59, Suppiementad Agr�eement. C.TTY OF FORT 4VORTH Alliance AirpnrC Taxiway P, Pliase 2 FAA General Provisions GP-1 Project Afwnber 1p3000 S�CTION 40 5C01'E OF WORiC Page 2 of 3 [f extra work is essential to inaintaining tl7e project criti.cal path, RPR may ordar the Contractor to commence the extra work under a Time and Material cai�tract me�hod. Once suff'ici�:nt detail is auaila6le to establish the ]evel of effort necessary for the extra work, the Ovansr shall initiate a change order or supplemental agreeinent to co�ar the extra work. Any clairn far payment of extra work that is iiot cavered by writteil agreement (change order or suppleincntal agi•ee�nei�t) slaail be t•ejected by the Owuer. �40-OS Maintenance of traffic. �t is tl�e explicit intentian of the contz'act that t11e safety of a.ircraft, as well as the Coi�tractor's equipment and personnel, is the zxiost important conaideration. The Contractor shall mainiain iraff'ic in �h� znanner detailed in the Construction Safety a<nd Phasing Plan (CSPP). a. It is understood and agreed that the Contra�tar shall provide for the free and unobsfructed moveme�t of aircraft in the air operations areas (AOAs) o�tl�e airport �vith res�aect ta their awn operations and the [�perations of all subcontr�ctors as specifed i n Se�tion S0, paragraph 8Q-44, Limitation of Operations. It is iurther understood and agreed t%at the Contractor sha11 provide for the uninter�'upted ope:ratian of visual and electronic signals {including power supplies thereto) used in the gLiidance of aircraft while operatii�.g to, from, and upon the airpoi�t as specified in Seetion 70, para�raph 70-15, Contractor's Responsibility for Utility Service and Facilities of Ofhers. h. Wi#h raspect to the.ir own operations and the operations of all subcor�tractars, ti7e Contractor shall provide marking, lightin�, and o#her acceptahle means of identifying personnel, equipinent, �ehicles, storage areas, and any work area or candition that may be hazardous to the operation of airct•aft, fire-�`escue equipine��t, or maintenance vehicles at the airpoit in accordance wit11 the co�►st�uction safety and pllasing p1at1(C�PP) and �l�e saf�ky pjar► compliance document (SPCD). c. W11en the contract requires the inaintenarice of an e�sting road, sireet, ar highway during the Contraetor's performar�ce of wor�C tl�at is otherwise provided for in the contract, plans, aiid specifications, the Contractor shall keep the road, street, or highway open to all traffic and shall p►'ovide maintena�lce as may be required to accomruodate txaffic. The Contractor, at theit �x�aense, shall be responsible for the repair io equal or better than preconstruction conditions of any damage caused by fihe Contractor's equipment and personnel. The Contractor shall furnish, erecY, and maintain barricades, warniilg signs, £fag person,. a�d other traffic control deviees in r�asonable con%rmity with the Manuai on L7nifor�n Traffic Cantrol Devices (MLTTCD) (htt�l/mutcd.fhwa.dot.gov/), unless otherwise specified. The Cantractor shall also construct and znaintain in a safe conditioz�. any temporary cornlections necessary for ingress #o ai�d egt'ess from abutting property or intersecting roads, streets ar highways. 40-06 Removal of existing structures. All existing siructures encounteted within the established lines, grades, or �'ading sections sha11 be removed 6y the Contractor, u.nless such existing stxuctures are otherwise speeified to be relocated, adjusted up ar down, sal�aged, abandoned in place, re�lsed in the work or to remain in place. The cost of remo�ing such existing steuciures s�all not be rneasured or paid for directly, but shall he included in the various contract iterns. 5hould the Contractor encounter an exisfing structure (above or helaw ground) in the work for whieh the disposition is not indiGated on the plaals, the Reside nt Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of exssting structures so encountered shall be immediately determined by the RPR in accordance with the pro�isions of the contract. Except as provided in Section 40, paragraph 40-D7, Rights in and Use of Materials Fo�crrd in the Worlc, it is intended that all e�isting materials or stru�tures that may be encountered (w�thin the lines, grades, or grading sections established for cnnnpletian of the work) shall be used in the work as oii�erwise pxovided fbr in the contract and shall remain the property of the Owner when so used in the wor�C. qQ-07 Rights in and use of materia�s found in the work. Should the Contractor encounter any materiai such as (but not restricteci ta} sand, stone, gravel, slag, or concrete slabs within the established lines, grades, CITY OP' FORT WORThI Alliance Airport Taxiruay P, Phase 2 FAA General Provisians GP-2 Prajeci Number 103�O.Q SECTION 4D SCOT'E OF WORIL Page 3 of 3 or grading sectians., the usa of whicli is intended by tl�e terms of the contraci to be embankineilt, the Coi�tractor may at their own option either: a. Use such material in anothe�- contract item, providing such use is approved by the Rl'R and is in conforma��ce with the co��t�'aet specifications applicable to such use; or, b. Reinave sucli inaterial from the site, upon written approval of the RPR; or c. Use such material for the Contractor's own temporary co��struction on site; oz', d. Use such inaterial as intended by ti�e terjns of the eontract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the RPR's approval zn advance of such use. Shouid ihe RI'R apprnve the Contraetor's request to exercise option a., b., or c., the Contractor shall be paid for the exca�ation or removal of such material ai the applicable contract price. The Contractar sllall repiace, at their expense, such removed or excavated material with an agre.ed equal �olume of material that is accepta6le for use in constructing embailkment, hackfills, o�' otherwise to ti�e extent that such replacement materiai is needed ta complete tne contract work. The Cnntraetor shall not be charged for use of suclz material used in tha work or removed from the site. Should the RPR approve the Contractor's exercise of option a., t1Ze Contractor shall b� paid, at.the applicable contract price, for furnishing .and installing such material in accordance with requirements of the contract it�n� in which the material is Used. It is und�rstood and agreed that the Contractor shall make no clann for delays by reason af their own exercise of option a., b., or c. The Contractior sliall not excavate, remnve, or oiherwise dis#urb any �naterial, structu�'e, or part of a structure which is located outside the lines, grades, or grading sections astabIished foz' the worEc, except where such excavation or remo�al is provided for in the contract, pians, or specifications. 40-OS Final cleanup. Upon completaon of the woz'k and before acceptanee and final payment will be made, the Con�ractor shall rernave from the site all m.achinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions oftrees. The Contractor shall cut all brush and woods within the ]imits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposite.d on adj�cent propet�ty will not be considered as havi:�ag been disposed of satisfactorily, unless the Contractor has obtain�d the written permission of the property Owner. END OF SECTION 40 CITY OF FORT WOATH tllliance AirporE Taxiway P, Phase 2 FAA General 1'rovisinns GP-3 Project Nianber 1 Q3000 S�CTId1V 50 CONTROL OF WORK. 1'age 1 af 3 Page Intentionally Biailk CITY OF FOSti' WORTi-1 Alliance Airport Taxiway P, Phase 2 FAA .�ienera] Provisions GP-1 ProjeCtldtnnber 1�30D0 SECTION 5U CONTROL OF WORK Page 2 of 3 SECTION 50 CONTRQL OF WORK 54-OI Authority of the Re.sident Yroject Representative (RPR). The RPR has fia�al authority regarding the interpretation of projeet specificatint� requiremenis. The RPR shall determine acceptability of the quality of materials furnashed, methad of performa��ce of worlc perfQrmed, and fhe inanner and rate of perfortnance of the work. The RPR does not have the authority to accept work ihat does not conforrn to specification requirements. 50�02 Conformity with plans and specifications. All work and all materials furnished shall be in reasor�ably c[ose conioz'mity with the lines, grades, grading sections, cross-sections, dirnensiorls, material requireinents, aaad testing requiraments that are specified (including specif�d toleratices) ia� the contract, plans, ar specificatinns. If the RPR finds the materials furnished, wo.tk perfarmed, or the finished praduct not wiYtnin reasonably close conformity with the plans and specificatians, but that the portion oi the work affected will, in their opinion, result 'rn a finished product hauing a�evel of safety, econorrzy, durability, and workmanship acceptable to tk�� Ovvner, the RPR will advise the Owner af their determination that the af'fecteef work be accepfed and retnain in p�ace. The RPR will dacumeni �he determiilation aald recommend to the Owner a basss of acceptar�ce that will �rovide for an adjustment in the contract �rice for the affected portion of the work. Chan�es in the contract �rice must be covered 6y contract change order or supplemental agreeinent as applicable. If the RPR finds fi�ie tnatecials furnished, work performed, or the finished product are not in reasonably close conformity with the pians and speci�cations and have resulted in an unacceptable iinished p�'aduct, the zffectad worlc or materials s�rall be removed axad replaced or otherwise coirected by and at the expense of tlie Cozatractor in accordance witih the RPR's written orders. The term "reasonabiy close co�formiiy" shall �aot be construed as waiving tha Contractor's �'esponsibility to connplete the work in accordance with the contract, plaris, and specifcations. The ierm shall not be construed as waiving tl�e RPR's responsibility to insist on strict compliance with the requir�nnents of the contract, plans, and specifications during the Contractor's execution of Yhe work, when, in the RPR's opinion, such compliance is essential to provide an acceptable finished portion ofthe worl�. The term "reaso�ably close conformity" is also intend�d to provlde the RPR with th� authority, after consultation with the Spansor and FAA., to use sound engineering judgment in their determinations to accept work that is not in strict conformity, but will provide a finis�ed product equal to or better than that r�quired by the requireinents of the eontract, plans and specifications. The RPR wi11 not be responsible for the Contractor's means, methods, techniques, sequences, or procedures oi canstruction nr the safety precautions incident thereto. SO-03 Coordination of contraet, plan.s, and speei�'ications. The contract, plans, specifications, ancf all referenced standards eited are essentia] parts of the contrac� requirements. If electz'onic files are provided and used on the project and there is a conflict betvveen the elecironic fijes a�1d hard copy plans, the hard copy plar3s shall govern. A requirement occurring in one is as binding as though �ccurring in all. They are intendeci ta be complementary and to describe and pravide for a comp�ete work. In case of discrepancy, calculated dimensions wi11 govern over scaled dimensions; contract techx�ical specificatians shajl govern o�er cpntract genez'al provisions, plans, cited standards for materials or testing, and cited advisory circulars {ACs); contract general provisions sha11 govern over plans, ciied standards far materials o�• testing, and cited ACs; p�ans shall goverri over cited standards for materials or testing and cited ACs. If any paragrapl�s contained in the Special Provisians conflict with General Provisions or Teehnical Specificatians, the Specia� Provisions sha11 govern. CITX OF FO[ZT WOItTH Afliance Airport Taaiway P, Phase 2 �'t1A General Provisions GP-2 ProjectNum6er 103fl4D SECTiON SO CONTROL OF VJQRi� Page 3 of 3 From time ta time, discrepar�cies witihin cifed t�sting standards occur due to the timing of the chailge, edits, andlor replacement of the sta�ldatds. If the Conf�'actor discovers a�ny apparent discrepancy within standard test methods, the Contractor shall immediately ask the RPR for an interpreiation and decisipn, and such decis�on shall be iinal. The Contractor shall not take advantage of a�ty apparent error or ornission on �e plans or specifications. I:n the event the Contractor discovers any apparent error or discrepancy, Contractor shall irnmediately noiify the Owner or the desig;nated representatzve in wriYing requesting tiheir written interpretatian and decision. 5Q-�4 List of �pecial 1'rovisians. See Sectinn 00 73 00 SUPPLEIVIENTARY CONDITIONS TO GENERAL CONDITTONS. Sp-Q� Cooperation of ConEractor. The Contractor shall be supplied wiih an eIectronic PDF of �►e p1a�Is and specificatiazls. `Phe Contractar shall have available on the canstructio�l site at all times one haz'dcopy each of the plans atid speci�cations. Adc�itianai hard copies of plans and speci�cations may be obtained by the Contractor far the cost of reproduction. The Contcactor shall give eonstant at�ention to the work to facilitate the pz'agress thereof, and shall cooperate wiYh the RPR and tneir inspectors and with other Contracfors in every way possihle. The Contracior shal� have a cojnpetent superintendent on the work a�t a!1 times who is fully authorized as their agent on tha work. The superiniendent shali be capable of reading and thoroughIy understanding the plans and speeifications and shall recei�e and fulfill instructions from the Rl'A or #heir authorized representative. 50-06 Gooperation between Cont�ractors. The Owner reserves the right to contract for and perform other ar additional work on or near the work covered by tUis contract. When separate eon1�-acts are let withir► the liinits of any one pro��ct, each Contz�actor s11a11 conduct the work nat to interfere with or hinder the progress of completion of tkze work being performzd by other Contractors. Conta'actoxs workiu�g onthe s�me project shall cooperate with each other as directed. Each Contraetor invalved s1ia11 assume aii liability, fi�a.izcial Qr other•wise, in coj�necti.on with their own contraCt and shall gratect and hold harmiess the Owner frorn any and all datnages or claims that may arise t�ecause of inc�nvenience, deiays, or loss experienced becaiise of the presence ai�d operations of other Contractors wnrking within the limits ofthe same prQject. Tlae Cantractor shall arrang� their work and shall place and dispose of the materiala being used to not interfere with the operations of the other Contractors witivn the limits of the sanae project. The Contractor shall join ih�ir work with that of the others in an acceptable manner and shall perform it in proper sequence to tlaat of the others. 50-d7 Construetion l�yout and stakes. The EnginaerlRf'R shall establish necessa�y horizonial and vertical control. The establishrr�ent of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. ContracYox is responsible fo.r preserving inte�rity of horizontal and vertical cantrols established by �ngineer/Rl'R. In case of negligenca on the part af the Contractor or t�ieir employees, resulting in the destruction of any horizontal and vertical GonYrol, the resulting costs wiil he deducted as a liquidaYed damage againsi the Contractor. Prior to tk�e start of canstruction, the Contracinr will check all control poi:nts for horizontai and vertical accuracy and certi�y in writing to the RPR that the Contracfor concurs with survey control established for the project. All lin�s, grades and measurements from control points necessary far the proper execution and control of the work nn this project wili be pravided to the RPR. The Cont�'ac#or is responsible to establish a11 layout required for the construction af the project. Capies ofsu�vay noies w[Il be provided to t4�e RPA for each area of const�•uetion �nd for each placement oi inateria] as sp�cified to allow the RPR to make periodie checks for canformance with plan grades, alignments and grade tolerances required by the applicalale inaterial specificatians. Surveys will be provided CTTY OF TORT WORTH Alliance Airport Taxiway P, Phase 2 E'AA General Provisions GP-3 Project Number I 03000 s�c-rtoN sa CONTROL O� WOftK Page 4 of 3 to the RPR prior to com�nencing work items that cover or disturb the survey sfaking. Survey(s) and notes shall be pro�ided iz1 tl�e fojlowing format(s}: PDF Laser, GPS, String Iine, ar other auYomatic cantrol shafl be checked with temporary canYroI as necessary. In the case of erM'ar, on khe part of the Coiitractor, thaxr surveyor, employees or subcontractars, resulting i.n established grades, alignment or grade tolera��ces th.at do not cancur with those speciiied or shown on the plans, th� Cozltractor is solely responsible for cor�'ection, i�emoval, replacemeiit and all associated costs at no additior�al cost to fhe Owner. No direct paylne��t wi3i be made, u��less otherwise specified in contract documents, for iliis labor, maierials, or other e�per�ses. The cost shafl be included in tI1e price of the bid �or the various it�rns of the Contt'act. 50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be auth.orized to inspeet all work done and all matej•ial furnished. Such QA inspection may extend to all ar any part of the work and to the preparatzon, fabrication, ar manufacture of the materials to be used. QA inspectors are not authorized to revoke, altet, or waive any provision of the cottiract. QA inspectors are not authorized to issue instruct�ons contrary to the plans and specificatioi�s or to act as foreman for the Contractor. QA Inspeetors are authorized to notify the Contractor or their representatives of any failu.re ai the work or matarials to conform to the requiremenYs of the contract, plans, or specifications and to reject such nonconforming inateriais in question until such issues can be referred to the RPR for a decision. 50-(19 Inspectian of the rvork. All materials and each patt or detail of the work shalj be subject ta inspection. The Rl'R shail be allowed aceess to all parts of the work and sha11 be furnished with such information and assistance by the Contractor as is required #o malce a camp.lete and detazled ins.pectiQn. If the RPR requests it, the Contractor, at any time be�ore acceptance of the work, shall rezr�ove or uncover such portions of the finished work as may be diracted. After exaznination, the Contractor shall restore said portions of the work to the standard required by the specificaiions. Should the work thus exposed or examined prove acceptable, the u�lcovering, or ramoving, aud the replacii�g ofthe covering or making good of the parts r��naved will be paid for as extra work; but should the work so exposed or examined prqve unaccepfable, the uncovering, or removi�g, and the replacing of the covering or making good of the parts removed will be at the Conhactor's expense. Pravide a.dvance writi:en natice to the RPR af work the Contractor plans to perForm each week and each day. Ai�y work done or materials used without written notice and allowing opportunity f[or inspeciion by the I�R may be ord�:red removed and replaced at the Cantractor's expensa. Should the contract work include relocatiozl, adjustment, or any ather modification to existing facilities, not the praperty of the (contract) Owner, aLrthorized representatives a� the Own�xs af such facilities shall have the z'igl�t to inspect such work. 5uch inspection shall in no sense �nake any facility awner a party to the contract, and shall in no way inter%re with the rights of the parties to this contract. 50-].0 Removai of unacceptable and unauthorize[i r�vark. All work that does not conform tv the requirements of fhe contraci, plans, and speci�cations wi11 he considered unacceptable, unless otherwise determined �ccaptable by the RPR as provided in paragraph 54-02, Conformity �ith Plans and �Specif catians. Unacceptable vvork, whether the result of poor worlunanship, �tse of defective zr►aterials, damage thraugh carelessness, or any ather cause found to exist prior ta the iii�al acceptance o.f the work, shali be removed immediately and replaced «� an accepiahle manner in accordance with the provisions of Seciion 70, paragraph 7Q-14, Contractor's Responsibility for Gf�ork. No removal work made under provision of this paragraph shall be done without lines and gz'ades having been esiablished by the Rl'R. VJork done contrary to the instructions of ihe RPR, work don� beyond the lines shown an the plans or as established by the RPR, except as herein specified, or any extra work done CITY OF FORT WORTFi Alliance Airport Taxiway P, Phase 2 FAA Genera] Provisions GP-4 Project Number 1U3000 SEGTION 50 CQNTROL OF WaRK I'age 5 of 3 witlaout authority, will be considered as unauthorized and will no.t be paid for under the pravisions af the contract. Work so done tnay be ordered reinoved or replaced at the Contractor's expense. LTpan failure on fhe park af the Contrac�or tn comply with any order of the RPR made under the provisions of this subsection, the RPR will have autliority to cause unaecep#able �rork to be reznedied or removed and replaced; and unauthorized work to be remo�ed ai�d recover the �'esulting eosts as a liquidated datnage against the Contractor, SO-11 Load restrictions. The Contractor shall comply with all legal Ioad rest�ictions in ihe hauling of inateriais on public raads beyond the limlts of the woric. A speciai permit will not relieve the Cnntractor of liability for danlage that may result from t�ie moving of materiai or equipment. The operation of equipment of such weight ar so loaded as to cause damage to structi,ires or to tury otlaer type of construction will not be permitted. Hauling of materiais over the base coLirse or surface course under construetion shall be linnited as directed. No loads will be permitted on a coi�crete pavement, base, ar structiire before the e�piz'ation of the curing period. The Contractor, at tlleir own expense, shall be responsible for the repair fo equal ar be�ez' thai� preconstruction conditions of any daizaage caused by the Coiitractor's equipment and personnel. 50-72 Maintenance during construcfion. The Con�ractor shall maintain the work during canstruciion and until the wark is accepted. Maintenance shail constitute continuous and effective warl� prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. ln the case of a contract for the placing of a course upon a course or subgrade previously construc#ed, the Cqntractor shall lnaintain tlie previous cow•se o�' subgrade during aIl constructinz� operations. All costs of maintenance work during construction and before the project is accepted shalj be included in the unit prie�s bid on the various contract items, and the Contractor will not be paid an additional a�nount fpr such woYk. 50-13 Failure to maintain tt�e work. Should the Contractor at any time fail to maintain the work as provided in paragraph SQ-I2, Mainteraance during Construction, the RPR shali iinmediately nofify the Contraefor of such noncornpliance. Sueh notifica�ion shall specify a reasonable time within which the Contractor shalI be required to remedy s�:tch unsafisfactory maintenance condition. The time specified will give due cnnsideration ta the exigency that exists. Should the Cont�•actor fail to respond to the RPR's notification, the Uvvner may suspend any work n�cessary for the Owner #o correct s.uch ut�satisfactory mainte�ance candition, depending on the exigency that ex#sts. Any maintenance cost incurred by the (�wner, shalj be recovered as a liquidated damage against the C.ontractar. 50-14 Partial aeeeptanee. if at any time durin� tl�e execution of the project tha Contractor substantially completes a usable unit or portint� of the work, the occupancy of which will benefit the �wner, the Contractar may request the RPR to mal�e final inspection of that un1t. Ifthe RPR �nds upon inspection �hat the unit has been satisfaciorily completed in compliance with the contract, the RPR may acc�pt it as being camplete, and the Contractor may be relieved of further responsihility for that unit. 5uch partiai acceptance and beneficial ocet�pancy by the Owner shajl nat void or alter any provision of the contract. �0-15 Final acceptance. Upon due notica fram the Cont�•actor af presuinptive completion af the entire project, the Rl'R and Owner will rnake an inspection. If ap consfruction provided for and �onl;emplated by the contract is found to be complete in accordance with the contraci, plans, and specifications, such inspection shall constitute the final inspection. The RPR shaIl noti�y the Contractor in writing of �nal acceptance as of the date af the final inspaction. If, howe�er, the inspection discloses any wark, in whale or in Qart, as being unsatisfactary, the RPR will natify th� Contractor and the Contractor shall correct the unsatisfactory work. Upon correction ofthe work, anotl�er inspection will be made which shall constitute the �inal ii�spection, provided the work has bean CITY OF PORT WOKTI�T Alliance Airp.ort Taxiway i', Phase 2. FAA General Provisions GP-5 Project Number 103000 SECTIO�T 50 CONTROL OF WORK Page b of 3 satisfactnzily compieted. In such e�ent, the RPR will make the fina] acceptance and notify the Cnntractor in writing af this acceptance as af the date of final inspectior�. 50-1:G Ciaims for adjustment and dispr�tes. If far any reasnn the Contractor deems that additional compepsation is due for work or �naiarials not clearly provided for in th� contract, plans, or specifications or previously authorized as extra work, the Contractor sha11 notiiy the RPR in writing of their intention to claizn such additional coinpensatio�a before the Cont�•actoi• begins the work on wllich the Contractor bases the claiin. If such noti�ication is not given or the RPR is nat afforded proper opportunity by the Contractnr for keepir�g strict account of actual Cast as required, then the Confractor hereby agrees to waive any claim far such additianai carripensation. Such ilotice by the Coniraetor a.nd the fact that the RPIZ has kept account of the cost of ihe work shall not in any way be cQnstrued as proving or substantiating the validity of tile claim, When tk�e work on which the claim for additiona! compeilsation is based has been completeci, the Contractor shall, within 10 calendar days, submit a written claim ta the RPR who wifl present it ta the Qwner for consideration in accordance with locai lav�s or ardinances. Nothing in this subsection shall be construed as a waiver of the CQntractar's right to dispute final payment based on differences in measuxeinents or eomputatians. END O�+ SECTION 50 CITY OP FORT WORTH Allianca Airport Taxiway P, Phase 3. f�AA General Provis'tons GP-6 Project Number 1 Q3000 s�cTioN 60 CONi'ROL Of MATERIALS Page I of 3 SECTION 64 CONTROL OF MATERTALS 6a-Ql. So.urce af supply and quality reqnirements. The materiafs used in the wnrk s�all conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order ta expedite the inspection and testing of materiais, the Gantractor s17al1 furnish docuinentation to the RPR as to the arigin, composition, and ma.nufacture of all materials. to be used in the work. Dacu�nenfiaiion shall be furnished promptly aier execuiion ofthe contract but, in a11 cases, priorto delivery of such materi�ls. At the RPR's opiion, inaterials may bc appraved at the snurce of supply befare delivery. lf it is found after trial that sources of supply for previausly approved materials do not produce apeciiied praducts, the Contractor shall furnish rnaterials from other sources. The Contractar shall furnish airpart lighting eqaipment that meats the requirements of the specificatians; and is listed 'an AC 150f5345-53,1�irpor�t LightingEquipment Cert fcation Program andAddendum, t11at is in efFect on the date of adwertisement. 6b-02 Samples, tests, and cited speci�ications. AlI nnaterials used in the wark s11a11 be ir�spected, tested, and approved by the RPR before incorporation in the wark unless othervaise designated. Any work in whzch untesied materials are used without approval ar wriften permission o� the RPR sliall be pej•farineci at the Contractor's rislc� Materiais found to be unacceptable and unauthorized wi�l nat be paid for and, if directed by the RPR, s�all be removed at the Contractoz's expense. Unless atherwise designated, quality assurance tests will be made by and at the expez-►se af the Owner in accordance with the clted standard methnds of ASTM, American Associatinn of 5tate Highway and Transportation Officials {AASHTO), federal specifications, Coinmercial Tteyn Desci'ipflDriS, and ail other cited methods, v�rhich are current on the c�ate of advertiseinent for bids. The testing organizations performing on-site quality assuranc� field tests shatl l�ave copies of all z'eferenced stazida�'ds on the construetion site for use by all technicians and other person�-►el. Unless otherwise designated, sampies for quality assurance will be taken by a qualified iepresentative of the RPR. AIl nnaterials being used are subject io izaspection, tesfi, or rejection at any time prior to or during incorporation into the work. Copi�s of alI tests wilf be furnished to the Coniractor's representative at tkzeir �•equest after ;review and approval of the RPR. A copy of all Contractor QC t�st data shall be prnvided to the RPR daily, along with printed reports, in an approved format, on a weekly basis. After compietioi7 of the prnjectx and prior to fu1a1 payment, the Contractor shall suhmit a final report to the RPR showi�g all test data eeports, plus an analysis of al1 results sl�owing ran��s, averages, and corractive action taken on all failing tests. The Contractdr shall employ a QuaIity Control (QC) testing organization t4 perfiorm all Contractor required QC tests in aecordance with Item G100 Contractor Quality Control Program {CQCP). b0-03 Cerii�cation ofcamplian�elanalys.is (COC/COA). 'I'he RPR may p�rmitthe use, priar to sampling and testu�g, af certain tnaterials or assetn.blies when accompanied by manufacturer's COC stating that such maCerials or assembiies fully comply with the requirements af the contract. The certificate shai� be signed by the manufacturer. Each lot oi such materials or assemblies deli�ered to the work must be accoinpanied by a ceriificate of compliance in which flie lot is clearly icEentified. `I`he COA is the manufacturer's COC and includes all applicable test results. CITY OF FORT W(7RTH Alliance Airport Taxiway P, Phase 2 FAA General C'rovisions GP-1 Prajectl+Sumher 103000 SECTION 60 COI�TROL OI' MA'T�ILiALS C'age 2 of 3 Maierials or assemblies used on the basis of certi�cates of eoinpliar►ce may be sa�npled and tested at any time and if fottnd not to be in conformity. with contract requirements wi[L be subjeci to rejection whether in place or not. The farm and distribution of certi�cates of conlpliance shall be as appro�ed by the RPR. Wi1en a material or assembly is specified by "brand name or eqttai" and the Cantcactor elects to furnish the spe.cified "or equal," the Contractor sl�afl be required to fuzi�ish the inanufacturer's certi�cate of compliance for each lot of such material or assemhly delivered to the wflrk. Such �ertiiicate of compliance shail clearly identify each lot delivered and shali certify as to: a. Confoiznance to the speci�'ied performa�tee, testi�lg, quality or dimensional requirerr�ents; and, b. 5uitability of the material or asserrzbly for the use intended in the contract work. The RPR shall be the sale judge as to whether the proposed "or equal" is suitable for use in the vao�'k. The RPR reserves the right to refuse pei��ission for use of materials ar assamblies oz� the basis of certificates of compliance. 64-04 Plant inspecfion. The RPR or their authorized represenfiative may inspect, ai its sauree, any specified material or assembly to be used in t11e work. Manufact�.tring plants may be inspected from time to ti�ne for the purpose of detenni�ling compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for acce�tance of the material or assembly. Should the RPR conduet plant inspections, the following conditioi�s shali exist: a. 'I'he RPR shall have the cooperat�on and assistance of the Contraetor and the producer with whon� the Contractor has contracted �or rnaterials. b. The RPR shall have full entry at all reasonable times to such parts of the plant that callcern t11e manufacture or prodrtctian ofl:he matierials bein� furnislled. e. If required l�y the RPR, the Contractor shajl arrange far adequate of�ce ar working space that lnay be reasonably needed for conducting plani inspections. Place office or working space in a convenient locaYion with respect to the plant. It is understood and agreed that the Owner shall have the right to ret�st any mateizal that has been tested and approved at the source of supply after it has been delivered to the site. T11e RPIZ shall liave the right to reject only ttaaterial which, when retested, does not meet the require�nents of the contract, p1�1s, ar specifieatior�s. 60-05 Eu�ne�rl Resident Project Representat�ve (RPR) ireld ufiice. The Contractor shall pro�ide cledicated space for the use af the engineer, RFA, and inspectors, as a field offtce for the e�urafion of the project. This spaee shali be located conveniantly near Yi�e eonstcuction and shall be separate from any space used by the Cantraetpx. The Contractor shall fuz'r�ish water, sanitary facilities, heat, air condiYioning, and electricity. 60-U6 �toragc oi maierials. Materials shaII be stored to assure tlz� preservation of their quality and fitness for the work. Stored m.aterials, even though approved be%re storage, may again be inspected prior to their use in the work. Stored materials shall be �ocated to facilitate their prom�t inspection. The Contraetor shall coordinate the storage of all materials with the RPR. Materia�s to be sior�d on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstrueted movement of aiz'craft. Llnless otherwise shown on the �ians andlor CSPP, the storage of materials and the location ofthe Contraetor's plant and parlced equipment or vehicles shall be as directed by the RPR. Private property shall not be used far storage purposes withoui wz'itten pei�nission of the Owner ar lessee of such property. The Conh•actor shall mak� all arratigements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the RPR a copy of the property Owner's permission. C1TY OF FORT WORTII Alliance Airpart "faxiway P, Phase 2 F�A General Provisions GP-2 Project Alumber 103000 SSCTION 60 CONTROL OF MAT�RiALS Paga 3 of 3 All storage sites on private or aij�port property shall be restored to their oxigii�al condition by the Contracta�� at their expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 Unacceptable materials. Any materia] or assembly ihat do�s ►�ot conforin to the requireinents nfthe contraet, plans, or specifications shal] be considered wlacc�ptabl� and shall be j•ejected. The Contractor shail remo�e any rejected mat�rial or assei�nbl}� irozn the site ofthe work, unless otherwise instructed by t11e RPR. R�jected inaterial or asserrrbly, the defects of which have been eorreated by the Contractar, shall nat be returned to ti�e site of the work unti� such time as the RPR has app�'oved its use in the work. G4-OS Owner furnished materials. Th� Contractor shall furnish all materials re�uired to complete the work, except those speci�ied, if any, to be furnished by the �wner. Owner-furnished materials shal� be made available to the Contractar at #he location specified. All costs of har�diing, transpor[atio� from the specified location to ti�e site af work, storage, and installing Qwner-furnished materials shall he included in the unit price bid for the contract item in which such Owner- fw�ished material is used. After any Owner-furnished materiaj has been delivered to the location specified, the Contractnr sha1S be rasponsible %t any demurrage, damage,. loss, or other deficiencies tliat znay occur during the Conti•actor's handiing, storage, ar use of such Owner-furnished inaierial. The Owner will deduct from any monies due or to become due the Coniractor any cost incurred by tha Ovvner in �naking good such lass due to the Contractor's handling, storage, or use of Owner-furr�ished materials. END OF S�CTION 60 CITY DF FORT WVORTI-I Alliance Airpnrt Taxiway P, Phase 2 FAA General Provisions GP-3 Project Number L03000 SECTION '70 LEGAL REGULATIONS AND RE5PON51BILITY TO PUBLIC Page 1 of 3 SECTION 70 L�GAL REGULATXONS AND RESPONSIBILITY TO PUI3LIC 74-01 Laws fa be oUserved.. The Contrac�or shall keep fully in%rmed of all federal and state laws, a311ocal 1aws, ordi�3anees, and regulatinns and all orders and decrees of bodies or h�ibuna�s having any jurisdiction or authority, which in any matuler affect tl�ose engaged or employed on the work, or which in any way affeet the conduct of the work. `The Contractor sha11 at all ti�aes abserve and ca�nply with all such laws, ordinar�ces, regulations, orders, and decrees; ai�d shall proteet and indeti�nify the Owner and a11 tlieir officers, agents, or servanis against any claizt� or liabiiity arising from or based on the violation of any such iaw, ordinance, regulatian, orde�•, or decree, wheti�er by the Contractor or tYte Cantractor's einplayees. 70�02 Permits, lieenses, and ta�€es. The Contractor sha11 procure all peztnits and Iicenses, pay aIl charges, fees, and taxes, ai�d give all notices necessary and incidental to the due a�3d lawfuS execution of #he work. 70-03 �atented deviees, materials, and processes. If the Contracto�' is required or desires to use any design, de�ice, rnaterial, or process covered by letters of paten� or copyright, the Cantc'actor shall provide for such use by suitabie 1ega1 agreernent with the Patentee or Owner. The Contractor and the surety sl�all indemn'ify and hold harmless the Owner, any fhird party, or political subdivision irom any and all claiyns for infringement by reason of the use of ai-►y such patented. design, deviee, material or process, or any trademark or copyt'ight, and shall indeinnify the Ow�er for any costs, expenses, and damages which it jnay be obliged to pay by reason of an infri.ngement, at any time during the execution or after the cainpletion of the work. 70-04 Restoration of surfaces disturbed by others. '1'h� �vvner rese�ves the right to authorize the construction, reconstructioi�, or mainienance of any public or private utility service, I'AA or National Oceanic and Atmospheric Adtninish•ation (NOAA) faciliiy, ar a utility service of another government agency at any time during the pragress of the wark. To the extent tha� such construction, z-eeonsfruction, oe maintena�lce has been coardinated with the Ovvner, such attthorized work (by others) must be showii on the plans anti is indicated as fallows: None �'lanned. Except as listed above, ihe Contractor shall not permit any indi�idual, ii�rm, ar corporation to excavate or otherwi.se disturb such utility services or faciIities iocated with.in the Iiinits of the work without the written perm.iss i on of the Rl'R. Should the Ow�ler of public or pri�at� utilit� service, FAA, or NOAA. faeility, or a utility service of another government agency be authorized fa construct, reconstruct, or maintain sueh utiliiy service or facility during the progress of the work, the Contractor shall cooperate with such (�wners by arra��ging at�d performing the work in this contract to facilitate such eonstruction, reconstruction nr maintenance by others vwhether or not such vwo.rk by others is listed above. When ordered as extra work by ihe. RPR, �he Contractor shall maJce all nec�ssary repairs to t4�e work which are due to such authorized wor�C by others, unless otherwise provided far in the contract, plans, or specifications. It is understood and agreed that the Cantractor shall not be entikled to make any elaim for damages due tn such authorized wark by others or for any delay to the work resulting from such authorized work. 70-US Federal l'ariicipatinn. The United States Government has agreed to reim6urse the Owner for some portion of the enntract costs. The contract wark is subject to the inspection and approval of duly authorized representatives of the FAA Adtninistratar. No requirement of this contract shall be construed as making the United States a. party to the contract nor will any such require�neni interFere, in any way, with the rights of either party to the contract. 70-06 Sanitary, heAlth, aud safety provi�ions. The Contractor's warksite and facilities sl�atl comply with_ applicable federal, stat�, and local requirernents for health, safety and sanitary provisions. CITY QF FORT WORT�i A[liance Airport Taxiway P, Phase 2 T'AA Gensral Provisions GP-1 ProjectNumber ]030D0 5SGT10N 70 LEGAL �iEGULATIONS AND ELESPONSIBILITY TO PLJBLIC Page 2 aF 3 70-U7 Public convenience anc� saf�#y. T11e Coniractnr shal] control their operations and iiiose of their subcontraetors and all suppliers, to assure the [east inconvenience to the tra�eling pubIic. ilnde�• all circumstances, safety shall b� t�e most important eonsideration. Tha Contractor shali maintain the free and unobstructed movement of aircraft and vellicular traffic with eespect to t�eir awn aperations and those of their own subcantractors �d all suppliers in accordai�ce with Section 40, paragraph 40-05, Mair�tercunce of Ti�affic, and shall liinit such operattons for the convenience and safety of the tra�eling public as speci�ed in 5ection S0, para��aph $0-04, Limiiafion of Operations. The Contractor shall remove ar coiltrol debris and cuhbish resulting from its wark operatio»s at frequent intervals, ar�d upon the order af the IZPR. If the RPR determines tlae existence of Contractor debris in �l�e work sit� represents a hazard to airpo�t operations and the Coiitractor is unable to respond in a prompt and reasonable maniier, the RPR reserves the right to assign the task o:f debris remova] to a third party and reeover the resulting cost� as a lic�uidated damage against the Contractor. 70-0$ Construction Safety and Phasing Plan (CSPP). The Contractar shaIl compleke the wark in acco�dance with the approved Construction Safety and Pliasing Plan (CSPP) developed in accordance vvitl� AC 154.15370-2, Ope�-ationa� 5afety on Airports During Gonst��uction. The CSPP is on sheets GC-0Ol — GC-302 of the project plans. 70-D9 Use of explosives. The use of eXplosives is not permitted on this project. 70-I.0 Protecfion and restorafion ofproperty and landsca�e. The Cor�tra:ctor shall be responsible far the prese�vation af all publi.c and private property, and shal.l protect carefully from disturbance ox dasnage all land monuments and property tnarkers until the EngineerlRPR has witnessed or otlnerwise referenced their Iocation and shall not move thein uritil directed. Tha Contractor shall be responsible for aIl damage or injury to property of any character, duriilg the execution of the work, resulting from any act, omission, tleglect, or miseonduct in mannej' or method af executing the vwork, or at az�y time due to defective work or tnaterials, and said responsibility shall not be released until the proje�t has heen completed and accepted. When oz' where any direct or indirect dainage or injury is doneta public or private property by or o�i account of any act, omission, negiect, or misconc��tet in tl�e execution af the work, or in consequence of ihe nan- execution ihereof by the Contractor, the Coniractor shall r�store, at their expense, such property io a condition slmiiar or equal to that existing before such damage or injwry was done, by repairing, or otherwise restoring as may b� directed, or the Contractor shall make good such damage or �njut'y in an acceptable mai2ner. 70-11 Responsibility for damage claims. '�'he Contractor shall indemnjfy and hald harmless the EngineerlRPR and ttie Owner and their �f�cers, agents, and employees from all suits, actians, or claims,. of any character, brought because of any injuries or damage received or sustajned by any person, persons, or property on account of the opera�ions of the Contractor; ar an account of or in cansequence of any neglect in safeguarding the work; or through use c�f unacceptable materials in canstructing the work; or because of any act or omission, negieet, or rniscozlduct Qf said Contractar; or because of any elzims a�' amounts recovered from at�y infringements of patent, trademark, or copyright; or from any claims or amoUnts axising or recavered under the "Worktnen's Compensation Act," or any other law, ordinance, order, or dec�-ee. Money due the Contractor under and by virtue of thesr own contract considered necessary by the Owner foz' such purpase may he retained for the use of the �wner or, in case no rnon�y is due, iheir o�vn surety nnay be held until such sti�its, actions, or claims iar injuries or damages shall have been settled and suitable e�idence to that eff�ect furnished to the Oval�er, except that money due the Contractar will nat be withheld w11en the Contractaz' produces satisfaciory evidence that he or she is adequately pj�otected hy public [iability and property daanage insurance. CITY OF FQRT WOl�TH Alliance Airport Taxiway P, Phase 2 FAA General Qeovisions GP-2 Fro,{ect Number 1030�0 s�cTioN �n LF.GAL REGULATIQNS A�117 RESPONSIBTLITI' TO PUBLIC Page 3 vf 3 74-12 Third �arty bene�iciary elause. It is speci�cally agreed between the parties execiltiiig the contract that it is not iiltended by any of the provision5 of any pa�� af th� contrack to create for the public or any membes' thereof, a third-party bei�eficiaty ar to authorize anyone not a party to the Canfract to maintain a suit for personal injuri�es or property dainage pursuant to the terms or pinvisions oi the contract. '14-13 Opening sections of the work to traffic. If it is necessary for the Cont�•actol- to complete �oxtiot�s of tl�e co��traet work for the bene�icial occupar�cy oi the C?wner �arior tn �ompletio� af tl�te entire coiltract, such "pllasing" oftlle w�rlc musi be specifed below and indicated on the approved Construction Safety anci Phasing I'lan (CSPP) and the project plans. When so s�ecified, the Contractor sha11 coznplete such portions of the work on or before the date specified or as otheivaise specified. Phase Required Duration llepicted on Plan Sheet Phase 1 210 Calendar Days GC-101 Phase 2(if awarded) S 55 Calendar Days iC'rC-] 02 Phase 3(if awarded) 185 Calendar Days GC-103 ilpon completion of any portion of work listed above, such portian sl�all be accepted by the Owner in a.�cordance with S�ctian 54, paragrapl� 50-14, PartiaT Acceptance. No partian of the work may be opened hy the Contractor until directed by the Owner in writing. Should it become tlecessary to open a portion of ihe work to traffic on a temparary or intermittent basis, s�ch openings shall be made when, in the opinion of the RPR, sucI�. portian of tha work is ii�. an acceptable condition to suppart the intended traffic. Temporary o�' intermittent apenings are cor�sidered to be inhererst in the wQrk and sha11 not constitute either acceptat�ce of tlie pnz�ion of the work so opened or a waive:r of any provision of the contracY. Any damage to the pa�rtion of the wnrk so ope��ed that is not attributahle ta t�'affic which is permitted by the Owner shall be repaited by tlie Contractor at their expense. The Contraetor shall make tlieir own estim�te of the inherent difficulties invalved in cainple�ing the work ur�der the conditions herein descrihed and shall not claim any added compensation by reason of de�ay or increased cost due to opening a portion of the contract work. The Contractor must conform to safa#y standards contained AC 15015370-2 and the approved CSPP. Contractor shall re%r to the plans, specifications, and the approved CSPP to identify barrieade requiraments, tempora�y andlor parmanent z�arkings, aiz'f eld lighting, guidance signs and other safety requirements pri�r to apening up sections of work to traffic. 70-14 Cantractor's responsibility for work. Unti� the RPR's �nal wriiten acceptance of the entire cornpleted work, eXcepting nnly those po�rtions of the work accepted in accordance with Sectio❑ 5D, paragraph SO-14, Partial Acceptance, the Contractor shall bave the charge and care thereof and s�all take evezy precaution against injury or damage to any part due to flie act�on of the elements or from any other cause, �hether arising ftom the execution or fram the noia-execution of the work. The Contractor sha�� rebuild, repair, restore, and make good alj injuries or damages ta any pQrtion of the work occasioned by any of ihe above causes befare final acoeptance and shaIl beat- the expense thereo�' except damage to the work due ta unforeseeable causes beyond th� cpntrol of aa�d without the fault ar negligence of the Contractor, including bttt not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane ar othar cataclysmic phenamenon of natur�, or acts of the publie ene�ny or of government authorities. If the vvork is suspended for any cause whate�er, ti�e Contractor shall ba responsible far the work and shail take such precautions necessary ta pre�ent damage to the work. The Contractor shall provide for normal drainage and shail erect necessary temporary struct►�res, signs, or other facili�ies at their own expense. Di�ring such period of suspension af work, the Contractor shall properly and continuausly maintain in an CI1'Y OF POCLT WORTF3 A{liance Airporf Taxiway P, Phase 2 FAA General Provisions GP-3 Projecf Ncim6er 10300a SECTION 70 L�GAL R�GULAT[ONS ANI� R�SPONSIBILITY 'f0 PUBLIC Page 4 of 3 acceptable graw�ng cond�tion all living material in nEwjy establisl�ed plailting, seeding, and sodding f�rnished under the contract, and shaIl take adequate precautians io protect new tree grawih and other important vegetative growtll against injury. 70-�.5 Contractor's respansibility for u.tility se�rvice and facilities of others. As provided in paragraph 70-04, Resto�ation of Surfaces Disturbed by Othe�s, the Contractor shail coaparate with the ownej' of any public or private utility service, FAA or NOAA, or a utiIity ser•vice of ailather government agency that inay be authorized by the Qwner to construct, reco�astruct or maintain such �ltility services or facilities during the progress ofthe work. In additian, the Contractar sha1l control their op�ratians to pre�enttha unscheduled interruption of such utility se�•vices and facilities. To the extent that such publie or private utility services, FAA, p� NOAA facilities, or utility ser�iees of a.��other gaverrvnental agency are lrnown to exist withiil the limits of the contracfi wo�•�C, the approxunate locations 11ave been indicated on the plans a�ad/or in the cont��act documents. It is unders�ond and agreed that th� Owner does not guaxatatee the accuracy or the completeness of the location inforjnation relating to exisCitag utiliiy services, facilities, or structures ihat may be shown an the plans or encoux�tered in the v�ork, Any inaceuracy or omission in such informaiion shall not reiieve ine Can�ractor o�the responsibility tn pratect such existin� features from da�nag�: or unscheduled interruption of service. It is fur.t�er understo�d and agr�ed that the Contractor shall, upon execuiinn of the contract, notify the Owners of all utiliiy services or other facilities of their plan af operations. Such notiiication sha11 be in writing addressed to "The Person to Contact" as pro�+ided in this paragraph and paragraph 70-04, Resto�^ation of�acrfaces Dasturbed By Others. A copy of each notificatic�n shall be given to the RPR. Iz� addition to the general vvritten nQtification pro�ided, it shall b� the responsibility o� t11e Contraetor to l��ep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior ta heginning the work in the general vicinity of an existing utility service or facility, tha Contractor shaIl again notify each sLtcn Owner of iheir plan of operatlon, If, in the Contraetar's opinion, the Owner's assistance is needed ta locate the utility service or facility or the pxesence of a r�presentative of ihe Owner is desirable to absarve the work, sucla advice should be included in the notiiicatian. Such notification shall 6e given by the rnost expeditious means to reach the utility owner's "Person to Cnntact" no later than two narmal business days prior ta ths Contractor's cammencement of operatior�s in such general vicinity. The Contractor shall furnish a writt�n surn�naty ofthe notifcation to the RPR. The Contracto:r's failure to give the two days' natice shall be cause for the Owner to suspend the Contractor's operations in the general �icinity of a utility ser�ice or faeility. Where the autside limits of a�► underground utility service have been located and staked on ihe graund, the Coniractor shall be required ta �ase hand excauaiion methods within 3 feet (I m) of such outside limrts at such poin�s as may be requir�d to ensure protection fram damage due ta the Contractor's aparaYions. �hould the Contraciot damage or in�errupt the operation of a utility service or facility by accident or otiierwis.e, the Cantractnr shall immediately notify the proper aut�ority ar►d the RPR and shall take all reasonable measures to prevent further damage or interruptibn oi setvice. The Contractor, in such events, shaU cooperate with the utility service or �acility owner and the RPR cantinuously untij such damage has been repaired and s�rvice a�estored to the satisfaction ofthe utilfiy ar facility owner. The Contractor shall baar all eosts of dat�aage and �•estoration of service to any utility service or facility due to therr operations vt+hethe�• due to negligence or accidant. The Owner reserves thc right to deduct such costs from any monies due or whieh may become due tl�e Coa�tractor, or their own surety. '70-i6 Furnishing rights-of-way. The Owner will be responsibie for furnishing alI rights-of-way ttpan t�+hich the work is to be constructed in advanee af the Contractar's operations.. CITY OP FORT WORTII Ailiance Airport Taxicvay P, Phase 2 FAA General Provisions GP-4 f'roject Number 1030�0 SBCTIOTl70 LEG�.L REGULATiONS ANI7 ItE5PO1�iS1I3IL[TY TO i'U$LiC Page 5 of3 70-17 I'ersonal liability af public officials. In carrying aut ai�y ofthe contract provisiot�s or in exercising any power or authority granted by this con�act, there shall be no liab�lity upor► the Engiiieer, R�'R, their autIlorized representativas, oi• any t�fFicials of the Owner either personaliy or as an ofF'icial of the Owner. It is understoad that in such matters they acf solely as agents and repres�ntatives ofthe Owner. 70-18 No waiver of lega[ rights. Upoil campfetion af the �vork, the Owner will expeditiously make final �ilspection and iaotify �11e Conti'acYor of final acceptance. Such iina� acceptance, however, shall riat preclude or stop the Owner froin correcting any+ measurement, estimat�, or cer�tificate made before ar after c�ompietion of the work, nor shaj] t%e Owner be pz'ecluded ar stopped f�ram reco�ering froin the Conh'actor or their surety, or both, sLjch overpayment as tnay be s�Estained, ox by failure on the part of the Contractor to fulfilj tIleir obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contz'act shall not be held to be a waiver of any other oz• subseque��t breach. The Contractor, withotit prejudice to the terxns af the contract, shall be 1ia61e to the Owner for latent defects, fraud, or such gross mistakes a.s may amount to fraud, or as regards the Owner°s rights under any vvarranty or gLiaranty. 70-19 En.vira�mental protect'ron. The Cor�tractor shall comply with all federal, state, ai�d local Iaws and regLilations coi7t�•olling pallution of the enviroiiment. `['he Contractor shall taice necessa��y precautions to p.revent pollution of streams, lakes, ponds, and res.ervoirs with fuels, oils, asphalts, chemicals, or other har��nfiul materials and to prevent pollution ofthe atmosphere fi•oin particuiate and gaseaus matter. 70-24 Are�aeologieal and h�storieal findings. Unless othe��wise specified in this subsection, the Contractor is advised that the site af the work is not within any prnperty, dist�ict, or site, and does not contain any b�ilding, strue1ture, or abject listed in the current National Register of H�storic Places published by the United States Depa�•tment of Interior. Shauld the Cnnt�actor encounter,. during their operaiions, any bui3di�7g, part of a building, structure, or object that is incangruous with it� surroundings, tha Contractor sI�all immediately cease operations in that �ocation and nol�fy the RPR. The RPR will irnmediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as d'u•eciecf. Should the Dwner order sLtspension af ihe Contractor's aperations in order to protect an archaeological or historical �nding, or order the Contractar ta perform ext.�'a wark, such shall be co�ered by an apprapriate eontraet change arder or supplemental agreement as provided in Section 40, paragraph 40-04, Extra Work, and Section 90, parag�'aph 90-05, Paymertt far Extra Work. If appropriate, the contract change order or supplem�ntal agreement shalj include an extensian of cantract time in accardance with Section 8a, paragraph 80-07, Determinataon and Exiensaon of Contraet Time. 70�21 Ynsurance ReqniEreanen�s. Insurance requirements are contained in Section DO 61 25 Ceitificate of Insurance. END OF SECTION 70 C1T�' 0�' FOKT'WpRTH Alliance Airpnrt Taxiway P, Phase 2 FAA General Provisivns GP-5 Project Num6er 103009 5ECT10N $0 �XECLTTION AND 1'ROGRESS Page l nf 3 SECTION 80 �XECUT�ON AND PROGRESS 80�01 S.ubSetting nf eont�a+et. The Owner wi11 not t•ecognize any subcontractor on the work. The Cantractor sl�all at a11 times when wo�'k is in progtess be i•epresenied either in person, by a qualifiad superintendent, or by othcz' designated, qLialified represe��tative w�o is duly autliQrized to rece�ve anti execute orders of the Resident Project Represer�tative (RPR}. `l'he Cantractor shall perform, with his orga�izatiais, an amount of t�ork equal to at least S4 percent af the total coiltract cost, Should the Contractor elect to assigzl their eontract, said assignment shall be eoncurred in by the surety, shall be presented for ti�e consideration and appz'aval of the Owner, and shall be consummated only �n the written approval of the Owner. The Cnntractor shall provide copies of all subcantracts to fhe RPR I� days priar to being atilized Qn the project. As a rninimum, t�e informatio� s�►all incSude Ehe following: � Subcontractor's legal company tcame. 0 5ubcontt�actor's legal company address, including County name. o PrincipaI contact person's name, telephone and fax number. � Coinplete narrative description, and dollar val��e of the wor�C to be performed by the subcontract�r. o Copies of i•eqLtired insurance certificates in accordance with the specifications. � Minorityl non-mi�nrity status. 80-02 Notiee to proeeed (NTP). `The Owners notice to proceed wiI1 state tlae date on which contract time eoz�nmences. The Contractor is expected to commence project operations within 10 days of the NTi' date. '['he Contractor shall notify the RPR at least 24 hours in advance of ihe time contract a�aexations begins. The Contractor sisall not coinmence any actual operations prior ta the date on which th� notice to proceed is issued by the Owner. SO-03 Exeeation and progress. Uniess othej•wise specified, the Contractor shall submit their coordinatad construction se.11edule showing all work activities foz' the RPR's review and acceptance at least 1Q days prior to the start of vvork. Th�e Cantractoz•'s progress schedule, once accepl:ed by the RPR, wiil represent the Contractar's baselin� plan to aecoznplish the project in accordance wiih the terrns and �condifions of the Contract. Th� RPR will compare actual Contractor progress a�ainst the haseline schedule to detertnine that status af the Contractar's perforinance. The Contxactar shall provide sufficient materials, equip�ent, and labor to �?uarantee the comp�etion of the project in accordance with the plans and specif cations witk�in t�e tirne set forth in the praposal. If the Coritractor falls signiiicantly behind the submjtted schedule, the Contractor shall, upon tlie RFR's request, subm.it a revised schedule for completion of the woxk within #he caratract time and modify their operations to provide such additional materials, equipment,. and iabor necessary to meet the revised schedule. Should the execution of the wark be discontinued for any reason, the Contractor sha11 notify tkze RPR at least 24 hours in advance of resuzning operations. The Contractor shall not cammence any actuai construction prior to tkte date on whleh the NTF is issued by the O�vner. CITY OP FO1ZT WOItTH Alliance Airport'Paxiway T', Phase 2 FAA General Provisions GP-1 Project NumUer f 03000 SECTION 80 EXECUTIQIV ANT7 PRQGRE5S Page 2 of 3 The project schedule shall be prepared as a network diagram ii1 Critical Path Metl�od (CPM), Program Evalua#ion a��d Review Technique (PERT), or o�3�er forn�at, nr as otherwise specified. It shall inclutfe ii�formation an the sequence oft work acti�itres, inilestone dates, and activity ditration. The schedule shall show all work ite�ns ideYltiiied in khe projeci pz'aposal for each work area and shall include the project start date and end date. The Contractor sha11 mai�stain t11e work sclledule and pxavide an update and anaiysis of t11e progress schedule on a znonthly basis, or as otllerwise specified in the eontract. Subrr�issior� of th� woric schedule shall not reli��e the Contractor Qf overall responsibility fot scheduling, sequencing, and coardinating ail worlc to comply with the requ�remejzts oF the contract. SO-Oa Limitation of opera�ions. The Contractor shall control their ope�'atians and the operations of their subcontractars and all suppliers to provide for the free and unobstructed movement of aircraft in the air aperations areas (A0�1) af the airport. When the work requires the Contractor to conduct their operations witYuil an AOA afthe airport, the work shall be coordinated with airporE operatians (thrnugh the RPR} at least [ 48 ho�.u•s ] prior to commencement of sucl� work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary teznparaiy inarking, signage and associated lighting is in place as provided in Sectian 7Q, pa�'agraph 70-08, Construetion Safety andPhasingPlan {CSPP). Whe�� the cont�•act work requires the Contractor to work within an AOA af the azrport on an intermittent basis (i�-�termitter�t opening and closir�g of the AOA}, the Contractar shall maintain constant commur►ications as speci#`ied; immediately ohey all instructioias Yo vaeate the ADA; and imm.ediately obey ail instructions to resume work in such AOA. Failure to maintaita the speciiied ca�n�nunications or ta obey instruetions shall be cause for suspension of the Coniractor's operations in the AOA until satisfactory conditions are prov�ded. T�e areas offihe AOA identiiied in the Construction Safety Fhasing Plan (CSPP} and as listed below, cannot be closed to aperating aircraft to pennit ihe Cantractor's operations on a continuous basis and wili therefo�re be clased to aircrafi operatians intermitten#1y as follows: o Runway 16L-34R and Runway 16R-34L may npt be ciosed concurrently. � Runway 16L-34R lnay not be closed betwveen November 8 2021 and .Tanuary 2, 2022 o Runway 1bL-34R and Runway 16R-34L may not be closed d�u'ing, or t�e week preceding, NASCAR and Indycar events at the Texas Motor Speedway (three per year}. • No const�•uction operations are pe��rnitted within the AOA during, or during the week precedii�g, the Ajliance Air Show, currently scheduled for Octaber 23 — 2�1, 2�21. Thzs restriction also applies to the Al�iance Air Show in 2022 that is not yet scheduled. The Contractor shall be required to conform to sa.fety standards contained in AC 15415370-2, �perationa� Safety on Airports During Construction and the approved CSPP. SO-0�4.1 Operational safety on au•port during construciion. All Contractors' operations shall he conducted in accordar►ce with tha approved project Construction Safety and Phasing Plan (CSPP} and the 5afety Plaii Gompliance Document {SPCD) and Yhe prot�isians set forth within t11e current version of AC 150/537�-2, Operational Safety nn Airports During Constructi�n. The CSPP included within the contract documents coilveys mitliinum requirements fox operational saf�ty an the airport duriiig const�'uction activities. The Cantractor shall prepare and submit a SPCD that details how it proposes to comply with t�e rec�uirements presented withiz'� the CSPP. The Contractor s�ail impletnent all necessaiy safety plan measures prior to comrnencement of ai�y work �.ctivity. The Contractor shall conduct routine checks to assure epmpiiance with the sa�ety plan meast�res. CITY OP FORT WORTI�T Allianca Airport Taxiway P, Phas.e 2 FAA General Provisions GP-2 ProjectNumber 1Q3OQ0 SECTION 8D EXECUTIOM AND PROGRESS Page 3 of3 The Contractar is responsible to tlle i0wner for the conducf of al] subcontz'actors it employs �n t1�e project. Th� Con�•actor shall assure that all subcontractors are matle aware of the eequirements of the CSPP and SP�D and that they imp�emenY and znaintain all necessary measures. No deviatian or modifications �nay be made to �he appro�ed CSPP and SPCD un�ess approved in writing hy the Owner. The necessary coordination actians to review Co�tractor proposed modific.ations to an approved CSPP or approved SPCD ca►1 require a significant amount of time. SQ-U5 Character of warl�ers, methods, and eq.uipment. The Cantractor slnall, at all times, employ sufiicient labor aiid ec�uipment for prosecuting the wark to full completion in the tnanner and time required by the conh•act, plans, and specifications. All workers shall have suificient skill and experience to p�rforin properly the work assigned tn them_ WQr�Cers engaged in special work or skilled vdark shall ha�e sufficient experience in such work and in the aperatian of the equipment required to per%rnn the work satisfactorily. Any person ��np[oyed by the Contractor or by any subcontractor who �ialates any op�t�afianal regulations or opera#ianal safety requirements and, in the opinion of the RPR, does noY perform his work �n a praper and skillful manner or is intempe�'ate or disarderly shall, at the written rec�uest of the Rl'R, be rennoved immediat�ly by the Contractor or subcontractor employing such person, and shall nof be employed again in any �ort�an of the work without approval of the RPR. ShouId the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR may suspend the work by written notice until compliance with such arders. Ali equipment that is proposed to be usad on the work shall be of sufficient size and in suct� mechanicaj condition as to meet requireinenfs of the work and to produce a satisfaetory quality of work. Equipment use.d an any portion ofthe work shall nat caus� injury to pre�iously compleied work, adjacent property, or existing airport facilities due tb �ts use, When the methods and equipment ta be use3 by the Contractor in accompIishing the work are not prescribed in the contract, the Contrac�or is free to us� any methotls or equipinent that will accamplish t�e work in eni�formity vv�th t12e requirements ofthe cantz'act, plans., and specifcations. Wt�en the contract specifies the use of certain methods anci equipinent, such methods and equipment shall be used unless otherwise autharized by the RPR. If the Contractor deszres to use a method or type of equipment other than specified in the coatract, the Contra�tor may request authority fi'ain tk�e RPR ta do so. The reques� shall be in writing and shall include a full description of the metllods and equipment proposed and of the reasnns for desiring to make tiie change. If approval is given, it wi11 be on the condition that the Contractor will be fully responsible for producing work in confarmity with contracf requirements. If, after trial use of the substituted methods or equipment, the RPR determines that the work produced does not meet contract requirements, the Contractor shall discontinue tlie use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Cantractor shajl remove any deficient work and replace it with vrork of specified quality, or take such other cort'ective action as the RPR may direct. No chan�e will be made in basis of paym�nt for tlle cont��act iterr� invalved nor in contract time as a result of autliorizing a change in methods flr equipment under this paragraph. SO-06 Temporary suspension of the work. The Owner shall have the authority to suspend the wark wholly, or in part, for such period or periods the Qwner may deem necessary, due to unsuitable weather, or oiher conditions considered unfavorable for t12e execution of the work, or for such titue necessary due to the failure on the part of fhe Coi1t�•actoz' to carry out orders given ar perForm any or all provisions of the contract. In the event that the Coniractor is ordered by the Owner, in writing, to suspend work far same unforeseen cause not otherwise prt��vided for in the contract and over which the Con�ractor has no cnntrol, the CITY OF PORT WDRTH Alliance Airport Taxiway P, Phase 2 FAA General Provisions GP-3 Project Number 103Dfl0 SECTION 80 L'XECiITION AN17 1'AOGRESS Page 4 of 3 Contractor inay be reimbursed fot' actual money expended on the work during the period of shutdown. No allowance will be made far anticipated profts. `The period af shutdown shall be computed fram the effective date of the written order to sttspeild work io the effective dat� of the written order to resuzne the work. Claims for suc�� cornpensatioi7 shall be iiled with the RFR withi�a the time period stated in the RPR's order to resume work. The Cor►tractor shall subinit with thei.r ou+n ciairn information s�zbstatztiating the amount shown on the claim. The i21'R will forward the Contractor's claim to the Owner for consideration in accordat�ca with local laws o�' oj�dinae�ces. No provision oi this article shall be consirued as entitiing the Contractor to compe��sation far de�ays due to u�clement weather or fo� any other delay provided for in the contraet, plans, or specifications. If it becoznes ��ecessary to suspend worlc for an indefinite period, the Contractor shafl store all materials in such rr►anner that they will not becorr►e an obstruction nor become damag�d in any way. The Contractar shall take eveiy preca�tion to gr�vent datnage or deterioration of the work pei�formed and provide for normal drainage of the work. The Contractar shall erect temporary structures where necessary to pro�ide far braf�c an, to, or %rom the airport. 80-0'� Determination and extension ot contraet iiunne. The number of calendar days slYall be stated in the praposal and contr�ct and shall be known as tlle Contract Time. If ihe caniract ti�ne requires extension for reasQns beyond the Contractor's conirol, it shaIj be adjusted as fallows: 8D-Q7.1 Contraet time based on calendar days. Contract `I'icne based on calendar days shall cansist oi the number of calendar days stated in the contr�et coLmting froxr� the effective date of the Notsce to Proeeed and including all Saturdays, Sundays, hoiidays, and non-work days. All calendar days elapsing between the effective dates of ti�e Ownei's orders to suspend and resume a�I �vork, due to causes not the fauit of the Contractar, shalI be excluded. At the time of final payment, the contxact time shall be increased in the same proportion as the cos� of the actually completed quantities bears ta the cost of th� originally estimated quantities in the proposai. Such inerease in the contract tiine shall not consider either cost oi work or tile extensian of contract tiine that has been covered by a change order or supplemes�Yal agreement. Gharges against the contract time will cease as of the da1:e o�flnal acceptance. 80-0$ Failure ta complete on time. For each cal�nriar day or working day, as specifced in the contract, that any work rernains uncompleted after ti�e contracttit�e (including all extensions anci adjustments as provideci in paragraph 80-07, Dete�minatron and Extension of Cq�tract Time) the sum specifi.ed in the contract and proposal as liquidated damages (LD) vvill be deducied from any money due or to becorr►e due ihe Contractflr or their ovvn surety. Such d�ducted sums s17a1] not be deducted as a penalty but shall be considej•ed as liquidatian of a reasonable po.rtion af damages incjuding but not �imited to additional enginee�'sng services that w111 be incurreci by the Owiler should th� Contractor fail to complete ihe wark in the time pravided in their contract. �chedule Liquidated Damages Cost Allow�d Constructian Time Bid Schedule 1$b,QQO per day 210 Calendar Days Bid 5chedule 2$6,000 ger day 36S Calendar Days Bid Sch�dule 3$6,040 per day 550 Calendar Days Only one bid schedule wili be awarded, depending upon available funding. Permitting the Contractar to continue and �nish the work or any part of it after the tirrie fixed for its completion, or after the date to which the time far completiazz may have been extended, w�ll in no way aperate as a wavier a�a the pai�t of t12e Owner of any of its rights under the contract. Cl`i'Y OF FORT WORTH Allianee Aupart Taxiway E', Phase 2 FAA General Provisions GP-4 Project l+fumber 103000 SECTION 80 �XECUTION AI+iD PROGRESS I'age 5 of3 80-U9 Default aad terminat'son oicontrRct. Ti1e Cotitractor s1�aII be cansideted in default oftkeir contract and sucl� default wili he cansidered as cause for the Owner to termi��ate the cont� act far any ofthe following reasons, if the Contracto�': a. Fails Yo begin the work under th� c�rltract within the time specifieci in the Notice to Proceed, or b. Fails to perform the work or fails to provide suffieient workers, equipm�nt anci/a.r inaterials io assure completion of work in acco3�dance with th� terms ofti�e cantraet, or c. Perforins the work unsuitably o�' neglects or refuses to remove materia[s or to perform anew such work as may be rejected as unacceptable and unsuiCable, or d. Discontinues the e�eclttion of the worlc, or e. Fails to resume warkwhich has been discontinued within a reasonable time after natiee to do so, or f Becomes insolvant ar is declared hankrupt, or coinmits any act of banicruptcy or insolvency, or g. Allouvs any final judgment to stand against the Contractor unsatisfied for a perjod of 10 days, ar h. Malces an assignment for the beiiefit af creditors, or i. For any otlier cause whatsoever, fails to carry on the work in an acceptable manner. ShoLild the dwner consider #he Contractor in default of the contract far any reasan abave, the Owner shall inninediately �ive written natice to the Cozltrac�or and the Cpntrac�or's surety as to Yl1e reasons for considering the Coz�tractor in default and the �wner's intentions to tet�ininate the contract. Ii the CQntractar or surety, within a period of 10 days after such notice, does not Qroce�d in accordance therewith, then the Owner will, upon written notif cation from fhe RPR of the �acts of such delay, neglect, or default and the Cant�•actor's failure io comply with such notice, have fulI power and authority without violating the eontract, to talce the execution of the work aut of the hands af the Confiractor. The Owr7er may appropriate or use any ar all matei7als and equipuzent #hat have been mohilized for use in the work and are acceptabie and may ent�r into an agreement for the campletion of said contract aGcordirig to the ierms and provisions thereof, or use such other methods as in tI1e opinion of �lle RPR vt+ill b� required for the completion af said contract ir� an acr,eptable ma�u�er. All costs and cha�•ges in�urred by the Owner, together w�tli the cost of compieting the work under cantraet, will be deducted from any monies due or which may becoine due the Cantractnr. If sueh expense exceeds the sum which would have been payable under the contract, then tYte Contractor and the surety shall be liable and sha11 pay to the Owner the amount of such excess. 80-1Q Termination for naiional emergenc�es. The Owner shall tetminate the contraet or portion thereaf by written notice when the Cantracior is pr�vented fram proceeding with the coi�struction contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. Whe� the contract, or any portion thereof, is terrninated befare completion of a11 items of work in the contract, payrr►ent will be inade for the actual number of units or items of work completed at the confiatact price or as rnutually agreed for itetns of work partially cornplet�d or nat started. No claims or lass of antieipateci profits sha31 be considel'ed. Reimburse�r�ent for organization of the wark, and ather o�erhead ex�enses, {when not a#herwise i��cluded ii1 the contract) and moving equiprnent and mafierials to and fro tn the j ob wiil he cansidered, the intent being that ai� equitable settlement wi�l be made with tlxe Contractor. Acceptable materials, obtained or ardered by� the Contractor for the work and that are not incarporated in the work shall, at the option of tY�e Contractoi•, be puz'chased froui the Contractor at actual cost as shown by receipted bills and actual cast recards at such paints of delivery as may be designated by the RPR. CITY aF FORT WORTH A1liance Airport T�xiway P, Phase 2 FAA Ganeral Provisions GP-5 Project Number 103D0� s�cTioH so EX�'CU'1'ION ANI] PROGAESS Page 6 of 3 Terininatioil of the contract or a pot�ion thereof shall neither relieve the Contractor of tl�eir responsibilities for ti�e campl�ted work noz' shail it reiieve t�eir su�•ety of iis obIigation for and cnzlcernitig any just claim arisin� out of the work gerformed. 8Q-11 Worl� ar�a, starage area and sequenee of operations. The Contractor shall abtain approval from the RPR pz'iar to beginning any work in all areas of the airport. No operating runway,. taxiway, or air operatioz�s area (AOA) si�all be crossed, e»tered, or obstructed wl�ile it is operatianal. Tl-►e Contracto�• shall plan aa�d eoorc{inate work in accardance with the approved CSPP and SPCD. END OF SECTION 80 CITY OF FORT VvORTH Alliance Airpart Taxiway P, Phase 2 FAA General Pro�isions GP-6 Project 1Vumber 103000 SECTION 90 M�,ASIJR�MEMT ANJJ PAYMSNT Page I of 3 SECTION 90 MEASURENIENT AND PAYMENT 90-01 Measurenient of quantities. All work completed under the contract will be ineasured by the RPR, ar their authorized representatives, usia�g United States Customary [7a�its of Measuxement. The metl�od of ineasurement and computations io be used in datermination of quantiti�s of material fur�lished and of w+ork perfoimed u:nder the contract will be those rnethods generally recognized as conforming to goad e�gineering practice. Unless otherwise specifted, longitudinal measurements for area computations will be made horizontally,. and no deductions will be made for individual iixtures (or leave-oLlYs) having an area of 9 squa�e feet (0..8 square meters) or less. Unless otherwise specified, trans�erse measuremen�.s for area camputations will be tl-i� neat dirnensions show�n on the plans or ordered in writing by the RPR. Unless otherwise specified, all contract items wi�ich are measurad by the lineax faot such as electrical ducts, conduits, pipe culverts, unda rdrains, and similar items sha11 be measured parallei to the hase or foundatioil upon which such items are placed. The term "lump surn" vvhen used as an item of pay�nent will mean complete payment %r the work described in Yhe contract. Vv'`hen a coinplete str�.�cture or structural unit (in effect, "Iump sum" work) is specified as th� unit of ineasuz'ement, the unit will be coi�strued to include ali necessary fittings and accessories. 'W�en requesied by tMe Contractor and appcoved by the R�'R in wri�ing, material specif ed to be measured by the cubic yard (cubic meiar} may be wreighed, and suck� weights will be converted to cubic yards {cubic meters) for pay�nent pu�•poses. Factors for conversion from wei�ht �neasureinent fa volume measurem.ent will be determined by the RPR and shall be agraed to by the Contractor before such method of ineasurement of pay qLlantities is used. Measurement and Payment Terms Term Description Egcavatio� and In computing volutnes of excavation, the average end area method v,rill be used Embankment unjess otherwise specified. Vo[ume Measnremea� and The ter►n "ton" will mean the short tan consis�ing of 2,000 poui�ds (90? km) Proportion by avoirdupois. All materia.ls that are tx��asured or pz�portioned by weights shall be Weight weighed on aceurate, independently certified scales hy competent,. qLialiii�d personnel at Iocaiions designated by the RPR. If material is shipped by rail, the car weight may be accepted provided that only the actual weight af materiaj is paid foz'. Hovvever, car weighis will not be acceptable for material to be passed thi-qugh mixing plants. Trucks ti�sed tv haul inaterial being paid for by w�ight shal� be weighed empty daily at such times as the RPR directs, at�d eacil truck shall bear a plainly legible identificaiion mark. Measuremen.t by Materials to be measu�d by volume in the hauling vehicle shall be hauled in Vo�ume appraved vehicles and measured therein at the point of deli�eiy. Vehicles for this purpose may be of a��y size or type acceptable fQr the materials hauled, providad that the l�ody is of such shape tllat the actual contents inay be readily arad accuratel determined. All vel�icles shall be loaded to at least their water level CITY bP FOIiT WORTH Alliance AirporiTaxiway P, Pliase 2 PAA General Prov'tsions Gl'-i Qroject Number 1d3000 s�.c�rroN 40 �vIEASURHM�I+1T AND PAYMSIVT Page 2 of 3 Term Description capacity, and al� loads s1�all be leveled when the �enicles arri�e at the p�int of delivery. Asphalt Materiai Asphalt rnaterials will be measured by tiie gall.an (liter) or ton (kg}. When m�asurec3 by volume, such voluir�es will be measured at 60°F {16°Cj or u�ill be car�'ected to the volume at 60°F (16°C) Lisi��g ASTM D12SQ for asphalts. Net cer�ified scale weights or w�ights based on certified voluznes in the casa of rail shipments wi11 be used as a basis of ineasitre�►ent, subjeci to correction when asphalt material has been lost from the car or tl�e distributor, wasted, or otherwise not incorporated in the wark. When asphalt materiais are sY►ipped by t�'ucic or kransport, net certifed weights by volume, subject to coirection for �oss or foaming, will be used for co�nputing quantities. Cement Ceinent wili be measu�'ed by the ton (kg) or hundredweight (km). 5tructure Structures will be measured according to neat lines shown on the plas�s or as altered to fit �elci conditions. Tirnber Timher wiii be tneasuzed by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement wilj be based on nominal widths and thicknesses and the extreme len�h of each piece. Plates and Sheets The thickness of plates and galvanized sheet used in t�e manufacture of corrLlgated metal pipe, m�tal plate pip� culv�rts and arehes, and metal cribbing will be specified and measured in decimal fraction of ineh. Misce[laneous When standard manufactured iteins are specified such as fence, wire, plates, rolled Iterns shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section diznensions, etc., such identi�cation will be considered to be nominal weigMts or dime�sions. Un1ess mare stringently controlled by tolerar�ces in citeci specifications, mv�ufaciuring tolerances established by the industries involved will be accepted. Seales Scales must be tested for accuracy and serviced 6e%r� use. Scales for weighing materials which are required to be proportioneci or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, ar be certified permanently instal.led c�mmercial scales. Platform scales shalj be installed and maintained with the platform level and rigid bulkheads ai each end. Scales shall be aceuraie within 4.5% af the correct weig�t throughout the range of use. The Cpntractor shafl have the scales checl�ecf uzader the observation of the RPR before beginning work and af such other ti�r�es as requested. The intervals sha11 be uniform in. spacing thraughout the graduaied or marked l�ngth of the beam or dial and shall nat exceed 0. i% of the nominal rated capacity of the scale, but not less than one pouiid (4S4 grams}. Th� use of spring balances will not be p�rmitted. Ii� the event insp�ction reveals the scales have been "oveitiveiglling" (indicating znore than correct wei ht t�e will be immediatel ad'usted. All materials C1TY OF FORT WORTH Alliance 6tirport Taxiway P, Phase 2 PAA Gene��al Provisions GP-2 Project Number ! D3000 S�CTiON 90 M�ASUR�MENT AND PAYMENT Page 3 of3 Ter�n Description received subsequent to the iast previotiis cor�•ect weightiz�g-accuracy test wili be reduceci by the percer�tag� oierror �n exc�ss of 0.5%. In 1:he e�vent inspectian reveals the scales laa�e bean under-weighing (indieating less than correct weight), they shall be imjnediately adjusted. Na additiional paytzient to tlte CQntractor will be allowed for materials previously weighed and recof'ded. Beams, dials, platfarms, ar�d other scale equipmeni shall be so arranged that the operator and the RPR can safely and co:nveniently view them. Scale installat�ons sha11 have available ten standard SO-pound (23 km) weights for testing the wei�hing equ�pment ar suitable waigl7is and devices for ather appraved equipment. All costs in connection with fun�ishing, installing, cez��fying, testing, and maintaining scales; for furnishing check weights and sca3e house; and far ali otl�er items specifiad in t�is sul�section, for the weighing of materials fo�• proportianing or payment, shall be included in the unit eontract grices for the variaus items of the project. Rental Equipment Rental of ec�uipment will be measured by time in hoLrrs of actual working fi3ne a��d necessaly travelin� tirr►e of the eqli�pment within the limits oi the work. Specia� equipment ordered in conneciian with extra. work wili be measure.d as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-OS Payment for Ext�^a Work. Pay Quantities When the estimated quantities for a specific portion of the work are desigi�ated as the pay quannties in the contraci, they shall he tha fnal guantities for which payment for such specific portion afthe work wi�l be inade, unless the dimensions af said porkions of the work shown on the plans are reyised 6y the ftPR. If revised dimensions result in an increase or decrease in the quantities of such vrork, tlae final quantities for payment will be revised in t�ae a.mounl: represented by the authorized chan�es in tt�e di�nensians. 90-02 Scope of payment. The Cont�actor shall recei�e and accept cotnpensation provided for in the contract as full payznent for furr►ishing a11 materials, foz• performing a11 work under the contract in a complete and acceptable manner, and for af1 risk, loss, damage, or expense of wl�.atever character arising out of the nature oithe work or the execution thereof, subject to the provisions nf Section 7a, paragi•aph 70-18, No Waiver afLegal Rights. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work ar material essential to the item, this satne work or material will not also be m�asured for payment under any other contract itetn which may appear elsewhere in the coniract, plans, or spec►fications. 9D-43 Compensation for altered qua�atities. VtThen the accepted quantities of work vary from the. quantities in the proposal, the Contractor shaII accept as �ayment in full, so far as cnntcact ite�ns ax'e concerned, payment at the original contract price for the accepted quantities of work actually completed and accept�d. No aliowance, e�cept as provided for in Section 40, paragraph 40-02, Alteratiota of Work and Quantfties, will be made far any increas�d expense, lass af expected reimbursement, or lass of a�iticipated CITY QF rORT WORTH Alliance Airport Taxiway P, Phase 2 FAA General Provisions GP-3 ProjectNumber 103060 S�CTTON 90 MEASURL�M�NT AAiD PAYIVIENT page A of 3 prafits suffered or claimed by the Contractor which results directly fram such alterations or ittdirectly from their owtl uilbalanced allocation of ovarhead and profit aino�Zg the eantract iten�s, or from any other cause. 94-p�i Payment for omitted ite�ns. As speci�ed in Section 40, paragraph 40-03, Oinitted Items, the RPR s�all have the right to omit from the wark (order ne�nperformanc�) any contract item, excegt inajor coiztract items, in the best interest of th� Owner. Should the RPR omit or order nonperformance of a contract item or poriiQn of such item from the worie, the Contraetor shall accept payment in fiill at the c4ntract prices for any work actuall.y completed and acc�ptable prior to the RPR's order to omit or nan-perform such contraci item. Acceptable materials orderad by the Contractor or delivered on the work prior to the date of the Rl'R's order will be paid for at l:he actual cost io the Contracto�' ai�d shall thereupon become the. property of the Owner. In addition to the re�mbursement hereinbefore provided, the Contractor shall be raimbursed foz' all actual cqsts incurred for the purpose of performing the omit�ed contract item prior to the date of the RPR's order. Such additional costs incurred by the Contractor must be directly related to the d�leted contract item and sha.Il be sup�orted hy certified statements by the ContraGtor as to the nature the amount of such costs. 90-05 Payment for extra r�varl�. Exira work, perforzned in accordance with Section 40, paragraph �k0-04, Extra Work, wili be paid for at the cont�act prices or agreed prices speci%ed in the change order or supplem ental agreement authorizing the ext��a work. 90-06 Partial payments. Partial payments will be made to the Cu��tractor at least once each month as the work progresses. �aid payinents tivill be based upon estimai�s, prepared by the RPR, of the value of the work perfonned and materials complete aild in place, in accordan�e with the contract, plans, aa�d specifications. Such partial payments may also include the delivered actual cost of those matarials stockpiled and stored in accordance with paragraph 90-07, Payrnent fo� 1Vfaterials on Harad. No partial payment wi{1 be tr�ade ruhen the amount due io the Contractar since the last esti��ate amounts to �ess than five hundred dollars. a. From the total of the ainount determin�d to be payahle on a partial payment, five (5) percent of suc11 total amount will be deducted atad retained by the Owne�• for protectian of the Owzaer's interests. UnSess otherwise instructed by �lie Owner, the arnount retained by the �vtmer wiil be in effect until tl�e final payment is made except as follaws: (1) Cont�actor may request release of reYainage on warl� that has been partially accepted by th� Owner in aecordaiice with Section 50-]4. Contractor must provide a certified invoice to the RPR that supports the value of retainage held by the Ow��er %r partiaZly accepted worl�. (2) In lieu of retainage, ttre Coi-�tr•aetor may exercise at its option the es#ablishment of an escrnw account per paragxap1190-08. b. The Cont�•actor is required to pay ail subcantractors for satisfactory performance of their co�tracts r►o later than 30 days af�er the Contractor has received a partial payment. Cazatractor must provide the Owner evidence of prompt and full payment of retainage held by th� prime Cont� actor to the subcontractor within 30 days after the subcontractor's work is satisfactoril}� cotnpieted. A subcontractor's work is satisfactorily completed when all the tasks called for it� the subcontract have been accampl�shed and doeumented as requirad by the Owner. Wh�n the Otvner has made an incremental a�ceptance of a portion of a prime eontract, the wor� of a subcontractor covet�d by that acceptance is deerned to be satisfactorily eompleted. c. When at least 95% of the work nas been campleted to the satisfaction nf the RPR, th� RPR shall, at tlae Owner's discretion ar�d wit,ia the conses�t of the surety, pre�are estimatas of both �he contract value and the CITY QF FORT WQRTH Alliance AirportTaxiway F, Phase 2 FA.� General Pr�visions GP-4 Project NumUer 103000 s�cT�arr �o MEASUREMENT AND PA'YIvfENT Page 5 of 3 cost of the remaining work to be dane. The Owner may retain an amount not Iess ihan twice the cor�tract vaiue or estimated cast, whichevez' is greater, of tl�e work remain�ng to be don�. T11e remainder, less al1 previous payments and deductions, will then be certifed for payment to the Contractor. It is understaod and agreed that the Contractor shall �tat be entitled to de�nand ar receive partial paymant based on quantities of v�+ork iii excess of those provided in the propo.sal or covered by approved change orders or supp�ei�►e��tal agreein�nts, except when such excess quanYities have b.eazl detei•mined by the RPR to be a part of tlie �z�al quantity fo�' the item oi work in question. No partial payment shall biT�d tY�e �wner to the acceptance of any nnaierials oj� work in plaee as to quality or quantity. AIl partiai paymex�ts are subject to correction at tl�e time of iir►al payment as pz'ovided 'u� paragraph 9D-09, Aeceptance and Final Paytnent. The Coiltractor shall deliver to the Owner a complete release o.f all claims for labor and material arisit�g out of this contract before the £'inal payment is made. if any subcontraotor o.z• supplier fails to fiunish such a release in fuil, the Contractor znay fiirnis�► a bond or otl�er collateral satisfactory to the Owner to indemnify the Owner against any poiential lien or othet• such claim. The bond or collateral shall include all costs, expenses, and attorney fees ihe Owner may be compelled to pay in discharging any such iien or eiaim. 90-07 Pa�m�;nt for materials on hand. �'artial payments may be made to the extent of the delivered cast of materials to be incorpo�'ated in the work, provided that such rnaterials meet the requirements of the contract, plans, and speci�cations and are daI�vered to acceptable sitas on the airpoit property or at other sites in the vic�nit}r that are acceptable to the �wner. Such delivered costs ofstored ar stockpiled materials �nay be inchided in the next pai�tial payrnent after the following conditions are met: a. The material has beer► stored nr stockpiled in a manner acceptable ta the RPR at ar on an approved site. �a, The Contraciar has furnished the 1tPR with acceptable ev�dence of the quantity and quality of such stored or stockpiled materials. e. The Contractor has furnished the RPR witI� satisfaetory evidence that the �nater�al as�d transportation cosfs have been paid. d. The Contraetor has fua�nished the Owner iegal title {fi'ee of liens or encumbrances of any kind) to �he material stored or stocl�piied. e. The Cantractor has furnished �he 4wner evidence that the material stored or stackpiled is insured against lass by damage to or disappearance of such materials at any tim� prior to use in the work. It is understood and agreed that the transfer af titIe and the Owner's paytz�ent far such stored or stockpiled nnaterials shall in no way relieve �he Contractor of their responsibility for furnishing and placing such materials in aceordance with the requirements of the contract, plans, and specifications. In no cas� will the amount o.f partia{ payments for materials on hand exceed the contract price for such materials or the eoe�tract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plaiit materials. The Contractar shall bear ail costs associated with the partial payment of stored oz' stockpilecf materials in accordance with ihe pravisions of this paragraph, 90-QS Payment qf withheld funds. At the Cantractor's opkion, if an Owner wi#hholds retainage in accardance with the methods described jn paragraph 90-06 Partaal Payments, the Contractoz' may request that the Owner deposit the retainage into an escrow account. The Owner's deposit pf retainage into an escrow aceount is subject to the following co.nditians: a. The C.ontractor shall bear all expenses af es�ahlishing and mainiaining an escrow account and escrow agreement acca�atable to the Owner. CITY OF FORT W�RTI� Alliance Airport Taxiway P, Phase 2 PAA General T'rnvisions GP-5 Yroject Numbee 103000 S�CTION 90 MEASUREM�,NT AND PAYM��TT Page 6 of 3 b. The Contractar shall depasit io and maintaiii in such escrow only those securities ar ba�1k certificates of deposit as are acceptable to the Owner and having a va3ue not less than the retainage tha# wauld otherwise be witl-rheld fram partia] payment. e. The Contractar shal� enter into an escrow agreement satisfactary ta tlie Owner. d. The Contractor s�afl obtain tlta writieii consent of the surety to such agreement. 90-09 Acceptance and fmal gayment. When the contract wark has been aceepted in accordailce with tl�e requireinents of Section 50, paragraph 50-15, Final Acceptance, the RP'R will prepaz'e the final estimate of the items of work actually perforrned. 7'he Contract�r sha:il approve the RPR's final estimate or• advise the RPR of t�e Contractar's objections to the tina] estimate which are based an disputes in measliremei�ts or computations of the final c�uantities to be paid under the contract as ame��ded by change order or supplemental agreement. The Contractar and tlae RPR shall resolve al1 disputes {if any) in tlZe a�aeasurement and computation of fnaI quantities ta be paid within 30 calendar days oi fhe Contractor's �•eceipt of the RPR's %nal estimate. Tf, after such 30-day period, a disp�.ite still exists, i%.e Contractor may approve the RFR's estimate under protest of the quantities in dispute, and such disputed quantities shali be considered by the Owner as a cIaim in accordance with Seetion 50, paragraph 50-16, Clazms for Adjustrrtent and Dis�autes. After the Conh•actar has approveci, or ap.praved undej• protes�, the RFR's final eskimate, aiid afl:er the RPR's receigt of the project closeout documentation required in paragraph 90-11, Contracfor Final Project Documentatio�a, �nal payment will be processed based on the entia'e sum, or the undisputed sum in case of approval under �rotest, determined to be due the Contr'actor less a�l previous payments and a11 amounts to be deducted �uider the provisions of the coniraet. All priar partial estimates and payznents shall ba sub�ect to cor�'ection in the final estimate and payment. If t11e Contractor has filed a claim for additional compensation under the provisions of Section 50, paragraph SD-16, Claims forAdjustrnents and Disputes, or under the provisions of tIiis paragraph, such clai�ras will be considered by t11e Owner in accordance with local laws or �rdinances. lT�on final adjudication of such claims, any additional payment de#ermined to be due the Contractor wil.l be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a, it� addition to any other wai�anties in this contract, the Contractor warrants that work performed under this eontract confar�ns to the contract requirements and is fi•ee of any defect in equiprnent, inaterial, warkinanship, or design furnis3�ed, or pe:t�ormed by the Contractar or any subcontractor or suppl'zer at any tier. b. This warranty shall eontintte %r a period of one year from the date of final accepiance of the work, exeept as noted. If the Owner talces possession of any part ofthe work before f nal acc�ptance, this warrant� shall cnntinue for a pez'iod of one year from the date the Owner takes possession. However, this will n.ot rejie�e the Contractor fram corrective items required by the fit�al acceptance of the project �ork. L.ight Emitting Diode emitting diode (L�D) light fixtures with the exception of obstz-uction lighting, must be warranted by fihe manufacturer for a minimurri of four {4) years afler date of ins.tallatiori inclusi�e of a!i electronics. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Ca.ntractor sf�all rernedy at #1�e Contractor's expense any damaga to Owner real or �ersonal praperty, when Yhat damage is tihe result of tl�e Contractar's £ailure to conform to contract requirements; or any defect oi �quipment, rnaterial, workmanship, ar design iurnished by th� Contractor. d. The Contractor shall restare any work dainaged in �ulfl�ing the terms and conditians of this clause. The Contractar's warranty with respect ta vS+ark repaired oz' replaced will run for one year frorn the date of repair or replacement. CITY OP PORT WURTH Alliance Airpart Taxiway P, Phase 2 FAA General 1'rovisions GP-6 Project Number 103000 S�CTION 90 MEr1SUREMLIVT AND PAYMENT P�ge 7 af3 e. The Owner will notify the Contractor, ii� writing, within thirty (30) days after the disco�eiy of a.ny faslure, defect, or damage. � f. If the Conttactar fails to rejnedy any failure, defect, or damage witl�in fourieen (14} days aftax rece�pt af notice, the Owner shail have tl�e rigf-►t to replace, repair, or otherwise remedy the failure, defect, pr dannage at the Cont��actor's expense. g. With respect to aIl warranties, express or implied, fro�n suUcontractQrs, man.ufacti.irers, or suppliers for work perforrned and materials furnished undcr this contract, the Contractor shail: (1) Obtain all warranties that would be given in narmal commercial practice; {2} Require aIl warranties to be executed, in writir►g, for the beneiit oftlle Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This wa.rranty sha11 not limit the Owner's rights wi�l� respect to latent defects, gross inistakes, or fraud. 94-11 Contractor Final �raject Docunraentation. Approval of final paymenf to the Contractar is contingent upan completio� ai�d submittal ofthe items listed helaw. The �inal payment wi�l not be approved untii the RPR approves the Conn'actor's final subinittal. The Contractor shall.: a. Provide two (2) copies of a11 manufacturer's warranties speciii�d for materials, equipment, and installations. b. Provide weekly payroll recards (not pi•eviously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cle�nup. d. Carnplete all punch list iterns identified during the Final Inspectian. e. P�•ovide complete release of all claims for labor and material arisang out of the Contrac.t. f. Provide a certified siatement signed by the subcontractors, indicating actual amoui�ts paid to the Disadvantaged Business Enterprise (DBE) subcont�-actors andlor suppliers associated with the project. g. When applicable per state requirements, return copies of sal�s tax completion �orms. h. Manufacturer's cei�tificati�ns for all items incorporated in the work. i. A1I required record drawiags, as-buiIt drawings or as-constructed drawings. ,�. Profect Operation and Maintenance (O&M) Manual(s). k. Security for Construction Warranty. 1. Equipment eommissioning docuinentatian submitted, if r�quired. END O� SECTI�N 90 C1TY OF F'QRT WORTH A1Viance Airpnrt Taxiway P, Pltiase 2 PAA General Prnvisions GP-7 Praject Numbar 1p3040. . � �T I I � � �� � VY C�� � � � � �� �� ��� � Federal Contract Provxs�ons Faderal Contract Pro�isinns Page 1 of25 T�CP-l. ACCESS TO RECORD� AND REPORTS Tl�e Cantraetor must maintain a� acceptable cost accountii�g system. The Conti•actor ag;rees to provide the Ow�ier, the Federal Aviatiot� Admia�istration and the Comptraller General of the United States oj• any of Lheir duly authorizad represeil�atives access tQ any boaks, documents, papers and reeords of the Contraetar which are directly pei�tinent to the specif c contract for the purpose of making audit, exa�nination,. excerpts and transca�iptions. The Contractor agrees to maintain all 600ks, �•ecords and reports required under this contract for a period of ��ot less than three years aier fina] payment is made and ajl pending matters are cfosed. �CP-2 BR�ACH OT CONTRACT TERMS Any viola.tion or breach of terms of this contract on the part of the Contractar or its subcontractors rnay result in t11e suspension oz' termination of this cantract or such other action that may be necessary to enforce the rights of the parties of this a�reernent. Owner will provide Cont�•actar written notice that describes the nature of the l�reach and cQrrective aetions the Contracl:or must undertalce in arder to avoid terinination of t�e cantract. Owner res�rves ihe 1'ight to witl3hold paymenis to Cnntractor uniil such time the Contractor corE•ects the breach or th� Owner elects to terminate the contract. The Owner's natice will ideniify a specific date by which the Contractor must correct the breach. Owner inay proceed with termination o�th.e contract if the Cantractoi• fails to conreci the breach by the c#eadjin� iaidicated in the Or�ner's notice. The duties and obligations imposed by the Contract Documents and the rights and remed�es a�aiIable thereunder aa•e in addition to, and not a limitation of, any duties, obiigations, rights az�d remedies othe�'wise imposed or available by law. FCP-3 GEN�RA.L CIVIL RIGHTS PROVI�ZONS The Cont�'actor agrees tn comply with pertinent statutes, Executive Orders and such rules as are promulgated to eilsw•e that no person shall, on the grounds of raee, creed, calar, national oxigin, sex, age, or disabiiity be axcluded fronn participating in any activity conducted with ar benefting fram Federal assistance. T`his provision binds the Cailtractar and subcontractors from the bid salicitation period through the completion o.f the contract. This pra�ision is in addition to that required by T�tle VI of tk�e Civil Rights Act of I96�. �CP-4 C1VIL RIGHTS — TTTLE Vx AS�iTRANCES COMPLIANCE WITH NONDISCRIMINATION REQUIREMENT,S: During the performance of this contract, tlae Contractor, for itself, its assignees, and successors in interest (hereinaf�er referr�d to as fhe "Contractor"), agrees as fo�lows: Compliance with Regulafions: The Contractor (hereinafter includes consultants) w�ll camply vt+ith the Title VI Lis# of P�x�inent Nondiscrimination Acts and Authorities, as they may 6e �znended fro3n time to time, wl�ich are herein inco�porated by reference and made a parl: of this contract. Nondiscrimination: The Cor�tractor, with regard to the wor�C perfai�rned hy it during the contract, will not discri�nii�ate on the grounds of t•ace, color, or national origin in the selection CITY OP FQRT WORTH Alliance Airpart raxiway P, Phase 2 Pederal Contract Prqvisions Project No. 103000 Revised April 12, 2U21 I"ede€al Conlrttcl Provisians Page2 of25 and retention of subcotatractnrs, inclt�ding procw�einents of materials and leases of equip3nenf. The Coz�tractor wilj not parficipate directly or indirectiy in the discrimination prahibited by the Nondiscrimination Acts arid Authorities, including employment practices when tlae cantract covers a��y activity, pra�ect, or program set farth in Appendix B of 49 CFR �art 21. Solicitations for Subcantracts, including Procurements nf Materials and Ec�uipin�nt: In all solicik�tians, either by competitive bidding or negotiation made by the Contractor for work to be perFormed under a subcont�•act, includiiZg proaurements af materials, ar leases of equiptr�ent, each potential subcontractor or supplier wijl be nofified by the Contz•actor of the contractor's obligations under this contract and the Nondiscriminatio�z Acts a�1d tluthorities on the grounds of race, coIor, or natioual origin. 4. Information ancf Reports: The Contractor will provide all information and reporis required by tlie Acts, the. Regt�l��ons, and direciives issued pursuant thereto and wi11 pez'mit access to ils books, records, accounts, other sources of information, and its facilities as may be detei�rnined by the sponsor or the I'ederal Aviation Ad�ninistration to be pertinent in ascartain compliance with such Nondiscrizninafion Acts atad Authorities and instructions. Whej•e any inforrt►ation required of a eontractor is in tk�e exclusive possession of anothex who fails or refuses to fumish the information, the Contractor will so certify to the sponsor or the Federal Aviation Adminisiration, as appropz'iate, and will set fot�th what eiforts it has made to obtain the information. Sanetians for Noncompliance: In the event of a Coniractor's noncompliance with the norn discrimitaatinn provisions of tl�is contract, the sponsor will unpose such contract sanctions as it or the Federal Aviation Administration may detei�rnine to be appropriate, including, but not limited ta: a. Withholding paymenfs ta the Contractor under t�te contract until the Contractar ca�plies; andlor b. Cancelling, termiiaating, or suspending a contract, in whole or in pai�t. 6. Incorporatian of P�•ovisions: The Contraetor will ii-�cl.ude the pro�isions of paragraphs one through six in every subcontract, including �rocurements of materials and leases af equipment, unless exempY by the Acts, the Regulations, and directives issued plxrsuant thereta. The Contractor will take action with respect to any subcontract ar procurement as the sponsor or the Federal Aviation Administration may direct as a xneans of enfo.rcing such provisions including sanctions for none.ompliance. Provid�d, that if the Contractor becomes involved in, or is tlueatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect lhe interests af the sponsor. In additio��, the Contractoz' may request the Linited States to anter into the Iitigat�on to protect tiae interests of the United States. TITL� V� LIST O�' PERTINENT NONDISCRIMINATION ACTS AND Ai7THORITIES During the performance ofthis contract, the Contractor, for itseI% its assignees, and successors in interest (hereinafter re%rred ta as the "Gontractor") ag�'ees to comply with the following non-discri�nination statutes and autharities; including but not lirnited to: CITY DF FORT WflRTH Alliance Airport Taxiway P, Phase 2 Pederal Cantract Provisions Project 1Vo. iO3D00 Revised April 12, 2021 Fedecal Contract Provisions Page 3 of 2S • Title VI of tl�e Civil Rights Act of 1964 (�42 U5C § 2040d et seq., 78 siat. 252) (prohibits discrimination oi1 fhe basis of race, col�r, natianal origin); � 49 CFR gart Z1 {Non-discriinination in �'ederally-assisiad programs of the Department af Trar�sp�rtation--Effecfuation of Title Vl of the Civil Rigl�ts Act of 1964); • The Uniforrn Relocatio� Assistance and Real Property Acquisition Policies Act of 1970, (42 U5C § 4601) (prohibits unfair trea�ineiat oi �ersons displaced ar whose property has been acquired because of Federal or Federal-aid programs and �rojects); � Section 504 of the Rehabilitation Aet of 1973 {29 USC � 794 et seq.), as amended (prohibits discrii�inatian on the basis of disabiiity); a��d 49 CFR par.t 27; o The Age Discrimination Act of 1975, as amended (42 USC § 6101 ei se�.} {p3•ohibits discriminatian pn the basis of age}; o Airport and Airway Irnprovein�z�t �1ct of 1982 (49 USC § 47i, Sect�on 47123), as amended (prohibits discrimi.nation based on race, creed, color, national origin, or sex); � The Civil Righfs Restoration Act of 1�87 (PL 14Q-249} (broadez�ed t11e scopc, coverage and app�icability of 7'itle Vl of the Civil RighCs Act of 1964, t.he Age Discrimination Act of 1975 and 5ection 504 of the Rehal�ilitation Act of 1973, by �xpanding the definition of the te�'i�s "programs or activities" to include all of the pragrams or activities of the �ederal-aid recipiei�,ts, suh-reGipients and contractors, whether such p:ragrams or activities are Federally funded or i�ot); � Titles II and III of the Az�nericans with Disabilities Act of 1990, which prohibit discrirrzination on the basis of disa6ility in the operatian of public entit�as, public and private transpprtation systems, places of public accommodation, and ceriain testing entities (42 USC �§ 12131 — 12189) as implemen#ed by U.S. Department ofTransportation reguiations at 49 CFR pan-ts 37 and 38; � The Federal Aviafion Ad�ninistrat�on's Nondiscrimination statute (49 USC §�7123) (prohibits discriinination on the basis of rac�., coior, national arigin, and sex); � Execuiive Order 1289$, �`ederal Actions to Address Ei�vuonmental Justice in iViinority Populations a�ad L,ow-[ncome Papulations, which ensu��es t�ondiscrimination against minority populaiions by dis.caiaraging programs, palicies, a�d activities with disprapoi�tionately high and adverse huma.t� health or environmental effects on minoj�ity ai�d low-income papulations; � Executive Order 13166, Improving Aceess to Services for Persons with Limited English Ptoficiency, and resulting agency guidance, national origin discriminatiQn includes discriinination because of limited E�g�ish pra�'iciency (LEP). To ensure compliance vvith Title VI, yo� must take reasonable steps to ensure thai LEl' persons have meaningiul access to your programs (70 Fed. Reg. at 740$7 to 74100); o Title IX of the Education Ainendments of 1972, as amended, which prohibits you fi'om discrimi�lating because of sex in education progratns or activiti.e5 (2Q USC 1681 et seq). FCP-� CLEAN A�R AND WATER POLLUTION CONTROL Contractor agrees to comply with aii applica.ble standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and tl�e Federa� Water PolIution Controi Act as amended (33 USC § CITY OF FOlZT WORT$ Allianee Airpart Taxiway P, Pl�ase 2 I'ederal Cnntract Provisions. Project No. 1 D3D00 Revised Aprii 12, 2021 Federal Contract Provisions Page 4 pi'25 1251-1387}. The Contractor agrees ia report any violation to the Owner imrnediately upon discovery. `I'he Ownez' assumes responsibility for notifying the EnvirQnmental Protection Agency (EPA) and the Federal Aviatioil Adnninistration. Contractor inust incfude this requirement En all subcoi�tracts that �xceeds $150,000. FCP-6 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Ove�'tiine Requiremei�ts. No contractor or subcontractor contracting for any part of the contract work which may requi��e or ir�voive the emplayment of lahorers or znechanics shal1 require or peilnit a.ny sueh laborer or mecI�anic, including watchmen and guards, in any warkweek in which he or she is ea�p.loyed on suci� work to work in excess nf forty �ours in suc11 vvarkweek uniess such laborer ar mechanic recei�+es compensation at a rate not lass tI�ai1 one and one-11a�1f tiines the hasic rate of pay fox aIl hours worked in excess of forty hours in such workweek. 2. Vioiation; Liahiliiy for Unpaid Wages; I,iquidated Damages. In the event of any violation nf the clause set forth in paragraph (1) of this claus�, the Contractor and any subcontra�tor responsible ther�for shall be liable far the unpaid wages. In addition, such cantra,�tor and subcontractor shall ba liabie to the United States (in the case of work done u��der contract for the District of Columbia ar a ierriYory, to such Distcict or to such tez'ritozy), for liquidated damages. Such liquidated damages shall be camputed with respect to each individual labarer or me.chanic, inclucEiilg watchmen and guards, employed in violation of the clause set forth in paragraph (1) nithis clause, in the sum of $ T 0 far each calendar day nn which such individual was required or permitied to work in excess of the sl:andard wa�-kweek of forty hours without gay�nent of tlie overtime wages required by the clause set forth in paragraph (1) of this claLise. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Ovvzler s�all upon its own action or upon written request of an authorized represantative of the Department of Labor withhold or cause to be withlxeld, fram any mone�rs payable on account of woi•k performed by the contractor or subcontractor under any such cantract ar any ot�er Federal contraet with the same prime contractor, or any other federally assisted contract sub�ect to tl�e Contract Work Hours and �afety Standards Act, which is held by the same prime contractor, such sums as may be determined to be neeessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragaph (2) of this clause. �4. Su�cnntractors. '1"he Cantractor or suhcontractor shal3 iusert in arfy subcontracts the clauses set forth in paragraphs (1) throtrgh (4) and also a clause requiring the subcontractor to inelude these c[auses in any lawer tier subcontracts. The prime contractor shal] he responsible far compliance by any subcontractor or lower tier subeontractor with the clauses set forth in paragraphs (1) t�rough (�4) of this clause. FCP-7 COPELAND "AN'I'r-KIGKBACK" ACT Contt°actor must comply with tha requireinents of the Copeland "Anti-Kickback" Act (18 USC 874 and 40 USC 3I45}, as supplemented by Department of Lai�or regulation 29 CFR pai�t 3. Co�tractor and subcontractors are prohibitec� from inducing, by any means, at3y person employed on the groj ect fo give u.p CITY OF FORT W012TH A![iancc Airpart Taxiway P, Phase 2 Federal Contract Provisions Project No. 103000 Rer+ised April 3 2, 2021 �ederal Contract Provisians Page 5 qf 25 any part of the compensat�on to which the employee is ei���tled. The Contractar and eack� Subcontractor must submit ta the Owner, a weekly statemeni on the wages paid to each employee performii�g on covered work durii�g 1:he prior week. Owner must report any violations af the Act to the Federal Aviation Acl�ninis�ratioii. FCP-8 DAVIS�BACON REQUTREMENTS 1. Minimti�an Wages. (i) A[l laborers and inechanies employed o�' v,working upan th� site of the work wi1! be paid unconditioilally and not less aften than once a week, and without subsequent deduction or rebate on any account (except sucla payroll deductions as are permitted by the Secretary of Lal�or under the Copeland Act (29 CFR Part 3)), the fuI1 amount of wages anci bona �tde fringe bene�i�s (or cash equivalent thereo� due at time of payment computed at rates not less than those co.ntained in the wage determination of the Sesreiary of Labor which is attached herata and rnade a part �ereof, regardless of any contracival relationship which may be alleged ta exist between the Contractor and sLich labarers and mechazZics. Contrihutions made or costs reasonably anticipated for bona fide fringe benefits under s�ctian 1(b)(2) of the Davis-Bacon Act nn bel�alf of laborers or �neehanics are eonsidered wages paid to such laborers or mechanics, suhject to the pravisions of paragra�h (1)(i�) of ihis section; also, regular contribut'tons made or eQsts incurred far more than a weekiy period {but not less oftei� than quarterly) under plans, fuzlds, or programs which cover the pat�icular weekly period, are deemed ta be constr�tcti�ely made or incurred during sueh weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe beneiits on the wage detez'�ninatiaii fof the c[assifi�cation of work actually performed, withaut regard to skil.i, except as provided in 29 CFR 1'art 5.5{a)(4}. Laborers ar mechanics performitlg work in more than one classificaiion may be compensated at the rate specified for each classification for the time actuaily warked therein: Proviclecl that the employer's payroll records accurately sei forth fhe time spent in each c�assi�cation in which woric is performed. The wage detenninakion (including ar►y additiozsal classification and wage rates conformed und�r (1)(ii) of this seetion) and th� Davis-Bacon posYer {WH- 1321} shall be posted at all times by the Contractor a��d its subcontractors at the s�te af the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contractir►g officer shall zequit'e that any class of iaborers ar mechanics, includiiig help�rs, which is nnt listed in the wage defermination and which is to be employed under the contract shall be classified in conforznance �vit�► the wage detertnination. The cantracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been rriet: {1) The wozk to be perforrned by the classi�cation requested is nQt pet•forrned by a c�assi.fication irr the wage determination; (2) The classification is Lktilized in the area by ti�e construction industry; and (3) The proposed wage rata, including any bona fide fringe benefts, bears a reasonable relatianship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and rnechanics to be employed i.n the classification (if known), or their representatives, and the contracting officer agree on the classifieation and wage raie (including the atnount designat�d for fringe benefits where appropriate), a report of the action Yaken shall be sent by the contracting offeer to the Administrator of the Wag� and Hour Division, Employment Standards CITY D� FOitT WdRTH Alliance Airport Taxiway P, Phase 2 Federal Coiilract Provisions Project No. 103D00 Revised April 12, 20� ] Pederal Gocrtract Provisions Page 6 of 25 Adininistratian, U.S. Departmeiit of I�abor, Washington, DC 20210. The Administrator, oz' an authorized representative, will approve, rnodify, or disappi•ove ev�ty additional classification action within 30 days of receipt a.nd sa advise fihe co.ntractiz�g afficer or wil� notify the contracCing ofiic�r within the 30-day pei•iod t�at additional time is necassary. (C) Tn the event the Con.tractor, tlae iabarers, or mechanics ta be employed in the classifcatioi3, or their representatives, and the cankracting officer do not agree on the propased classification and wage rate {including the amount designated fox fringe bene�ts where appropriate), the cantracting officer shall refer the questions, includzng the vieuvs of all inte:rested parties and the recommendation of the contracting oiiicer, to the Administrator fo�� d�iermination. The Administrator, or an auihorized representative, will issue a determination within 30 days of receipt and so advise the contractin� officer or will notify ihe contracting officer within the 3Q-day period that additional tizne is neeessary. {D) The wage xate {including friiige benefts w3�aere apprapriate) determined pursuant to subparagrapns {1)(�i) (B) ar{C) of this paragrapl�, shall be paid to all workers performing work in the classification under this contract from the first day on whic� work is performed in the classi%cation. (iii) W1�enever the minimum wage rate prescribed in the cantz'act for a class of laboters or mecha�iics includes a fringe benefit which is not expressed as an hourly rate, the co�atractor shall either pay tha benefit as stated in the wage determination �r shail pay another bona fide fi•inge benefit or an 12ourly cash equivalent thereof. (iv} If the Contractor does �ot make payments to a tz�ustee or other third person, the Cantractor rnay consider as part nf the wages of any lahor�t or mechanic the amount of any costs reasonably antacipated xn providing bona fide fringe benefits under a plan ar program: Pr�ovided that the Seeretaty of Labor has found, upon the written request of the Contractar, that the applicable standards of tlie Davis-Bacon Act have been met. The Secretaty of Labor may reqLti ra the Cantractor to set aside in a separate account assets for the xneeting of obIigations under the �lan or program. 2. Withholding. The Federal Aviatian Administratio�x or the sponsor shall upozl its pwn aciion or upan written request of an autl�arized representaiive of the Department of Labor withhold or cause to be withheld from the Cont�r'actor under this contract or any other Federal cantract with the same priine contractor, or any other federally-assisted contxact subject to Davis-Bacon prevailing wag.e: requirements, which is held by fhe same prim� contractor, so much oi the aecr�.ied payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full a�ount of wages required by the cantract. In the event of failure ta pay any Iabarer or mechailic, i�cluding any apprentice, irainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aeiation Administration may, after vvritten notice to the Cantractor, Sponsor, Applicant, ar Owner, take such actian as may be necessary to cause the suspension of azry fuc�ther payment, advance, or guarajatee of funds un.til such �iolati.ons have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records reiating thereto shall be maintain.ed hy the Contractor dUrii�g iiae caurse of the work and preserved for a period of three years th�reafter for al] laborers and mechanics working at the site of the work. Such records shall coi�tain the na�ne, address, and sacia� security number af each such CiTY DF FOItT WORTH Allian¢e Airport Taxiway P, Phase 2 Fedetai Conitaci Pravisians Project ldo. l �30Dfl Reuised April l2, 2021 Pedcral Cantract Provisions Page 7 of 25 worker; l�is or ller correct classification; haurly rates of wages paid (including rates of co�tributions or costs anticipated for bona fide fringa Uenetits or cash equi�alents th�reof of the types described in 1(b)(2)(B) af the Davis-Bacoi� Act); daily and weekly number of 1lours wor�ed; ded�ctions inade; and actual wages paid. Whenever the 5ecretar� of Labor has found under 29 CFR 5.5(a)(1){iv) tilat the wages of ar�y iaborer or meellanic include the amount of any costs reasonably ant3cipated in providing benefiis under a p[an or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall inaintain records thai sY►ow that the commitment to provide such benefits is enforceable, that tha plati o►' program is finartcially j�esponsible, and ti�at the p.lan or prograin l�as been communicated in writing to the labox�rs or mechanics af%cted, and that show the costs alaticipated or the actual casts incurred in pa�oviding such benefits. Contractors einploying appz'entices or trainees under approved pragrams shall maii�tain written evidence of the regisiration of appreiiticeship p�'ografns and certification of #rainee grflgrams,. the registration of the apprentices and trainees, and the ratios and vva�e rates prescribed in the applicable programs. (ii)(A) The Contx'actor shall submit weekly for each week in which any contract work is pe�ormed a copy of all payrolls to the Federal Aviation Administration if tl�e agency is a party to the cantract, but if the agency is not sueh a party, the Contractnr will submit tlie payroils to the applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitt�d shall s�t out acourately and eompletely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that fu11 social secuz'ity numbers and lzome addresses shall not be included on weekly iransmittals. Instead tlse payrnlls shali on.ly need to inciude an individualiy idei�tifying number fo�' each employee (e.g. the last four digits of the e�nployee's social security number}. The reqtzired weekly payroll xnforination may be snbmitted in any form desired. Optional FQrm WH-347' is available for this purpose from the Wage and Hour Division Web site at www.dol.gov/whdlforrns/wh347insir.htm ar its sL�ccessar site. The prime coiatractor is responsible for tlxe submissioii of copies of payroils by all subcontractors. Contractors and subeontractors shaiI maintain the full socsal security numb�r and current address nf each covered wor�Cer and shall pro�ide them upon request to the �'ederal Aviation Adxninistration if the agency is a party to the contract, but if Yhe agency is not such a party, the C.ont�'actor will submit them ta t1�e applicant, spansar, or Owner, as th� case may be, for transmission to tha Fedez'al Aviatian Administration, the Contractor, ar the Wage and Hour Division of the Depart�nent of Labor for purposes of an investigation or audit of campliance with prevaiiing wage t•e�uirements. It ia nat a violation of this section for a pz'ime contractor to i•eq�►ire a subcontractor ta p�'ovide adclress�s and social security numbexs to the p��ime contractor for its own records, vvithout weekly submission to the sponsoring govemment agency (or the applicant, 5ponsor, or Owner). (B) Each payroll submitted shall be accompanied by a"Statement of Compliance,° signed by the Contractor or su6cnz�tractor or his or her agent who pays or supeivises ti�e payment of the persons em.played under the contract and shall certify the fojlow�ing: (1) The payroll for the payroll period contains the infornaatian required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate iz�formation is being maintained under 29 CFR § 5.5 (a)(3j(i), and that such inforrnation is e.orrect and complete; (2) Each laborer and. inechanic (incIuding each helper, apprentice, and 1�'ainee) employed an the cflntract during the payroll period has been paid the full we�kly wages earned, witho�.tt rebate, ei#her directly ar �ndirectly, and that no deductions ha�e been inade either directly ar indirectly from the full wages earned, other than permissible deductions as set foi�th in Regulations 29 CFR Part 3; CI�'Y QF FORT WC3RTH Allisnce Airport T'axiway P, Phase 2 Federal Cantract Pravisians Project 1Vo. 1030Q0 �teyiscd April 12, 2021 Federal Contract Pmvisions Page 8 of 25 (3) Each laborer or znechanic has been paitf not Iess than the applicable v,�age rates and fringe benefits or cash equival�nts for the classification of work perform�d, as specified ii� the appli�able wage determination incorporated into th� contract (C) The weekly submission of a properiy execut�d cer�ification set fo��h on the reverse side of Optional Form WH-347 si1a11 satisfy the requireinent for submission of the "Statement of Co�npliance" required by paragraph {3){ii)(B) of this se�tion. (D) The falsi�'icatiot� of any of the abov� certifications may subject the Contracior at• subcunt�•actor tt� civil or criminal prosectition under Section 1 DO1 of Title 18 and Sectio�� 231 of Title 3I of ihe United States Code. {iii) The Contractor or subcantractor shal� make the racords required under paragraph (3)(i} of this section available for inspection, copying, artranscription by authorized representatives ofthe sponsor, the Federal Aviatian Administration, or the Department of Labor and shall permit such rept•eset�tatives to interview empioyees during working hours on the jab. If the Contraetor or subcontractar fails to submit tha �'equired records ar to make t�e3n available, the Federal agency may, after written notice io the Contractor, 5ponsor, applicant, ar Owner, take such action as may bE necessary to cause the susp�;ns�on of any further payment, advance, ar guarantee of funds. Ftirthermore, failure to subrziit the required records upon request nr Y,o zriake such records available may b� grounds f�r debarment actian pursuant to 29 CFR 5. I2. 4. Apprentices and Trainees. (i) Apprantices. Apprentices will be pennitted to work at Iess than the predetermin�d rate for the work they perfonned whe� khey are employed p�rsuant to arxd znd'zvidually registered in a bona fde apprenticeship progra�n registered with tlle U.S. Department of Labor, Employment arid Training Administration, BUreau of Apprenticeshap and Training, or wifi13 a State Apprenticeship Agency recognized by the Bureau, or if a person is emplayed in his or her first 90 days of probatia�ary amploym.ent as an apprentice in such an apprenticeship program, vrho is nnt individually registez'ed in the program, but who has 6een certifed by the Blireau of Apprentic�ship and Traaning or a 5tate Apprenticeship Agency (where appropriate) to be eligible for probationaay employment as an apprentice. The allowable ratio of appt'enticea to journeym.en on the job site in an� craft elassification shall nat be greater than tlae ratio perinitted ta the con#�actor as to the entire wo�k force under the registered program. Any worker listed on a payroll at an apprentica wage ra�e, who is not registered or atherwise employed as stated above, shall be paid not Less �han the applicable wage rate on the wage determination far the classification nf work actually performed. In addi�ion, any apprentice performing work on the j ob site in excess of the ratio pei�rnitted under the registered program sha11 be paid nt�t Iess than the applicable wage rate on the wage determination for the work actually performec3. Where a contractor is performing construction on a project in a locality other fiha.0 that in which i1:s p�'ogram is registered, tlae ratios and wage rates {expressed in percentages af the journeyman's hourly rate) speciiied in the Contractor's or subcontractor's registered pragrarn sha11 be observed. Every apprentice must be paid at nat less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen houriy rate specified in the applicable wage determination. Apprentices shall be paid fringe beneiits in accordance with the provisions of the apprenticeship program. [f the appreniiceship program does not specify fringe benefits, apprentices must be paid the full amount of frin.ge benefits listed on the wage deter�ninaiion fort�e applicab�e classii'icatinn. Ifthe Administrator detertninas that a differe�rt practice prevaijs for the applicable apprentice classification, fringes sha�l be paid in accordance with that GITY OT FOR'I' WORTH Alliance Airpart Taxiway P, Phase 2 Pederal Coniract Provisions ProjectNo. 10300D Revised April 12, 2Q21 Federal Cohttact Ptovisions Page 9 of 25 deter��inaiion. In tl�e eveni the BureaLi oiApprenticeshlp and Ti�aix�ing, or a State Appxenticeship Agency recognized by the Bureali, withdraws approval ofan appa�enticeship p.rogram, the Contractor will no longer be permitted ta utilize appreutices at less than tl�e applicable predetermined rate for the worlc perforined until a�� acceptable program is approved. (ii) Trainees. Except as provided iti 29 C�R S.lb, trainees will not be permitted to work at less than the predetermined rate for the worl� perforined i.uiless Yl�ey are employed pursuant to and individually registered in a progra�n which has received prior approval, evideneed by formal certification by t��e [1.5. Depa�•tmeni of Labor, Eznployment and Training Adininistration. TI�e ratio of trainees to journeymen on the job site shall nat be greater 1:han pernnitted under the plan approved by the Employ�nent and Training Administration. Every trainee must be paid at not lass than the rate speeified in the approveci program For tlie ti•�inee's level of progress, exprassed as a percentage of the journeyman l�ourly rate speciiied in the applicable wage determination. Trainees shall be paid fringe benefiis in accordance with the provisions of the trainee program. If the trainee progra�n does not mention fringe beneizts, trainees shall be pa�cl the fi�ll amount oi fringe b�nefits listed on the wage determination unless the Administ�•ator af tlxe Wage and Hour Divisin.n defermines that there is an apprenticeship program associated with the corresponding ,�otu'neyman wage rate on the wage deter�nination that provides for less than full fringe benefits iar a�prentices. Any einployee lisied on the payroll at atrainee rate that is not registered and participatii�g in a training pla� apprpved by the Einployment and Training Ad�inistration shall be paid nat less than the applicable �vage rate on the wage determinatioil %r the classification of �vork actually performed. In addition, any trainee performing work on tlae job site in excess of ihe ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination far the work actually perform�d. Tn the event the Employment and Training; Administration withdraws approva� of a training progra�n, the Contractor wil� no longer be permitted to utilize trainees at less than the applicabie predetermined rate for the work perfarmed untii an acceptable program is approved. (iii) Equal Employment Opportunity. The utilizatian of apprentices, trainees, and journeyz�nen under �his part shall be in conformiiy with th.e equal employmet�t opportunity requia'ements of �xecutive Order 11246, as amended, and 29 C�`RPart 30. 5. Co�nplianee with Copeland Act Requirements. The Cantractor shafl compiy with the requirements of 29 CFR Part 3, �rhich are incorporated by reference in this cont��act. 6. Subcontracts. The Contractor or subcantractor shall ir�sert in ar�y subcontracts the clauses contained in 24 CFR i'art 5.5(a}(1) thraugh {10) and sLich other ciauses as the Federal Aviation Administration ma�r l�y appropriate instructior�s rec�uire, and also a clause requiring the suiacantractQrs to include these clauses in any lawer tier subcontracts. The prime contractor shaIl be responsihle for tbe compliance by any subcontractor or lower tier subcantractor with all the contract clauses in 29 CFR Part S.S. 7. Gantract Terminatian: Debannent. A breach of the contxact clauses in paragraph 1 throUgh 10 of this section may 6e grounds for termination of the contract, and for debarm�nt as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Baean and Related Act l�equirements. C1TY OF FORT WORTH Alliauce Airport Taxiway P, Phase 2 Federal CpnYract T'rovisions Projectldo. 1030Qd Kevised April 12, 2Q21 Feclera] Contract ProvisiQns Page ] 0 of 25 A11 rulings and 'mterpretations ofthe Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incprporatad by reference in ihis coniract. 9. Dispu�es Concez'niz�g; Labor Standards. Disptttes arising out of the labor sta.ndards provisions of this cont�'act shall not be subject to the genaral disptttes clause ofthis eontract. Such disputas shall be resol�ed in accoz•da�tce wit1� the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, a3�d 7. Disputes within the meaning oi tliis clause include disputes between the Contractar (or any af its subcontraetors} and the contracting agency, the U.S. Depart�nent of Labar, or t1�e empIoyees or their representatives. 10. Certification oiEligihility. (i) By entering into this contract, fihe Contractor certifies that neitller it (nar he or she) nor any person ot• firm who has an intez-esi in the Cont�•actor's firm is a perso�i or firm inejigible to be awarded Government cantracts by virtue of section 3(a} oftl�e Davis-Bacon Aci or 29 CFR 5.12(a)(1). (ii) Na part of this contract sha11 be suhco.nfracted to any persor� or firm inejigible for award of � Gdverninent contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). {iii) The penalty for making false statements is prescribed iti the U.S. Cruninal Code, 18 USC 1001. Generai Decision Number: TX2027.D025 d�./01/2021 Supersed�d General Decision Nu�ber: TX20200025 State: Texas Construction Type: Highway Counties: Azcher, Callahan� C1ay, Collin, Da11as, Del�.a, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tazrant, and G�ise Counties in T�xas. KIGf3WAY CONSTRUCTIi�N pROJECTS (excluding tunnels, buiiding structur�s in rest area projects & rai.l.road construction; �ascule, suspension & spanc[rel axch bridges designed for camznercia� navigation, bridges involving marine construction; and other major 3�ridges). N�te: Under Execu�ive Order (EO} 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies ta a11. contrac�s subject to �th� Davis- Bacon Act for which the contract is awarded (and an.y solici�ation was issuedj on or after January I, 2015. If th�s cantxac� is covered by the EO, th� car�tr�ctar must pay a11 workers in any classi�ication listed on this wage determination at least $10.95 per nour (or the ataplicable wa.ge ra�.e listed on this wage determin�tion, if it is higher) tnr all haurs s�aent perfozming on �he contract in calenda� year 2021. �f this contract is covered by the EO an.d a cl.assifica�.ion considered necessary for performance of wazk on the contract does not appear on this wage determinat�an, the contractor must pay workexs in that c.�assification at least �he wage rat� determined through the conforznance p�ocess se� forth in 29 CE'R 5.5 {a) (1) (ii) (or th� EO minimum wage rate, if it is higher t�an the conformed wage rate). The �0 minimum wage rat� will be CITY OF FORT WORTH Allianee Airport Taxiu+�ly P,. Phase 2 Federal Contract Provisio�is Prqjeci No. 1030a0 Re�ised April 12, 2021 Federal Cvi�tract Provisions Page i l af2S adjusted annual.ly. Please note that this EO applies tn the above-- mentioned types oi contracts entered in�o by the federal government tha� are subject to the pavis-BaCor� Act itsel.f, but i� does nat apply to can�racts subj�ct only ta �he Davis-Bacon Etelated Acts, including those set forth at �9 CFR 5.1(a)(2j-(60). Additional in��rmation on contr.actar zequirernents and worker protectians under �.he EO is av�.ilable at www.dal.c�ov/whd/govcon�.racts. Modi�ication Numbex Publica�ion Date 0 01/Ol/202�. * SUT7�2011-007 08/D3/2011 Rates �'ringes CONCRETE FINISHER (Paving and Structures) ......................$ 19.12 ELECTRTCIAN ......................$ 19.8Q FORM BUiLD�R/FORM SET`�ER Pavinq & Curb ...............$ �3.16 Structu�es ..................$ 13.84 LABORER As.phalt Raker ...............$ �2.69 F�agger .....................$ 1D.06 Laborer, Common .............$ 10.72 T�aborer, Util.i�y............$ 12.32 Pi��l.ayer ...................$ 13.2q Work Zone Barricad� Servicez ....................$ 11.68 POWER EQUIpMENT OPERATOR: Asphalt Distribu�or.........$ 15.32 Asphal.� Paving Macha.ne......$ 13.99 Broo�n or Sweep�.r............$ 11.74 C.oncrete Pavement Finishing Machine...........� 16.05 Conc.�ete S.aw ................$ 19.48 Crane Operatar, La�tice Boorn 80 Tons or T�ess........$ �.7.27 Crane Qperator, Lattice Soom over 80 Tons...........$ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.12 Crawler Tractor .............$ 14.07 Excavato�, 50,000 pounds ox 1ess .....................� 17.19 Excavator, over 50,000 pounds ......................$ 16.99 Faundation Drill , Truck CITY OF FQRT WORTH Alliance AirportTaaciway P, Phase 2 Federal Cotttract Pro�isiaus Project Nn. 103000 Revised April 12, 2021 Federal Cnntract Provisions Page 12 of 25 N#oun�ed .....................$ Foundation Drill, Craw.ler Mounted .....................$ Frant End Zoader 3 CY or Zess........................$ Front End Loader, over 3 CY.$ I,oader/Back.hoe ..............$ Mechanic ....................� Milling Machine .............� Moto� Grader, Fine Grad�....$ Motnr Grao�er, Rou�h.........� Pavement Marking Machine....$ Rec].aimer/Pulverizer........$ �ta�ler, Asphalt .............$ Raller, Oth�r ...............$ Scrapez .....................$ S�nal� Slip�orrn Machine......$ Spreader Box ................$ ��.a� 17.99 13.6� 14.72 15.18 17.68 14.32 17.19 15. 02 13.63 11.01 13.08 �.1.51 12.96 T.5. 96 1�.73 Serva.cer .........................$ 14.58 Steel Wozker (Reinfo�cing}.......$ 16,18 TRi7CK DR�VER Lowboy-k'laat ................$ O�f Road Hauler .............$ Single Ax1e .................$ 5ingle or Tandem Axle Dump Truck.......................$ Tandem Ax1e Tractor with Semi Trail�r ................� Tzansit--Mix .................$ 16.24 12.25 12.31 12.62 12.86 14.14 WET�DE1� ...........................� �.4.84 WEI�D�RS � Receive rate presc:ribed for craft per�orming operatian ta which welding is inci.dental. Note: Ex�cutive Order (EO) �3706, Establishing Paid Sick Leave for E'ederal Contrac�a�s applies to all eontrac�s subject to the Davis--Bacon Act far wh�ch �he cantract is awarded (and any sol.i.citatian was issued} on or after January l, 2p17. Tf this contract is covered by th� E0, the can�rac�or must pzovide employees wzth 1 hour of paid sick .Leave far every 30 hours �hey work, up ta 5� hours of paid sick leave each year. EmpJ�ayees mus� be p.erm�t'�ed to use paid sick leave for �heir own illness, .znjury or other heal�th-related needs, including preventiv� care; to assist a famz].y member (or person who is like family ta the empioyee) who is il�., injured, or �.as other health-rclated needs, including preventive care; or �ox reasons resulting from, ar to assist a family CITY OF PbRT WOit'CH Alliance Airport Taxiway P, Pliase � �ecisralGon�ractProvisions ProjectNo. ]03000 Revised April 12, 2021 T�ederal Contract Provisians Page l3 nf 25 member (or person who is like family to �he employ�e) who is a victim of, doma�tic violence, sexual. assaul�, or stalkin.g. Additional informati.on on contractoz requiremen�s and warker protectians under th.e EO is available at www.dol.gov/whd/govcontrac�s. Unlisted classifications ne�ded for work not inel�ded within the scope o� the classifications lis�ed may be added af�.er award onl.y as provided in the labor standards contzact clauses (29CFR 5.5 (a) (1) (ii}). The body of each wage determination J�ists the classification and wage rates that have been �ound to b� prevailing for �.he cited type t s) of constructinn in the azea cavered by the wage determznatian. The c�assi�ication� are l.is�ed in alphab�t�ea1. order of °"identifiers"" that indicate wh.�ther �he particular rate is a union rate (current union negotiated rate for local), a survey rate (weighteci average �ate) or a uni.on average rate (weighted unian average xa�e7. [7nion Rat� Identifiers A four le�.ter classification abbreviation ide.n�ifier enelosed in dotted �Lines beginning with c.haracters ather �han ""�U"" or ""OAVG"" denotes that the union classifica�ion and rate were prevailing �ar that classification an the survey. ExampJ.e: PLUM0198-005 07/01/2014. PLDM is an abbravia�ion identifier of the union which pxevailed in the survey for this classificati:on, which in this examp�.e would be Pl.umbe�s. 0198 indica�es the local unian numb�r or district council number wh�.ze applicable, i.e., Plumbers Lacal 0198. The next num�ser, Q05 in the example, is an internal number used in processing the wage determination. 07/01/2014 is th� ef�ective date o� tl�e most current negotiated rate, which in this example is July 1, 2014. Unian prevailing wage rates a�e updat�d to reflect a11. rate changes in the collectiv� ba�gaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classi�ic.ations listed under the '""SU"" iden�ifier inda�cate �ha� no one zate p�evailed �a� this classification in the survey and the published rat.e is dexived �y computing a weighted average rate based on aZl �he rates reparted in the s�rvey for that classification. As this weighted average rate includes a11 rates reported in the survey, i� may include bo�h union and non-union rates. Example: SUI�A2012-OQ7 5/13/�014. 5U indicates the rates are survey rates bas�d on a wei.ghted average ca.lculation of rates and are not majo�ity rates. LA indica�es the 5tate of T�ouisi.ana. 2012 is the year o� su�vey on whzch these classifications and ra�es are bas�d. The next numb�r, Q07 in the exam�le, is an internal nuznber used in praducing th� wage determination. 5/�.3/2D14 indicates the survey camp�e�ion date for �he classifications and rates under thai� identifier. CITY OF FORT WORl'H Altiance Airport Ta�ciway P, k'hase 2 Federal Contract Provisions Project No. 1030Q0 12evisP.d Apri[ 12, 2021 Federal Contract Provisions Page 14 af 25 Survey wage rates are not updated and remain in effect �ntil a new su�vey is conducted. Un�.on. Avexage Ra�.e �dentifiers Classificat�.on(s) lis�ed under th.e UAVG identifier indicate �hat no single ma�ority rate prevailed far �hose classi.�ications; however, 1000 of the data r�ported for �.he classifications was union data. EXAMPT,E: iJAVG-dH-QD14 08/29/201�4. UAVG indicates tha� the rate is a weighted union ave�age ra�.e. OH indicai�s the s�a�e. The next number, 0010 in the example, is an internal number used in produci.ng the wage determination. 08/29/2d14 indicates the survey com�l.�tion da�e for the classifications and rates under that identifi�r. A i1AVG rate wil]. be updated once a year, usually in January af each year, to reflect a weighted averaga of the current negotiated/CBA rate of the uninn lo.cals. from which the ra�e is based. LVAGE DETERMINATION APPEAT�S PROCESS l.) Has there been an initial decisian in the ma�ter? �his can be: � an ex�sting published wage determination � a survey unde�l�ying a wage determi.nation • a wage and Hour Divisian 1.e��er setting forth a posi�ion on a wage de�erminaiion matter � a conformance (additianal classificatian and rate) ru�ing On survey reLated matters, initial con�ac�, including reques�s for summaries of surveys, should 3�e with the Wage and Hour Regianal O�fice for the area in which t.he survey was canduct.ed because those Regional Offa.ces have �esponsibil.ity for the Davis-Bacon suzvey program. If th� response from this �nitial con�act is not sa�tisfactory, then the process described in 2.? ancf 3.) should be �ollowed. With �'egard to any othex ma�ter n.at yet rip� �or the formal p�ocess descril�ed here, in.itia� contact shou�.d be witb the Branch of Construction Gdage Determznations. Write to: Branch of Cons�ruc��on Wage Determinations Wage and Hour Division U.S. Depar�ment of Labar 2t�0 Constitu�ion Avenue, N.W. P7ashington, DC 2�21.Q 2,} If the answer �o �he question i� 1.) is yes, then an interested party (those affected by �he action} can request review and reconsideration from th.e Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7j . G1ri�.e to: CITY OF FORT WORTH Allieace Airpnrt Taxiway P, Phase 2 Federal GontraCt Provislons 1'rnject Nu. 103000 Revised Aprit 12, 2021 Pederaf ConlractPraVisions Page 15 af25 Wage and Hour Adminis�rator II.S. Department of Labor 2(70 Cansti�u�ion Avenue, N.W. Washingtan, DC 2021Cf The request shoul.d be accompanied by a fu11 statement of the interes�ed party's position and by any in�ormation {wage payment data, projec�t description, area practice material, etc.) that the reguestor conszders relevant to the issue. 3.) If the decision af tk�� Administrator �s no� fa�rorable, an in�erested party may appeal di.�ectly �o the Adzninis�ra�ive Review Baard (formerly the �7age Appeals Board). Write to: Administrative Review B.oard U.S. Aepar�ment of Labor 200 Cons�itution Avenue, N.W. Washington, DC 20210 4.} All decisions by the Adminis�rative Re�riew Board are �inal. �ND OF GEN�FtAL DECTSION FCP-9 CERTIFICATION OF LOWER TIER C�NTRACTORS REGARllING DEBARMENT The suecessful bidder, by adminisYering each lower tier subcontract that exceeds $25,000 as a"covered transaction'', rnust verify eaeh low�r tier participant of a"covered tra��saction" u��der the project is not presentIy debarred or otherwise disc�ualifi�d irom participation in this federally assisied project. The successful bidder will accompjish this by: 1. Gl�ecking the 5ystem fpr Award Manageme�lY at website: htCpJfwww.sam.gov. 2. Collecting a certification statement simiIar to the Cei�ification of Offerer /Bidder Regarding Debarment, abave. 3. Inserting a clause or condition in the covered transaction with the lower tier cantract. If the Federal Aviation Admiilistration [ater determines that a Iawer tier participant failed to disclase to a higher tier participant that it was excluded or disqual i�ied at the time it ente�'erl the covered transactio�, the FAA may pLirsue any available reinedies, including suspension and debaa�t�aent of �he nan-compliant participant. �CP-�0 DISADVANTAGED BUS�NE�S ENTERPRISES The Contractor or subcontractor shall noi discriminate on the basis ofrace, colar, national, nrigin, or sex in ihe performance oi this contract. The Contracto�• sha11 carry out appiicable requirements of 49 CFR part 26 in tl�e award and administeation of Departmezat af Transportation-assisted contracts. Failure by the Gontractor to carry out these req�irernents is a material breach of this cantract, which may result in the terinination of this contract ar such othez' �'emedy as the Owner daems appropi•iate, which may include,. but is not limited to: 1} Withholdi.ng monthly progress payments; CITY OF FDRT WORTH Alliance Airport Taxiway P, Phase 3 Federal Cvntract Provisinns Project No. 163000 Revised April l2, 202 ] fetleral Contract Provisions: Page 16 af 25 2} 1lssessing sanctions; 3) Lic�uidated damages; andlor 4) D�squalifying the Contraetor from future bidding as non-respansible. The prime contractor agrees �o pay each suhcontractor und�z- this prime cnntract for satisfactory performance of its cont�aci na later than [specify nurnber] days froin the r�ceipt ofeach pay�nent the prime co�tractor receives from [Name of recipieni]. The prime contractor agrees further to return retaiilage payinents to each subcantractor witl�in [specify the same nLimbe� as abo�e] days after the subcontractor's work is satisfaatorily completed. Any delay or postponement of payment from the abo�e referenced time frame may occur only %r good cause following written approval of the [Naine af Recipient]. This clause applies to both DB� and non-DBE subcontractors. FCP-11 TEXTING WHEN DRIVING In ace�rdance with Executive Order 13513, "Federal Leadership on Reduciz�g Text MesSaging While Dri�ing", (i01112009) and DOT Order 3902.10, "Text Messaging While Driving", (12/3012009), the Federal Aviation Administratio�� encourages recipienis of Federal gran# funds to adopt aild enforce safety policies that decrease crashes by dist�•acted drivers, including policies to ban text messaging while driving when performing work relatec� to a grant or subgra�lt. In support af this initiative, �l-te Owner encourages thE Contractor to promote policies and initiati�es for its emgloyees and other wark persannel that decrease crashes by d�stracted dri�ers, including policies that i�an text �nessaging while driving motor vehicles while perfo�rming worl� activities associated with the project. The Contractor must includ� the substance af this elause in all sub-tier contracts exceeding $3,500 that involve driving a motar vehicle in perFormance of work activities a�sociated wit� the project. FCP-12 EN�RGY C�NSERVATION REQUIltEMENTS Contractar and Subeontractor agree to coinply with mandatory standards and policies relating to. energy efficiency as contained in t11e state enet'gy conseivation plan issued in compliance with the Energy Policy and Conservation Aet (42 USC 6201et sec�. FCP-I3 EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the Cantractor agrees as failows: (1) The Cantractar will not discruninate against a:ny employee oz' applicant for employment because oirace, color, religion, se� or nationa] origin. The Contractor will tal�e afFirmative action to ensure that applicants are emplayed, and that employees are treated during einployment, without i•egard to their race, color, religion, sex, seXuaf orientation, gender identif}r, or national oiigin. Such acfion shall inciude, hut not be limited to, the follavving: employtnent, upgrading, demotion, or transfer; recruitment or recrLii�rr�ent advertising; layoff, or termination; rates of pay or other forms of compensaiion; and selection for training, including �ppz-�nticeship. The Contractor agrees ta post in conspicuous places, available to emQloyees and applicants for employment, notice.s to be provided setting forth the provisions of thrs nandiscrimination clause. (2) The Canhactor will, in al1 solicitaYions or advertisements for �ntployees placed by or on behalf of the Contractoz', state ihat all qualified applicants wilI eeceive considera#ions for employmenl: without regard tn race, coior, xeligion, sex, or national oi7gin. CITY OF FOIiT WORTH Alliance Air�ort Taxiwuy P, Phase 2 Fedecal Gontract Pro�isians ProjectNo. IU3000 Revised April l2, 2021 Federal Co�rtract Provisions Page 17 of 25 (3) The Contractor �vill send to each labor union or representative of workers with which it has a collective bargaining agreemellt or nther contcact or undea'standing, a notice to be provi.ded advising the said Iabor union or workers' representatives of t�e Cantractor's coin�nitments under this section and shall post capies of the notice in eonspicuaus places available to employees and appiicants for employment. (4) The Cont��actor wi�l comply with all provisions of Executive Order 11246 of September 24, 1965, and of �he rules, regulations, and relevat�t orders of the Secretary ot� Labor. (5} The Contractor will furnish all ulforznation and reports required by Executi�e Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, ar pu�•suani the�•eto, and will perrnit access io his baoks, records, and accounts by ihe administering agency and the Secretary of Labor for purposes of inv�stigation to ascertain compliance wif� such rules, regulations, and orders, (6) In the event of t11e Contractnr's noncompliance with the nondiscz'iminat�on clauses oithis contract or with a��y of th� said rules, ragulatians, or orders, this cantract may be canceled, terminated, or suspended in vvhole or in pat t and the Cont�•actor may be declared ineligible for further Government confracts or federally assisted construction contracts in aceordance with procedures authoz'ized in Executive Order 11246 af September 24, 1965, and sueh other sanetions may be imposed and re�nedies iuvoked as provided in Executive Oi•der 11246 of Septeznber 24, i965, or by rule, regulation, or order oftha Secretary of Labor, or as otheivvise provided by law. {7) The Contractor will include the partion ofthe sentence immediaiely precedit�g paragzap.h (1) and the pz'avisions of paragraphs (l) through (7) in every subcontract or pLlrchase order unless exempted by rules, regulaiions, � r ardei�s of the Secretary of Labor isstied pursuar�t to section 204 of Executive Ordez• 11246 of Septe�nbei• 24, 1965, so that such provisio��s will be binding upon each subcotttractor or vendor. The �Qnt�•�ctor will take sLtch act�on with respeet to any subcont�•act or purchase order as the admrnistering ageney may ciirect as a means of enforcing sucl7 pravisions, including sanctions for noncompliance: Provided, hov�ever, that in the event a contractor becomes invalved in, or is threatened with, litigation with a subcontractar or vendor as a result of suc4� directiot� by the acl�ninisterir�g agency the C.ontraetai• may request tlle LTnited States to enter into such litigation to proteet the intarests af the United States. FCP-14 STANDARD FEDERAL EQUAL EMPLOYNIENT OP�ORTiiNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" rneans the geographical area d�scribed in the salicitation fi•om which this contract resulted; b, "Director" means Director, Of#�ce of Fedaral Contract Compliance Prograrns (OFCCP), LJ.S. Depariment of Labor; or any person to whom the Directol• delegates authority; c. "Employer identif eation nutnbex" �neans the Fedetal social security number used on the Employer's Quarterly �'ederal Tax Return, U.S. Treasury Depai'tment Form 941; ci, "Minority" incl�tdes; CITY qF FORT WORTR Alfiance Airport Taxiway P, Phase 2 Federal CantractProvisians ProjectNo. 103000 Rev'vsed April 12, 2U21 Pedera] ConiraetProvisions Page 18 of 25 (1) Blaek (aIi persons having origins in any of the Black African �•aeial g.roups nat of Hispanic arigin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cubai7, Central or South American, or otl�er Spanish culture or origin regardless of race); (3) Asian at�d 1'acific Islande�� (a11 persons �avir�g origins in any af the origi�ial peoples af the Far East, Southeast Asia, the Indian Su6contineni, or the Pacific Islands); and (4) American indian oi• Alaskan native (al! persans having origins in any of t�►e original peopies of Nort11 1�meriea and maintaining identifiable tribal affiliations through metnbership and participation ar community iden�ification). 2. Whenever the Contractor, or any subcontractoi• at any tier, subcontracts a gortion af the wark itivolving any construction tr�de, it shall pIlysically iilclude in each suhcontract in excess of $10,000 the pravisions oithese specifications and the Notice which eontajns the applicable gaals far minority and fe�nale participation arld which [s set forth in the solicitations from which this cont�act resulted. 3. If the Contractor is participatiag (pursuant to 41 CFR pa.rt 6D-4.5) in a Hometown Plan approved by the U.S. Department af Labor in the covered area either i�dividual�y or through an association, iis affnnati�e actian obIigations on �il woxk in the Plan area {incluciizxg goals and timetables) shal3 be in accordance with ti�at Plan for those trades whicl� 11ave unioiis participating in the Plan. Contractors shall be able to deznanstratetheir participation in and compliance with tlae provis�ons of any suc� Hometown Plan. Each cont��actor or subcontractor participating in an approved plan is indiv�idually �'equired to campty wi#h its obligations under the EEO clause and to mal�� a good faith e£fort to achiev� each goal undet the Plan in each trade in which it has employees. The overall �aod faith performai�ce by other canfractors or subcantractors toward a goal ii� an approved Plan does not excuse any covered eontractor's or subcontractor's failure to talce good faith efForts io achieve the Plan goals and timeiables. 4. The Co.nfractar shall implement the specific affirmative action standa��ds provided iil p�'agraphs 7a through '7p of t�►ese specifications. The gaals set farth in the sol�citatioil fram which this contract resulted are expressed as percentages of the total hours of empioyment azld training of minarity and feinaje utilization the Contractar should reasonably be able to achieve in each construction trade in w,rhich it has emplayees in the covered area. Covered cons#ruction contractors performing construction wark in a geographical area where they do not have a Federaf or federally assisted construction contract shall apply the m�nority and female goals �stablished for the geagraphical area where the work is being perforrned. Gaais are publislled pet7odicaily in the Federal Register in notice form, and such notices may be �btained from az�y Office of Federal Contract Compliance Programs ofFice or from F'ede�•ai pracurement contracting Officers. The Con�ractor is expected to rnake substantially uniform progress in meet�ng its goals in each craft during the period specif �d. 5. Neither the provisions of any callective bargaining agreameni nor Yl�e failure by a union with whotn the Contractor has a collective bargaiuing agreeznent to refer either minorities or woznen shall excuse the Contracfior's obligations undar these specifications, Executive Order i 12�46, o� the 1'egulations pron�ulgated pursuant ther�to. CITY OF FORT WORTH Allianee Aicpart Taxiway P, Phase 2 Federa3 Contract Pruvssions Project No. 1030D0 Revised April 12, 2021 Federal Contract Pmvisions Page l9 of25 6. In o�•der for the nan-woi•lcing ta'aiiling hours of apprentices and trainees to be counted in meeCin� the goals, such apprentices and trainees shall he einployed hy the Contractor during the training period and the Co�tractor shall have �nade a commitment to empioy the apprentices and trainees at the completion of thcir t�'aining, sub�ecY lo the availability of employment opportunities. Trainees shall ba trained pursl�a��t to training prog�'a�ns approved by the U.S. Depai�inent of Labor. 7. The Conp•actor shall take specific aff rmative actions to ensure equal employment opportunity. The eval��ation of the Cnntractor's compliance with these speeificatioz�s shall be based upon its effoi� to achie�e m�imum results from its actions. The Contractar shall document these eiforfs fully and shall implemezlt affirmative action 5teps at least as extensive as the followii�g: a. Ensure and rz�aintain a working eilvironmcnt �i'ee of harassment, intimidatinz�, anci coercion at all sit�s, and in all facilities at which the Contractar's employees ax'� assigned to work, TI�e Contracto.r, where possible, will assign two or inore womei� to �aeh eonstruetion projeci. The Contz'acto�• shall specifically ensure that all foremen, superintendents, and other onsite supei•visory p�rsorinel are awa�'e of and carry out the Contractor's obligation to maintain such a vrorking environment, with sp�cific attention to minority or f�male individuals working at such sites or in such iacilities. b. Estahlish and ulaintain a current �ist pf minority and female recrt�itment sources, provide written notifcation to nnii2ority and fernale recruitznent sources and to community organizations when the Contracfor ar its unions har�e employme��t oppartunities availabfe, and maintain a record of the organizations' responses. c. Maintain a current File of the names, addresses, �d talephone numbers of each minority and femal� off-the-street applicant and minority ar female referral fror►a a union, a recruit�nent source, oi• corrzinunity organization and of what actioil was taken with respect to each such individua�. If such iildividual was sent io the union hiring hall far referral and was not referred baek to the Cni�tractor by the unzon ar, if referred, no.t employed by the Contr�.ctor, this shall be documented in the file with the reason therefore alang with whatever additional actions the Contraetor may have taken. d. Provide unmediate written notification to the Director when th� u�ion or un�ans with which the Contractor has a collecti�e bargaining agreeinent h�s nat referred io the Contractor a minority person or female sent by the Contz'actor, or when the Cantaactoz' has oti�er information that the union. referral process has impeded the Contractor's �fforts to meet its obi igafiions. e. Deveiop on-the-job training opportunities and/or participate in training programs for the area wh�cli expressly include minorities and women, including upgrading programs and apprenticeship and trainee prograrns relevant to the Contracior's employment needs, especially those programs funded ar approved by the Department of Labor. The Conteactor shal] provide notice of these programs to the sources compiled under 7b above. f. Disseminate tl�e Contractor's �EO policy by providing not'tce af the policy to unions and trainir�g. prograins and requesting their �aoperation in assisting the Cantractox in meeting its EEO obIigatinns; by includitag it in any policy manual and collective ba�•gaining agreement; CITY OF FQRT WORTH Alliance Airport Taxiway P, Phase 2 Federal Cvntract Provisions Project No. ] 03000 Re�ised April l2, 2021 Federal Contract Yrovisions Page 24 of 25 by publicizing it i�� tke company newspaper, annual report, etc.; by specific raview of the policy �ith ali management persomlel and with ajl min4rify and female en�pjoyees at least ance a year; and by posting the campany EEO policy an bulletin boa��ds aceessible ta all einployees at each location where eonstruction work is performed. g. Review, at least annualIy, the company's EEO policy and a�firmative aciion ohligatians under these specifications with all employees having any responsibility for l�ix'ing, assignme�lt, layoff, terinination, or ather einployrn.ent decisions, including. specific review of these iteins, with onsite supervisary personnel such superintendents, generai foxemen, etc., prior to the initiation of co3�siruction work at any job site. A written record sha11 be made and rr►aintained identifyiug the time and place of these meetings, persons attendirig, subject matter discassed, and dispnsition of tl�e subject matter. h. Disseininate the Contractor's EEO policy exte►'nally by inclLiding it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors at�d subcontractors wsth whom the Contraetor does or anticipates daing business. i, Direct its recruitznent efforts, both oral and written, to mu�ority, female, and community organizations, to schoo�s with minarity and female students; and to minority and femaIe recruitment attd training organizations serving �he Contractar's rect-uiiment area and emplayment ��eeds. Not later than one month prior to tlze date foj� the acceptance af applications for apprenticeship or othar training by any recrurtrnent source, the Contr'actor shall send written notificatian ta organizations, such as the above, describing the opei�ings, screening procedures, and tests to be Llsed in the seiection process. j. Cncourage preseni iminarity and female emplayaes to recruit other minority persans arzd women a�d, w�ere j•easonable, provide after schoal, sum�nar, and vacation employment to minority and female yoLitl� both on the site and in other areas af a contractor's workforee. k. Vaiidat� all tests and other selection requirements where there is an obligation to do so under 41 CFR �art b0-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minarity and female pet'sonnel, for promotional apportunities arid encourage these employees to seek or to prepare for, through approgriate trairung, eYc., such opportunities. m. Ensua•e that seniority practices, job classificatians, work assigntnents, and other p.ersonnel practices do not have a discx�minatory effect by continually manitoring aIl personnel and employrnent reIated activities to ensure that th� EEO policy and the Contractor's ohligations under these spacifications are being carried out. n. Ensure that all facilities aud company activities are non-segregated except tllat separate or single user toilet ar►d necessary changing faciIities shall be provided to assure privacy between the sexes. Document and maintain a recard of all solicitations nf affers for subconiracts from minority and female construction contractors and suppliers, including circulation of solicitatipns to minority and femafe contractor associations and ofher business associations. CITY OF FbKT WOl�TH Alliance Airport Tasiway P, Phase 2 Fedaral Contract Provisions Project Na. 103000 Revised Aprif 13, 2021 Federal Co�titra¢t Provisimis Page21 of2S p. C���duct a review, at least annually, of all supervisor's adherenc� to and perfos•mance under the Cantractar's EEO policzes and af�irmative action obligatio�3s. 8. Contractors az-e encouraged to part�cipate in voluntary associations, which assist 1n fulfilling one or more of theii• aff'irmative action obligations {7a tl�raugh 7p). The efforts o� a contractor association, joint contractor union, contractar comnnunity, or o#lier similar �roups of which #he Cor�tractor is a tnember and pa��ticipant rnay be asserted as fulflling any one or rriare of its obliga�ions under 7a througi7 7p of these s�eciiications provided that ihe Contractor active.�y paa'ticipates in the gro��p, makes every effart to assure ihat the group llas a positive impact on the employment of minorities and wo��en n1 tlle industry, ensures that the cancrete benefits of the pz'ogram are reflected in the Contractor's minoj•ity and %ma.le workforce participation, malces a good faith ef�art to meet iis individuaf goa[s and timetables, and can provide access to dacutnentatian which demonstrates the effectiveiiess ofactions talcen on behalf ofYhe Contractor. The obligation to comply, however, is the Contractor's and iailure of such a group to fu1fi11 an obligation shal� not be a defense for the Cantractor's noncomplianee. 9. A singie goal for minorities and a saparate single goal for women hav� been established. The Cantractor, however, is required to provide equal eynployment oppnrtLtnity and to take afFrmati�e action for alI minority groups, both male and female, and all vvamen, both tt�inority and non-minority. Consequent�y, if the particuiar group is employed in a substantially disparate manner (for example, ev�n though the Cont�•actor has achieved its goals for women generally), the Contractor inay be in violation of the Executive Order if a specific minority group of wozx�en is underutilized. 10. The Contractar slaali not use the goals and timetables or affirmative action standards to discx'iminate against any person because af race, color, religion, sex, or national origin. I i. The Contractor shall not enter inta any subcontz'act with any person or fijan debarred from Govei�nent contracts pursuant to Executive Order 1 I2�4b. I2. The Contractar shall cariy out sueh sanct�ons and penalties for violatinn af these specifications and of tt�e Equal Oppor�unity Clause, Encluding s�Espeiisio��, termination, and cancellation ot' exisiing sLi6contracts as may be imposed ox ot'dered pursuasit to Executive Order I1246, as amended, and its implementing regulations, by the Office af Federal Coniract Cornpliance 1'rograms. Any contractor who fails to carry out such sanctions and penalties shall be in violatioi� of these specifications and Execufi�ve Order 11246, as amended. 13. The Contractor, in fuliilling i� obIigations und��' these spacifications, shaIl implemen.t specific affirmative action steps, at least as extensive as those standards prescrit�ed in paragraph 7 of these speci�cations, so as to achieve max�rnum results froin its efForts to ensure equal employment oppa�rtunity. Ifthe Contractor fails to comply witli the requirements of tY�e Executive Order, fihe implementing regulatians, or these specifcations, the Director shalI proceed in accardance with 41 CFR part 60-4.8. i4. The Cantractar shall desigttate a responsible afficial to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating tn the provisinns hereof as may be required by the Government, and to keep records. Records sha11 at least inc�ude for each employee, the natne, adciress, telephone nuinber, construction trade, unian CITY OF FORT WOCZTH Alliance AirporC Taxiway P, Phase 2 Federal Contract Provisions Projeet No. 7 03D00 Revised April 12, 2D21 T'ederal Contraet Pravisions 1'age 22 vf 25 afiiliation if a.ny, einployee identificatio� number when assigiied, social security numbet, race, sex, status (e.g., mechanic, appeentice, trainee, helper, ar laborer), da#es of chaz�gas in status, l�aurs vt+arked per weeic in the indicated t�'ade, rate of pay, and locations at which the work was perfo�•med. Records shall be maintained in azi easily uilderst�ndable and retrievabie form; however, to the degree that existin� records satisfy this requireinent, contractors sha.11 not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of athex• laws whieh establish diff�rent standards of campliance or upo.n the appiication of requirements for the hiring of local ar other area residents (e.g. those under the Publio Works Employinent AcY of I977 and the Com�nunity Development glock Grant Program). FCP-15 CERTII<'ICATION REGARDLNG LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to th� best of his or her knowledge and belief, that: (1) No Federal appropr�ated fiands have been paid or will be paid, by or on behalf of khe Bidder or Offernx', to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an o�cer or employee of Congress, or an employee of a Member of Congress in connection vrith t�e awardiilg of any Federal coz�tract, the making of any Federal grant, the malcitt� of any Federal loan, the entering into of any cooperati�ve agreeinent, and ihe extension, continuation, renewacl, arnendment, or modi�cation of any Federal cantract, grant, laai7, or cooperai�ve agt'eeinent. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person far influencing or at�ernpting to influence an officer or employe� of any agency, a Member of Congress, an ofiicer or employee of Congress, ar an employee of a Meznber of Congress in eonnection with this Federal contract, grant, loan, oi• cooperative agreement, the undersigned shall complete a.r�d submit Standard Form-i�LL, "Disciosure �'orm to Report Labbying," in aecordance with its instructions. {3) The uildersigned sha.11 require that the langua�e of this certifieation be incl�ded in the award documents far a�1 sub-awards aY all tiers (including subcontracts, subgrants, and contz'acts under grants, loans, and cooperative agreements) a.iid that all suh-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when thzs transaction was made or entered into. Submission ofthis eertification is a prerequisite for making or entering into this f��ansaction irnposed by section 1352, title 31, 11.5. Code. Any person who fails to �le the required certificatian shall be su6ject to a civil penalty pf not less than $10,000 and not more I:han $10�,000 for each such faaluce. FCP-l6 PROHIBITION OF SEGREGATED FACTLTTIES (a) The C.ontractor agrees that it does not arfd will not mainfain or provide far its employe�s any segregated facilities at any of its establishtnents, and that it doas not and will not perinit iis employees to perform their services at any lacation undei its control where segeegated facilities are maintained. CITY OF FORT WORTH Alliance Airpart Taxiway P, Phase 2 Federal Contract Provisions Prnject No. 103fla0 Revised April 12, 292I �edara] Conttac# Provisions Page 23 of 25 The Contractar agrees that a breach of this clause is a vialation of the Equal Employinent Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means atry waitiz7g rooms, work ateas, rest rooms and wash rooms, restauran#s and ofhe�' eating areas, iiine clocks, joclter rooms and other storage or di°essii�g areas, parking lots, drinking fauntains, recreation or entertainmeni areas, tratasportation, and housing facilities provi.d�d for employees tliat a�'e segregated 6y explicit directive or are in fact segregated on the basis of race, color, religion, sex, or natinnaj origin because of written or aral policies or einpioyee cusiom. The term does not include separate ox single-user rest rooms or n�cessary dressing or sleeping ai-eas provided to assure privacy between the sexes. (c) The Coniractor shal! include this clause in evety subcontraci and purchase order tl�at is subject Yo the Equal Emplo}nnent Opportunity clausa of this coiitract. FCR17 OCCUPATIDNAL SAFETY AND HEALTH ACT OF 19'7D All contracis and suk�conhacts ti�at result frorn ihis solicitation incorporate by referenc� the requirements af 29 CFR Part Z 91 D with the same force and effect as if given in full text. The employer must pro�ide a work environment that is free from recognized hazards that may ca�se death or serious physical harm to the employee. The �mplayer re#ains fu11 respa�sibility to �noY►itar its. co:mpliance and their subcontractor's compliance witl� khe applicable requirements ofthe Dccupatioi�al Safety and Health Act of 197Q (2Q CFR Part 1910). The ��nployer must address any claiins or disputes that pertain to a referenced requia'ement directly with the U.S. Depa��tment of Labor — Occupational Safety and Health Administration. FCP-1S PROCUREMENT OF R�COVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conser�ation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this eontract and to tlxe extent praciicable, the Contractor and subcontractars are to use products containing the highest percentage �f recovered materials for items desig;nated by the Environtraental Proteetion Agency {EPA) under 44 CFR 1'art 247 whenever: 1} The contract requires proc�rement of $10,000 or more of a designated item during tha fiscal year; or 2) The contractor has procured $i0,00D o� more of a designated item using Federal funding during the previous ftseal year. T11e list of EPA-designated items is available at www.epa.gov/smm/comprehe�lsive-procurem�nt- guidelines-cozzstructian-producis. Section 6002(c) establishes exceptions to the �reference for recoaery af �PA-designated products if the contracior can demonstrate the item is: a) Not reasonab[y avaijable within a timefraax�e providing far compli.�aace with the contract perforinance schedule; b} Fails to m�eet reasonable contract perfoxn�ance requirements; or c) Is only a�ailable at an unreasonable price. CIT`Y OF FORT WOATH Alliance Airport Taxiway P, Phase 2 Federal Contract Provisions Project 1�Io. I03q0{1 Aevised April 12, 2021 Fcderal Contract P�ovisions Page 24 af 25 TCP-��.9 CERTIFICATION OF OFFERERIBIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must cnm.plete the follawing two c�rtification staternents. The appl'seai�t ir�ust indicate its eurrent status as it relates to tax delinquency and felnny canvictian by it�serting a chenkmark (❑) in the space followii�g the appiicAi�le respQnse. The applicAnt a�ees thai, if awarded a contract a'esuiting frorn this solicita�ion, it will incorporate this provision for certification in all lower tier subcontraets. Certifications 1} The applieatat represents that it is ( 0) is not (�) a cor�aratinn that has any unpaid Federaj tax liability tl�athas been assessed, for wl�icl� all judicial and administrative r�medies liave been exliaus#ed qr have lapsed, and that is nqt being paid in a timely mariner pu�-suant to an agreemcnt with the autha:rity responsible �or collecting the tax liability. 2) The applicant represents that it is ( �) is noi (!� ) is nat a corporation fhat was convicted of a criminal violation under any redex•a! law withi�� ths precedin� 24 months. Note If a�i applic�nt responds in the afiirmative to either of the above represeniations, the applicant is inetigible ta receive an awaz'd unless the sponsor lfas received notiizcation from the agency suspeifsion and debarme��.t official (5D0) that the SDO has considered suspension or debarment and determinec� that further actian is nat required tn protect the Goveimnent's interests. The applicant therefore must providc infarmation to the awiier ahot�t its tax liability or conviction to the Ovvuer, who will then notify the �'AA Airports District O�"ice, wl:�zch wilS then notify the ag�n.cy's SDO to facilitaie completion nf the required considez'ations before award decisions ar� made. Term Definitions Fe�ony canvicYion: Fclony conviction means a conviction wjthin the preceding twentyfoiir (24j mantl�s of a felony criminal vioIation under any Fed�zal law and includes coEzviction oi azx nffense defined in a section of tlie U.S. cocie that specific�lly classifies tl�e offense as a�elany and eanviciioa af an offense tha# is cia,ssified as a felony under 18 U.S.C. § 3559, Tax Delinquency: A t1x delinquency is any unpaid Federal tax liabiii .ty thAt has beex� assessed, for which all judicial and adxninistrative remedies have been exl��usted, or tiave lapsed, and that is not being paid in a timely manner pursiiant to an agreentent wit�� the �utl�ority responsib�e for cojlecting the tax liability. rcr�ao TERMINATION I"OR CONVENIENCE (CONSTRUCTION & EQUIPMENT CONTRACTS) The Owner znay terrninate khis cant�•act in wliole or in pai�t at airy tiine by providiug writ#en notice to tt3� Cont�•actor. Sucl� actioil inay be without cause and wititaut prejudice ko any nth��' riglit or remedy nf Owner. CTpon receipt of a wri.tten itotice of termin�tion, except as explicitly directed by the Owner, the Contr�ctor sliall itnnzediately praceed with tiie EolIowing obligations regardless of any delay in deiermining or adjustiiig amoimts dL�e under this clAusc; 1. Contractor must iminediateiy discnnYinue work as specified in the vvritten notice. CITY OC I^ORT WDRTfC Alliance Ai�'poxt Taxiway P, Phase 2 Federal Contrnct Pro�isinns Project No. I U30D0 Rcvised April 12, 2021 Pederal Cnnlract Provisions Page 25 af 2S 2. Terminate all subcoiltracts to the extent they relate to the vvark term inated under the notice. 3. Discontit�ue arders for materials and sej•vices except as directed by tlae �ritten iiotice. 4. Deliver to the Ow��er all fabricated and partially fabricated paits, complet�d and partially co�npleted work, supplies, equipment a3►d materials acquired prior to terminatio» of the work, arad as dixecied in the written notic�. 5. Coinplete perfonnailce of the work not terminated by the notice. Tafce action as directed by the Owner to p�'atect and preserve praperty and work related to this contract that Owner wi11 take possession. Ownez' agrees ta pay Contractor for: 1) comp]eYed and aeceptable work executed in aceordance with the contract docuznants prior to tlxe effective data of ter�nination; 2) documented expenses sustaizled prior to the efl'ective date of termination in perF'orming work ar�d fuinishing labor, tnaterials, or equipmant as required by the eontract dacuments in conne�tian with uncompleted work; 3) reasonable and substantiated claims, costs, and damages i��curred in settlem�nt of t�r�ninated cnntracts with Subcantractors and Suppliers; and 4) reasonable and substantiated expenses to the Contractor directly attributable ta Owner's termination action. Qwner will not pay Contractor for loss of anticipated pro�ts or revenue or other ecanomic loss arising out of or resulting from the Owner's termination act�on. The rights and remedies this clause provides are in addition to any a�her rights and re�nedies provided by law or under this contract. FCP-21 VETERAN'S PREFER�NCE In the ei�aplayment of labor (excluding ex�cutive, administrative, and supervisary positians), the Contraetor and ail sub-tier contractors must give preference to covered veterans as defined within Titie �9 United 5tates Code Section 47112, Co�ered veterans include Vietn�m-era vaterans, Persian Gr�if veterans, Afghanistan-Iraq war veterans, disabled vaterans, and small business concerns (as defined by 15 USC 632) owned and cantro�led by disabled veterans. This preference only applies when there are covered veterans readily available as�d qualified to perform the work to which the employment relates. CITY QF FOKT WOIZTH Alliance Airpnft Taxiway P, Phase 2 Federal Cantract Provisians L'roject No. I 0300fl Revised April l2, 2021 Certi�ica#e of Buy American Compliance ft►r Manufactured Produets As a matter of bid responsiveness, the bidder or offeror must comp�ete, sign, date, and subrnit this certification statement with their proposal. The bidder or offeror must indicate llow t1�ey intend to comply with 49 USC § SQ101 by se�ecting one on thc followin� ce��tiiication statements. These stateznents ax•e mutually excjusive. Bidder musfi select one or the othe�• {not both) by inseri;ing a checkma�k (✓} or ihe 3etter "X". X[� Bidder or offeror hereby certifies that it will comply wifh 49 USC � SOIOI by: a) Only insfalling steel and �nanufactu��ed pa•oducts produced in the United Sfates; b) Installing tnanufactured pr�oducts for which the �ederai Aviation Administrativn (FAA) has issued a waiver as iaadicated by inaIusion on tha curra�it FAA Na#ionwide Buy Ame��ican Wai�vers Issued listing; ar c) Instalfing products listed as an Excepted Article, Materiai or Supply in �ederal Acqnisition Regulation Subpar� 25.1U8. By selecting this cer�ification statement, the bidde�• or afferar agt•ses: 1. To pro�ide ta the Owner evicience that documents the souree and origin af the steel and manufactuced produc�. 2, To faithfu3ly camply with pxoviding U.S. domestic product. 3, To fut�iish U.S, domes�ic produot for any waiver request that the FAA rejects, 4. To t•efrain from seeking a waiver eequest afte�• estab�islunent of the contraet, unless extenuating circaxnst�nces emerge that the FAA determines justified. � The bicider or offe�•pr here6y certifi�s it cannot comply with the i 00 percent Buy Amez•ican Preferencas of 49 USC § 50101(a) hut may qualify %r either a Type 3 or Type 4 waiver ur�der �9 USC § Sa101{b). By selecting this certification statement, �iie apparent bidder or offerox• wit�� the apparent iow bid agrees: 1. To the submit to the Owner within 15 calendar days af the bid openitlg, a formal waiver request and reqe�ired docurnentatio�i that supports the type of wai�er being requested. 2. That failure to submit the �•equi�•ed documentation within th.e specified tirttefi ame is cause for a non-responsive determination may s•esult in rej�ction of the proposal. 3. To faithfully compiy wtih pro�iding U.S, domestic products at or above the approved U,S. domestic content percentage as appxoved Uy the FAA. 4, To �•efrain fi•om seeking a waivea• request afte�• establislunent of the contraet, unless extenuating circumstxnces emerge t�at th.e FAA determines justiiied. Required Documentation Type 3 Wa�vei• — The cost af the item components and subcomponents produced in the Unsted S#ates is �nare that 60 p�f•eent of tha cast of all compnnents and subcnmponents of tl�e "ifem". The requii•ed docu�neniation far a Type 3 vvaivec is: a) Lisking of all product componenis and subcamponents thaf are n�t comprised ai 100 percent U.S. domestic contant (Excludes products listed on the FAA Na#ionwide Buy American Wai�ers Issued listing and products exc�uded by Fedea•al Aaq�isition Regulation Subpa��t 25,108; praducts of unknovan arigin must be considered as non-dotnestic prod�icts in their entirety). _ 'a,,.� � 1� '�i �� � �. �1 �� ��1�� �����. Technical Specifications Ifem C-100. Contractor Quality Control Program (CQCP) TTEM C-100 CONTRACTOR QUALITY CONTROL PROGRAM {CQCP) 100-1 General. Q�►ality is more than test results. Quality is the combination of proper materials, testing, workmanship, equipment, inspeciion, and documentation of the project. �stablishing and �naintaining a culture of quality is key to achieving a quallty proj ect. The Con�ractor s11a11 establish, provide, and inaintain an effective Contractar Quality Control Program (CQCP) that de�ails the inethods and proc�dures #hat will be taken to assut•e ihat all materials and completed consfi�vction �'squired by this �ontract conform to contract plans, techn�ical speciflcations and oth�j� requirements, whether mat�ufactured by the Contractor, or proc�.u�ed from suhcoi�.traotors or vendois. Although guidelines are established and eertain minimutn requirements are speci�ed here and elsewhere in. the coiit�•aet technical specificatians, the Contractor shall assume fulj responsibility for acc.omplis�ing the stated purpose. The Cantractor shall estat�lish a CQCl' that wiii: a. Provide quajified personnal to develop and implement the CQCP. b. Provicie for the productiail of acceptable quality materials. c. Provide sufficient information to assure ti�at the specification requiretnants can be met, d. Document the CQCP process. The Contractor shalI not bsgin any construction or production of materials to be incorporated into the completed work untii the CQCP has been re�iewed and approved by tlte Resident Praject Aepresantative (RPR). No partial payment will be made for materials subject ta specific quality control (QC) requirexnents unti] the CQCP has been review�d and approved. The QC requirements cantained in this section and e�sewhere in the contract technical specificatiaz�s are in adcfitian to and s.eparate from the quality assuz'ance (QA) testing requirements. QA testing r�quirements are the responsibility of the RPR or Contractor as specified in the specifications. A Quality C.antrol {QC}/Quali� Assurance (QA) workshap witl� the En�ineer, Resident Froject Representative (RI'R), Con#ractor, subcontractors, te�ting labaratories, and Owner's representative must be held prior to start af construction. The QCIQA workshop wiI] be faeilitated by the Cantractor. The Contractor shall caordinate with t}ze �lirport and the RPR on time and Iocation of the QCIQA workshop. Items to be addressed, at a minimum, r�vill include: a. Revieva of the CQCP including submittais, QC Testing, Action & Suspension Limi.ts for Productiot�, Corrective Action Plans, Distribution af QC reports, and Control C�arts. b. D'tscussion of the QA prngram. c. Discussion of the QC and QA Organization and authority incSuding coordination and informaiion exchange between QC and QA. d. Establish regular meetings to discuss control of mat�rials, methads and testing. e. Establishment of the overall QC ct�lture. I00 2 Description of program. a. General deseription. The Contracta:r shall estabiish a CQCP to perform QC inspection and testing of all items of work r�qLtired by the technical specifications, including thase perforined by subcantractors. The CQCP shall ensure conformance to applicable specifica�ions and plans with respect to mate�'ials, off- site fabricatiorl, workmanship, construction, finish, and functional performance. The CQCP shai� be effecti�e for co��trol of all canstruction work perfarmed under tlnis Contract and s.hall specifieally ii�clude C1T'Y OF FORT WORTFI Alliance Airport Taaciway P, Phase 2 Technieal 5pecific�ltions Gl � 1-1 Project Number 1030Q0 Item C-1�0 Cantraclor Quality ContCal Progra�n (CQCP) surveillance and tests required by ih� technieal specifcations, in addition tn ather requirernents af #his section and any ather activiiies deemed necessaay by the Contractor to establish ail effective level of QC. b. Contractor Quality Control Program (CQCP). The Contracta�' shall describe the CQCP in a written document that shall be reviewed and approv�d by the RPR prioz' to the start of any production, construction, or off-site fabi•icatinn. The writtei3 CQCP shall be submitted to the RPR for review and ap�roval at least 14 calendax days befo�•e the CQCI' Wot•kshop. The Cantractoi's CQCP and QC testing faboratory must be approved in wriiing by the RPR prior• to the Noiice to 1'roceed {NTI'). The CQCP s�all 6e organized to address, as a miiain�urn, the following: 1. QG organization and resumes af key stafF 2. Pro�ect progress schedula 3. �ubrnittals schadula 4. Inspection requ.irements 5. QC testing plan (. Documentation of QC activities a��d distribution of QC reparts 7. Requirements for corrective ac�ion when QC andlor QA acceptance criteria are not met 8. Material quality and construction mear►s and methods. Address all elements applicable to the project ihat affect the quality of the pavement strucfure including subgrade, subbase, base, and surface course. Some elements that must be addressed include, but is not l�mited to mix des�gn, aggregat� grading, stoc�Cpile managernent, mixing and transporting, piacing and finishing, c�uality contro{ testing and inspectian, smoothness, Iaydown plan, equipment, anei temperature management plan. The Contracior must add any additional elements tia the CQCP that is necessary to adequately control all production and/or construction. pracesses required by this contract. 1D0-3 CQCP organizatian. The CQCP shall be implemented by the establishment of a QC organization. An organizational chat� shall be developed to st�ow all QC personnel, theij• authority, and how ihese parsonnel integrate with other managementlproduction and co.nsfiruetion functions and persannei. The organizational chart shall identify a11 QC staff by name and functipn, and shall ind�cate the total stafF required to implement all elements of the CQCk', including inspection and testing for each item of work. 1� necessary, different technicians cail be used for specific inspecfion and testing functions for differ�nt iteins of w ork. If an outside organization or independent testing laboratory is used for implementation of all or part of the CQCP, the parsannel assig��d sl�all be sub�ect to the qualification requirernents af paragraphs 100-03a and 100-036. The organizational chart shall indicate which personnel are Con#ractor emplayees and which are provided by an outside oiganizati�rn. The QG organization shall, as a rninimum, consist of the following personnei: a. Pragram Adnainistrator. The Contractor Quality Contrql Program Ad�inistrator {CQCPA) znust be a fuIl-time e��ployee of the Contractor, or a consultant er�gaged by the Contractor. Tha CQCPA must have a minimum of five (5) years of e�perience in QC pavement const�-uction with prior QC experience on a project of conaparable size and scope as the contract. Inc�uded in the five (5) years of paving/QC experience, the CQCPA must meet at least one of the following reqttirements: (1) Professiona! Engineer with one (i) yeaz' of airpart paving experience. (2} Engineer-in-training vt�ith two (2) years nf airport paving experience. CITY OT FORT WORTH Alliance Airpnrt Taxiway P, Phase 2 Technical Specifications G101-2 Project Number 103600 Item GlDO Couiractar Quality Control Program (CQCP) (3) National Instituta for Certification in Engi��eering Tecluioingies (NICET) Civi3 Engineering Technolagy Levei IV with thxee (3) yeai•s af airpoi'� paving experience. (4) An individual with four (4) yeats of airpo.rt paving expez'ience, with a Bachelor of Science Degree in Ci�il Engine�ring, Civi] Engineering Techno.logy or Construction. The CQCPA must have fuil authority to institute any and aff actions necessary for the suceessful implementation of the CQCP to ens�.u�e co�npliance wiih the contract plans and technicai speci�catioiis. The CQCPA authority must include the ahility to im�r►ediately stop production until materials and/�r processes ar� in compliance with contract specificatians. 'I'he CQCPA inust report directl}+ Lo a principal off�cer af fhe consh�uctian �rm. The CQCPA may supervise the Quaiity Cantrol Prograrn ota inore than one projeet pravided tl�at pez'son can be at il�e job site wi#hin two (2} hours after Ueing notified of a probiem. b. QC teehnicians. A suff'icient number of QC technicians necess.ary to adequately implemeixt the CQCP must be pro�ided. The�e personneS must be either Engineers, engineering technicians, or experi�nced craf�sman with qualifcations in the appropriate field equivalent to NIGET Level II in Civil Engineering Techr�ology Qr higher, atad sha11 Mave a min.imum of twa (2} years of experience in their area of expertise. The QC technicians must report directly to the CQCPA and shall perfonn the �ollowing functions: {1) [zlspection of all materials, constn.tetion, plant, and equipinent for confQrm.ance to the tecl�nical speci%catians, and as required by paragaph l OD-6. (2) Performance of all Q� tes�s as required by the technical specifications and paragraph100-$. (3) Performance of tests for the RPR wiaen required by i:Y�e teckulical specifications. Cai�ification at an equivalent level of qualification and experience by a state or nationally reeognized or�anization wiii be acceptable in lieu of NICET certification. c. �taffing levels. The Contrac�or shall provide s�fficient qualified QC personnel to monitor each work actir�ity at all times. Where �naterial is being produced in a plant for incorporation into the work, separate plant and feld technicians shalI be provided at each plant and field placement location. `I'he scheduling and cootdinating of al1 inspection and testing must match the type and pace of work activity. The CQCP shall state wl�ere diffez'ent technicians will be required for diff�rent work elements. 1U0-4 Project progress schedule. Critica.i QC activities tnust be shown on t�e project schedule as required by Section S0, paragraph 84-03, Executiora and P�ogress. IUO-5 Subm�ttals schedule. The Cantractor shall subrnit a detailed listing of all subrnittals {for example, mix designs, rr�aterial certificatians) and shop drawings required by the techn.icai specifications. The listing can be dev'eloped in a spreadsheet format and shali includ� as a minimurn: a. 5pecificatian item number b. Item description c. Dascription of submi�ta3 d. Specification paragaph requiring submittal e. Scheduled date of submittal 1Q0-6 Inspection reyuirements. QC inspection functions shall be organized to provide it�specYions for all de�nable features af wark, as detailed beiow. All inspections shall b.e documented by the Contractor as specified by paragraph 100-9. Inspections shall be perfonned as needed to ensure continuing connplianee with contract requirements until completion of the parYicular feature of work. u�speetions shall include the following minimum requirements: CITY OF FORT' WORTII Allia��ce AirportTaxiway P, Phase2 Technical Specifications C-101-3 ProjectNuml�er 103004 Itera GI00 Contractor Quality Control Pragram (CQCP) a. During plant operation for material production, QC test results ar�d periodic inspeetio��s shaIl be used to ensure tY�e quality of aggregates and otl�er inix coinpon�nts, and to adjust azld confr4l mix proportioning to meei the approved inix design and other requii•ements nf tlae technical specifications. Ai� equipment used in prapnrtioning aiici mixin.g shail be inspected to ensure its praper operating. condition. The CQCP shall detaij how these and other QC fiinctions will be accampiish�d and used. b. During iield operations, QC test resuits and periodic inspeetio�ts shall be used to ensure �he quality of ali materials and worktnanship. Ali equiprne��t t�sed i�1 pfacing, finishing, and compacting shal� be inspected to ensu��e its proper operating conclition and to ensLu'e thai all such operations are in conformance to the technical speciflcations and are within the plan dimensions, lines, grades, and tole�'ances speci�'ied. The CQCP shail dacument how ihese and other QC functions will be accqinpjished and used. . 100-7 Contractor QC testing faciliiy. a. For projects that include Item P-401, Item 1'-403, dnd Item. P-40�k, ti�e Cantz'actor shall ensure facilities, iilcludiz�g all necessary equipment, materials, and current refereiice standards, are provided thaf iz�eet requirements �n the foilowing paragraphs of ASTM D3666, Standard Specif catio�a far �nirrzurn Requirements for Ageneies Testing and Inspectirag Road and Pavang Materials: $.1.3 Equipment Calibration and Cbecks; 8.1.9 Equipment Calihratioil, 5tandartlization, and Ck►ec�C Records; • 8.1.12 Test Methods and Procedures b. For prajects that iuclude P-501, the Contractor shall ensure facilities, including all necessary equipi�ent, materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM C1077, Standard Practice for Agencies Testing Coilcrete and Concrete Ag�regates for Use in Construction and CriYeria far Testing Agency Evaluation: � 7 Test Methads and Pracedures � 8 Facilities, �quipment, and Supplemental Procedui°�s 100-5 QC testing p1An. As a part oith� overall CQCP, the Contractor shall implement a QC testing plan, as required by the technical specifications. The testing plan shall �nclude the minimiun iests a��d tesi frequencies required by each technic.al specification Item, as we11 as any additional QC tests that the Contractor deems necessary to adequately control productioi� andlor construction prqces5es. The QC testing plan c�€n be developed in a spreadsheet fashion and shall, as a minimum, include tt►e following: . a. Specification iiezn number (e.g., P-4p1} b. Item description (�.g., Hot Mix Asphalt Pavements) c. Test type (e.g., gradation, grade, asphalt content} d. Test standard {e.g., ASTM or American Association of 5tate Hi�;hway and Transportation Officials (AASHTO} fest number, as applicable) �. Test ireq�ency (e.g., as required by technical speci�catinns ar minimurn frequency when requirements ar� not stated) % Responsibility (e.g., plant teehnician) g. Cantrol requirernents (e.g., target, permissible deviations) The QC testing plan shali cnntain a statisticaily-bas.ed proceduz'e of random saanpling for acqu�ring test samples in accordance r�vith AS`TM D3665, The RPR shall b� provided the opportunity ta vui�ness QC sarnpling and testing. CITY OF FOltT WORTH A]liance Airport Taxiway P, Phase 2 Technical Specifications C-]p1-4 ProjectNumb�r 103000 Item G l QO Contraclor Quality Contro] I'rngram (GQCP) All QC test results sha1l be document�d by the Contractor as required by paragraph I 00-9. 100-9 Documentation, The Contractor shaIl tnaintain current QC reco�'ds of all inspections and tests performed. These records shall include factual evidence that the required QC inspec�ions or tests have been perfo:rined, ineluding type and number af inspections or tests involved; results of inspections o�'tests; nature of defects, deviations, causes fo�' j'ejection, etc.; proposed remedial action; and corrective act�ons taken. Ti hese records must cover both conforming and defective or deficient features, and rriust include a statement that all supplie5 and materials incoi�porated in the work are in full compIiaatee with the terms of the contract. Legible copies of these records shall be furnished ta the RPR daily. The records shall cover all work placed subsequerlt to ilie previously furnished records and shaIl be ver•ifi�ed and signed by the CQCPA. Contractor QC records required for the contract shall include, but are not necessarily limited to, the follovving records: a. Daily in�peetion reparts. Each Co�atractor QC technician shaiI maintain a daily log of all inspections performed for both Conn•actor and subcontractor operations. Tl�ese technician's daily reports shall pravida fa�tual evidence tYaat continuous QC inspactions have been pe�'formed and shall, as a mini�num, inc�ude the following: (1) Technical specificatian item number and description {2) Compliance with appraved submittals {3) Proper storage of materials and equipinent (4) Proper vperation of all ec�uipment (5) Adherence to plans and technical specifcatio��s (6) Stirmmary of any r�ec�ssary corrective actions (7} Safety inspeetio.n. ($) Photographs and/or video The daiiy inspection repnrts sha]i identify all QC inspections and QC tests conducted, results of inspections, location and nature of defects found, causas far rejection, and z-ernedial or correetiue actions taken or proposed. The daily inspectioil reports shall be sign�d by khe responsible QC technician and the CQCYA. The RPR shall he provided at least o��e copy of each dai�y inspection report on the work. day following the day of record. When QC inspection and test results at'e recorded and transmitted elec�tanically, the results must be archived. b, Daily test reporis. Tha Contractor sha11 be responsible for establisl3ing a system that will record all QC test results. Da.ily test reports shall document the following information: (1) Tech�ical specification itextt number and description (2) Tast designation (3) Location (4} Da�e af test (5) Control requirements (b) Test results ('7) Causes for r�jection (S) Recommended remedial actions {9} Retests C17'Y OP I'bRT WOATH A]lianoe Airport Taxiway P, Phase 2 `Cechnical SpecificaYions C-]01-5 ProyectNumber 103000 Item G100 Contractor Quality Contrql Program {CQCP) Test results froin each day's work period shall be suhmitted to the RAR prior �o the start of the next day's work period. When required by t11e techiiical specifications, the Contractor shall maintain s�atisticai QC chat-ts. When QC daily test results are recorded and transmitted e�ectronically, the j•esults must be archived. 1�0�10 Correetive aetion re�uir�ments. The CQCP shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what aetion will be taken ta brit�g Yhe }�rocess into coni�°o1. The requirements fa�' coz'rective action shail include both general i��quirements far operation of the CQCP as a whole, and for indi�id�ta� iterns qf work eontained in the technical speciizcations. The CQCP shall detail how the results of QC inspections and tests will be usecf for determining the need far• corrective action and shall contain clear rules to gauge when a pracess is out of con�ol and th� type of correctiion to be taken to regain process control. When a�plicable or required by the technical specificafio�is, the Contractor shall estab.lish and use statisticai Q� eharts for individual QC iests. 'I'he requirements for corrective action shall be linked to tlZe control ci�arts. 104-11 Inspectio� and/or observations bq the RPR All iteins of mate�•ial ar►d equipment ara subject to inspection and/or observation by tl�e RPR at the point of production, manufacture ox slyipment to determine if the Contractar, producer, manufacturer or s�ipper maurtains an adequate QC sysiem in confbrmance with the requirements deCailed here aud the appjicable technical specifications and p�ans. In addition, aII items of materials, eq.uiprnent and worl� in place sllall be subjeet to inspectzon andlor observation by the RPR at the site for the satne purpase. Inspec�ion andlor observations by the RPR does not relieve the Contracto:r of perforrning QC inspectians of eitlZer on-site or off-site Cantractor's or s.ubcontractor's work. 100-1.2 Noncompliance. a. Th� Resident �'roject Represei�tative (RPR} will provide wri�ten z�aiice to the Contractor of any noncompliance with th.eir CQCP. After receipt of such notice, ih� Contractor must take corrective action. b. Wh�n QC activities do not coraply with either the CQCP or the contract pravisions or wl��n the Contractor fails to praperly operate and maintain an eff�ctive CQCP, and no effective con-eetive actions have been taken after notification of nort-comp�ianee, the RPR will recommend the Owner taka the following actions: (1) Order the Contracto.r io replace ineffective or unqualified QC personnel or subcoi�tractors and/or (2} Order the Contractor to stap operatioi�.s until appropriate corrective actians are taken. METHOD OF MEA�UREMENT 1Q0-1.3 Basis of ineasurement and paynraen� Contractor Quality Coni�•ol Program (CQCP) is �or the personnel, tests, facilities and dacumentation 3�equn•ed to implement the CQCP. The CQCP will be paid as a lump surn with the following schedule of partial payments: a. With �rst pay request, 254/o with approval of CQCP and compleiion of t�e Quality Controi (QC)/Quality Asswranee {QA) warkshop. b. When 25% or more af the original cont3•act is earned, an additiona125%. c. When 50% ar more of the original contract is earned, an additiona120%a. d. When 75%. or more of the originaI contract is earned, an additional 20% e. After final inspectian and acceptance ofproject, #he final 10%. CITY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Spe¢ifications C-t01-6 Projectl�umber 103040 item C-1U0 Contractor Quality Control Program (CQCP) BASIS OT+ PAYMEN'T 100-14 PaymenY vvill be mac3e under: Item C-1 Ofl Contractor Quality Control �'rogra�r► (CQCP) -- per luinp surn RE�ER�NCES The publications listed below %�'m a part of this specification to the extent referenced. The publications are referred to within the text by i11e basic designatian on1y. Natianal Institute for Certi�cation in �ngineering Technalogies {NICET) ASTM International (ASTM) ASTM C1077 ASTM D3665 ASTM D36b6 5tandard Practice for Agencies Te�ting Concr�fe and Concrete Aggregat�s far Use in Construction and Criteria �or Testing A.gency Evaluatian Standard Practice for Randnm 5atnpling of Canstruction Materials Standard Specification far Min'vnum Requirements for Ageneies Testin� and Inspecting Road and Paving Materials END OF ITEM C-100 CTTY OF FORT WORT'H Allianee Airport Taxiway P, Phase 2 Techuical5pecifications C-141-7 PYojectl�iumber ]03000 ltem C-]00 Gontractor Qualiry Control Prograzn (CQCP} Pag� Tntentionally Biank CITY OF FORT WORTH Alliance Airport Taxiway P, Pliase 2 Technical Specificatinns G101-S ProjactNumber ]0300� it� c-ias lvlobi] izatian IT�M G102 TEMPORARY AIR AND WATER POLLUTION, SOII, �ROSION, AND SILTATION CONTROL DESCRIPTION 102-1. This item slxaIl consist of temporary cont�ol measures as shown on the pians or as ordered by the Resicient Project Representative (RFR) during the life of a contract to control pollution of air and water, soil erosioia, and siltation through the use of silt fences, berms, dikes, dazns, sediment basins, fiber inats, gravel, mulches, grasses, slope di�ains, and oiher erosion control devices ar txiethods. Temporary erosioz� control sha]I be in accordance with the approved erosin�l contral plan; the approved Construction Safety and Fhasing Plan (CSPP) and AC 15015374-2, �peratior�al �afety on Airports Durang ConstYuctian. The temporary erosion canf�•ol measures contained hereiil shall be coordinated wi#h tl�e permanent erasion control measures specified as part of th[s contract to the exteni gractical to assure economical, effective, and continuous erasion controi throughout the canstruction period. Tez�porary contral inay include work outside the cons�ructian limits such as bar�•ow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Te�npnrary contr4l �neasures shall be designed, installed and inaintained to minimize the cr�ation of wildlife attractants that have the potential to attract hazardous wildlife on or near public-use airports. MATERIALS 102-2.1 Grass. Grass that wiIl not compete with the grasses sawn later for permanent c4ver per Item T- 9Dlshall be a c�uick growing species (such as ry�grass, Italian ryegrass, or cereal grasses) suitable to tha area providing a#empora�y cover. Selected grass sp�cies shall not create a wildlife aiiraciant. 102�2.2 Mulches. MulChes rriay he hay, straw, fber mats, nettin.g, bark, wood chips, or other suitable tnaterial reasonably clean and free oi noxious weeds and deleierious rr�aterials per Ifem T-908. Mulches s11a11 not create a wildlife attractant. 102-2.3 Fertilizer. Fertilizer shall lie a staildard commercial grade and shall confarm ta all federal and state regulations and to tiae standards of the Association of Dfficial Agrieultural Chetnists. 102-2.5 Silt fenee. Silt fence shall consist of polymeric filamenfis whieh are for�ned into a stable network such that filamenYs retain tlieir relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabili�ers to provide a minirnum oi six months o.i �xpected usable e�nstructinn life. Silt fence shall meet the requirements nf ASTM D6461. 102-2.6 Ot�er. Al� other materials shall meet commerc�ai grade standax'ds and s11a11 be approved by the RPR before being incorporated intv the project. CONSTRUCTION 1tEQUIREMENTS 1Q2-3.1 GeneraL In the event of conflict between these reqttirements and pollution contral laws, rules, or regulations of other federal, state, or local agencies, fihe rnore restricti�e laws, rules, or regulations shall apply. The RPR shall be responsible far assuring compliaiace to the extent that construCtion practices, constructian o��rations, and coirsiruction work are invalved. CITY OP i'ORT WORTH A[liance Airport Taxiway P, Phase 2 Techuical SpecifcaUons C-1U2-9 Prpjact IVumher 103000 ltem C-105 Mabilizalion 10�-3.2 Schedvle. Friot• to tl�e start of eonstruction, the Co��t�•actor shall submit sched�Yles in accordance with the approved Canstructian Saf�ty and Phasing Plan (CSPP) and the plans for accomplis�unent of temporary and perir�azlent erosion conirol work for clearing aud grubUing; grading; const�uction.; paving; and strucfiures at watereaurses. The Coi�tractor shall also subzzait a proposed method of eroslan aald dust cantraI on haul roads and barrow pits and a plan for disposal of waste rnaterials. Work shall not be started until the ero�ion cozltrol schedules and metllods of operation for the applicable construction l�ave Ueen ac.cepted by the RPR. 102�3.3 Constructian details. The Contractor will be req�ired to incorpQraie aIl permanent erosion control features into the projec# at the earliast practicable tim� as autlined in the plans and appro�ed CSl'P. Except whei•e future consiruction operations will damage slopes, the Contraciar shall perform the per3nanent seeding and �nulching and other spacified slope prot�etion work in stages, as soon as su6stanfial areas of exposed slopes can be inade available. Tempot'aiy erosian and gollution control measures will be used tn correct conditions that de�elop during cansiructi.on that were not fores�en during the design stage; that are needed prior ta instailatian of p�rmanent control features; or that are needad tempararily to control erosion that develops during �}ormal constri�ction practices, but are not associated with permanent controS features on the project. Where erosion may be a problem, schedul� and perform cIearing and grubbing operations so that grading operations and perrnanant erosion cantrol features can follow immediately if project conditions p�nmit. Te�nporaiy erosion controI measure� are required �f permanent ineasures cannat immediately fallow grading operations. The RPR shall limit the area of clearing and grubbing, excavation, borrovv, and embankment operatiorts in progress, commensurate with the Contractor's capability and progress in keeping the finish �rading, mulching, seeding, and other such permanent cantrol measures current with the accepted schedule. If'seasona.l iimitations make such coordinatior� unrealistic, temporary erosion control measures s�all be taken im�nediately to tlie exte�lt feasibie and �ustified as directed by the IZPR. The Contractor sl�all provide immedzate permanent or temporary poll►,l�ion contral measures to ininimize contaminatian of adj acent streams ar other watercourses,lafces, ponds, ar other areas of water impound�nent as directed by the RPR. If tezriporary erosion ar►d pallutian controi measures are requi�'ed due to the Contractor's negligence, carelesszless, or failux� to install permaneni eontrols as a part of the work as scheduled or directed by th.e RPR, the work shali be performed by the Con�ractor and t�e eost shail ba incidental to this item. '3'he RPR may increase or decrease the area of erodible earth mafi�riai that can !�e exposed at any time based on an analysis of project co.nditians. The erosion control f�atures installed by the Contractor shall be maintained by the Contractor during the consfruction period. Provide temporary st��uctures whene:ver construction equipment must cross watercourses at frequent intervals. Pollutants such as fuels, lubricants, hitu�nen, raw sewage, was3a water from concrete mixing operations, and othex harmful materials shafl nat be discharged in#o any waterways, impound�nents or into natural or manmade clzannels. 1p2-3.4 Installat�on, maintenanc.e aud remaval of silt fence. Silt fences shall extend a miniznum of I6 inches (�1 cm) and a maximum of 34 inches (86 cm) abave the ground surface. Posts shall be set no mare than 10 feet (3 m) on center. Pilter fabric shall be cut from a continuous roll to the length required minimizing joints �vhere possible. W'lhen joints are necessaiy, the fabric shajl be spliced at a suppo:rt post wit� a rr�i:nimum 12-inch {3�0-mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mtv.) de�p by 4 inches (100 mm) wide on the upslop� side of the silt fence. Tl�e trench shalI be backfill�d and the soil compa.cted over the silt fence fabric, The Contz'actar shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fenc� CITY OF FOR'f WORTH Alliance Airpor� Tt�iway P, Phase 2 Technical Specifcations C-]02-iD PrnjectNumber 1030D0 ICem G105 Mub.il ization sha11 be maintained in good wnrking condi�ion ur►til permartent erosion eontrol is established. 5ilt fence shall he removed upon agproval of the RPR. METHOD OF M�ASUREMENT 1Q2-4.1 Temporary erosion and pollut�on control work required will be performed as �cheduled or duected by the RI'R. Completed and aceepted warkwill be measured as follows: a. Teinparary seediitg and mulching will be naeasured by the square yard (squa��e nneter). b. All fertilizing will be rneasured by the paund (icg). c. Prcparation and submitial of a Storm Water PolTution Prevention Plan (SWPPI') in accordance with Section O1 S7 13 will be measured by th� lu�np sum. 102-4.2 Contral work per�ormed for protection of construction areas outside the const�uction li�nits, such as borrow and waste areas, hauI raads, equipment and material storage sites, and tainporary plant sites, will n.at be measured and paid far directly but shall be eonsid�red as a suhsidiaiy obligation of the Co�tractor. BASIS OF PAYMENT 102-51 Accepted quantities of tempara�y water pollutioia, soiJ erosion, and siltation control work orelered hy the RPR and measured as provided in paragraph 102-4.1 wili be paid for under: Item C-102-5.1 a Itern C- I 02-5.1 b Item G 102-5.1 c Item C-102-S.ld 'I'einporary seeding and muiahing — per square yard (square meter) Fertilizing -- per pound {kg) Stor��n Water Pallution Preventian Plan: 5 WPPP -- per lump sua� InstalIation and removal oferosion control iog--pez' linear foot (meter) Where other directed work falls within the s.pecifications for a work item that has a contract price, the units of work shall be rneasured aild paid far at the con�;ract unit price bid far the various iterns. Temporary contro� features not covered by contract items that are ordered hy the RPR wili be paid for in aceordance with Section 90, part'agraph 90-OS Payme�at far Extra Wark. REFERENCES The publications listed �elow fann a part ofthis speciiicafion to the extent referenced. Tlae publicatians are referred to within the text by the basic designatio n on3y. Advisory Citculars (AC) AC 150152Q0-33 AC 150/S3'7Q-2 ASTM Inter��ational (ASTM) ASTM D6�61 Hazar�dous Wildlife Att�-actants on ar Near� Airports Operational �Safety on Air�ports During Construction Standard S`pecification for Silt Fe�tce 11�laterials United Statas Depart�nent af Agriculture {USDA) FAAIUSDA Wi1dli% Hazard MarLage�nent at Airporks, A Manual for Airport Personnel END OF IT�M C-102 CITY �F FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specificatiuns C-] 02-11 T'rojecF Number [ 03000 Ilem C-1Q5 Mobilization CITY OP FORT WORTFI All iance Airport Taxiwey P, Phase 2 Technical5p.ecifications C-102-12 ProjectNuinbar [0300D Item C-]O5 Mobilization ITEM G105 MOSILIZATIDN 105-�. Description. This ite�n of work shall coilsist of, 1]iit 15 F1Dt IITC11�8Ci �OS waz'k and operations necess�ry for the movem���t of personnel, equipmen�, material and supplies to and irom the project site for work on the project except as provided in the contract as separate pay ltems. lU�-2 Mobilizatiou limi�. Mobilization shali be limited to 5 percent ofthe total project cost. 105-3 Posted notiees. Prim• to commencein.ent of coa7structian activities, the Gontractor must post t1�e following documents in a prominent and accessible place wl7ere they nlay be easily viewed by aII employaes of tha prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equa1 Ernploym.ent Opportunity (E�0) Paster "�qual Employment Opportunity is the Law" in accordance with the Office of Federal Coniract Compiiance 1'ragrams Executive Order 11246, as amended; Davis Bacon Wage Foster (Vi�� 1321) - DOI� "NQtice to All Employees" Paster; and Applicable Davis- Bacon Wage Rate Deternnzz�at[on. These notices must reinain posted until final acceptari�e of the wark by the Owner. 105-4 EngineerlRPR �ield oifice. The Cantractor shall provide dedicated space �or the use af the �eld RPR and inspectors, as a iield office for the duration ofthe project. This space shall be located conve��iently near the construction and shall be separate from any space used by the Cantracfio.r. The Coniractar sha1T furnish water, sanitary facilities, heat, au conditioning, and electricity in accordance with local huilding codes. METHOD OF M�ASUREMENT 105-5 Basis of ineasurement and payment. Based upon the contraet lump su�n price �or "Mobilization" partial payments will be allowed as follows: a. With �rst pay request, 25%. b, When 25% or more of the original contract is earned, a� additional 25°Jo. c. When 5�%a or more ofthe original contract is earned, an additional 40%. d. A£�ez' Final Inspection, Staging area clean-up and deIiv�zy of a�I Projeet Closeout materials as required by Sectiota 90, paragraph 90-11, Contractor Final Froje�t Documentation, the final 10%. BASI� �F PAYMENT 1Q5-6 Payr�nenf will be made under: Item C-105 Mobilization — per l�unp sum REFERENCES The publicatiotzs listed below for�n a part of this speciiicatian to the extent referenced. The publications are referred to within tke text by the basic designation only, Office of Federal Contract Compliance Programs (QFCC�) Executive Order 11246, as aznendad EEOC-PlE-1 — Equal Emplo.yment Opportunity is the Law Poster C1TY OP �OIiT WORTTi Alliance Airport Taxiway P, P}�ase 2 Technical Specifications C-105-13 ProjectNumber 103000 ltem C-]DS Mobilization United Siates Depa►'l�nent of Labor, Wage and Hour Division (WHD) WH 1321 — Employae Rights under t11e Davis-Bacon Act 1'oster END OF� �TEM C-105 CITY OF FORT WORTEI Alliance AirporY Taxiway P, Pl�ase 2 Technical Specifications C-105-14 Projact NumL�er 103Q00 item C-110 Metliod of �stimating Percenta$e of Nfateria] Within 5.pacificatioi� Limits (PWL) IT�M C-1.7Q METHOD OF ESTIMATING PERCENTAGE OF MAT�RIAL WITHIN SPECXFICATION LIMITS (PWL) 1f0-1 General. When the speciiications provide for acceptance of materia� based on the method of estimating �ercantage of material within speci�cation limits (PWL), the PWL will be determined in accordance witl� t�is section. All test results for a lot will be a�r►alyzed statistically to determine the total estitnated percent of the lot thai is within speci#ication limits. The PWL is cornputed using the. sa�npfe avara�e {X) and sample standard de�ia#io.n (�„) ofthe speci�ed number (n} of sublots for the {ot and ihe speciii.caiion talerance lirrtits, L far lovver and U for upp�r, for the particular acceptance parameter. From �1ese values, the respective Quality index, Q� for Lower Quality Index and/or Qu �or Upper Quality Index, is computed and the PINL for the lat for the specified n is determined from Table i. Alj specification limits speeified in the technical sactions shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of unceitainty (risk) in th� measurement fflr acceptance because only a small fi•action of production material (the popt�lation) is sampled and tested. This unccrtainty exists because all porkions of the production material have the same probabiiity to be rando�nly sarnpled. The Contractor's risk is the pro�ability thatxnaterial produced at the acceptable quality level is rejected or subjected to apay atljustment, The Owner's risk is the probability that mate�ial produced at the rejectable quaiity le�el is accepted. it is �he intent of this section to inform the Contz'actor that, in order to consistently offsei the Gontractor's risk for material evaluated, production quality (usfng population average and population standard deviaiion) must be maintained at the acceptabi� quality specified or laigher. In all cases, it is the respoilsibility of the Contractor to groduce at quality levels that will tneet the s�ecified acceptance criteria when sampled and tested at the frequencies specified. 11D-2 Method for eomputing PWL. The computatianal sequence for computing PWL is as follaws: a. Divide the lot into n sublots in accorda�ice with the acceptance requirements of the specifieation. b. Locate the random samplin� position wifhin the sublot in aecordance with the requirements of �� specification. c. Make a measurement at each location, or take a test portion and make the ineasurement on the test portion in accordance with the testing requiremeats of the specification. d. Find the sample average {X) for all sublot test values within the Iot by using the followin� formctla: x = �%] �- X2 -i- X3 + . . .Xn� � II Where: X� Sampl� avei•age of all subiot tast �alues within a lot xi, xz, ••.xn= Individual sublot test values n— Number of suhiot test va[ues e. Find the sample standard deviatian {Srt) by use of Y.�e following formula: Sp = j(d1Z � dz2 + claz +' . . .dnz���a_l�]irz Where: S„ � Sample sta�dard deviation nf the number of sui�jot test values in the set di, d2, ...d„ = Daviatians of the individual subfat test va�ues x�, x2, ... from the average vaiue X CI'PY OF FORT WORTH Alliance Airport Taxiway P, Pfiase 2 Technical SpeciFications C- l 1 p_ l Fraject Number ] 03040 Itern C-1 ] 0 IvIelhod of Fstimating Percentage Qf Material WiShin �pec9fication Limits (PWL} thatis: d� �{xi-X}>dz=(x�-X}... d„=(x„-X) n— Number of sublot test valttes ��'or single sided s�aecification limits (i.e., L only), compute the Lower Quality Index �L �y use of the foilowing farmuka: QL=(X-L)/S„ Where: L� specification jower tolerarEce lirnit Estimate the percentage of material within limlts {PWL) by entering Tabje 1 with QL, using k�e coiumn appropriate to the total number (n) of ineasurements. If the �alue af Q�, fa11s between values shov,nl on the table, use the next higher value of PINL. g. For dou6le-sided specification Iimits (i.e., L and U), compute the Quality Indexes QL. and Qu by use of the following formulas: Q�,={X-L)/Sn and QU=�u-�is� Where: L and U= specifi.caiinz� lower and uppez' tolerance limits �stimate the per��ntage of rr�aterial between the lower (L) and upp�r (U) toferance limits (PWL) by entering Table 1 separa�ely with QL and Qu, using the co�uinn apprapriate to the tatal number (n) of measurements, and determining the pei•cent ofmaterial above P� and percent ofma�erial below Pu for each tolerar►ce limit. If the values of QL fall between values shown on the table, use the next higher value of P� ox Pu. Determine �ae PWL by use off.he follawuig formula: PWL = (Pv + Pu) - 100 Where: �'L = percent within lower specif cation limit P� � percent within upper specification limit EXAMPLE OF PWL CALCiTLATION Project: Example Project Test Item: Ttem P-40i, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken froin Lot A. A-1= 96.60 A-2 = 97.55 A-3 = 99.30 A�4 = 98.35 n=4 2. Calculate average density for the lot. X=(xi �-xz+x3+...xn}In CIT'Y OF FOKT WOTtTH A1liance Airport Taxiway P, Phase 2 Technical Specifications C-110-2 Project Num6er 103000 Ifem C-1 l0 Method ofEstimating Percentage ofMaYeria] Within Specification Lirnifs {PWL) X = {9b,64 -� 97.55 -+- 99.30 -t- 9835)/4 X = 97.95%a density 3. Calculate the standard deviation for the lot. Sn = [((36.6Q - 9?95}2 -I- (97.55 - 97.95�Z -�r�(99.30 -9795�2 + (98.35 -97.95)2}) / (�l - 1}]�� S„ _[(1. $2 + D.16 -+- 1. $2 + Q. l 6) f 3] ��z S„ � 1.15 4. Calculate the Lower Quality Index Q�, for the Iot (L=96.3) QL � (X -L) / Sll QL - (97.95 - 96.30)11.15 �L =1.4348 5. Determine FWL. by entering Table 1 with Q�=1.44 and n= 4. I,►�9�5!�:3 B. PWL Determination for Air Vnids. 1. Air Voids of four random samples taken frot�a Lot A. A-1 = 5.00 A-2 � 3.74 A-3 = 230 A-� = 3.25 2. CalcuIate the a��a�ag� air voids for the lot. X=(xl+x�+�3.,,n)/n X=(5.00 + 3.74 + 23D + 3.25) / 4 X = 3.57%a 3. Calcalate tl�e standard deviation Sn for tIZe lat. Sn = j((3 •S7 - 5.00)z + (3.57 - 3.74)Z + (3.57 - 2.30)z + (3.57 -3.25)z) I {4 - 1}] �� S�= [(2A��-0.03 -� 1.62f 0.10)13]1� Sn= 1.12 a. Cajculaie the Lower Quality Indax QL for tha lofi. (L= 2.Q) Q�, _ {X - L)/5n Qr� _ {3.57 - 2.00)/ 1.I2 Q� = T .3992 5. Detertnine PL by entering Table 1 with QL = I.41 and n= 4. P��97 6. Calculate the Upper Quality Index Qu for tha lot. (U= 5.0) Qu = (U - X)/ Sn Qu = (5.4D - 3.57)/ 1.12 QU - 1.2702 CITY O�' F'ORT WORTFI Alliance Airport Taxiway P, Phase � Technical Specit"ications G110-3 Project Number ]03000 Item C-110 MeUtiad of Estintatiug Perneutaga of Materi�l Within 5pecification Limits (C'WL) 7. Detei•m'tne Pu �y e��tering Tab�e 1 with Qv = 1.29 and n= 4. PU�93 S. Calculate Air Voids PWL PWL = (P� -� 1'u) - 100 PWL = (97 �- 93) - 1D0 - 90 EXAMPLE OF OiITLIER CALCULATION {RCFERENCE ASTM E1'�8} Project: Example �roject Test Item: It�m P-401, T�ot A. A. Outlier Determinataon for Mat Density. 1. I]ensity of four random cores taken from Lpt A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 = 97.55 A-I = 95.60 2, From ASTM E178, Table 1, for n�4 as� upper S°/a significance level, the eritical value %r tesf criterion = 1.463, 3.• Use average density, standaYrd deviation, and test criterion value to evaluate density measurements. a. For ineasurem.ents greater than the avera�e: ]f (measurement - a�erage)/{startdard deviation) is less tl�an test criterion, then the measurement is not considered an outlier. �`or A-3, check ii (99.34 - 97,95} 1 1.15 is greater #han 1.463. 5ince 1.174 is less than 1.�63, the value is not an outlier. h. For measurements less than the average: If (average - ineasurement)/(standard deviation) is less than test criterion, then th� ��aeasurement is nai considered an outlier. For A-1, check ii (9795 - 9fs.60) I 1.15 is greater than 1.463. Since 1.435 is less than 1.463, Yhe vaIue is not an ouYlier, Note: Tn this example, a nneasurement would be cansidered an outlier if the density were: Greaterthan (97.45 + 1.463 K 1.I5) = 99.63% OR less than {97.95 - 1.463 � I.1 S) = 96.27%, Table 1. Tahle fo� Estiumating Percent of Lat Within Limits (PWL) PercentR'ithin Positive Values oiQ (QL and Qu) Limits �_3 n=4 n=5 n=b n� n=8 n=9 n=10 (PL �►nd Pu) g9 1.1541 1.470D 1.6'l14 1,8D98 1.8:888 1.4520 1.9994 2.0362 gg 1,1524 1.44�0 1.6016 1.6982 L7612 1.$OS3 i,8374 1.863D 97 1,1496 1.41d0 1,5427 1.6181 I.6661 1.6993 i.7235 I.742D 9fi 1.1456 5.3800 L4897 1.5A97 1.5871 1.6127 1.6313 1:6454 CITY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specificacions C-110-0. Project Num6er 103000 Itam C-110 Nlethod of �stimating Aerc�ntage of Material W iChin 5pecification Limits (NWI.} Percent Witliin Positive Values af Q(Q� and Q�) ]_,imits n 3 n=4 n=S n=G n=7 n=8 n=9 n=10 (Pu and 1'u) 95 1.1405 1.35�0 1.4407 1.4887 1.51 S 1 l.5�81 1,5525 1.5G35 94 1.�342 132D0 f.3946 1.4329 L45b1 1.4717 1.h829 1.491�4 93 1.3265 1.2900 f.3508 1381p 1.3991 1.4112 1.4199 1,42G5 92 l.1184 1,2500 ].3088 1.3323 134G1 i,355A I.3620 1.3b70 4l L1089 1.23b0 1.2683 1.2$64 1,2964 1.3[132 L308] 1.3118 90 1,0982 1.2000 1.22.40 1.2419 L2492 1,2541 1.2576 1.2602 &9 1.0864 i.l?OD 11949 L1995 L2043 1,2075 1.2098 f,21i5 88 L.0736 1.14fl0 1.1537 1.1587 l.1613 L1630 11643 L1653 87 L0597 ].1100 1.1173 l.{ I 92 1. ] 149 1.12a4 I.1208 1.1212 86 Ld448 l.D800 1.US l7 L0808 1.080� I.U794 1.9791 1.0789 85 L0288 1.QS0fl 7.D467 1.0435 1.0413 ].0399 L0389 1.0382 84 1.0119 1.tl200 1.0124 1.OD71 1.003? 1.0015 I.OD46 0.999D 83 0.9939 0.9900 0.9785 0.9735 �.9671 0,9b43 0.9624 0.96LQ 82 0,9749 0.9COQ 0.9A52 0.9367 0.9315 0.92$1 D.9258 0.9241 81 41.9550 0.9300 4.9123 0.9025 0.8966 O.S428 0.8901 0.8882 SO d.9342 0.9000 0.8794 0.8690 U.$625 0.8583 0.8554 Q.8533 79 p.9124 0.$700 0.8�}78 0.83b� D.8291 0.8245 0.8214 O:Si92 7g D,8893 0.840U Q.8160 0.8036 0.7962 0.7915 0.7$82 0.7858 77 0.$662 O.SIQO 0.784b 0.7716 0.7690 D.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 U.7322 0.7271 D.7236 0.7211 75 D.8165 0.7500 0.7226 D.7089 0.74U9 0.6958 O.G922 0.6896 74 0.7404 0,7200 O.fs921 0_678I 0.67'O1 0.6649 O.b613 Q.6587 73 fl.7636 a.6900 p.6GI7 0.6477 0.634G 0.6344 0.6308 0.6282 72 0_7360 Q.66U0 0,63[6 0,6176 O.b095 0.6044 U.60Q8 0.5982 71 D.70'77 0,6300 0.6016 0,5878 0.5798 U.57q7 0..5712 0.5686 70 0.6787 O.b000 D.5719 0.55$2 U.5504 �.545A 0.5419 0.5394 69 Q.6490 O.S70D 0.5423 0.529� fl.5213 0.5164 Q.5130 0.5105 58 0.6187 0.540t1 U.St29 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.58.78 D,5100 �.4836 Q.471U 0.4638 O,A592 0.4560 0,�4537 66 O.SSb3 Q.�4800 0,4545 0.4424 0.4355 0.4310. O.q28� 0.4257 Gg p.520.2 0.4500 D,A255 U.4139 0.4a73 0.4034 0,4401 03980 64 0.4916 0.4200 D3967 0.3856 03793 �.3753 03725 0.3705 63 D.458G 0.39q0 0.3679 D.3575 0.3515 03477 0.3451 03432 62 0:4251 0360Q d.3392 03295 03239 0.3203 03179 0,3161 61 03911 0,330� 0.3[07 0301b 0.29b4 �.2931 0.2948 0,289� GO 0.3568 0.3000 0.2822 02738 0.2691 0.2fib0 0.2639 4.2b24 59 0.3222 0.2700 0.2537 0.24b1 a.za�a 0.2391 0.2372 D.2358 S8 0.2872 6.24D0 0.2254 0.218G 0.2147 0.21�2 0.21�5 0.2093 57 0.2519 0.2100 0.]971 0.1911 0.1877 D.1855 0.1840 O.i829 56 0.2164 D.1800 0.1688 U.163G �.L607 0.1588 0,1575 0.1566 55 0.1805 0.1500 O.140b D1363 0.1338 D. L3Z2 6.1312 0.1304 54 0.1447 0.]200 0_1t25 �.1090 O.la7Q O.S057 0.1049 01042 53 Q 1087 O.U900 0.0843 0.0817 D,b&02 0.0793 0.078b 0.0781 Sz O.Q725 0.0600 O.OS62 0.0544 U.D534 0.052$ 0.05.24 Q.0521 51 0.0363 0.030a 0.0281 0.0272 D,0267 0.42G4 0.0262 D.02fi0 SD 0,0000 O.00Qfl a.aoao 0.0000 0,0000 0.0000 0.0000 O.OU00 Percent'Vf�ithin Negativc Values ofQ (Q�and Qu) Limita n 3 n=a n=5 n=G n=7 n=8 n=9 n=10 {P� and P�) 49 -0,0363 -0.03D0 -0.0281 -0.0272 -0,0267 -0.0264 -0.0262 -U.026U 4$ -O.d725 -O.Ob00 -OA562 -0.0544 -0.0534 -O.Q528 -O.OS24 -0.0521 47 -O.iO$7 -0.0900 -Q�$43 -O.O817 -0.0802 -O.Q793 -0.0786 -0,0781 46 -0,1447 -O.i200 -O.1125 -4.109G -0.1070 -D.lOS7 -O.1D44 -0.1042 AS -0.1806 -O. i 500 -Q 14D6 -0.1363 -0,1338 -0.1322 -0.13 l2 -0.1304 44 -0..2164 -O.18U0 -fl.1688 -O.1b36 -0.1607 -0,1588 -D.1575 -0.1566 43 -0.2519 -Q.2100 -0.1971 -0.1911 -0.1877 -Q.1855 -6.1840 -0.1829 42 -0.2872 -0.2400 -0.225q -0.2! 86 -0.2147 -0.2122 -0.2105 -0.2Q93 CLTY OF FORT WORTH A{liance Airport Taxiway P, Phase 2 Technical 5pecifications C-11A-5 PrdjectNumber 103000 Icem G l 10 Mathod of Estima#ing Percentage of Material Within SpeciGcation Limits (PWI.) Percent Within Negative Values of Q(Q� and Qu) Limits n=3 nW4 n=5 n=G n=7 n=8 n=9 n=10 (PL and PU} 41 -03222 -0.2700 -0.2537 -0.24G1 -0.2418 -�.239] -0.2372 -D.2358 40 -0.3SG8 -U3�00 -02822 -0.2738 -0.269i -0.26fi0 -fl.2639 -0.2624 34 -0.39k1 -03300 -03107 -0.3015 -0.2964 -0.2931 -0,290& -0.2892 38 -0.4251 -0,360Q -03392 -0.3245 -0.3239 -03203 -0.3179 -b.316] 37 -0,458b -0.3900 -0.3G75 -0,3575 -0.3515 -0.3477 -D.3451 -03432 36 -0.4916 -0.4200 -D3967 -0.385G -0.3793 -03753 -0,3725 -(T.3705 3S -0.5242 -0.4500 -Q.4255 -0.4139 -D.4073 -0.4.030 -0.4001 -0.3980 34 -fl.5563 -0.4800 -0.45q5 -D.A424 -0.4355 -0.431D -q.4280 -0.4257 33 -0.5878 -O.SIOp -0.483G -0.4710 -O.h638 -0:4592 -�.4560 -0,4537 32 -0.6187 -4.540� -0.5129 -0.4999 -0.4924 -Q,4877 -0.4&44 -0,482p 31 -O.fi490 -0.570Q -q.5423 -0.5290 -0.5213 -O.S164 -0.5130 -O.S10S 30 -0.C7$7 -0.6090 -U.5719 -0 5582 -D.5594 -0.5454 -0.5419 -0.5394 29 -0.7077 -U.6306 -0,6016 -9.5878 -0.5798 -0..5747 -0.5712 -0,5G86 28 -0,7360 -Q.6b00 -0.63�6 -0,6176 -0.6095 -fl.b0�44 -0.60D8 -0.5982 27 -q.763b -0.690.4 -a.6617 -0.6477 -D.6396 -O.b30.4 -0.630$ -0.6282 26 -0.7904 -0.7200 -4.6921 -0.6781 -0,67Q1 -0.6649 -0.6613 -0,65$7 25 -U.8765 -0.75�� -0.7226 -D.7089 -0.70D9 -0.6958 -0.6422 -O,b896 24 -0.8417 -0.780� -0.7535 -0.74D1 -0.7322 -4.7271 -0,7236 -9.7211 23 -0.8662 -O.S10D -0.7$4G -0.7716 -0.7640 -0.7590 -0.7556 -0.753] 22 -0.8897 -0.8400 -fl.816Q -0.803b -0.7462 -0.7915 -0.78$2 -0.785$ 21 -0.9124 -0.8700 -0.8478 -fl.8360 -0.8291 -0.8245 -0,8214 -0.8192 2Q -0.9342 -0.9400 -0.879R -O.SG90 -4.$625 -9.8583 -0.8554 -6.8533 L9 -0955� -0.93�4 -0.9t23 -09025 -O.S966 -0.8928 -0.8901 -4.8882 18 -9.9749 -0.950fl -0.9452 -0.93G7 -0.9315 -0.9281 -0,9258 -0.9241 ]7 -0.9939 -0,9900 -0.9785 -0.9715 -0.967L -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1A124 -1.0071 -LOQ37 -1.0015 -1.0000 -fl.9990 ]5 -i.D288 -1.0500 -L0467 -1.0435 -1.0413 -1.p399 -1.D389 -L0382 14 -1.4448 -3.DSOD -1.0.817 -1,08a8 -f.D$aD -1.0794 -1.0791 -l.0789 13 -1.0597 -1.]lOD -1.1173 -l.1192 -1.1199 -1.L2D4 -1.12U8 -].1212 12 -1.0736 -1.1400 -].1537 -L1567 -1.1613 -1.1G30 -1.1643 -1.1653 ll -1.0864 -1.1700 -1.1409 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1 A982 -1.2fl00 -1.2290 -1.2419 -1.2492 -i.2541 -1.2576 -1,2602 g -L1089 -I.2300 -1.2G83 -1,2$6D -1.2964 -].3p32 -13Q81 -1.3.118 S -L13&4 -L2500 -1308& -1.3323 -1346i -1.3554 -l.362U -L3670 7 -L.1252 -[.29Q0 -13508 -13810 -1.399f -1.4112 -1.4199 -L.42b5 6 -1.1342 -13200 -1.3946 -1.4329 -1.4SG1 -1.4717 -1.4829 -1.4914 5 -].1403 -13504 -1.4407 -1,4887 -1.5181 -1,5381 -1,5525 -1.5635 4 -1.1456 -1.38DQ -1.4897 -15497 -1.5871 -1.6i27 -1.6313 -1.f459 3 -1.1495 -1.4100 -1,5427 -1.6.181 -1.b661 -1.6993 -1.7235 -1.7h20 2 -1.152A -1.4400 -1.60L6 -1.6R82 -1.7512 -I.80S3 -L8379 -1.8530 l -1.1541 -1,47Qfl -1.6714 -1.SOfl8 -1.8888 -1.952D -1.9994 -2.0362 RE�'�RENCES The publicatians listed belaw form a paxt of this specification �o fhe extent referenced. The ptiiblications are refer�-ed to within the text hy the basic designation only. A.STM International (ASTM) ASTM E178 Standard Practice for Dealing with Outlying Observations END OF ITElVI C.-11D C1TY OF FQRT WORTH Afliance Airport Taxiway P, Phase 2 Technica] 5pecifications C-1 i 0-Cx Project Number Lp30D0 Item G-145 Temp4rary Fencing, Barricades, and Faeilities IT�M G-I4S T�MPORARY T�ENCING, BARRICADES, AND �'ACILiTIE� DESCRIPTION 145-1.1 The specificatiaz� outlines safety procedLues and regulations to be foilowed by the Contractoz' dur�ng the course of this wor�C. The wor� item "Teznpo�'ary Fencing, Barricades, and Facilities" shall consist of furnishing, installing, rnaintaining, and i•emoving temporary fencing, balricades, and other faciliti�s requjred during the course of this wark. All work shall b:e accomplished in coilformance wit� F�1A guidelines. MATERiAL� 145�2.1 GENERAL. All materials fflr temporary feitcing, balrieades and faciiities shall be in conformance with the details provided on the plans, in conformance with FAA requirements and to the satis�action of the Engineer. All work and instailation of nnaterials and shal] be per%nned in fuI1 accordance wiYh the l.atest applicable rules, regulations, requirements, and specificatipns included in the current eciit�ons oftl�e following: I . Consi�uction Plans 2. Gonstruction Safety anc� Phas�ng Plan {CSFP) 3. Contractor's Safety Plan Coinp�iance Docurnent (SPCD) 4. �'ederal A�iation Ad�ninist�'atipn (FAA) AC I50/5340-1 M Standards %�• Airport Markings 5. Federal Aviaiion t�dministration (FAA) AC 150/5210-SD Painting, Marking, and Lighting of Vehicles L1sed on an Airport 6. FAA Advisojy Circular 15QI53�5-SSA, Specification for L-833, Lighted Visual Aid to Incficate Temporary Runway Cjosure 7. Federal Aviation Admiilistration (FAA) AC i 5015370-2G Operationa.l 5afety on Airports during Construction. 8. Fedaral Aviation Administration {FAA} AC 1501537Q-I bH Standard Sp�cifications for Cnnsiruction of Airports 145-2.2 TEMPORARY F�NCING. Tempora�y fencing and gates sha11 comply witl� Item F-162 frorr� AC 150/5370-1OH. 145-2.3 LOW-PRO�'ILE BARRICADES. �,ow-profile harricades shall be easily collaps[ble upon contact v�ith azz aircraft or any of its camponents and wa.ter-filled to provide suff�cient weight to prevent displacement irom prop wash, jet blast, wing vortex, or other surface wind currents. Barricades shall be constructed from high-impact� LTV resistant, High Density Polyethylena (HDPE) plastic and specificafly designed for airport constructian. Ban-i.cades shall be marked with diagonal, alternating orange and wl�ite highly reflective stripes on each side. Batricade units shall be nominally 1 Q inches in height, 8 feet ir� length, and shall interlack to form a continuous barriei•. Two red ffashing lights shall be maunted on each barricad�. �.ights shall be solar powered, omni-directional, capzhle of being seen at a distance af two miles, and flas13 at the rate of from 45 ta 6Q flashes per minute. Sufficient ba#tary capacity sha11 be provided to powei lighfs diYring night-time hours. CITY OF FORT WORTH All.iance Airpprt Taxiway P, Pha5a 2 Technical Specifications G-14S-1 Projectl+Eumber 10300� Item G-145 Tempurary Fencing, Barricades, and Paeili[ies 1�5-2.4 T�MPORARY T.A.XIWAY CLOSLJItE MARKLNGS Teir►pax'ary taxiway closure markangs shall be durable fabric markings cor�oiming ta the dimensions specified in FAA AC 150/53+�0-IM. 'Fhe closura inarlcings shail include a black border and shail be properly weighted ar attached to the pavement surface so as to remain in-place during high winds or exposure to jet blast. 145�2.5 P4RTA.BLE LXGHTED RUNWAY CLOSURE MARICER (RC1Vn Pojtahle Li.ghted Runway Clasu►'e Marker (RCM) designed to form a lighted X which contains 21 90-watC PAR 38, 10 de�ree wea#her proof outdoor standard base clear Halogen spot bulbs with o�te bulb located in the cente:r and five bulbs located in each ofthe faur legs. All bulbs, light socicets, wii�ing and connections mLisi be enclosed in a weather resistailt l�ausing. The RCM shall meet the follawing i�equireinenls: T. FAA Aiiport Advisory Circular I50/5370-2G. 2. NT�B 5afety Recommendation A-43-a5 and 06. 3. Wilen opened and operation sha11 be 27 feet each contiauous lag and 20 feet 6 inches on the petipheral. 4. Must coliapse for transpoi�t and storage so Chat all parts az'� iz�side trailer frame. 5. IIli.unii�tion of fhe RCM will be workable in a continuaus or flashing mode eontrolied by a solid-state flasher with no mechanical contacts. 6. Photocell to reduce the voltage 50 p�rcent far nighttime operations. 7. Radio interference filter with an aperation frequency of 5Q Hz. 8. Piovide at Ieast twa lights mounted at the hackside of the upper portior� of ti�e tnp of the legs of the X to indicate power is being supplied to the RCM and #o indicate that rnore that� ane buIb has become inoperative. 9. RCM shall be designed to be used while attached to tow vehicle ar as stan.d alone. 10. RCM shall be designed to withstand winds of 40 mph while in operatinn�] made. 1 I. RGM must be discernible for a distance of 3 to 5 miles VFR daytime and a tninim.l,un of 7' miles VFR nighitirale as detartnine from an aircraft using a Loran receiver. Provide documentation. 12. RCM sha11 have a set up time iar one person in 10 minLttes or less. 13. RCM shal] have fuel eapacity to full at full load for minimum of 120 hours without refueling. 14. RCM must have capability for hard wiring to prime pawer. 15, RCM shall be painied with powd�r caated gloss to a 1.8 rni1 minimum dry film thici�ess. Power to be outdoor i•ate, UV rasistani polyeste�' TGIC. i5. A11 electrical compoilents must be UL Iisted. Provide trailer for each RCM. Minunum 7-feet wide by 10-feet long. Trailer floor must be expanded steei to serve as a work platform for servicing personnel and to tr�inimize the possibility af ice and snow accuinulation. Trailer shall have 1,500 pottnd axle with built-in independent Henschen type suspension. USDOT approved brake, tail/turn lights, and re£lectors; two 53p-12 Ioad range C tires, 12-inch wheels and fenders. Prowide air- or water-cooled diesel-powered generator with each RCM. Minirnum 2,700 Watt, i 20V, 29.2/14.6 A, with 3D gallon fuel capacity and I20 hour run time. Include electric start, hour meter, low oil pressure shutdown, circuit breakar protectian, 12V dc batter cllarge system, USDA and US Forestry approv�d xnuifler, 2-120V(20A), 1-120V(30A), and 1-i20/240V (30A) electrical outlets. Manufacturers: Subject to co�npliance with requirements, provicie products by one af th� folIowir�g: Shejwin Industri�s, Sweepster, Hi-Lite Markings, Inc. CPCY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 'Technical 5pecifieations G-145-2 Project Nu�n6er 103000 I[em G-145 Temporary Fencing, Berricades, and Pacilitics CONSTRUCTION M�THODS 145-3.1 All r�vork shall be accomplislled in conlformance with FAA AC ISO/5370-2G, Operational Safety on Airports During Consiruction, the CSPP, and SPCD. All marlcing of vehicles ar�d construction equipm�nt sha11 conform to FAI�, AC 150/5210-5D, F'ain�ing, Ma�-lang, and Lighti��g of Vel�icies Used an aii Airport. 145-3.2 Teinpora�y Fencing, Barricades, aitd Facilities Shall be maintained in good working order through the duration of their use, Lighted equipment s1�al] be checked daily far prape�� operation and re�aired or replaced nru�aediateIy if found to be inoperable. METHOD OF MEASUREM�NT 145-4.1 Temporary Fencing, Barricades, a�d Facilities ineasureznent shall be b� lum� sum. BASIS O� PAYMENT 145-51 Payment shall be tnade at the cantract unit price per lump suin for furnishing, placing, maintaining a�ad re:moval of all matarials and far all labor, equip�aent, tnols and a�'�cicientals necassary for 'I'emporary Ferlcing, Barricades, and Facilities as prescribed in this item. Payrr��nt wi11 be made under: It�m G-I45-S.1 Temporary Pencing, Barricades, and �'aciIities -- per lurrzp sum END O�' ITEM G145 C.ITY OF FdRT WdRTH Alliance Airport Taxiway P, Phase 2 Technical Specif�catians G-145-3 Project l�iumber 1030p0 ltem G-145 Temporary Fencing, Earrieades, attd Facilities Page Intentionally Blat�ic CITY OF I'OItT VNORTH Al]iance Airport Taxiway T', Fhase 2 Technical Specifieations G-S45-4 ProjectNumUer 103000 Itern P-101 Preparation/Removal of L�xisting Pavemenis ITEM �'-101 PREPARATIONlREMOVAL OF EXISTING PAV�NI�NTS DESCRIPTION 101-1 This item shall consist of praparation of existin� pavement surfaces for overlay, surfaca treat�nents, removal of existing pavement, and otY�er miscellaneous items. Th� work shall be acc.ompIished in accardance �ith these specifications and the applicable plaa�s. EQUIPMENT AND MATERIAL� 101-2 A1! equipznent and materials shall be specified here and in the fallowing paragrapl�s or approved hy the Resident Project Represeniative (RPR). The equip�nent shall not cause damage to the pavement to remain in place. CONSTRUCTION 101-3.1 Remo�al af existing p.ave�nent. The Con�a-actor's removal operation shall be cont�•olled ta not damaga adjacent pavem�nt structure, and base materia�, cables, utility ducts, prpe3ines, or draina.ge structures which are to reinain under the pavement. a. Cnuc�rete pavement rentoval. Full depth saw cuts s11a11 be made perpendicular to the slab surFace. The Contxactor shail saw t3�t�ougla the fu11 depth of the slab including a1�y dowels at the joint, removing tl�e pavement and installing new dowels as shnwn on the plans and per the speciiications. Where the perizneter of ihe removal Iirnits is �aot locafed on the jniz�t and there are no dowels present, the perimeter shall be saw cut the ful� depth of the pavement. The paveirr�ent inside the saw cut sha�l be removed 6y rnethods which wiil no� cause distress in fhe pavement which is to reinain x�� place. If the material is to be wasted o.n the airpoit site, it shall be reduced to a mazcimum size of 112". Concrete slabs that are damaged by under breaking shal] be repaired or removed and replaced as directed by trie RPR. The edge of �xisting eoncrete pa�ement against which uew pavement abuts shall be protected from damage at all tirzz�s. Spall and underbreak repair shall be in accordance with the plaiis. Any underlaying m�.terial that is to �'emain in place, shall be recompacted and/or replaeed as shown on the plans. Adjacent at'eas damaged during repair shall be �epaired or replac�d at the Contractor's expense. b. Asphalt pavemen� renrAoval. Asphalt pavement to ba reinoved shall be cut to the full depth of the aspi�alt pavement around the perimeter of the area to be removed. AlI material removed sha11 be disposad of by the contractor off site at no additianal expense to the owner. c. Remaval of Base, Subbase, andlor Subgrade. Existing hase, subbase, and subgracfe shall be full}+ removed as xequired to constt'uct new pavement sections. All material removed sh�ll he disposed of by the coi�tractor off site at no additaonal expense to the owner. METHOD ��' N�+ ASUREMENT 101��.1. Pavement remioval. The unit of ineasurement for paveznent removal sha11 be the number of square yards (square meters) removed by the Cantractor. Any pavezr�ent removed ouiside 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 payt�aent. No direc� measurement or paym�nt shall be made for removal of base, subbase, or subgrade. saw cuttittg. Saw cutting shall be incidental to pa�ement removal. Dawel bar installatio� shall be incidental to pavement re�nova�. CITY OF FORT WOATI-T Allianoe Airport Taxiway P, Phase 2 Technical5pecifications P-101-1 ProjectNum6er 1d3�00 itein P-] O 1 Preparation/Removal of Lixisting Pavemenls BAS�S OF PAYMENT 101-5.1 PaynnenY. Paymeiit shall be made at contract unit price for the unit af ineasurement as specified above. This prjce sl�all bs full compensation for furnishing all materials anci for all preparatian, hauling, and pIacing of the �naterial and for all lalaor, eguipmant, toois, and incidentals necessary to co�mplete this item. Item P 101-5.1 Item P I01-5.2 Item P 101-5.3 Par�e�nant Removal, 14 inch Concrete Surfa�ce and CTB - per square yard (sqtaare meter) Pavernent Removal, 14 inc�a Coner�te Surface Only - per square yard {square meter) Pavement Remova�, Asphalt - per square yard (square meter} REFER�NCES The publications Iisted below farm a part of this speeification to the e�tent refereneed. Tl�e publications are referred to within the te�t by the basic designation anly. Advisory Circulars (AC) AC 150153$D-5 ASTM lnternaiional (ASTM} ASTM D6690 Guidelines and Procedures for Mamtenance of Airport Paveznents. Standard Specificakion for Joint and Crack Sealants, Hot �pplied, for Conerete and Asphalt 1'avements END OF ITEM P�101 C1TY OF FflAT WOKTH Alliance Airport Taxiway P, Phase 2 Technical Specifications P_�p�_2 PrajectNum6er ]03000 Item P-1 D f Page lntentioi�ally Blaa�k PreparatianlRemova� of Existing Pxvemenis GITY OP FORT WOATH Alliance Airport Taxiway P, Phase 2 Technical Specifications P-101-3 Project Numl�er 103000 ite�n I'-151 Clearing and GYubhing ITEM P-15I CLEARING AND GRUBBING DESCRIPTION i51-I.1 This item shall consist of clearing or ciearing and gr�ibbing, including the disposal of materiais, far all areas within tlle limits designated oii tl�� plans ar as required by the Resident Project Representative (RPR), a. Clearing shall consist of the cutting and remo�al of all trees, stumps, brush, logs,lledges., the �'emoval of fenc�s and other loose or projecting material fram t11e designated areas. The grubbiug of s�uz�ps and raots will not be reguired. b. Cl�aring and grubbing �hall cQnsist of clearing the surface nf the ground af the designated areas of all trees, stwnps, down timber, logs, sna�s, brush, undergrowth, hedges, heavy growth of grass ar weeds, fences, sYructares, debris, and rubhish of any nature, natura[ obstructinns or such material which in the opinion of the RFR is unsuitabie for the foundation of strips, pavemenis, or other req�aired structures, including the grubbing of stumps, roots, matted roots, foundatians, and the disposal frazn the project of all spoil materiais resultin� fram clearing and grubbing. c, Tree Removal. Tree Rez�oval shall consist of the cutting anef removal of isolated single trees or isolated groups of tra�s, and the grubbing of stutnps and roots. The removal of all the trees Qf this classification shall be in accorda�zce with the requirements for the particular area being, cleared. CONSTRUCTION METHODS 151-2.1 Gencral. The areas denoted on the ptans to �ie cleared and gruhbed shaii be staked on the ground by the Contractor as i��dicated on tlle plans. The removal of existing struet�jres and utilities required to permit orderly progress of work shall be aceomplished by local agencies, unless oiherwise shown on the plans. Whenever a telephane pole, pipeline, conduit, sewer, raadway, or other utility is encountered and must be removed or relocated, the Contz'actar shall advise the Rl'R who wi.11 notify the praper local authority or owaer to secure prompt action. I51-2.1.1 D�spQsal. A�l materials removed by clearing or by clearing and grubbing shall be disposed of outside the Airport's limits at the Contt'actor's responsibiiity,. except when otherwise directed by the RPR, As far as practicable, waste concrete and masonry shall be placed on slopes of embariktnents or claanneis. When einbarikments are consiructed nf such material, this material shall be placed in accordance vt+ith reauirements for formation nf embankments. Any l�raken concrete or masonry that cannat 6e used in construction and aIl other materials not considered suitable for use elsewhere, shali be dispased of by the Cantractar, In no case, shall any discarded materials be 6eft in windrows or piles adjacent tn or within the auport 1i�nits. 'I'he manner and location of disposal of maierials shall be subjact to the approva[ of ihe RPR and shaII not create an unsightly o3• objectiona6le view. When the Contractor is required fo locate a disposal area outside #he airport prnperiy limits, the Contractor s�all obtain and fi1e with the RPR permission in writing from the property owner for the use of �rivate property for this purpose. 151-2.1.2 Slastin�. Blasting shall not be allovv�d. 151-2.2 Clearing. The Contractor shaIl clea�• the staked or indicated at'ea of all materials as indicated an the plans. Trees �.unavoidably falling outside the specified clearing lijnits zr�ust be cut up, remo�ed, and disposed t�f in a satisfactoiy manner. Ta minimize damage to trees that are to be left standing, trees shall be feiled toward the center of the area being cleared. The Contractor shall preserve and protect fi•am injuzy all trees not to be remo�ed. The trees, sturz�ps, and brush shajl be cut flush with ihe origina] ground surface. The grubbing of stumps and roots will not be required. CITY QF FDRT WDRTH Alliance Airpor[ Taxiway Y, Phase 2 Teehnical Spacifications P-151-1 ProjectNumber 1030�D 7tesn F-15] Clcaring and Grubbiug Fences shall be removed and disposed of as d�rected by the RFR. Fence wire shall be neatly ro[led and the wire and gosts sto3�ed on the airgort if they are to be used again, or stored at a locatipn designated by the RPR if the fence is to remain the pr�pet�y af a Iocal owner or authority. I51-2.3 Clearing anci grubbing. In areas designated to i�e cleared and grubbed, aIl stumps, roots, buried logs, brush, grass, ar�d otl�er ttnsatisfactory materials as indicated on ti�e plans, shajl be remo�ed, except where emb�nkmenis exceeding 3-512 feet (1D5 cm} in depth will be constructed outside of paved areas. f'or embanlcments constructed outside o� paved areas, all unsatisfactory mate�•ials sha11 be removed, but sound trees, stltrnps, and brush can be cut nff flush with the original ground and allowed to remain. Tap roots a11d other praj �ctions over 1-1/2 incl�es (3 $ znrn) in diameter shall be grubbed out to a depth of at least I$ inches (D.5 in) below the finished subecade ar slope elevation. Any buildings and miscellanevus structures that are shown on the plans to he reznoved sha11 be d�malished ar rerrzaved, and all materials shall be disposed of by remova] from the site. The cost of removal is incidentai tn this ifem. The remaining c�r existing four�dations, wells, eesspools, and like st3�uciures shalj be destroyed by breaking down the materiafs of wh.ich the foundatians, wells, cesspools, ete., are built to a depth at least 2 feet (50 cm) below the existing surrounding ground. Any broken concrete, blocks, ar ather objactionable material t�►at cannot be used in bac�Cfill shalI be removed and disposed of at the Contractor's expense. The holes or openings sha]] be backf Iled witl� acceptable material and properly eompacted. All holes in emban�nent areas remaining aftee the g�•ubhing operation sha11 have the sides of the holes flattened to facilitate filling with accepYab�e material and compactii�g as reqLiired in Item R 152. The same procedure shall bE applied to ail holes reat�aining after grubbing in areas where the depth of hQIes exceeds the depth of the propased excavatian. 1VI�'I`H4D OF MEASUR�MENT I51-3.1 The quantities of elearin� and grubbing as shown by the limits on the plans shall ba the numbez' of acres (square meters} ar fra.ctions thereof of land specifically cleared and grubbed. BASIS OF PAYMENT 151-4.1 Payment shall be made at the cantract unit price per acre (square meter) �or ciearing and grubbing. This �rice shall be full comperisation for furnishing all materials and far ail lal�or, equipment, I:oois, and incide�itals necessaty to complete the item. Payment wili be made uncier: Tiem P-15I-4.2 Clearing and grubb.ing - per acre (square mater) or fractions thereof END OF IT�M P-151 CITY OF FOKT WORTH Alliance Airport Taxiway P, Phase � Technical Specifications 1'-151-2 Projectl�umber 1�3Q00 item P-i52 �:xcauation, Subgrade, and �mbankment ITEM P-�52 EXCAVATiQN, SUBGRAD�, AND EMBANKMENT DESCRIPTTON 152-1.1 This item covers excavation, disposal, placement, and compaction of all rnaterials withii� the limits of the work required ta construct safety areas, runways, taxiways, aprons, and intermediate areas as wel] as other areas for drainage, building co��struction, parking, or otller purposes in accordance with these specifications and in conformity to the dimensions and typical sections showil on tlae plans. 152-I.2 Classiircafion. All material exeavaf�d shall be elassified as defin�d belaw: a. iTnelassif"red excavation. Unclassifi.ed exeavation shall consist of the excavation and dispasal of aIl material, regardless of iYs nature. 1�2�1.3 Unsuitable excavation. LTnsuitable tnaterial shall be disposed in dasignated waste areas as shown on the pla�s. Materials containing vegetable or organie rnatter, such as muc�, peat, organic si1t, or sod shall be considered u�issaita6le foz' use in em6ankment construction. Material suitable for topstiil tnay be used on the ernbanicinent slope when approved by the RFR. CONSTRUCTION METHODS 152-2.1 General. Be%re beginning excavation, grading, and embankment aperations i3i any area, the area shall he cleared or cleared and grul�bed in accordance with Ite�n P-I51. Tl�e suitability of material to be placed in embankm.ents shall be subject to appraval by the RPR. AI] unsuitable material shall be disposed af in waste areas as shown on the plans. Ali waste areas shall 6e graded to allow gosiCive drainage of the area and adjacenY areas. The surfaee elevatinn af waste areas shafl be specified on the plans o�' approved by the RPR. When the Contracior's exca�vating operations encountar artifacts of historica� or archaeological significance, the aperations shall be temporarily discontinued and tl�e RPR notified per Section 70, paragraph 70-20. At the diraction of �he RPR, ihe CQ.ntractor shall excavate the site in such a manner as to prese�ve the artifacts encountered and allow for their re�noval. Such excavatiaz� will be paid for as extra work. Areas outside the limits of tl�e pavement ar�as where the top layer of soi I has become compacted by hauling or other Conttactor activities shall be scat`ifed and disked to a depth of 4 inches (1p0 rr►m), to loasen and pulveizze the sail. Stones ar rock fragmenis larger than 4 inches (I00 mm) in thair greatest dimension will not be permitt�d in the top 6 inches ( I 54 mm) of the subgrade. If it is necessary to interiupt e�isting surface drainage, sew�rs ar under-drainage, conduits, utilities, or similaz' underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve ihem or provide temporary services. Wi1en such facilities are encountered, the Contractar shall notif}r the RPR, who shall arrange for tk�eir removal if necessary. The Contx'actor, at th�ir own expense, sha11 satisfactarily repair or pay the cost of all ciamage to such facilities or structures that may result from any of the Coniractor's opexations during the periad of the contract. a. Blas�ing. Blasting shali not be allowed. 1�2-2.2 Excavation. No excavatian shall be startecl until the w�rk has heen staked aut by the Contractor and #he RPR has obtainad fi•om the Contractor, tha survey notes of the elevations and measurements of the ground surface. The Contractor and Rl'R shall agree that the original ground lines shown on ihe original topographie mapping are accurate, or agree to any adjustments snade to tl�e origit�al ground lines. CITY OF FQRT WORTH Alliance Airport Taxiway P, Phase 2 Technic�l Specifications P-152-1 PrnjectNumber 1030D0 item P-I 52 �xeavatian, Suhgrade, flnd Embankment Digitaf tarrain madei (DTM) files ofthe existing s.urfaces, finished surfaces and ather various surfaces were used to d�velop the desi�n plans. Voluzraetric quantities were calculated by comparing DTM files of the applicable design surFaces and generaii��g Triangle Volume Reports. Electranic copies of DTIVI iiles and a paper copy of the oi•igi�al topographic map will be issued to ti�e successful bidder. �xisting grades on the design cross sections or DTM's, where they do nof match the locations of act��al spo# elevations shown on the topogeaphzc map, were developed by computer interpolation frorn tllose spat elevations. Priar to disturbing original grada, Contractar shall verify tha accuraey of the e�sting graund surfaee by verifying spot elevafians at the same locations where ariginal �e1d sttrve�+ data was obtained as indicated on the topographic map. Contractor shall recognize that, due to ihe interpaIation process, the actual ground surface at any pai�icular location may diffej� somev�rhat from the interpolaied sur�ace shown on tlze design cross sections or obtained from tla� DTM's. Contractor's verificatian of original g��ound surface, however, shall be limited to verification of spot elevations as indi�ated her�in, and i10 adjustments wilI be made to the original ground surface unless th� Contractor demonst�ates that spat elevations shown are incorrect. I'or this purpose, spot elevatians which are witt�in D.1 foot (30 min) of th� stated elevations for ground surfac�s, ar within 0.04 foot (I2 mm) %r hard surfaces (paWem�nts, buildings, foundations, structures, eic.) shall be considered "no change". Only deviafions in excess of these �ill be considered far adjustrnent of tha arigina] graund surface. lf Contractor's verification id�ntifies discrepancies in the topograplaie map, Co�-►tractor shail no.tify the RPR in writing at least t�va weeks before disturbat�c� af existing grade to allow suffcient time tn verify the submitted infarmation and make adjustments to the design cross sections or DTM's. Dist�u-bance of existing grade in any area shall consfitute acc.eptanca hy the Contractnr of the accuracy of the ori�inal elevations shown on the tnpo�z'aphic map far thai area. All areas to be excavated shall be strip�aed o.f �egetation and topsoil. Topspil shall be stoc.kpiled for future use in areas designated on the plans or by the RPR. Al� suitab.le exeavated material shall be used in the forrz►atian of ettibankinent, subgrade, or ather purposes as shown on the plans. All unsuitahle i�taterial sha�l be tiis�osed of as shown on tiie plans. The grade shall be maintained so that the surface is well drained at ali times. When the volume of the e�cavation exceeds that required to construct the ernbankrriez�ts to the grades as indicated on the plans, the excess shall be used ta grade the areas af ultimate dev�elopinent or disposed as ciirected by tl�e RPR. When the valume of excauatian is not sufficient for canstrLlcting the embankments to the grades indicated, the deficiency shall he obtained fro�n borrow areas. a. Selecfive grading. �Vhen selective grading is indicated on the plans, the mare suitable in.aterial designated by the RPR shall be used in constr�tcting the e�nbankment or in capping the pavement subgrade. If, at the tirue of excavation, it is not possible to place this material in its final location, it shaIl be stockpiled in approved areas un.til it can be placed. The mare suitable m.aterial shall then be placed and cornpacted as speci%ed. Selective grading shall be considered incidental to the woxk invcslved. The cost of stockpiling and pIacing the rn.aterial shal] be included in the various pay items of work involved. b. Undercatting. Rock, shale, hardpan, laase rock, boulders, or oth�r znateriaf unsatisfactory for safety areas, subgrades, raads, sl�oulders, or any areas intended for turf shall be excavated io a muiimuz�n depth of 12 inches (30b mm) below the subgrade or to the depth specifi�d by ihe RPR. Muck, peai, matted roots, or other yielding material, unsatisfactory for subgrade fout�dation, shali be removed to the depth specified. UnsLtitable materials shail be disposed off the airpor�. The cost is incidental ta this item. Tf�e �xcavated area shajI be backfilled with suitahle material obtained from the grading operations ar borrow areas and compacted ta specified densities. The necessary backfill will constitute a part of the emban.[cment. Where rock cuts are inade, bacl��ll with select materia4. Any pockets created in the rock surface si�all be drained in accordance �ith the details shown on the plans. Undercutting will be pai.d as unclassified excavationrock excavatifln. CITY OF FpRT WORTH Alliflnce Airport Taxiway P, Yhase 2 Technical Specifications P-152-2 Project Number 103000 Ite�n P-152 Excavalion, Subgrade, and �m6ankment c. Over-break. Over-break, fnc[uding slides, is that portint� of any material displaced or laosened beyond the £'inished work as planr�ed or authorized by ihe RPR. A�l over-hreak shal] be graded or remo�ed by the Contractor and disposed of as directed by the RPR. Th� RPR shall determine ifthe displacement of such material was u��avoidable and #heir own decision sk�all be finaj. Fayment will not be made far the re�nova! and dispasa] of over-break that the ftPR deterinin�s as avoidable. Unavoidable o�er-break will be classified as "L7nclassi��d Excavation." d. Rennoval of utilities. The removal of exisiing st�'uctures and utilities cequired ta permit tY►e orderly grogress of work will be accomplished by the Canteactoz' as indicated on the pjans. All existing foundations shall be e�eavated at least 2 feet (60 cix�) below the top of subgrade or as ind'acaYed on th� plans, and th� material disposed of as directed by the Rl'R. All foundations thus excavat�d slaall be backfilled �vitIl suitable tnatarial and compacted as specifiied for eza�banlcment or as shown on ilie platts. 15�-2.3 Borrow egcavation. Borrow areas are not required. 152-2.4 Drainage excavation. Drain�ge excauatian shall consist of excavating drainage ditchas inclttding infercepting, inlet, or Qutlet ditches; or other types as shown on the plans. The work s1�a11 be performad zn saquence with the other coilstruction. Ditches shaII be constructed prior to starting adjacent excauatzan operations. A11 satisfactory znaterial shall be placed ii� embanlc��ent �ills; unsuitable material shall be placed in designated waste areas or as diracted by the RPR. All necessary wark shall be performed true to final line, elevation, and cross-sectian. The Coniractar shall rnaintain ditches const�'ucted on the project to tl�e required cross-secti�n and shall keep them free of debris or obsti�etions until the project is accepted. 152-2.5 Preparation of cut arcas or areas vvhere existing pavement has been removed. Tn those areas on which � subbase or base course is to be placed, the top 12 inches (300 mm) of subgrade shall be compact�d io ��at less than T 00% of maximum density for non-cohesi�e soils, and 9S% of maximum density for cohesive soi3s as detei�nined by ASTMDI5S7. As used in this specificaiion, "nan-cohesive" shall mean those soils having a plasticity index (PI} af less than 3 as determined by ASTM D43 i 8. 152-2.6 Prepa�ation of embankment area. All sod and vegetative matter sh.all be remo�ed from the sLuface upon which the embankix�ent is to be placed. The cleared surface shall be 6roken up by plowin� or scaz-ifying ta a minimum depth of 6 inches (15(S inm} and shall then be compacted per paragraph 152-2.10. SIoped surfa�es steeper than one (lj vertical to four (4) horizantal shall b� piowed, stepped, benched, or braken up so that the fijl maierial will bond with the existing rnateriaL When the s:ubgrade is part fll and part excavation or natural grouaad, the excavated ar natural ground portion shaIl be scarifed to a depth of I2 i nches (304 rx►m) and compaet�d as specified for the adjacent fill. No di�'ect payment shall be made for the work performed under this sectian. The necessary clearing and grubbing atld the quantity of excavatian removed will be paid far under the respecti�e items of work. ] 52-2.7 Contral �trip. T11e first ha�f-day of construction of subgrade and/or ernbanlctz�ent shall be considered as a control strip for the Contractor to demonstrate, in the presence of the RPR, that the maferials, equipment, and construction processes meet the requirements of fhis specification. The sequence and manner of roiling necessary to obtain speciiied density require�nents shall be determined. 'Che m�imum compacted thickness may be inereased to a maa�imum af 12 inches (300 mm) upon the Con�ractor's demonstratian tl�at approved equipment and operations will unifoi7nly compact ib.e lift to the speeified density. The RPR must witness this demonstration and approve the lift thickness prior to full production. Control strips that do nat meet specification rec�uirements shall be reworked, re-compacted, or removed and replaced at the Contractor's expense. Full operations sha11 not begin �antiI the cantrol stcip has beeii accepted i�y the RPR. The Contractor shall use the same equipment, materials, and construetion methods for the remainder of construction, unless adj ustrnents tnade by the Contractor are appro�ed in ad�ance by the RPR_ 152-2.8 I+'ormation of embankments. The material shall be constnzcted in lifts as es#ablisl�ed in the eontrol strip, bui nnt less thar� 6 inclles (i50 mmj nar mare than 12 inches {340 mnn} of compacted tI�ick�iess. CiTY OF FORT WOItTH Alliance Airport Taxiway P, Phase 2 Technicaf Spec'rfications P-152-3 Project Ntiimber 1030Q0 item P-152 Exeavation, Subgrade, and Embankment Wl�en �nore than one lift is required to establish the Iayer thickness shown on the plans, the construction procedure described here shail apply ta each lifl. No lift shall be covered by subsequent lifts until tests verify that corrapaction requirements ha�e been met. The Coxlt�actor shall rework, re-co�npact and retest airy material placed which does not meet the speciiications. The lifts sl�all be placed, to produce a soil sfructure as shovv�i on t1�e typicaj cross-section or as directed by the RPR. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporat�d or buried in the �mbankment. Earthwork operations shall be suspended at any tiine whe�7 satisfactory results cannot be obtasned due to rain, freezing, or ather �nsatisfactory weather cond'ttions in the field. Frozen material sllalf not be placed in t�e embankment nor shall embankment be placed upon fi•ozen material. Material shail not be placed on surfaces that are mud�y, frazen, or contain frost Tl�e C.ontractor sha11 drag, blade, or slope the embankment ta pravide surface drainage at a11 tirnes. The material in each Iift shall be within �2% af opfimtim moisture content befare rolling to obtain the prescrit�ed campaction. The inaterial shall be moistened or aerated as necessary ta achieve a uniform znoisture content throughout the lift. Naiural drying may be accelerated by blending in dry material or manipulatian alone to increase the rate of evaporation. The Contractor shall make the nec�ssaty corrections and adjustments i�1 methods, materials or moistu:re content to achieve the specified embankment density. The RPR will take samples of exca�ated niateriais which will be used in embankment for testing and develop a Moisttue�D�nsity Relations af Soils Report (Proctar) in accordance with D 1557. A new Proctor shall be de�eloped for each soil type based a�} vis�tal cla�sificaYion. Density tests will be Yaken by the RPR for every 3,000 square yards of eompacted embanEcment for eac� lift whichis required to be compacted, or other apprnpriate frequencies as determined by tl�e RPR. If the material has greater than 30% retained on the 314-inch (19.Q mm) sieve, follow AA.SHTQ T-180 Annex Correction oi ma.ximum dry density and optimum znaisture for oversized particles. Rolling operations shall be continued untii ihe embankment is compacted to not less than 100%0 of maximum density far non-cohesive soils, and 9S% of maximum density for cohesive soils as determined by ABTM D1557. Under aII areas t� be paved, tl�e embankments sliall be compacted to a de.pth of 12 inches and to a density of noi less than 95% percent of the maximum density as determined by ASTM D 1557. As used in this specification, "non-eohesive" sha11 mean those soils ha�+ing a plasticity index (PI} of less than 3 as determined by ASTM D4318. The in-place �efd density shall be determined in aceordance with ASTM 643$ using; Procedure A, the direct t��ansmission method, anci A.STM D6938 shaIl be used tfl deterrnine the moisture content of the material. The machine shall be calihrated in accardance with AST11+I D593$. The RPR shall perform all density tests. If the speci�ied density is not aitaaz�ed, the area represented by the test or as designated by ihe RPR shall be reworked and/or ra-compacted and additional random tests made. This procedure shall be followed until tha speciiied density is reack�ed. Compac�ion areas shall be k�pt separate, and no lift shall be covered by another lift until the proper density is obtained. During c.onstruction of the embankment, tlze Contractor shall route al] construction equipm�nt evenly over the entire width oithe e�nbaiikment as each lift is placed. Lifk placement shall begu� in the deepest portion of the embankment fill. As placemei�l: grogress�s, the lifts shalI be canstructed approximately parallel to the finished pauemezxt grade line. When rock, co�crete pavement, asphalt pavement, and ottler em6ankment matea'ial are excavated at appro�mately the same time as the subgrade, tl�e material shall be incoi�porated itzto the outer portion of CI�'Y OF PORT WORTH Alliancc Airport Taxiway P, Phase 2 Technical Specifieations P-152-4 Project t+TumUer 103000 Item P-152 Excevation, Subgradc, and Embankment the em�ankrnent and the subgrade �naterial shali be incarparated under the future paved areas. Siones., frag�nentary rock, and recycled pavcment laz'ger tl�an 4 inches (100 tnm) in tl�eir greatest diinensions will not be allowed in the top l2 inches (304 mrn) of the subgrade. Rockiill shall be brougi�t up in lifts as specifed or as directed by the RPR and the finer material shall be used to ii�l the voids forming a dense, campact inass. Rock, cement concrete pa�ement, asphalt pavement, and other �tnbankment inaterial shall not be disposed of �xcept at places and in t�te mat�ner de,signated on the plans or by the RPR. When the exca�ated material consists predominantly ofrock fragments af such size tnat th� inaterial cannot be placced in lifts of tlie prescribed thickness withput cj•ushij�g, pulverizing o�• ft�rther br�aking down the pieces, such material inay be piaced in the embatilcment as directed in iif�s not exceeding 2 feet {60 ctri) in thickness. Each liit shalI be leveled and srnoothed with suitable equipinent by distribution of spails and finer fragments �f rock. The 1'aft shall not be constr�.�cted above an elevation 4 feet (1.2 m) below t��e finished subgrade. There will be no sepat'ate measurement of payment for compacted ejnhankment. All cosis zncidental to piacing in lifts, compacYang, discing, watering, mi�ng, sloping, and ather operations necessary for construction of embanlaz�e�ts will be included in the contract price foi• exca�ation, borrow, or othe�' items. 152-2.9 Proof ralling. The purpose of proof rolling the subgrade is to ideniify any vaeak areas in the subgrade and not for compaction of the subgrade. Befora sfart of embankment, and after compaction is completed, the subgrade area shall be proofrolled witI1 a 20 tan (18.1 metric ton) Tandem axle Dual Wheel DLimp Truck �oaded to the legal limit with tires inflated to the m�irrium rated pressure in the presence of the RPR. Apply a miniinum of SQ% coverage, or as specified by the RPR, ander pavement areas. A covera�e is defined as the application of one tira print over the designaied area. Soft areas of subgrade that deflect inore than 1 inch (25 mm) nr show permaneiit deforuFation greater than 1 inch (25 mm) shall be removed and replaced with suitable material or rewoeked to confoz'�n tq the moisti.ire content and compaction requiremenfis in accordance wfth these specifieatians. Remavaf and r•epla�ement of soft areas is incidental to tliis item. 152-2.10 Compacti�an requ'rrements. The subgrade ander areas to be paved shall be compact�d to a depth of 12 inches (300 mm) and to a density of not less than 1Q0 percent of the maxirnum dry d�nsity as determined by ASTM D 1557. The subgrade in areas outside the limits of the pavement areas slxall be compacted to a deptkz of i2 inches (3Q0 mrn} and to a density of not less than 95 gercent oftl�e maximum density as determin�d by ASTM D698. The material to be coinpacted shall be within �2% of npt�mum moisture content before being rolled to obtain the prescribed compaction {except for expansive soils). When the material has great�r than 30 percent retainad on the 3/ inch (19.0 mm) sieve, follow the methods in ASTM Dl SS7. Tes#s for moisture - content and compaction vuill be taken at a minitx�uzn of 200 S.Y. of subgrade. All quality assuranee #esting shall be done by the RPR. The in-place field density shall be determined in accordance with ASTM Db938 using Procedure A, the direct transmission method, and ASTM D�938 shaIl be used to determir�e the maisture content of the material. T`he znachine shalI be calibrated in accardance with ASTM Db938 within 12 months prior to its ttse on this contract. The gage shall be field standardized daily. Ma�cimum density refers to maximurt� dry density at opti�num moistuz'e content unless otherwise speci�ied. If the specified density is not attained, the entire lot shall be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached. AII cut-and-�ill slopes sk�a�l be uniformly dressed to the slope, cross-sectian, and aligninent shown on tt�e plans or as directed 6y tha RPR and the finislied subgrade shall be maintained. I52-2.11 Finishing ans� prateetion of suhgrade. Finishing and �arotection of the suhgrade is incidental ta this item. Gradin� and compacting ofthe subgrade shall be perforrned so that it will drain readily. All low CITY pF FORT WORTH Alliance Air�ort Taxiway P, P�tase 2 Teclmical Specitieations P-152-5 ProjeclNumber ]03400 ltem P-1S2 �xcavatian, 5ubgrade, and �rn6ankment a�-eas, holes oz• depressions in the suhgrade shall be brought to grade. Scarifying, blading, rolling and other inethods shall be performed io pravide a thoroughly compacted subgrade shaped to the jines and grades shown on tlle plans. All ruts or raugh places that deveiop in the completed subgrade shall be gradad, re- coinpacted, and retested. The Contractor shall protect the subgrade from damage and limit hauling over the finislled subgrade to oniy trafiic essential fnr construction purposes. TIZe Coi7tractor shall maintain t1�e completed course in satisfacto�y conditiorl tllroughout p�acer�ne��i of subsequent layers. No subbase, base, or surface c�urse shall he placed an the subgrade until the sul�grade has been accepted by the RPR. 152-2.12 Haul. All hauling will be considered a necessary anci 3ncidental part Qfthe work. The Coi�tractor shal! include the cost in the contract unit price for t1�e pay af items of wark involved. No payn�ent will be made separately or dir�ctiy for hauling on any part of the work. The Contractor's equipment shall not cause dama�e to any exeavated surface, comgacted lift ai• ta the su6grade as a result of hauling operatians. Any dannage caused as a result of the Cont�'actar's hauIing operatians shall be repaired at the Contractor's expense. The Contractor shall be responsible for providing, maintait�ing and removing any haul roads or routes within or atttside of the wark area, and shall return the affected areas to their fort�aer condition, unless otherwise auiharized in writing by ihe Owner. No separate payment will be made for any work or materials associat�d with providing, maintaining and removiz�g haul roads or routes. 152-2.13 Surfaee Tolerances. In those areas an which a subbase or base caurse is to be placed, the suriace shall be tested for smoothness and aecuracy of grade and crown. Any portion lacking the required szr�oothn�ss or failing in accuracy of gtada or crown shall be scarified tn a depth of at Ieast 3 inches (75 mm}, reshaped and re-compacted ta grade unti] the required sinoothness and accuracy are ob�ained and approved by the RPR. The Contractor sl�all perforrri all final smoothness and grade checks in the presence of the RPR. Any deviation in surface tolerances sha1l be corrected by the Contractor at the Contractor's expense. a. Smaothness. The fnished surface shall nat vary mare than �-1- % inch (12 mm) when tested with a 12-foot (3.7-m) straightedge applied parajlel with and at right angles to the centerline. The straightedge shali be moved continuously forward at half the length of the 12-foot (3.7an) straightedge for the full length of each line on a 50-foot {15-m) grid. b. Grade. `I'he grade and crown shall 6e measured on a SO-foot (15-m) grid azad shall bs within -I-/- 0.�5 feet (15 znm) of tl7e specified grade. Oi1 safety areas, turfed areas and other designai:ed areas within the grading limits where na subbase or base is to placed, grade s11a11 not vary rnore than 0.1 D feet (30 mm) from speciiied grade. Any deviation in excess of this amoui�t shall be corrected by Ioosening, adding or removing materials, at�d reshaping. 152-2.14 Topsoi�. �Vhen topsoil is speci�ed ar requ.ired as shown on 1:i�e plans or uz�der Item T-905, i� shail be salvaged from stripping or other grading operations. The topsoil shall meeY the requiraments of Item T- 905. If, at the time of excavation or s�'ip�ing, the topsoil cannot be placed in its fmal section of finished constructian, the material shaIl be stockpiied at approved locatiions. S�ockpiles sha.11 be located as shown on the plans and the approved CSl'P, and shal! noi ba pIaced on areas ti�at subsequently wiil require any excavation or embai�lQnent %11. [f, in the judgment of the RPR, it is practical to place the salvaged tapsoil at the iime of excavation or stripping, �e material shall he placed in its final position without stockpiliz�g pr further re-handling. Upon completion of grading operations, sta.ckprtled topsail shall be ha�}dled and placed as shown on the plans and as required in Item T-905. Topsoil shall be paid for as provided in Item T-9Q5. No direct payment will be made �or tapsoil under item P-152. CITY OF PORT WOR'1'�1 Alliance Airport Taxiway P, Phase 2 Teehnical Specifications P-152-6 Project N�unber 103000 Ttem P-152 �xcavation, Subgrade, and Embankment METHQD OF MEASUREMENT 152-3.1 Measurement for paymant speci�ed by the cubic yard (cubic meter) shall be cotnputed by the comparisoz� af digital terrain model (DTM) sut•faces for computation of neat line design quantities. f52-3.1 The quantity of unclassified e�cavation to be paid for sha11 he lhe number of cubic yards (cubic meters) measLtz'ed 'u� its original position. Measurement sha11 ��at inc�ude tl�e quaa�tity of materials exca�ated without authariza#ion beyond normal slope lines, or the quantity of material used far purposas other than those directed. BASIS OF PAYMENT 152��.I Unclassified excavation payment shall be znade at the contract unit price per cubic yard (cubic �neter}. This price shall be full coinpensation for furnishing all materials, labor, e�uipment, tools, and incidentals necessary to coinplete the item. Payment will be tnade under: Item F-152�4.1 Unclassified Excavation - p�er cubic yat'd (cubic meter) REFER�NC.ES The publ�cations [isted below form a part of this speci�cation to the exte�t referenced. The publications are r�ferred to within the te�t by the basic designatinn only. Amerfcan Association of State Hig�way and Transportation Officzals (AA5HT0) AASHTO T-180 ASTM Ir�ternational(ASTIvI) ASTM D698 ASTM D1S56 ASTM D 1557 ASTM DfiR38 Advisary Circulars (AC) AC I501S370-2 Software Standard Methnd of Test for Moisture-Density Relatiolis of Soils Using a 4.54-kg (l0�lb) Aammer and a 457-nnm (18-in.) Drop Standard T'est Methods for Laboratory Compactian Characteristics of 5oil Using Standard Effort (12,40Q ft-lbilft� (600 kl*1-zn/m3)) Standard Test Method for Der�sity and Unit Weight of �oil in Place by the S�d-Cone Metho.d Standard T'est Methods for Laboratory Compaction Characteristics of 5oi1 Using Modified Effort (55,000 ft-lbf/ft (27001�N-m/m3)) Standard Tesi Methods for In-Place Density and Water Content o.f Soil and Sail-Aggregate by Nuclear Methods (Sha�low Depth) OperationaS 5afety or� Airports During Construction Software FAA.RFIELD — FAA Rigid and Flexible Iterative Elastic Layered Design U,S. Deparfrnent of Trans�ortation �'AA �D-76-66 Design and Cozlstruction ofAirpo�'t Paveinents on Expazisive Soils END DI+' XTEM P-152 CITY OF FORT WOKTH Alliance Airport Taxiway P, Phase 2 Technical Specifications P-152-'1 Pro}ect Nw�ber 103000 Item P-152 Excav�ci�n, Subgrade, and Emhankmen! Page Intentionally Blank CITY CfF FORT WORTH Alliance Airport Ta�ciruay P, Phase 2 Technical Specificatioi�s Y-{52-5 1'rnjecCNumber 163D00 Item P-[53 Controlled Low-Strenglh Materia! (CLSM) ITEM P-153 CONTROLLED LOW-STR�NGTH MAT�RIAL (CLSiVn D�SCRIPTION 153-1.1 This item sha]I consist of fuinishing, transporting, and placing a conh•o11ed low-strength �naterial (CLSM) as flowable hackfill in treilches ar at other iocations shown on the plans or as diracted by the Resident Praject Representative (RPR). MATERIALS 153-2.1 Materials. a. Cement. Cement s11a11 con%rm to �he requirements of ASTM C 15D Type IIII. b. Fly ash. Ffy ash shall confoim to A�TM C618, Class C or F. c. I+`ine aggregate (sand). Fizze aggregate shall eon%rm to the raquirements of ASTi M C33 except for aggregate gadation. Any aggregate gradation whieh produces ihe specified performance cha��aeteristics of the CLSM and meets the following requirements, will be accepted. Sieve Size Perce�t Passing by weight 3/4 inch (19.0 rnm) 100 No. 200 (75 µm) 0- 12 d. Water. Water used in inixing or curing shall be from pntable ruater sources. Oiher snurces sha11 be tested in accardance with ASTM C 1602 prior to use. 11�IrX DESIGN i53-3.� Proportions. The ContxacCoz' s11a11 submit, to the RPR, a mi� design includin� ihe propartions and source of aggregate, fly ash, cement, water, and apprQved admixtures. No CLSM mixture shall be produced for payment until the RPR has given written apgravaI of the proportions. The propartions shall l�e prepared by a laboratory and shall remain in effect fot� the duration of the project. The proportions shall establish a singje percentage oi• wei.ght for aggregate, fly ash, cement, water, and any admiz�tures proposed. Laboratory costs are incidental to this item. a, Comgressive strength. CL�M shall be designed to achieve a 2$-day compressive strengtl� of 100 to 200 Qsi (69d to 1379 kPa) when tested in accardance with ASTIVI D4$32, with no significant strength gain after 28 days. b. Consistency. Design CLSM. to achieve a consisteney that will praduce an approximate 8-inch (2Q0 mm) diameter circulat'-iype spread without segregation. CLSM consist�ncy shall be determined per AS`I'M D6103. CONSTRUCTION METHODS 153-4.i Plaeement. a. Placeznent. CLSM may be placed by. any reasonable means fi'om the mixing unit into the space to be filled. Agitat�on is reyuired during transpartation and waiting time. Placement shall be performed sfl structures or pipes are nat displaeed fram their final pasition and intrusion of CLSM into ttnwanted areas CITY OP TOItT WOTiTH Alliance Airporl Taxiway P, Phase 2 Tecl�nic�l Spenificativns P-153-] Projecl Number 1030�0 [tern P-I53 Cantrofled Low-StrengHs Materiaf (CLSM) is av�ided. The n7ate��ia1 s11aI1 be brought up uniformly to the fill line shown on the plans nr as directed by the Rl'R. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in mo�'e tlaan Qne lift, tlie ha5e lift shall be frea of surface water and loose foreign �naterial prior to placement of th� �e�t lift. h. Contraetor Quality Control. Tlae Cantractor shall collect all batch tiekets to ver3f}+ the CLSM delivered to the project conforms to the inix design. The Contca�tor shall �erify daily tl�at the CLSM is cot�s�stent with 153-3.1a and 153-3.1b. Adjustments shal� be made as necessaiy to the pro}�ortions and materials as needed. The Contractnr shall provide a11 batch tickets to tl�e R!'R. c. Limitatians of placement. CLSM shall nat be placed Qn frozen ground. Mixing and placing may begin when the air or ground temperature is at least 35°�' {2°C) and rising. Mixir�g at�d placement shall stop when the air temperature is 40°�' (4°C) and falling or when the ar�ticipated air o.r graund temperature will be 35°F (2°C) nr less in the 24haur period followiz�g proposed placement. At the time of placeinent, CLSM shaII have a temp�ratLtre of at least 40°F (4°C). 153-4.2 Curing and p�otectio� a. Curing. The air in contact with the CLSM sl�all be maintained at tempez'ah.u'es above freezing for a ininimum of 72 l�ours, If the CLSM is subjected ko te�nperatures below 32°P {0°C), fhe material may be rejacted by the RPR i�damage to the material is nbserved. b. Protection. Tl�e CLSM shall not be subject to loads and shall remain undistttrbed by construction activiiies far a period of A8 hours or until a compressive stren.�th of 15 psi {105 kPa) is obtained. The Contractor shall be responsible for providing evldence to the RPR that the material has r�ac�ed the desired st�ength. Acceptable evidence shall be based upon compressive tests made in ac�ordance wrth paragraph 153-3.1 a. 1�3-4.3 Quality Assurance (QA) Aeee�tanee. CLSM QA acceptance sl�all be based upan batch tickets provided by the Contractor to the RPR to confii•m ihat tlie delivered material conforms to the mix design. METHOD OF ML+'A�UREMENT 153-5.1 Measurernent. No separate measurement for gayment shall be mad�e for contx'alled low strength material {CLSM). CLSM shall be considered necessary and incidental to the wark af this Conta°act. BASIS OF PAYMENT 1S3-G.1 PayEnent. No payment will be tnade separately or directly for eontz�olled low strengtli inateria] {CLSM). CLSM shall be cons.idered necessary and ineidental to khe work of this Cantract. REFERENCES The publications listed below form a part of ihis specification to the extent referenced. The publications axe referred to within the text by the basic designation only. ASTM International (ASTM) ASTM C33 ASTM C150 Standard Specificatian for Concrete Aggz'�gates Standard Specification for Portiand Cement CITY OF FORT WORTH Allianee Airport Taxiway P, Phase 2 Techuical Speci6eations Y-1S3-2 ProjectNumbcr ]03000 Item Y-153 Controlled Low-Slrengtlt Material (CLSM) ASTM C618 ASTM G595 ��TM C1602 ASTM D483.2 ASTM D6iO3 Standard 5pecification for Coal Fly Asl� and Raw or Calcined Natural Pazzo�an for Use iia Concrete Standard Specificatian for Blended Hydra.ulic Cements Stand�rd Specifcatian for Mixing Water Used in the Production of Hydt•aulic Cernent C.ancrete Standard Tesfi Method for Prepa�'at�an and Testing oF Controlled Low- Strength MateriaS (CLSM) Test Cylinders I'low Consistency af Controlled Low S�ength Mat�rial (CLSM) END OF ITEM P-I53 CI7'Y QF FORT WOTZTH Alliance Airport Taxiway P, Phase 2 Technical Specifieations P-153-3 p�o}ectNumher 143(l0a Item P-I53 Page Intentionally Blank Cautro.lfed Low-StrengYh Material (CLSM) CITY OF FO.RT WOATH Allianee Ai�port Taxiway 1', Phase 2 Tecl�nical 5peeifioations P-153-4 Praject NumUer ] 03000 item P-2D9 Crushed Aggrega#e Base Course ITEM P-155 LIME-TR�ATED SUBGR.ADE DESCRII'TION 155-1.1 This itein shall be used for soil madificaiion that require strength gain to a speciiic level. This item shall consist of constr�tcting one ar mo��e courses of a inixture of soil, iime, and water in accordance with tlus specifcation, and in confonnity vrrith the lirtes, grades, thickness�s, and typlcal eross-sections sMown on the pla�tis. MATERIALS 155-2.1 Lime. Quicl�llrrze, hydrated lime, aud eit�er high-calcitun doloznitic, or magnesium lime, as defined by ASTM C51, shall confarm to the requirements of ASTM C9'77. Lime not �raduced from calcining limestone is not permit�ed. 155-2.2 Comme�rcial lime slurry. Commercial lime slurry shali be a pumpable suspensio�l of solids in vrater. The �n+ater or liquid portio�a of �e slurry shall not contain dissolved material injurious or objectionable for ihe intended purpose. The solids portion of the mixture, when considered Qn the basis of "solids content," shall consist principally of hydraied lirn� of a quality and fineness sufficient to meet tY►e fQllowing chernical composit:ion a�nd residue reqLiirements. a. Chemical campositio�►. The "solids content" of the lime slurry shaIl cansist of a minimutn of `70%, by weight, of calcium and magr�esium oxides. b. Residue. The percent by weight of residue retained in the "solids con.Yent" of liine slurry shall conform to the following require�zzents: o Residue retained on a No. 6{3.35 µm) sieve = maxi�num 0.0°/p � Residue retained on a No. 10 (2AQ �.rn} sieve — rr��irr►um 1.0% � Residue retainad o.n a No. 30 (60D µm) sieve � ma�ixz�um 2.5% c. Grade, Commercial lime slurry shaII confonn to one of the following iwo grades: • Grade 1. The "dry soiids content" shall be at least 31% hy weight, of the slui�ry. e Grade 2. The "dry solids content" shaIl be at least 35%, by weight, af the slurry. 155-2.3 Water. Water used in mi�ng or curing shal� be from potable water sources. Other sourcas shal! be tested in accordance with ASTM C 1602 priar to use. 155-2.4 �oil. The soil for Y.his work shall consist of on-site materials free of roats, sad, weeds, and stanes larger il�an 2-1/2 inches (60 mm) and have a suIfate content of less than 0.3%. COMPOSITION 15�-3.1 Soil-lime mixture. Lime shall be applied at 8% dry unit weight of soil for the depth of subgj•ade treatment as shown on the plans. �55�3.2 Toleran�ces. At fnal campaction, the lime and water content far each course of subgrade treattnent shall canform to the following tolerances: CITY OF FOAT WflR'�H Alliance Airport Ta�ciway P, Phase 2 Teclinical Specifications 1'-155-1 ProjectNumher ]03000 Item P-�.09 CnEshed Aggregate Ssse Course TOIEI'aI1CeS Matexia� Tflierance Lime -� 0.5% Water + 2%, -D% WEATHER LIMITAT�ONS 155-4.1 Weather limitatian. Suhgrade shall not be constructed when t�veather conditlons detrii�nenially affect the quality of the zrzaterials. Lime s11a11 not be applied unless t11e air temperature is at least 40°P (4°C) and t•isin�. I,ime shail not be applied to soils that are frozen or contain fros�. protect completed lime-treated areas by approved methods against the detrimental effects of freezing if the air temperatu��e falls below 35°F (2°C). Remave and repIace any damaged partion of the completed soil-lime treated area with tnevv soil-lime materia� zn accordance with this specification. EQUIPMENT �55-5.1 �quspment. All equipment necessaty to grada, scarify, spread, mix and compact tl�e �naterial shal! be provided. The Resident Project Representative (RPR) inust appro�e the Contractor's proposed equipment priar to the start af the treatment. CONSTRUCT�ON METHODS 155-6.1 Ge�eral. This specification is to constt'uct a subgrade consisting of a uni%rm lune mi�ura r�+hich shall be fre� from loase oi° segregaied areas. The subgrade sha�l be of uniforin density and moisture confient, well rnixed for its fuli depth, and have a smooth surface suitable for placing subsequent li£ts. The Contractor shaI] be responsible to meet the above requireinents. Frior to any treatment, the subgrad� sl7alj be constructed as specifiad in Item P-152, Excauation, Subgrade and Emba:nktnent, and shaped to conform to the typical sections, lines, and grades as shown anthe platis. The ztiixing equipment must give visible indication at alI times that it is cutting, pulverizing and mixing tlle material uniformly to the proper depth over the full width nf the cut. 155-6.2 Applicaiion. Lime shall be uniformly spread only o�er an area where the initial inixing operations can be corrtpieted duri3lg the same worl� day. I�irrze shall not be applied when wind conditions are detrimental to proper application. A motor grader shall naY be used to spread th.e lime. Adequate moisture shali be added io the c�ment/soil mixture to maintain Yhe proper moisture content. Materials shall be handled, stored, and apQlied in accordance w�th all �ederal, state, and local requirements. 155-6.3 Mixing. The mi�ng pracedure shall b� as described below: a. Preliminary mixing. The fuii depth of the treated subgrade shall be mi�ed with at1 approved mi�ng macMine. Lime shall not be Ieft exposed for more than six (6) hours.. The mi�ng xnachine shall mak� tvvo coverages. Water shall be added to the subgrade during mixing to grovide a moisture content approximately 3% to 5°fo abnve the optimuin moisiure af the material and to ensure cheinica� reactior� of the lime and subgrada. After rniacing, the subgrade sha11 be lightly rolled to s�al the s�arface and help prevent evaporaiion of moisture. The water content of fha subgrade mixiure sl�all b� �naintained at a maistu��e content abave the optimurrx moisture conten� for a minim��n of �4 to 24 hours or unti! the material becomes friable. During the rnellow�ng pariod, the material shall be sprinkled as directed by the Rl'R. CITY OF FORT WOKTH Alliance Airport Taxirvay P, T'hase 2 Technical Speoificalions P-155-2 ProjectNumber 103fl00 Ite�n P-209 Cruslied Aggregale �ase Course b. FinaS mixing. After tlie requlr�d meilowingtime, the material shaii be unifarmly mixed by approved m�thods. Any clods shall be reduced in size by 6lading, di.scing, harrowing, scarifying, or by the use oi other approved pulverization methods. After �uring, pulverize li�ne treated material until 140°fo of soil particles pass a one-inch {25.0 m.m) sieve and 60% pass the Na. 4{4,75 mm) sieve when tested dry by laboratoiy sieves. If resuliant mixture contains clods, redLice their size by scarifying, remixing, or p�rlverization to meet specified gradation. 155-6.4 Cantrol Sirip. The f�rst half-day flf eonsiruction shall be considered tlle controi strip. The Contxactor shall demons.trate, in the prese�lce of the RPR, t�at the materials, equipment, and cor�struction processes meet the requirements of the specification. The sequence and manne�' of rolling necessary to obtain speci�ed density requirements shalf he deterrnined. Cont�•oi strigs that do not meet specification requirements shall ba reworked, re-compacted, or removed arid replaced at the Contractor's expense. Full ope�•ations shall not coniinue until fihe contral strip has bee�� accagted by the RPR. Upon acceptanee of the control strip by the RPR, the Contractor shall use the same equipment, materials, ar►d construction inethods for the remainder of construction, unless adjustinents made by the Contractar are approved in advance by the RPR. 155-6.5 Tr+eatment Application and Depth Checks. The deptl7 and ainount of stahilizatio:n shall 6e measured 6y the Contracior with i�o less than 2 tests per day of material placed; test shall be witnessed by the RPR. Measurements sliall be made in test holes excavated to shaw the full depth of mixing aitd t11e pH checked by spraying the side of the test hole with a pH indicator such as phenolphthal�in. Phenolphthalein changes from ciear to red between pH 8.3 and 1 Q. The color change indicates the location of the bottoin of the mixing zoile. pH indicators nther than phenoiphthalein caz� be used to measure pH 1�vels. If the pH is not at Ieast 8.3 andlor if the depth of the treaied subgrade is more than 112 inch (12 rnm) deficient,. additional lime treatment shall be added and the material remixed. The Cor�tractor shall cnrreet all such areas in a manner satisfactory to the RPR. 155-6.6 Compactio�. Com}aaction ofthe mi�ura shall immediately fallow the final mixiitg operation witiz tlie mixtu�re compacted within 1 to 4 hours after final mixing. The material shall be at tl�e moist�re ca�tent speciiied in pa�•agraph 155-3.2 during co�npaction. The field density of th� campacted mixture shall he at least 95% af the maximum density as speci�ed in paiagraph 155-6.10. Perform in-piace density test to determiiae degree of compaction betwe�n 24 and 72 hours af�ez �nal compactiai� and the 24-hour moist cure period. If the material fails Co ma�t tlae density requirements, it shall be reworked to meet the density reyuirements. Maximum density refers to ma.ximum dry density at csptimu� moisture content unless otherwise specified. 155-6.7 Finishing and euring. After the final lift or course af lime-treated subgrade has f�een compacted,. it shall be bro.ught to tlie requir�d lines and grades in acco.rdance with the typical sections. The complefied section shall then be finished by ralling, as directed by the RPR, with a pneumatic or other su[table roller suff�eiently light to prevent hairline cracking. The finisl�eci sui�fac� shall not vary more than 1/2-inch (12 �zr►) when tested with a 12-foot (3.7 m) straightedge applied parallel witEz and at right arigles to the pavement centerline. Any variations in excess af this tolerane� shali be corrected by the Contraetor at the Contz'actor's expense in a manne�• satisfactary to the RPR. 'I"he completed sectio:n shall be moist-cured for a millimum of seven (7) days befoz'e further courses are added or any tra�c is pei�nitted, unless ofiherwis� direeted by the RFR. The final Iif't should not be exposed for more than 14 days without pratection or the placernent of a base course material. 155-6.8 Maxutenance. The Contractar shall protect and maintain the lime-treated subgrade from yi�lding until the jime-freated subgrade is cavered by �lacelnent of the next lift. When material has been exposed to excessive rain, snow, or freeze-thawv eanditions, prior to placement of addi.tional �naterial,. the Contractnr shall verify that materials still meets all specification requiremenis. The maintenance cost shall be incidental to this item. CITY OF FORT WORTH Allianee Airport Taxiway P, Phase 2 Technical Specii'icatiot�s P-155-3 PrpjeciNumber ]03000 Itam P-2�9 Crushed Aggregate Base Course 155-6.9 �nrface tnlerance. In those areas on which a subbase or base course is to be placed, the sur�ace sl�all i�e tested for smoothness and accuracy of grade and crawn. Any portioi� lacl�ng the required srnoothness or failing in accuracy of giade or crown shail be scarified to a depth of at least 3 inches (75 mm), reshaped and re-compacted to grade until the reyuired smoathness and accuracy are obtained and approved by the RPR. The Contractor shall perfoi�n ail �inal smoothn�ss and grade checks in the presence of t11e RPR. Any deviation in surface tolerances shal� be correct�d by the Cantracto�• at tlae Contractor's expense. a. Smoothness. The finished surface shall tlot vary mare tl�an +/- %z inc11 {12 mm) when test�d with a 12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge sl�all be ►noved contiilunttsly forward at half the le.ngth of the 12-foot (3.7-m) straightedg� for the fu111e3igth of each line on a 50-foot (1 S-m) grid. b. Grade. The grade and crown shall be measured on a50-foot (1 S-m} grid and shalj be within +/-0.p5 feet (15 mm) a.f the speci�ed grade. 155-6.10 Acceptan�e sampling and testing. The litne treated subgi•ade sMall be acc�pted for density and #hickness on an atea basis. Testing frequency shall be a minimum of one compaction and thic�-iess test per 20� square yards (170 square meters} of lim� tz'eated subgrade, but r�ot less tliai� four (4) tes#s per day oi production. Satr�pling lqcations will be determin�d an a random basis per ASTM D366S. a. Density. All tes�ing sha11 be done by the RPR: The field density ofthe compact�d mlxture shall be at Ieast 95% oftl�e maYimum density of labaratoj'y specimens prepared from samples taken fi'am the material in place. The specimens s�a1l be compacted and tested in accordance wiih A5T1VI D698 to detertr�ine maximum density at�d optim2zrn �noisture content. `I`he in-place field density shall be detertnined in accordance witl� ASTM D693 S, Procedure �, , direct transtnissian method. If the maYarial fails tq meet the density requirements, the ar�a representad by the fa.iled test shalI be reworked to meet the density reyuirements. Maximurn density refers to maximui�n dry density at optimum moistur� content unless otherwise specified. b. Thiekness. Tk�e t.�ickness of ihe course shall be within -�4 and -1/2 inch (12 rtim) of the specified thickness as detennined by depth tests taicen by the Cantra:ctor in the presence of th� RT'R for each area. Where the thickness is de�icient by more thaa 1/2-incl� (12 rnm),. the Contractor shall correct such area� at no additional cost The Contractor shali replace, at his expense, materiai where depth tests iaave been taken. 155-6.11 Handling and sa�eL�. The Contractor s1xall obtain and enforce the lime supplier's instructions for proper safety ailci ha�dling of the lime to pre�ent physical e}re or skin contact wiih iime during transport or appiication. METHOD OF MEASUREM�NT 155-71 Lime-treated subgrade shall be paid �or by the square yard (square meter) in the completed and accepted work. 155-7.2 Lirrze shall be paid by the number of tons (kg) of Hydrai:ed Lime app�ied at tMe application rate specified in paragraph 155-3.1. a. Hydrafed lime delivered to the project in dry form will be me:asured according to the actual torynage either spread nn the subgracle or batcfied ota site into a slurry, vwhichever is applicable. b. Quicklime deli�ered to the proj�ct in diy form wi116e tneasured for payment on the basis of the tons of equivalent hydrated lime using the following foi�nula: Equivalent Hydrated Lime (Ca{�H)2) = Total Quicklime (CaQ) � 1.32 CiTY OF P'ORT WORTH Alliance Airpart Ta�ciway P, PY,ase 2 `1'echnica[ Specifica[ions P-155-4 I'rojeciNu�nber 1�3000 Item P-2D9 Crushed A�regate Base Gourse c. Lime delivered to the project in slurry form will be measured for payment in tons, dry weight of hydrated liine or equivale��t hydrated lirne in accordance with paragcaph b above. BASIS O� PAYMENT 155-5.1 Payment shajl be made at t�►e contract unit price pe�• sq�iare yard {square meter) for the lime-treated subgrade at the thick�ess specified. �'he price shall be full cnn�►pansation for furnishing all materia[, except the liine, and for all preparafion, delivering, plaeing and tnixing these materials, ai3d all labor, equipment, tools and incidentals necessary to complete this iterr►. 155-8.2 Payine��t shall be made at the contract unit price per ton (kg). T11is price shall be full eompensation for furnishing, delivery, and p�acing t11is material. Payment will be made under: Item P-155-5,1 Item P-155-8.2 Lime-treated sltbgrade - per square yard (mz} Lime - per ton (mt} REF'ERENCES The ptiiblic�ations listed below form a part ofthis specification to ti�e extent referenced. The publications are referred to with[n the taxt by the basic designation anly. ASTM Tnternation�l (ASTIvi) ASTM C51 ASTM C977 ASTIVI C1602 ASTM Db98 ASTM D1556 ASTM D2487 ASTM D5438 Software Standard TerminoIogy Relating to Lime and Limestone (.as used by the lndustry} Standard Specificatioiz for Quicklime and Hydrated Lime for Soil Stabilization Standaz'd Specification %r Mixing Water Used in the Produetion of Hyd�aulic Ceinent Concrete Standard Test Methods for Labaratory Compaction Charaeteristics of Soil Using Standard Effort (I2,440 ft-lbflft�) (6Q0 kN-�/rn3) Standard Test Meth�d for Density and U�it Weight of Soil in P�ace by the Sand-C.one Method Standard Practice for Classification of Soils for Engineering Purposes ([Tnified 5oi1 Classiiication System) Standard Tes� Method far In-Place Density and Water Content of 5oi1 and Soil-Aggregate by Nuclear Methods (Shallow Degth) FAARFIELD — FAA Rigid and Flexible Iterative Elastic Layered Des'ign �ND OF �TEM P-155 CITY OF FDRT WORTH Alliance Airporl Taxiway P, L'hzse 2 Technical Specificatians P-155-5 Project NEimber ]03Q00 item P-209 Page Intentionally Blank Cmshed Aggreg¢te Base Course CITY OF FORT WOATH Alliance Airport Taxiway P, Phase 2 Technical Specifications 1'-155-6 ProjectNumber ]03000 Item P�209 Cnisl�ed Ap�regate DAse Course ITEM P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 209-1.1 This ite�n consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these speci�cations and in confarmity to the diinensinns and typical crass- seetions shown on the plans. MATERIALS 249-2.1 Crushed aggregate base. Cz'ushed aggrega�e shall cansist of clean, sound, dura6le particles of crttshed stone, cr�ashed gravel, and sl�all be free froin coa�ings of clay, siIt,. organic materiai, clay lua�ps or balIs or other deleterious inatexials ar coatings. The method used ta produce the crushed gravel shall result in the fractured particles in the �nishe.d praduct as consist�nt and uniform as practicabje. Fine aggregate portian, defined as the partion passing the Na. 4(4.75 znm) sieve shall consist of fines froin the cnarse aggregate crushing operatioi�. The fine aggregate shall be produced by crushing stone, gravel, that meet the coarse aggregate requirerr�ents far wear and soundness. Aggregate base rz�aterial requirernents are listed in the %llovving. table. Crushed Agg�egate Base Mat�rial Requirenneztts Material Test Requirement Standard Coarse Aggregate Resistanc� to Degradation Loss: 45% maxittiurr� ASTM C 131 Soundness of Aggregates Loss after 5 cycies: ASTM C88 by Us� of Sodium �ulfate �r 12% maximum using Sadium sulfate - oz' - Magnesiurn Sulfate I8% m�imum using magnesiuin sulfata Percentage af F�•actured Minimurn 90°/a by w�igl�t of particles with ai least ASTM D582? �articles two fracfured faces and 9$%o with at Ieast one fractured face� Plat Particles, E.longat�d IQ% maximum, by weight, of flat, elongated, or flat ASTM D4791 I'articles, or Flat aixd and elongated particles z Elongated Partieles Clay lumps and friable Less than or equal to 3 percent ASTM C142 pa�ticles Fine AggregaYe Liquid limit Less than or equal to 25 ASTM D4318 Plasticity Index Not more than flve (5) ASTM D4318 � T'he area of each face sha11 be equa] to at least 75% of the smallest mid-sectGana� area ot tt�e p�ece. wnen tvvo fractured faces are contigt�ous, the angl� between the planes of fractures shall he at least 30 degrees Yo count as twa fractured faces. 2 A flat paiticle is one having a ratio of width to thiclrness greater than five (S); an elongated particle is ane having a ratio af length to width greater than five (5}. �09-2.2 Gradation requirements. The gradatian of the aggregate base material shall tneet the requireznents of the .gradation given in the followiiig table whan tested per ASTM CI I7 and ASTM C 136. The gradatian CITY OF FdRT WORTH Alliance Airport Ttutiway P, Phase 2 Technic�tl Speeifications P-20.9-] ProjectNtunber 103000 ltem P-�.09 Crushed Aggregate Base Course shall be weIl graded it•om coarse to fine and shall not vary from the lower lirnit on one sieve to the high limit on an adjacent sieve or �ice versa. Gradation of Aggregate Base Sieve Size Design Range Contrnctar's Final Job Control Grading Sand Percentage by Weight Gradation Tolerance,sr passin� (Pereenf) 2 inch 100 Q (5 0 mm) 1-1/2 inch 95- l OD �� (37.5 m.in) 1 inch 70-95 �S {25.0 mm) 3/4 ii�cl� 55-SS �� (19.a mrn) No. 4 30-60 �� (4.75 mm) No. 40Z 10-30 �5 (425 µm) No. 240z 0-10 �3 (75 µin) ' The "Job Contral Grading Band Tol.erances for Contractor's Final Gradation" in the table shall be applieei to "ConYractor's Final Gradation" to establish a job conh•oI grading band. Tlae full tolerance still applies if applicatian of the tolerar►ces results in a j ob control g�•ading band autside the design ran�e. 2 The fraotion of ttnaterial passing the No 204 (75 �um) sieve shall not exceed two-thirds the fraction passing Yhe No 40 (425 �m) sieve. 209-2.3 Sampling and Testiu.g. a. Aggregate base materials. The Cont�actor shall take samples of the ag�regate base in a�cardance with ASTM D75 to verify initial aggregate base requirements and gradatlon. Material shall meet the requirements in paragraph 209-2.1. This sampGng and tesiing will be th� basis For appraval af the aggregate base quality r�quirements. b. Grac�ation requirements. The Contractor shall take at least two aggtegate base samples p�r day in the presence of the Resident Project Represen�ative (RPR) to check the iinal gradatian. Sampling shall be per ASTM D75. Material shall meet the requirements in paragraph 2D9-2.2. The sampies s11aI1 be taken fram the in-place, un-compacted material at sampling points and intervals dasignated by tMe RPR. 209-2.4 Separation Geotextile. Not used. CONSTRUCTION METHODS 209-3.1 Contral strig. The first half-day of construction shall be considered the control strip. The Contractor shall demonstrate, [n the presence of tlze RPR, that iba maYerials, equipment, and construction prncesses �neet the requirea'nents of the specifcation. The sequence and manner o.i roiling neeessayy to obtain speciiied density ret�irirements shall be determined. Ti�e maa�imum cQmpacted thickness may be increased to a inax[mum of I2 inches (300 mm) upon the Confractor's demonstratian that approved C1T� OF FflRT WOKTI-I Alliance Airport Taxiway P, Phase 2 Technical Specificatiai�s P-209-2 Project Number 103D00 Item P-209 Crushed Aggeegxte Base Course equipment and operatians will unifoi�rnly compact the Iift to the specified deiasity, The RPR mlist witness this demonstration and approve the lift thicicness priar to full productian. Cont�oI strips that da not meet specification require.ments sha11 be rewoi•ked, re-compacted ar reino�ed and replaced at the ContractQr's expej�se. Full operatzons shall nat cor�tinue unfil the control st�'ip k�as been accepted by the RPR. Tl�e Contractar sha11 use the same eqttipinant, materials, and const�uction methods for the reinainder of caiast�'uctioi�, unless adjustments made by tl�e Contractor are approved by the Rl'R. 209-3.2 Preparing underlying suhgrade and/or subbase. The underlying subecade andlor subbase sha11 be checked and accepted by the RPR before base course placing and spreading operations begin. Re-praof rolling t�f the subgrade ar proof rolling of the subbase in accordance with Item P-152, at tl�e Contractor's expense, may be required by the RPR �f the Contrac#or faiis to ensure proper drainage ar protect the subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or any ather cause, shall he corrected before the b�se course is placed. `I'o ensura �roper drainage, the spreadzng of the hase shall begin along the centerJine af the pavement on a crowned section ar on the high side of the pavement wiih a ane-way slope. 209-3.3 Production. The aggregate s11ai1 be uniformly blended and, when ai a satisfactory moisture cantent per paragraph 209-3.5, the agproved znaterial may be transported directiy to the place�nent. 2Q9-3.4 Placement. The aggregate shall be plaeed and spread on the prepared u��derlyiiig layer by spreader boxes or otlzer devices as approved by the RAR, to a uniform thickness and width. The equipment shaii have positive thickness controls to minimize the need fnr additional manipulation of the material, Dumpuig from vehicles that require re-handIing s11al1 not be pe:rm[tted. Hauling over the uncompacted base course shall not be permitted. The agg�'egate shall mee# gradation and maistura requirements prior to coinpaction. Th� base course shall 6e constructed in lifts as es#ablished in the control sYrip, but not Iess than 4 inches (1�0 mzn) nor more than 12 inches {300 rnm) of compacted thicicness. When mare than one lift is required to establish the layer thickness shown an the p�ans, the canstructian procedure described here shall apply to eaeh jift. No lift shall be covered by subsequent Iif�s until tests veri�y that coir�paction requirements have been met. The Contrac�or shall rewark, re-compaet and relest am.y materia[ placed which does not meetthe specifications at the Contraetor's expense. 209-3.5 Compaetion. Immediately after campletion afthe spreading operatians, eo�npact each layer of the base eourse, as specified, with approved campaction equiprner�t. The n�.imber, type, and weight of rollers sllall be sufficient to co�npact tl�� tzzaterial to the required density within the same day tllat the aggregate is placed on the subgrads. The feld density oi each compacted lift of �naterial shall be at least lOQ% af the m�imu�n density of laboratory specimens prepared from samples of the base rnaierial delivered to the jobsite. The lahnratozy speci.meils shall be com.pacted and tested in accordance with �1.STM D1557. The moisture content of the material during placing operations shall be within �2 percentage points of the optimum moisture content as determined by ASTM D 1557. Maxirnuin density refers ta maximum dry density at optimunn. moisture content unless othe�-wise specified. 209-3.G Weather limitations. Material shall not be placed unless the ambient air temperature is at Ieast 40°F (4°C) and rising. Work on base couz'se shail not be conducted when the subgrade o:r subbase is wet or frozen or the base material contains fraze�t n�atarial. �09-3.'7 Maintenance. The base course shall be maintained in a condition that will meet all s�eeification reqt�irements. When material l�as besn exposed to excessive rain, snow, or freeze-thaw conditions, prior to placement of additional material, the Contractor shall verify that mat�riaJs stiil meet all specification requirements. Equipment may be routed aver completed sections of base course, prnvided that no damage results and the equipment is roiited over the full width of th� completed base course. Any dat�age resuliing C1TY DF FpRT WpRTH Alliance Airport 7'axiway P, Phase 2 Technical3pecifica#ions P-209-3 ProjeatNumber L030Q0 Item P-2p9 Crushed Aggregale Base Caurse to tl�e base course from routing equipinent over ihe base course sliall be repaired by the Contractor at the Coi�teactor's expense. 209-3.$ �urfae� tolcranees. After ihe course has heen coinpacted, iia� surfaee sha[1 be tested for sinno�hness and accuracy of grade and crown. Any portion lacking the r�quired sinoothness or failit�g in accuracy of grade ar crown shall he scari�ed �a a deptl� of at least 3 inck��s (75 �nm), reshaped �nd i'ecoi�pacted to g�•ade ui�til the required szr�oothness and accuraey ��e ol�tained and a�pro�ed by the RPR. Any deviation in surface folerances shall be eorrecied by the Coiltractor at the Cpntractor's e�pense. The smaotl'uiess and accuracy �•equirements specified here apply oniy to th� top layer w17en base cnurse is eot�structed in more than one layez-. a. Smoothness. The fiilis:hed surface s1�aII not vary mor� tha�a 3/8-i�ch {g mm) when tested with a 12- fnot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The stra'tghtedg� shall be moved continuously forward at haif the length of the 12-faot (3.7-m) straightedge for the fiall ietigth of eaclt 1'1ne on a 50-foot {I5-m) grid. h, Grade. The grade at�d crown shall be measured on a SQ-foot (15-m) grid and shall be within +D and -1/2 inch (12 mrn) of t�e speeified grade. 2Q9-3.9 Acceptance sa�rnpling and testing. Crush�d aggregate base eourse shall be aGcepted for density and thickness on an area basis. Two tests sha11 be made for density and tI�ickness for eac11 304 square yds {250 in2}. Sampling locations wiIl be determined an a random basis per ASTM D3665 a. Density. The RPR shall pe��farm a3S density tesis. Each ar�a shall be accepted far density when the field density is at Least I00% af the maximum density of labor�tory specimens campacted and tested per ASTM 1557. The in-place field �iensity shall be determined per ASTM Db938 using Procedure A, the direct transmission met�od, and ASTM D693& shal] be used tn determine the maisiure content of the material. The machine shall be calibrated in accordance with ASTM D6938. If �lle specifled density is not attained, the area represented by the failed test inusi be reworked and/nr �'ecompacted and two additioilal random tests made. This p:rncedure shall be followed t�nti! the speci�ed density is reached, Maximum density re%rs to maximum dry density at ogtimum moisture content unless otherwise speciiaed. b. Thickness. Depth tests shall be made by test holes at jeast 3 inches (75 mm) in diameter that e�tend through the base. The thickness of the base course shaIi be within k0 and -112 inch ( 3 2 mm) of the specified thickness as determined hy depth tests taken hy the Contractor in the presence of the RPR far each area. Where the thickness is de�cient by inore than I12-inch (12 mm�, the Contractor shall cor�'ect such areas at no additional cost by scarifying to a depth of at least 3 inches (75 mmj, adding new material of proper gradation, and the material shail be l�lended and reeoznpacted to grade. The Contz'actar shall replace, at his expense, base material where depth tests ha�e been taken. METHOD OF 1VlEAS7JREMENT 209-4.1 The quantaTy of crushed aggregate base course wi11 be determined by measuremeilt of the nlunber of square yarcis (square meters) of material actually constructed and accepted by the RPR as complying with the plans and spe�ifieations. Base materiais shall not be included in any other excavation quantities. BASIS OF P�YM�NT 209-5.1 Payment sha11 be made at the contract unit price per square yaxd (square meter) for crushed aggregatz base course. This price shalj be full compensation for furnishing all materiais, for preparing and placing these mat�rials, and for a[� labor, equip3nent tools, and inciden�ajs ne�essary ta complete the item. Cl'fY OC I'QItT WORTH Alliance Airpnrt Taxiway P, Phase 2 Technica] 5peci�cativns P-209-4 ProjeetNumber 1Q3000 jEem P-209 Cruslied A�gregate Base Course Payine��t will be made under: Item P-209-5.1 REFERENCES Crushed Aggregate Base Course, 21-inch thickness - per square yaz'd (squaz-e metar) The publications listed below form a part of ihis specification to the extent referenced. Tl�e publications are referred to within the te�tt by the L�asic desigtlation oi�ly. ASTM International (ASTM) A.STM C29 r11STM C88 ASTM C117 ASTM C131 A�TM C136 ASTM C142 ASTM D75 ASTM D698 ASTM D1556 ASTM DIS57 ASTM D2167 ASTM D2419 �1STM D3665 ASTIVI D4318 ASTM D4491 ASTM D4643 ASTM D4751 CITY OF FORT WOItTH 1'echnical Speci�eations Standard Test Method f�or Bull� Density ("L1nit Weight") and l�oids in Aggregate �tandarci Test Method for 5oundness of Aggregates by Use of Sodium Sulfate or Magnesiwn Sulfate Standard Test Method for Materials Finer than 75-µ�n {No. 200) Sieve in Mineral Aggregates by Washing Standard Test Methatl for Resistance to Degradation of Sma11-5ize Coarse Aggregate by Abrasion and I�npact ii7 tI�e �,os l�ngeles Machine Star►dard Test 1Vlethod for Siev� or Screen Analysis of Fji�e a�d Coarse Aggregates Standard Test Method for Glay Lurrzps and Friable Particles in Aggregates Standard Practice for Sampling Agg:regates Staridard Test Mathods for Labaratory Compaction Characteristics of Soil Usii3g Standard Effort (i2,400 ft-lbf/ft3 (600 kN-m/m3)) Standaa•d Test Method for Density and l7nit Weig�at af Soil in Place by the Sa�id-Cone Method Standard. Test Methads far Laboratoiy Compactiot� Cl��'acferistics of Soil Using Modifed Effort (56,000 ft-Ibf/ft (2700 kN-m/m3)) Standard `I'est Method for Density and Unit Wezght of 5oi1 in Place by the Rubber Ballaon Method �tandarci Test Method for 5and Equi�alent Value of Soils and Fine Aggregate Standard Practice for Random Sampling of Const�•uction Materials Standard Test Methods for Liquid Lirr�it, Plastic Limi#, and Plastieity Inde� of Soils 5tandard Test Methods for Water Permeability of Geatextiles by Permittivity Standard Test Method for Det�rminatian of Wate�• Contant of Soil and Rock by Microwave Oven Heating Standard Test 1Vlethads fo�' Deterinining Apparent Opening Size nf a Geotextile Alliance Airport Ta�way P, Phase 2 P-209-5 Project NumUer i 03600 Item P-209 Crushed Aggregate Base Course ASTM D4791 Standard Test Metl7od for Flat Particles, Elongated Pa��ticles, or Flat and Elnngated Particles �n Coarse Aggregate ASTM D5821 Standard Test Method for Deterinining the Percentage af Fraetured Particles in Coarse Aggre.gate ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and 5ni1-Aggregate by Nuclear Methods (Sltallow Depth) ASTM D7928 Standard Test Methad for Paz�icle-�ize Distribution (Gradation) of Fine- Graine�l Soils Using the Sedi�r►entation (Hydro�neter) Analysis American Association of Staie Higllway and Transpor�ation Officials (AASHTO) M288 Standard 5pecification for Geosynthetic Specificatinn for Hig�way Applications END OF ITEM P-2D9 Cli'Y pF FO1ZT WOIZTH All iance Airport Taxiway P, Phase 2 Technical Speci�cations R209-5 Project Num6er 103000 Item P-30h Cement-Treated Ag�regale Base Course (CTB) IT�M P-3Q4 CEMENT-TREATED AGGREGATE BASE COURSE (CTB) DESCRIPTION 3D4-1.1 This item shall consist of a cement-treated base {CTB) course composed of inineral aggregate an.d cement, uniformly blended and mixed with water. The mixed material shall be spread and silaped with a mechanicaj spreader, and coxnpacted with rollers in accordance wiil� tl�ese specificat'tons and in conformance to the lines, grades, di�ne�sions, and cross-sections shown on fhe plans. MATERIALS 304-2.1 Aggregate. The aggregate shall be select granular materials, camprised of crushed or uncrushed gravel and/or stone, oz' :recycled cement concrete. The mate:riai sllail be free of roots, sod, and. w�eds. The crushed or uncrushed aggreg;ate shall consist of hard, durable paz'ticles meeting the requirements in th� table below. Cement Treated Aggregate Base Material Requirements Materia� Test Requirezn ent Standard Coarse Aggregate Portion (r�tained on the No. 4(4.75 enm} sieve) Resistance ta Degradation Loss: 40°/a maximum �STM C131 Soundness of Aggregates Loss after 5 cycles: by Use of Sadium S�lfate or 10% maximum �zsing Sodiutr� sulfate - or - Magnesium SuIfate 15% m�imu�n usi��g magnesiwn sulfate ASTM C88 Flat Parkieles, Elongated 10% tna�i�num, by weight, for fraction retained ASTM D4791 Partieles, or Flat and on the'/2 inch (IZ.Smm) sieve and 10% �longated ParticIes� maYimum, by weight, for the fraction passing the I/2-inch (12.5 mm) sieve Clay lumps and friable Less than or equal to 3 percent ASTM C1�2 particles �ine Aggregate Portion (Passin�g the No. 40 (425µm) sieve) Liquid limit Plasticity Index Less than or equal to 25 Nnt more than 6 ASTM D4318 ASTM D43 i 8 1 A flat particle is one having a ratio of rvidth to thickrness greater than five (5); an elongaied particle is ane having a ratio of length to width greater #han five (5). 304-2.2 Gradation Requirements. `I'he aggregate shall conform to the gradat[on(s) shown in the table below per A�TM C136, A dense, well-g�•aded aggregate blend ihat meets the requiraments pf the table shall be selected by t��e Coniractor and used in the fmal mix design. The iinal aggregate blend shall be weii gtaded from coarse to fine within the limits designated in the table and sl�all not vaty from the low limit on one sieve to the high limit on adjacent sieves, or vice versa. CITY OI' TDRT WOitTH Alliauce Airport Taxiway P, Phase 2 Technical 5pecificaYians P-304-1 Project Number ] 03000 Iteirr P-304 Cemei�t-Treated Aggregate Base Caurse (CTB) AggregaEe Gradation for CTB Material Job Control Grading Design Range , Sand Tolerances for Sieve Size Percentage by Weight Coniractor s Final eontractor's Final Gradation Gradation2 Passing � Percent 2 inch (SO mm) 100 �0 3 i3�ch (25.0 inzn) 90-100 �5 No. 4 (�4.75 mm) 45-95 �g No. 10 (2.04 mm) 37-80 �g No. 40 (425 µm) 15-50 �5 No. 200 (75 µm} 4-15 f3 For Coniractor qua]ity contral, sample the aggregate stockpile in aCcordance with ASTIVI D75 and perform gradation tests in. accardan�e with ASTM C136 a minimum of [ once per week ] during production of CTB. 30�-�.3 Sampling and tes�ing. a. Aggregate base nnaterials. The Contractor sha11 take samples of the aggregate base stpckpile in accnrdance with ASTM D75 to verify initial aggregate base requirements and gradation. Material shall meet the teqtdrements in paragraphs 304-2.1 and 304-2.2. Th[s sampling and testing will be the basis for approval of the aggregate base quality requiremenis. 304-2.�4 Cement. Cament shall conforrn to the reGuirements oi ASTM C150, Type IIII. 304-2.� Cementit'rans additives. Pozzolanic and slag cement may be added to the CTB mix. If used, each material rz�.ust meet the following requirernents: a. Pozzolan. PozzoIanic materials must meet the require�nents of ASTM C618, Class F, or N with tha exceptinn of Iass of igni�ion, where the maximum shall be less than 6%. b, Slag cement (ground granu[ated blasf fnrnace (GGBF) slag). S1ag shall conform to ASTM C989, Grade 100, or 124. 304-2.6 Water. Water used in mixin� or curin� shall be from potable water sources. Ot%er sources shall be tested in accordance with ASTM C1602 prior to use. 3�04-2.7 Curing materials. Curing material shall be a white-pigmented, liquid mennbrane-fprming compaund eonforming to ASTM C309, Type 2, C�ass A or Class B(wax-based). 3d4�2.8 Bond Sreaker. Choke stone shalj be an AS�`M C33 Number 89 ston�. 304-2.9 Sand blotter. Sand sha11 be applied, when t•equired, to prewent tracking of the emulsion curing materials. The sand �naterial sh�ll b� clean, dry, and non-plasiic. COMPOSIT�ON DR N1IXTiTRE 304-3.1 General. The CTB material shall be composed of a mi�cture of aggregate, eementitious materia[, and water. Fly ash or siag c�tnazat may be �ased as a partial replacement for cement. 3Q4-3.2 Mix desiga. The mix design shall use a cement conteni that, when tested in the laboratory per ASTM D1633, producas a 7-day compressi�e strength between 30d paunds per square inch (2068 kPa) CITY OP �'ORT WORTI� Alliance Airport Taxiway F, Phasa 2 Technical Specificatians P-304-2 Frojecf Numher ]03000 Item P-304 Cement-Treated Aggragate Base C.o.urse (CTA) minimum and 600 pounds per square inch {3447 kPa} �rz�axiinum. Avoid higher stre�igths due to poterrtial to cause shrinkage and reflecti�e cracks, The mix design shall include a coinplete iist t�f materials, including type, brand, source, an.d amount of cement, f ne aggregate, coarse a�gregate, water, and eementitious additives. Should a change be made in agg�•egate sources or type of ee3nent, or if cementitious aciditi�es are added or deleted from the mix, production of the CTB mix shall be stopped and a newa mix design shall be subrnitted. 3Q4-3.3 Submittals. At least 3fl days pi•iar tv the placemen# of the CTB, the Cantractor shall submit certified test reports ta the Resident Project Representative (RPR) for those matertals propased for use during construction, as w�ll as the mi� design informatioi7 for the CTB maierial. Tests older than six (6) inontl�s shall not be used. The certi�cation sha[1 show the ASTM or AASHTO specificafions or tests for the tx�aterial, the name of the compa»y perforining the tests., the date of the tests, the test resuIts, and a statement that th� �a�aterial did or did not comply with the applicable specifications. The submittal package shall include the iallowir�g: a. Source(s) of rnaterials, including aggregate, cemeni, cementitious addiiives, curing, and bond- breaking inaterials. b. Plrysical properties of the aggregates, cement, cemerytitiaus additives, curing, and bur�d-breaking materials. c. M[x design: � Mix identification numbei• � Aggregate gradation � Cement content � Water content •� Cementitious rnaterials content • Compaction and strength results • Laboratory compaction characteristics {maximum dry density and optimurn moisture co�tent) • Compressive strength at seven (7) days No CTB tr�atez'ial shall be placed until the submittal is acceptad in writing by the RPR. During production, tk�e Contractor shaII suhmit batch tickets for each deli�erad load. EQTIIPMENT 30�4-4.1 Mixing. The mixer shali be a batch or continuous-flow .type stationary mixer that praduces a well- blended, uniform mixture of aggregate, eement, water, and pozzoIan. The mixer sha11 6e equipped witb calibrated meterir�g and feeding devices thafi intraduce ihe aggregate, cement, water, and cementitious additi�ves (if used) inta the mixer in the speci%ed quan�ities. The RPR shall have free access to the plant aY all times for inspection ofthe plant's equiptnent and operation and for sampling the CTB mixture. 304-4.2 Hauling. The CTB mater[al shall be transported from the plant to the job sife in trucks or other hauling equipment having beds ihat at'e smooth, clearj, and tight. Truck bed covers shall be provided and used to protect the CTB from weather. CTB zr�aterial that becomes wet during transport shall be re�ecied. C1TY OF FORT WOTiTH Alliance Airpart Tz�iway 1', Phase 2 Teclinical Specitications P-304-3 Project Ntunber 103fl00 Item 1'-3U4 Cement-Treated Aggregate Base Course (CTB) 304-4.3 Placing. CTB material shall be placed �vith a mechanical spreader capable af receiving, spreading, and shaping ihe mixt�re without segregation into a uniform layer oz' lifi. T13e equzpment shall be equipped with a strike-off plate and end gates capable ofbeing adjusted to th� layer thickness and width. 304��1.�1 Co�xpaction. T�e number, type, and weight of rollers andlor cotnpactars shali be suff'ieient to co�npact the mixtur� to tll� reqtiru'ed den,sity. CONSTRUCTION METI3DDS 30�-5.1 Gontrol Strip. Tlae first half-day of cvnstruction shall be cni�si.dered the control sirip. Tha Contractor sha�l demonstrate, in tl�e pres�nce of the RPR, that the materials, equiprnent, and coizstructian processes meei the cequirements of the spe�iiication. Control strips that do ilot meet specification requirements shall be removed and replaced at the Contractor°s expense. Full operations shall not contiz�ue unti] the contirol strip has been aceepted by the RPR. Upon acceptance of the control strip �y the RPR, the Contractor shall use filie same e�uipment, materials, and construction inethods for the r�mainder of construction, unless adjustrt�ents made by ihe Coa�tractor are approved '1n advance by the RPR. 3�4-5.2 Weather limitaiions. The CTB shall not be placed on frozen surfaces or �vhen weathe�r conditions will de�'i�nentally affect q�zality of the fiilished course. Apply cement when the arr�bient iemperature is a rztinimurn af 40°F {4°C) and rising and aggregate are not frozen or eontain frost. If ambient temperatuz'e falls below 4p°F {4°C), proteet completed CTB areas �gainst freezing. The Contractor shauld stop operations prior to and during z'ain allawing time to cover and protect any freshly placed matei�ial. Areas damaged by rain shall be x�placed at the Contractor's expense. 3Q4-S.3 Maintenance. Completed portions of �e cenaent-stabiIized area may be opened to local t��aff c p�'a�vided the curing process is not impaired and tn other traff c after f.iie cnring period has elapsed, pz'avided that the cement-s#abilized course has k�ardened sufficien�ly to prevent s.urface marring or disto��tion by equipment or trafiic. Protect f�ished portions of eement stabilized base from traffic of equipment used in constructing adjoining sections in a manner to prevent i�narring or damaging cornpleted work. The CTB shall be protected from freezing until covered. 304-5.�1 Preparation af anderlyiuig course. T11e underlying course shall be checked by the RPR before placing and sgreading opez'ations are started. Prior to placing the material, the finai grade shauld be frin, moist and free of fi•ost. i]se of chemicals to eIiminate frost will not be permitted. The underlying course shall be weited in advanee of placing the CTB layer. 3U4-5.5 Grade co�nt�roL Grade c.ontrol between the edges of the CTB shall be accomplished at intervals of SQ feet (15 m) on t�a langinidinal grade and at 25 feet (7.5 �n) ox� the transverse grade. 304-�.6 Placing. TIZe CTB mixture shaII be depasited on the moistened subgrade or subbase and spread into a ui�:iform layer of specif�ed width and thickness that, when compaeted and trii�nmed, con%rms to the required line, g�rade, and cross-section. The longiiudinal joints shall be located so there is no offi�set fronr� planned joinis in any overlying layer. Placement of the material shall begin along the cenierline of the pavement on a crowned section or on the highest elevatian cnntour of a pa�ement with variable cross slope. Th� Contractar shall install the CTB layer in sin.gle compacted layer no greater �han 6 inches (150 mm) thick. 3�4-5.7 Campaction. All coinpaction operations sha11 be completed witl�in 2 hours from the start of mi�ng. The field density of the compacted mixture shall be at least 98% of the rnaximtun density in accordance with paragraph 304-6.Ia. At the start of coinpaction, the moistur� content shall be within �2 percentage points of the speciised optimum moisture. Maximum d�nsity refers to maximum dry density at optimum rnaisture cQntent �.tnless otherwise specified. CITY OF FQRT WORTH Allianee Airpnrt Taxiway P, Phase 2 Technical Specific�tions P-304-4 Project.lYumber l03000' ICem P-304 Cement-Treated Ag,gregate Base Cni�rse (CTB) 304-5.$ Finishing. After compaction, shape the surface of the CTB layer to �he specifed lines, grades, aiid cross-section. During the finishing process, the surface shall be kept moist by means of fog-type sprayer�. Compaction and finis��ng shall produce a smooth, dense surface, free of ruts, eracks, ridges, and loose material. 304-5.9 Construction limitations. All placemen�, compae�ion, and imishin� operations shail be completed within two (2) houi•s fi•o�n tl�e starC of inixing. Mat�rial r�ot coznpleted within the 2-hour time liinit shal� be removed and replaced at the Contraetor's expense. At the end of each day's construc#ion andlor when operations are interrupted for more than 30 minutes, a straight transverse constrnction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face. Com}��eted portions may be opened to light Yraffic, if approved by the RPR, and provided the curing is nat impaired. 3U�1-�.10 Curing. The compacted and finished CTB shall be cured with the approved curing agents as soon as possible, but in no case Iater thazi tv�o (2) hours after completian �f ille finishing operations. Curing material(s) shall meet the requiremenis in paragraph 304-2_7. The layer shall be kept moist using a mozsture- retaining cover or a light apglication af water uniii tl�e curing inaterial is applied. The surface of the CTB layer shal! be uniformly sprayed with a iiquid membrane-forming c�iring compaund at the rate of on� gallon (3.8 liters) to not more ihan 100 square feet (9.3 inZ) to obtain a uniform cover over the surface. Hand spraying of odd widths or sha.pes and CTB surfaees exposed by the removal of forms is peaxnitted. The curizxg seal shall be maintained and protected until the pavemeni is piaced. If ihe suriace of the finished CTB a.ndlor the curing seal becomes damaged, additional curing material shall be appIied at the time it is damaged or when the darnage is first observed. 304-5.11 �urface tolerance. The Contractor shall perform smoathness and grade checks in the presence of the RPR. Any area not meeting smoothness anci grade shall be carreeted by t12e Contractor at the Contractor's expense. a. �moothness. The finished surface shall not vaty more than �3/8-inch (9 mm) when tested with a 12-foot (3..7-m) straightedge a}�plied parallel with and at right angles to the centeriine, and moved continuQusly forward at half the l�z�gth of the 12-foot (3.7-m) straightedge for the full length of each line an a 25-foot (IS-m} g�•id. b. Grade. The grade shall be measu�'ed on a 25-foot (15-m) grid and shall be wiilun +/-0.05 feet (I5 mm) of the specified grade. 304-5.12 Sond-breaker. Choke stone per paragraph 30�-2.8 shall �e placeci on the surface of the lean concrete to preveat bor�ding. The choke stane shall be placed in a layer appro�mately 1/4-inch (5 mm) thick. MATERTAL ACCEPTANCE 3Q4-6.1 Acceptance saimpling and testing. Ceinent Treated A�gregate base course shall be accepted for density and tY�ickri�ss on an area basis. Two tests shall be inade for dertsity and thickness for each 6Q0 square yarc�s (50Q square meteis), but not less than fo�r (4) tests per day of production. Sampling locations will be determzned on a random basis per ASTM D3665. a. Det�sity testing. CTB samples representing the material placed shall be taken to es�ablish density and moisture requirements in accordance with ASTM DSSS. Additional CTB samples will be talcen daily or as necessary to verify density and maisture i•equirements. The R�'R shall perform all density tests. CITY OF FORT WORTH Alliance Airpart Taxiway P, Phase 2 T`echnicai Specifca�ans P-364-5 Praject Numher ] 03000 Itein i'-30A Cemant-Traated Aggregata Base Caurse (CTB) Each area shall be accepted for density when the f�eld density is at ieast 98% of the maximum density af laboratory specimens. The in-place iield dansity shall be determined in aecordance with ASTM D6938, P�`ocedure A, direct transrnission method. The in-place moisture eontent shall be deterinined in accordance r?vith ASTM D2216. Perform in-place densitytest itnmediately afker co.inpletian af compactian ta determine degre� of compaetion. If the material fails to meet the density requirements, compactian shall cnntiilue or the material shali be remo�ed and repiacad at the Gontractor's expense. Maximwn density refers to inaximum dry der�sity at optimum rnoisture content unless otherwise specified. b. Thickness. Thickness shall be deteimi��ed by measuring tl�e depth of core holes in the CT8 at random locations, per ASTM D3565. The resulting core holes shall be �[led by the Conttactar witl� CTB or non- shrink grout. When the tliickness measureme��t is deficient by more than 1/2 inch (12 mm), the area represented by the tests shall be removed and ��eplaced at tl�e Cantraetor's expense. METHOD OF MEASUREMENT 304�7,1 Cement-treated base course. The quantity of cement-treated bas� caurse wi11 be defermined by measurement of the number of square yards (m2} of CTB actually constructed azid aceepted by tha RPR as complyi�g with the plans and specificafiions. BASIS OF PAYMENT 304-81 C�ment-treated base couxse. Payment shalI be made at the contract unit price per square yard (mZ) for cement-treaied base course. This price shall be full compe�sation far furnishing all materials, ineluding cement, for all preparation, maaiipuiation, placing, and curing of these materials; and for all laba�', equipment, tools, and incidentals necessaiy to complete the itern. Item P-304-8.I Cement-treated base course, 6-incka thickness — per square yard (in�). REFERENCES The publications listed belavtr farm a part of this speeiiicaiioz� to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (AS`I'M) ASTM C88 ASTM CI50 ASTM Gl3l ASTM C136 ASTM C 174 ASTM C309 ASTM C595 CITY OF FQRT WORTH Technical5pec i fications Standard Test Method for Soundness of Aggregates by i]se of Sadium Sulfate or Magnesitun Sulfate Standard Speeification f�r Portland Cement 5tandard Tes� Method for Resistance to Degradation of Small-Size Caa�•se Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Test Methnd for Sieve or Screen Ana[ysis of Fine and Coarse Aggregate S�andard Tesi Method far Measuring Thicktzess of Concrete Ele�nents Using Drilled Concrete Cores Statidard Specifieation for Lir�uid Me:mbrane-Forming Compounds for Curin� Caricrete Standard Specification for Blended Hydraulic Cem�nts P-304-6 Allian¢e Airpprt Taxiway P, Phase 2 ProjectNi�mber L03604 [tem P-304 Cement-Treated Aggregate Base Coursc (CTH} ASTM C618 ASTM C989 ASTM C1602 ASTM D'1S ASTM DS58 ASTM D559 ASTM D560 ASTM D977 A�TM D1556 ASTM D1b33 ASTM D2397 ASTM D3665 AS`I'M D3666 ASTM D431 S ASTM D6938 Standard Specificatian far Coal Fly Ash and Raw or Calcined Natural 1'ozzolan far Use in Cancr�te 5tanda�•d Specificatian for Siag Cejnent for Us� iz� Concrete ar�d Mortars Standard 5pecification for Mixing Water Used in the 1'roduction of Hydraulic Cement Concrete Standard Practice for .Sampling Aggregates Standard Test Methods for Moisture-Density (Unit Weight) ReIations of Soil-Cement Mixtures Standard Test Methods for Wetting and Drying Compacted Soi1-Cem�nt Mixtures Standard Test Methods for Freezing and Thavving Compacted Soil- Cement Miaciures Standard Speci�cation �or Emulsified AsphaTt Standard Test Method for Denszty arid Unit Weigl�t af.Soil in Place by t�le Saryd-Cone Method Standard `I'est Metllods for Compressive Stxength of Molded 5oi1-Gement Cylinders Standard Specif cation for Cationic Emulsified Asphalt 5tandard Practice far Randam Sampling of Construction Materials Stai�dard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials S#andard 'I"est Methods for Liquid Litnit, Plastic Limit, and Plasticity Index of Soils Standard Test Method far In-Flace Density and Water Content of Sail and Soii-Aggregate by Nuclear Methods (Shallow Depth) END OF ITEM P-304 CITY qF FORT WORTH Technical Speeifications Alli�nce Aiiport Taxiway P, Phase 2 P-304-7 Praject iVumber 103006 �tem P-304 Page Inientionally Blank Cement-1'reated }#ggregate Base Course (C'I'B) CITY flF FORT WQRTH Alliance Airpart Taxiway P, Phase 2 Technieal Specifications P-30q-$ Yroject Num6er 103000 Item P-403 Asplialt Mix Pavement Surface Cnurse ITEM P�4U3 ASPHALT MTX PAVEMENT �URFACE C�UR.SE DESCRIPTION �403-1.1 This item shall cotlsist of pavement courses composed of mineral aggr�gate and asphalt binder mixed in a�central mixing plant and placed an a prepared course in accaz'dance with thes� speci�caiions and shall conform to ths lines, grades, thicknesses, and typical cross-s�ctioizs shnwii on the plans. Each cnurse shall be constructed to the depth, typical s�ction, and eIevation required by the plans and shall be rolled, finished, and approved before the placement of the next eourse. MATERTALS 403-2.1 Aggregate. Aggregates shall consist of crushed stona, crushed gravel, crushed slag, screenings, natural sand and mineral filler, as required. The aggregates should have np lcnawn histary of detritxiental pavement staining due to ferrous sulfides, such as pyrite. Coarse aggregate is the rriaierial retained an the Na. 4(4.75 mm) sieve. Fine aggregate is the material passing the No. 4(4.75 mm) sieve. a. Coarse aggregate. Coarse aggregate shali cansist of sound, tough, durable particIes, free from irl.ms of t� atter that would prevent thorough caating and bonding with t17e asphaIt material a.��d free from organic matter and ot.her deleterious substances. Coarse aggregate material requirernents are given in the table b�low. Coarse Aggrcgate Material RequiremenEs Matewial Test Raquirement Standard Resistapce to Degradation Loss: 40% ma�cimum ASTM C131 Soundness of Aggregafes �,oss a,£ier 5 cycles: ASTM C88 by Use of Sadium Sulf�te or 12°fo maximutxi using Sodium sulfaie - or - Magnesium 5ulfate l g% maximum using magnesium sulfate Clay lumps and fria6le 1.0 % maxiinum ASTM C 142 pa�ticles Perce�atag� of Fractured Minimum 75% by weight of particles with at ASTM D5821 Partieles least two fractured faces and 85% with at least one fractured facel F'lat, Elongated, or �'lat and S% ma�cimum, by weight, of flat, elongated, or ASTM D4791 Elongated �articles flat and elongaied parCicles with a value of 5:1 Z Bu1k density af slag3 Weigh not less thart 70 pounds per cubic faot t�STM C29. ( I ,12 Mg/cLibic meter) � T'i�e area of each face shall be equal to at least 75% of the smallest mid-sectional area af the piece. When two fractured faces are cantiguous, the angle between tkae planes of fractures shall be at least 30 degrees to cnunt as t4vo fractured faces. z A flat particle is one having a ratia of width to thiclrnass greater than fit+e (S); an elangated particle is one ha�ing a ratio of [ength ta width greater tE�an five (5). 3 Dn[y required if slag is speeified. b. Fine aggre�ate. Fine aggregate shall consist of c�ean, sound, tough, durable, angular sl�aped paxticles produced by crusIiing stone, slag, or gravel and shall be free fi•om coatiqgs of clay, silt, or other CITY QF FO�t'I' WOTiTH Alli�nce Airport Taxiway P, Phase 2 Techrtical Speci�calions P-403-1 Project Numher 103040 Tiem P-403 Aspha(t Nlix Pavemenc SurFace Course objectionable maiter. Natural {non-manufactured) sand inay be used to obtain the gradation of the aggregate blend or ta iinpz'ove the workabiliTy of the m1x. Fine aggregate material requirements are listed in the table be[ow. Fine AggrcgaEe Material Requirements Material Test Requirement Standard Liquid lizttit 25 �naxiinum ASTM D4318 Plastic�ty Index 4 maximum ASTM D4318 Soundn�ss of Aggregates Lass aftei• 5 cycles: ASTM C88 6y Use of Sodium Sulfate or 10°/u znaximum Lising Sodiutn sulfate - or - Magnesium Sulfafe l5°/a m�imum using magnesium suIfate Clay luznps and friable particles 1.0 % maximum ASTM C 142 Sand equivalent 45 mini�num A�TM D2�419 Natu�'a1 Sand 0 to 15% tnaximum by weight of totai ASTM D 1073 aggregate c. SPmpling. ASTM D75 sha11 be used i» sampling coarse and fine aggregate, and ASTM CI83 sllatl be used in samplii�g mineral filler. 403-2.2 1ltineral filler. Mineral filler {baghouse fines} may be added in addition to materiai naturaily present in the aggregate. Mineral �'iller shall meet the requirements of ASTM D242. Mineral filler Requirements Material Test Requirement Standard Plastieiiy Index 4 maximum ASTM D�318 403-2.3 Asphalt binder. Asphalt binder sha11 conform to ASTM D6373 Psrfarrnance Grade (�'G) 64-22. 403-2.4 Anti-stripping agent. Any a.nti-stripping agent or additive (anti-strip) shall. be heat stabie and shall not change the asphalt binder grade beyond specifications. Anii-strip shall be an appro�ed material of the Department of Transportation of the 5tate in which the project is located. COMPOSITION 403-3.1 Composition of mixture. The aspllalt plant mix shall be composed of a mixture of well-graded aggregate, filler and anti-strip agent if i�equired, and asphalt binder. The several aggregate fractions sha11 be sized, handled in separate size groups, and combined in such proporiions tha� the resulting mixture meets the grading requirements of the j ob rnix formula (JMF). 403-3.� Job [nix forme�la {JNIF) laboraiory. The laboratory used to develop the JMF shall passess a current certificai� of accz•editation, lisfing D3666 from a nationa.l accrediting authority and alI test methods required for developing the JM�', and list�d on the accrediting au�hority's website. A copy af the laboratoY•y's current accreditation and accredited test rrzethods shall be submitted tQ the RPR prior to start of construction. CI'1'Y OF FORT �VORTF� Alliance Airport Taxiway C', I'hase 2 Teclinical Specifications P-403-2 Project Number 103U00 Item P-4p3 Asplialt Mix Pavement 5�rrface Course 403-3.3 Job mix farmula (JM�). No asphalt mixture s�all be placed until an acceptahle rni� design has been submitted to the RPR for review and accepted in writing. The RPR's review shaII not relieve the Contractor of the responsibility to select and proportian the i�aterials ta comply with this section. When the project requires asphalt mixtux'es of diffaring aggr�gate gradations aaad/ar binde�'s, a separate JMF shail be sub�nitted for each inix, Add a�rti-sta ipping agent io meet tensile s.trength requirements. The JMF s�all be prepared by ari aceredited laboratory that meets the requirements of paragraph 403-3.2. The asphalt mixture shall be designed using procedures contained in Asphalt Instituke MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared and campacfed using a Marshall campactor in accordauce with ASTM D6926. Should a change in sources of inaterials be made, a new JMF must be submitted to the RPR far review and accepted in writing before the new material is used. After t�►e initial production JN�' has been approwed by the RPR and a new or ino.dified 7MF is required for whaie�er reasoii, the subseGuent cost oi the new or inodified JMF, lncluding a new control strip t�hen required by the RPR, will be borne by the Contractor. The RPR may reGuest samples at any time for testing, prior to and during production, #o �erify the quality ofthe materials a.��d to ensure conformance with the applicable specifications. The TMF shall be submitied in wriiing by the Contractor a� least 30 days prior to the start of pa�ing opetations. The 3MF shall be developed within the satr�e coilstruction season using aggregates proposed for pj•oject use. The submitted .fM�' si�all be dated, and stamped o�� s�al�d by tk�e responsibl� professional �ngineer of the laboratory azid shall include the fallowing itezns as a minimum: � Manufacturer's Certi�cate of Analysis (CDA) %r the asphalt binder used in the JMF in accordance with paragraph 403-2.3. C:ertificate of asphalt perFormance grade is with madi�ter alr�ady add�d, if used and must indicate co�npliance with ASTM D6373. �'or plant madified asphalt binder, certified test report indicating grade cerfification of modified asphalt binder. + Manufacturer's Cer�ificate of Analysis (COA) for the anti-stripping agent if used in the. �MF` in accardance with paragraph 403-2.4. o Certifi�d mate:rial test reparts for t1�e course and fne aggregate and ra�inexal fillsx in accordance vvith paiagraphs 443-2.1 and 403-2.2. • Perc�nt passing each sieve size for individua] gradatinn. nf each aggregate cold feed and/or laot bin; percent by weight of each cold feed and/or hat bin used; and the total combined gradation in the JMF. � Specific Gra�vity and abs�rption af each caurse and fine aggregat�. � Percent natural sand. � �'e:rcent fractured faces. � Percent by weight of fiat particles, elongated particles, and �lat and elongated particles (and crite;ria). � Percent of asphalt. � Nurnb�:r of blo�vs or gyratians. e Laboratory mixing and campaction temperatures. � Supplier recoznmended rz�.ixing and com.paction terrzperatures. o Plot of the c�mbined gradation on the 0.45 power �radatian curve. CITY pF FpRT WpRTH A[liance Airport Taxiway P, Phase 2 Technical Specificatians P-403-3 Praject Number 1030U0 Item P-403 Asphalt Mix P�vement Surface Caurse • Grapl�ical plots of air �oids, voids in the mineral aggregate (VMA), and unit weight versus asphalt C011Y�11�. Tp achieve min.imuzx�. VMA during production, the mix design needs to account %r material breakdovvil during production. � Tensile Strength Rano (TSR). � Type ar►d amou�lt of Anti-strip agent when used. � Asphalt Pavement Analyzer (APA) results. � Date the J�3VIF was develaped. Mix desig��s tl7at are not dated or which are from ap.rior construction season shall not be accepted. Table ].. ,Aspha[t Design Criteria Test Property Value Test Method Number of blowslgyeations 75 Air voids (%) 3.5 ASTM D32Q3 Percent vaids in tn izlera� 5ee Table 2 ASTM D5995 a�gregate (VNU1), mini�tz�.una TSRI not less than 80 at a saturafion of ASTM D4867 70-$4% Test specimens fot TSR shall be compac#ed at 7� 1.0 °/a air voids. In areas subject ta freeze-thaw, use freeze- ihaw conditioning in lieu af maisture conditiorung per ASTM D4867. AA.SHT� '�34q at 1 QO psi hose pressure at 54°C test temperature may b� used in the interim. If this method is used Yhe required Value shall be less than 5 mm @ 8000 passes Where APA not available, use Hamb�g wheel test (AA5HT0 T 324) 10 mm@ 2.0,000 passes at 50°C. The mineral aggregate shall be of suc� size that Yhe percantag� coznposition by weight, as determined by laboratory sieves, will conform to the gradaiion or gradaiions specified in Table 2 when tested in acc4rdanee with ASTM C136 and ASTM C117. The gradations in Table 2 represant the limits that shall determine the suitability of aggregate for use fi•om the sources of supply, be well graded from coarse to fine and shalI not vary fram tlae Iow limit on one sieve to the high li�nit on the adjacent sieve, or vice versa. Table 2. Aggregate - Asphalt Pavements Sieve Size Percentage by Wezght Passing �ieve l inch (25.0 mm) -- 3I4 inch (19.0 mm) i 00 112 i�ch (12.5 rnm} 90-100 3/8 inch (9.5 mm) 72-88 No. 4 (4.75 mm} 53-73 Na. 8 (2.36 mm) 38-60 No. 16 (1.18 mm) 26-4$ No. 30 (600 µm) I8-38 CITY QF FORT WORTH �lliance AirpDrt T�xiway P, Phase 2 Techni¢a1 Specifcalions P-403-4 ErojeetNumber ]03000 It�rn P-403 Aspha�t Mix Pavement Sw�ace Caurse Sieve Size Percentage by Weight Passing Sieve No. 50 (300 µm} 11-27 No. 140 (150 µm) 6-18 Na. 200 {75 �in) 3-6 Voids in Mineral Aggregate (V.MA}1 15 Asphalt Percent: Stane or gravel 5.0-7.5 SIag 6.5-9.5 Recommended Minimunn Const�-ucfinn Lift Thicic�ess 2 inch �To achieve minimum VMA during production, the mix design needs to account for material breakdown during produ�tion. The aggregate gradations shown are based on aggregates of unifonn speciiie gra�ity. The percentages passing the various sieves sha11 be corrected when aggregates of varying speci�c gravities are used, as indicated in the AsphaIt Institute MS-2 Mix Design IVlanual, 7th Ediiion. 403-3.4 Reclaimed Asphalt Pavement (RAP). RI�P shall not be used. 403-3.5 Control strip. Full production shall noi 6egin until an acceptable cortfrol strip 17as been constructed and accapted in writing by the RPR. The Cantractor shall prepaxe and pIace a quantit� of asphalt according io the JMF. The underlyiilg grade or pavemetat stracture u}aon which the control s#rip is to be constructed shall be the same as the reinainder of the course repres�nted by Yhe control strip. The Contractor will not be allowed to place the control strzp until the Cantractor quality control program (CQCP}, showing confoz'�nance with the requirements of pa.ragrapIi 403-5. l, has been accepied, in writing, by t11e RPR. The control strip will consist ofat least 25p tons (227 metric tons) or 1/2 subIot, whichever is greater. The contral strip shall be placed in two lanes of the same widtll and depth to be used in production with a longitudinal cold �oint. The cold joint must be cut back in accordance with paragraph 403-4.13 usuag the sarrie p.rocedur� that will be used during pxaduction. The cald joint for the control strip wilI he an exposed constructian jainY at least four (4) hours ol�i or when the mat has coo.led to less than 150°F (71°C}. The equipment used in construction of the cantrol strip shall be the same type, configuraiion and weight to be used on tl�e project, The control strip shall be evaluated for acceptance as a single lot in accordance with the ace�ptance criteria in paragraph 4Q3-6.1 and 403-6.2. The cantrol strip wilI be considered acceptable hy the RPR if th� gradafion, asphalt cantent, and VMA are within the action limits specified in paragraph 4D3-S.Sa; and Mat density great�r tl�an or equal to 94%, air voids 3.5% -�/- 1%, and joint density greater than or equal to 92%, If tha conh•ol strip is unacceptable, necessa:ty adjustmenis to the JMF, plant operation, placing procedures, aud/or rolling procedures sha11 be made and anotk�er eontral strip shall be piaced. Unacceptable control strips sha[I be removed at the Cor�tractor's �xpense. The control strip wilI be considered one lot for payment based upan the average of a minimurn of 3 samples(no sublots requiz'ed for control stripj. Paymeiit will only be made for an acceptable controI strip in accardance with paragraph 403-8.1. CITY OF EORT Vf10RTH Alliance Airport Taxiway P, Phase 2 Technical Specifications P-4fl3-5 ProjectN�unber ]03000 Item P-403 Asphalt Mix Pavemertt Surface Course CONSTRUCTZON METHODS 403-4.1 Weather limitations. The aspl�alt shall not be placed upon a wet surface or when the surface ternperature of the u�lderlying course is less than specified in Table �4. The temperature requirements may be waived by the RPR, if requested; however, a!I other t•eq�iremenfs including campaction shall be met. TaT�le 4. Suxface Tem�aerature Limitations of Underlying Course Sas� Temp�ratur� (Minimum) Mat Thic�ness Degrees F Degrees G 3 inches (7.5 cm) or g�•eater 40 4 Greater than 2 inches (SO mm} �5 ? but less than 3 inches (7.5 cm) 4U3-4.2 Asphalt plant. Plants u5ed for the preparation of asphali shall conform to ihe requite:r�r�ants of American Association of State Highway and Transportation Officials (AAS�-ITO) MI56 incIudin.g the fO��OWll1g 1t�I115: a. Inspeetion of plan� The RPR, or RPR's authorized representative, shall have access, �t al1 times, to aIl areas of the plant for cl7ecking adequacy of equipment; inspecting operation of the plant: v� rifying weights, praportions, and material propei�ties; and checking the temperatures maintained in the preparation of the mixtures. b. Stora�e hins and surge bins. The asphalt mixture stored in storage and/or surge bins shall meet the same reyuirements as asphalt mixiure loaded directIy into trucks. Asghalt tzzixture shall not be stored in storage and/or surge bins for a period greater than twelve (12} hours. If �he RPR determines there is an excessive heat loss, segregation or axidation of the asphalt mixture due Lo teinparary storage, tetnporary storage shall nat be aiIowed. 403-�.3 Aggregate stocl{pile r�anagennent. Aggregafe stockpil$s shall be constructed in such a manner that prevents segregation and intermixing of deleterious materials. AggregaYes fram diiferent sources shall be stockpiled, w�ighed and batch�d s�parately at the concrete bateh plant. Aggregates that have become segregated or mixed with earth or foreign inaterial shall not be used. A continuous supply af inaterials shall be provided to the work to ensure cantinuous placement. 4p3-4.4 Hanling equipment. Trucks used for hauling asphal� shall have tight, clean, and smooth metaI b�ds. To prevent the asphalt from sticking ta the truck beds, tlte truck beds shall be lightly coated with a minimum atnount af para�'fin oil, lime solutian, oi• ather material approved by the RPR. Petroleu�n products shall not be used for coating truck beds. Bach truck shall ha�e a suitable cover to proiect the mixture from adverse weather. When necessary, to ensure that ihe mixture wi1l be delivered to I:he site at the specified temperature, truck beds shall be insulated ar heated and covers shall be securely fastened. 403-4,41 Material transfer vehicle (NlTV}. A material transfer vehicle is not r.equired. 403-4.5 Asphalt pavers. Asphalt pavers shall be self propelled with an activated heated screed, capable of spreading and finishing courses of asphalt that will meet the specified thicicn�ss, smoothness, and grade. The paver sha11 have sufficient power to propel itsalf and the hauling equipinent �vithout adverse]y �ffecting the finished surface. The asphalt paver shall be equipped with a control system capable of automaticaliy mair�taining the specified screed grade and elevation. If the spreading and finishing equipmem in use leaves t:racks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued. CITY OF FORT WORTH Alliance Airpart Taxiway P, Phase 2 'f echnicxl 5pecifications P-403-6 Project i�Tumber 163000 Item P-403 Asphalt Mix Pavemenk Surfaae Course The paver sha11 be capable of paviiZg to a minimum width specified in paragraph 40I -4.1 I, �403-4.6 Rollers. The numher, type, and weigl�t of rnllars shall b� sufficient to co�pact tlle asphalt to ihe required density while it is still in a wor�Cable condition without crushing ofl:he aggregate, depi•essions ar other damage to the pavement sui�ace. RolIers shaII be in good cnnd'ation, capable of operating at slow speeds to avoid displaceinent of the asphalt. All rollers shall be spacifically dasigned and suitable far compacting asphalt cancrete and sha�l be p�'operly used. Ro�jers ti�at impair the stahility of any layer of a pavement structure or underlying soils sl�all not be used. 403-4.6.1 Densiiy device. The Contractor sl�all have an site a d�nsi�y gauge during all paving operations in order to assist in the detez'�nination oftbe optimum ralling paitern, type of roller and freyuencies, as well as ta inonitar the effect of the roiling operations during production paving. The Conl:ractor shail aiso supply a quaIiiied t�chnic�an during all paving aperatians to calibrate the dansity gauge and obtain accurate density readings for all new asphalt. These densities shall be suppli�d to the RPR upon request at any time dut•ing consfruction. No separate payment will be made for supplying the density gaug� and technician. 4Q3-4.7 Preparatian of aspi�alt binder. The asphalt binder shall be heated in a manner that will avoid 1oca1 o�erheating a3�d praviefa a cnntinaous supply of the asphaIt material to #11e mixer at a uniforn� tem�erature. The temperat-�,ire of the ui�nodif ed asplialt binder delivered to the mixer shall be sufficient tq provide a suitable viscosity far adequate coating of the aggregate particles, but shall not exc�ed 32S°�` (160°Cj when added to the aggregate. Tne tempez•ature of Enodified asphalt bindez shall be no more than 350°F {175°C) when added to the aggregate. 403-4.8 Preparation of mineral aggregate. The aggregate for the asphalt shall be heated and dried. The maximum temperature and rate of heating shall 6e such tl�at no d�nage nccurs fo the aggregates. The temperature of the a�gregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is added. Farticular eare shall be taken that aggregates high [n calcium or magnasium content are not damaged by overheating. The temperature shall aot be lower that� is required ta obtain complete coating and uiziform distribution on the aggregate particles and io provide a mixYure of satisfactory workability. �Q3-�4.9 Prepara�ia�a of asphalt mixture. The aggregates and the asphalt binder sha11 be weighed or metered and introduced iz�to t�e mixer in tne amount specified by the .TMF. The combined materials shall be mi�ed until the aggregate obtains a uniform c�ating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time s11aI1 be the shortest time that will produce a satisiactory mixture, but not less than 25 secands for batch plants. The wet mixing time for all plants shajl be estabiished by the Contractor, bas�d nn the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plazat and for each type of aggregate used. The wet inixing time will be set to achieve 95% of coated particles. For continuous mix glants, the minimum mixing time shall be determined by dividing the weight of its contents at operating le�el by the weight of the mixture delivered par second by the mixer. The moisture content of aIl asphalt upon discharge shall nat exceed 0.5%. 403-4.10 Application of Prune and Tack Coa�. Immadiately before placing fhe asphalt mixture, the underlying eourse shaIl be cleaned of all dust and. debris. A prime caat in accordance with [tem P-602 shall be applied to aggregate base prior to placing the asphalt znixture. A tack coat s11a11 be appiied in accordanee with Item P-603 to a�l vertical and harizontal asphalt and conerete surfaces prior to placement of the first and each subsequent lift of asphalt mixture. 403-4.11 Laydown plan, transportiug, placing, and finishing. Prior #o the placement of the asphalt, the Contractor shall prepar� a laydown plan with the sequence of paving lanes and width io minimize the nurn6er of cold joints; the lncation of any temporary ramps; laydown temparature; and estimated time of completian for each partion ofthe work (milling, paving, rolling, caaling, etc.). The laydown plan a.t�d any modifications shall be approved by tlte RPR. CITY OF I'OKT W�RTH A[liance Airport Taxiway P, Phase 2 Technical Specifications P-403-7 Projeet Number 1630Q0 Ttem P-403 Asphall Mix Pa�ement Suriace Course DeIiveries shail be scheduled so that placing and compactiilg of asphalt is uniforzxi with mini�num stopping and stat-ting of the paver. Hauling ov'er �reshly placed material shall not be permitted until the �naterial l�as been compact�d, as speciiied, a�d allow�d to cool to approximately ambient temperature. The Contractor, at their expense, s�all be responsible for repair of any damage ta the pavement caused hy hauling operations. Contractor shall survey eaah lift of aspi�ali suzface course and cai�i:fy ta RPR that every lot of eaeh lift meets the grade tolerances �f parag�•aph 401-6.2e befoxe the next lift ca�1 be placed. Edges of existing asphali pavement abuiti�zg the new work shaIl be saw cut and the eut aff inaterial and laitance remo�ed. Apply a tacl� co.at in accordance with P-603 before new asphalt material is placed agains� it. The speed af the paver shall be regulated to eliininate puIling and tearing of the asphalt inat. Placeinent of the asphalt ia�ix shall begin along the centerline of a erowned section ar on the high side of areas with a one way slope unless shown otherwise on the laydown plan as accepted by the RPR. Th� asph.alt mix shall be placed in consecutive adjacent lanes ha�ing a tninimum wicith of i5 feet (m) except where edge lanes require less width to complete the area. Additional screed sections attached to widen the paver to t�eet the minimtt�n lane widi:h requirements must include addrtionaI auger seetioils to move the asphalfi mixtuz'e unifoz'mly along.the screed extension. The longitudinaI joint in one course shail offset tlie longitudinal joint in the cour�e immediately belqw by at least 1 foot {30 cm); hovvever, the joint in fihe surface top course shall be at th.e centerline of crowned pavements. Transvarse joints in o�e course shall be offset by ai least 10 feet (3 m) fram transverse joints i� the previous caurse. Transverse joints in adjacent lanes shall be offset a minimurr� af 10 feet (3 m}.On areas whare irregularities or unavoidable obstacles make the use of rraechanicai spreading a.iid fnishing equ.iprnent i�npractical, the asphalt inay be spread aiid luted by laand taols. The RPR may at any tim.e, refect any hateh of asphalt, on the truck or placed in tha �na#, whicM is rendered unfii for use due to eontamination, segre�ation, incomplete coating of aggregate, or overheated asphalt mixture. Such rejection may be based an only visual inspection or temperature measurements. In the event of such z'�jection, the Contractor may take a representative sample flfthe rejected materiaI in the presence of the RPR, and if it can be demonstrated in the laboratory, in the presence of the RPR, that sucl� material was erronenusly �•�jected, payment will be made far the �naterial at the ccsnt�act �Enit price. .F�.reas of segregation in the surface course, as determined by the RPR, shali be removed aa�d replaced at the Co�atractor's expense. The area shall be removed by saw cutting and milling aminimum ofthe construction lift thickr►ess as specified in paragraph 401-3.3, Table 2 for the approved mix design. The area to ba removed and r�pIaced shalj be a minimum widt�► of the paver ar�d a minimum of 10 feet (3 m) tong. 403-4.12 Compaction of asphalt mixture. After piaeing, the asphalt mixture shaI� be thoroughly and uniformly compacted by self-propell�d rollers. The surface shall be cotnpacted as soon as possible when the asphalt has attained sufFicient stability so that the rolling does not cause �andue displacetnent, cracking or shoving. The sequence of rolling operations an.d the typa of z'ollers used shall be at the discretion of the Cantractor. The speed of the roller shall, at all tirnes, be suffciently slow to avoid displacement of the l�ot mixture ar�d 6e efFeetive in compaction. Any surface defects andlor displacement occui�'ing as a result af the roller, or from any other cause, shall be cQrrected at the Contractor's expense. Suff cient rollers shalj be furnished to handle the output of tha plant. Rolling shall continue untiI the surface is of ur�iform iexture, true io grade and cross-section, and the required field density is obtained. To prevent adhesion of the asphalt to the ro.Iler, the wheels shall be equipped with a scraper and kept moistened wii11 water as necessary. In areas not accessible to ihe roller, the mixture shalI be thoroughly compacted with approved po�ver tampers. CITY 0�' FORT WOR'I'Ii Alliance Airport Taxiway P, Phase 2 Technical SpeoiFicatip3zs P-403-8 Project Numtser ]03000 ltem P-403 Aspha[t Mix Pavement Surface Course Any asphalt that becomes loose and broken, mixed with dirt, contains ei�ecic-crackitag, or in any way d�fective shall be removed and r�pIaced wit� fresh hot mixture anrl immediately compacted to conf'orm to the surrounding area. This work shall be done at the Contractor's ez�pense. Skin patching sha11 not be ailowed. 403-4.13 Jaints. The farmation of all joints s�all be mad� in such a mann�r as to ensure a coi�tin.uous bond between the courses and obtaii� the required density. All joints shall have th� sa�ne texture as othe�• se�tions ofthe course and meet the reqturements for smoothness and grade. The roller shall not pass over the unprotected ei�d nf ille �iresl�ly laid asphalt except when necessary ta form a t�ansverse joint. When necessary to form a t�'ansverse jflint, it shall be made by means of placin� a 6uIkhead or by tapering the course. �The tapered edge shall 6e cut back to its full depth and width on a straight lina to expose a v�rtical face prior to placing the adjacent lane. In both methods, aIS contact suriaces shall be coated with an asplaaiY tack coat before p�acing any fresh asphalt against the j oi�it. Longitudinal joints which ara have been lef� exposed for more than four (4) hours; the surface temperatuz'e has cooled to less than 175°I' (SO°C); or are irregular; damaged, uncompacted or otherwise defective shall be cut back wiih a cut�ing wheel or pavement saw a maximuin of 3 inches (75 mrri) to expose a clean, sound, uniform vertical surface for the fuil depth of the course. All cuthack material and any laitance procEuced frorn eutting joints shall be reinoved from the project. An asphalt tack coat or other pxoduct approved by the RPR shalI be applied to the clean, dry joint prior to placing any additional fresh aspha.lt against the joint, The cost of this work shalI be considered �ncidental to the cost of the asphalt. 403-4.14 Saw-cuE grooving. Saw-cut grooving is not required. 403-4.15 Diamond grinding. Diaanond grinding shall be completed prior to pavem�nt grooving. Diamond grinding shall be accomplished by sawing with saw blades impregnated with in.dustrial diatt�ond abrasive. Diamond grinding shall be per%rmed with a machine designed specifically for diamond grinding capable of cutting a path at least 3 feet (0.9 m) wide. The saw blades shall be 1/8-inch (3-mm} wide with a ininimum of 55 to 60 blades per 12 inches (300 inm) of cutting head widtla; grooves between 0.090 and 0.130 inches (2 and 3.S n3m) wide; and peaks and ridges appro�imately 1/32 inch (1 mm) higher than the bottom af the �inding cut. Tt►� ach.�al number of blades will be determined bythe Gontractor and depend on the hardness of the aggxegate. Equipment or grinding procadures that causes ravels, aggregate fractures, spalls or disturbance io the pavernent wil] n.nt be perrtiitted. Gtinding will be tapered in all directio3�s to pj•ovic�e s�nooth transitions to areas not requiring grinding. The slurry resulf�ng frozn the �rinding operation shaIl be continuousIy removed and the pavement.left in a clean condition. The Contz-actor sl�all apply a surface ireatment per P-608 to all areas that haue been subject to grinding. 403-4.16 Nighttime Pa�ing Requirev�ents. The Contractor shall provide adequate lighting during any �zighttime construction. A lighting plan shall be submitted by the Contracto�� and approved by the RPR prior to the start of any nighttime work. AIl work shall b� in accordance with the approved CSPP and iighting plan. CONTRACTOR QUALITY CONTROL {CQC) 403-5.1 General. The Contractor shall develop a CQCP in accordance with Item C-100. No paitial payment will be made for maierials that are subject to specific QC requirements without an appraved CQCP. 403-5.2 Contractor quality control {QC) facilities. The Contractor shall prnvide or cnntract far testing iacilities in accordance with Item C-1pQ The RPR shall be permitted unrestricted access to inspect the Contractor's QC facilities and witn�ss QC activities. The RPR wi11 advise the Conti•aetor in writing of any CITY OF FOIZ'T' WORTEI Alliance Airport Taxiway P, Phase 2 Technical Speci�¢afions P-403-9 Project Numl�er 163009 Item P-403 Asphalt Mix Pavement 5urt'ace Caurse nated deficiencies conceming the QC iacility, equipment, supplies, or testi�ig personnal and procedures. When the deficiencies a�•e serious enough to be adversely affecting the test resulfs, the incorporation oi the inaterials into the work shall be suspended immediately and will not be perinitted to resume until the deficiencias are satisf�.ctorily corrected. 403-5.3 Quality Cantrol (QC} testing. Tha Contractor s11a11 perfoim all QC tests necessary to control the production and const�uct�on pracesses applicable to these speciiicatians aald as set forth in the approved CQCP. The testing program s11all include, but not necessarily be limii�d to, t�sts for the control of asphalt content, aggregate gradation, temperatures, aggregate moisture, iield compaction, aa�d surface smoothness. A QC Testing Plan sha[1 be developed as part of the CQCP. a. Asphalt eontent. A minunuin oi iwo tests shal� be pe:rfprmed pez� day it� accordance with ASTM D6307 or ASTM D2172 for determination of asphalf content. When using ASTM D6307, the correction factor shall be deteiTnined as part of the first test performed at fhe beginning oi plant production; and as part of every tenth test performed tileraa$er. The asphalt content for the day will be determined by ave:raging the test results. b. Gradation. Aggregate gradations shalI be determined a minirnu�n of twice per iat froin mechanical analysis of extracted aggregate in accordance with ASTM DS444 and ASTM C 136, and ASTM C 117. c. Moisture co�tent of a.ggregate. The moisture content of aggregate used for productian shall be determiried a minimum of onc� per lot in accordance with ASTM C566. d. Maisture content af ssphalt. The moisture content of the asphalt shall be determined once per lot in accordanee witll AASHTO T329 or ASTM D14fi1. e. Te�►geraiuees. T�mperatures shall be checked, at Ieast four times per lot, at necessary locations ko determine the femperatures of the dryer, the asphalt 6inder in the storage tank, the asphalt at the pIant, and the asphalt at the j ob s�te. f. In-place densiiy monitoring. The Contractor shall conduct any nec�ssa�ry festing to ensure that the specified density [s being achieved. A nuclear gauge may he used to manitor the pavement density in accordanc� rnrith ASTM D2950. g. Smoothness for Contractor Qaaiity Co�Erol. `I'he Contractor shalI perform smoothness testing in transverse and longifizdina� directions daily to verify fliat the cons�ruction processes are producing pavement with variances Iess than �/a inch in 12 f�et, identifying areas fhat may pond water which could Iead to hydroplaning of aircraft. If the smoothness criteria is not met, appropriate changes and carrections to the construction process shall be made by the Co�tractqr before consb•uciion continues The Contractor may use a 12-foo.t (3.7 m) "straightedge, a rQlling inclinometer meeting the �•equirements af ASTM E2133 or rolling �xtet'nal r�ference device that can s.imulate a 12-foot (3.7m� straightedge approved by the RPR. Straigl�t-edge testing shall start with one-half the lengtl� of the straightedge at the ed�e nf pa�etnent section being tested and then moved aliead ane-half th� length of the straightedge for each successi�+e measuremani. Testing shall be continuous across aIl joi�is. The surface irregularity shall be determined by placing the freestanding (unleveled} straightedg� on the pavement suriace and allawir�g it ta rest upon the two highest spots covered by its lei�gYh, and measuring the maa�imum gap between tYz� straightedge and the pavement surface in the area between the two high points. If the rolling inclinometer ot' external raference deviee is used, the data may be evaluated using the FAA profile pro�razn, Prn�'AA, using the 12-foot straightedge simulatian fiznction. Srnoothness readings shall not be made across grade changes or cross slope transitions. The transi�ion b�tvveen new ar�d existing pavement and. between the stai�t and stop of lanes place shall be evaluated separataly far conformance with the plans. C1TY OP i'OIZT W0ltrtt Alliance AirpOrt Taxiway P, Phase 2 Technica! Specifications P-463-[0 Projeet Num6er 10300D ltem P-403 Asphalt Mix Pavement Surface C.ourse (1) Transverse measurements. Transverse meas�.Yr�ments shall be taken for each day's production placed. Transverse measuz'e�nents wifl be taken perpendicular tfl the pavemeiit centerline each 50 feet (15 m) or more oftan as determined by the RPR. The joint between lanes shall be tested separately to facili#ate sinoothness between lanes.. (2) Longitudinal rneasttreme�ts. Longitudinal rneasurernents sh�ll be taken for each day's praduction placed. Longituciinal 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 {6 m); and at the third points of paving ianes vahen widths of paving fanes are 2Q f� (6 m) or greater. When placement abuts previously placed material the %rst rr►easurement shali staz� r�vith one half the length af the strai.ght edge oi7 tl�e previously placed material. De�iations on the final surface caurse in either the transverse or longitudinal direetion that will trap waier greater than 1/4 ineh (b mm) shall be corrected with diamond gz'iz�ding per paragrapIl A�03-4.15 or by removing and replacing the surface course io full depth. Grinding shall be tapered in all directians to provide st�aoth transitions to areas nat requiring grinding. All areas in which diamand grinding has been pe�-t'ormeti shall be subject to the final pavement thick�ess tolerances speciiied in paragraph 401-6.1d(3) Areas that have been ground shalI be sealed with a surface treatm.ent in aeeordance with Item P-b0$. Ta avoid the surface treatment creating any conflict with runway or taxiway markings, it may be necessa.ry to seai a larger area. ControI charts shall be kept to sllaw area of each day's placement and the pereenta�e of corrective grinding required. Carrectians to productio:n and placement sha11 be initiated when corrective gz'inding is required. If the Contractor's rr�achines and/or methods prpduce significant areas that need cortective actions in excess of 10 percent of a day's praductipn, production sha11 be stopped Unt�l corrective measures are implemented by the Contraetor. h. Grade. Grad� shall be evaluated daily to a11ow adjustine�ats to paving oparati�ns when grade measurements do nat meet specifications. As a minimum, grade shall be evaluated priar to the placement of the first lift aatd then prior to and after placemeni of the surface lift. Nieasurements will be taicen at appropriate gradelines (as a�ii�i�unt at center and edges of paving Iane) and lon$itudinal spacing as shown on cross-sectic�ns and plans, The final surface of the paveme�it will not vary fram the gradeIine elevations and cross-sectioaas shown on the plans by ritflre than lf2 lnch (i2 mm) vartically and D.1 feet (30 mm) laterafly. The documentation will be provided by the Contractor to the RPR by the end af the following working day. Areas with humps or depressians that exceed g�°ade ar smoathness criteria and that retain watez' on the surface t�nusi be ground off provided the cot�rse thickt�ess after grinding is not rnore than 1/2 inch {I2 mrn) less than the thickness specified on the plans. Grinding shall be in accordance with paragraph 403-4.1 S. The Contractor shall repair low axeas ar areas that cannot be correci�d by grinding by removal of deficient areas to tIze depth ofthe: final course plus %a inch and replacing with new material. Skin patcYiing is nat allowed. 403-5.4 Sampling. When directed by the RPR, the Contractor shall sample and test any material thaY appears inconsistent with sunilar tnaterial bein� sampled, unless such material is voluntaz'ily removed and replaeed or defieiencies corrected by tl�e Contractor. All sampling shall be in accordan.ce with standard procedures specified. 4D3-5.5 Control charts. The Contractor shall maintain linear control charts both for individt[al measuremenls and range (i.e., differe�tce between highest at�d lowest measurements} for aggregaie gradation, asphalt content, and VMA. The VMA for each day shall be calculated and manitored by t�e QC laboratory. Control charts shall be pasted in a location satisfactory to the RPR and kept current. As a minimum, the contro� charts shall identify the project number, the contz'act itea�n number, the tesi number, each test parameter, the Action atad Suspension Limits applicable to each test paraineter, and the Cantractor's test CITY OF FORT 1�VORTH Alliance Airport Ta�ciway P, Phase 2 Technical SpeciCtcati�ns P-403-11 projectNum6er Ia3Q00 Ite�rt P-403 Aspl3alt Mix Pavement 3urface Gam�se ��esults. The Contractor shall use �he ec►nh'al charts as part of a process control system for identifying potential proble�ns a�d assignable causes befQ�•e they aceur. If ihe Co�ttractar's projected data durin.g production indicatas a problem and the Contractflr is not takin� satisfactoty carrecfive action, the RPR may suspend praduction ar acceptance of the material. 2t. Xndevid�xal measurements. Control charts for individual measurelnents sl�all be esYablished to rr►aintain process control witl-�in tolerance for aggregafie gradation, aspltalt content, and VMA. The cont�ol charts shall �ase the JMF target values as indicators of central tei�dency for the foIlawing test paa•ameters with associated Action and Suspension Limits: Control Chart Limits for Individual Measurements Sieve Actio� Limit Suspension Limit 3/4 inch (19.0 mm) �6°fo �9%a 112 inch {I2.5 mm} �6°/n �9°/a 3/8 inch {9.5 Lnm) �6% �9°/fl No. 4 (�.75 mm) �6% �9% No. 16 (1.1$ mm) �5% �7.5% No. 50 (300 µm) �3% �/�.5°10 No. 200 (75 µm) �2% �3% Asphalt Contar►t �Q,45°/o f0.70% Minimum VMA -0.5%0 -1.D% b. Range. Control charts for range shajl be established to control process variahiIity for the test parameters and Suspension Limits lis#ed below. The range shall be cnznputed fo�' each lot as the difference between the two test results for each contral parameter. The 5uspension Limits specified below are hased on a sample size afn = 2. 5hould the Contractor elect to perfoi�n more than two tests per lot, t�e Suspension Limits shall be adjusted by multiplying the Suspension Li�nit by 1.18 far n= 3 and by I.27 for n= 4. Control Chart Limits Based on Range (� � z) Sieve Sus ension Limit 1/2 inch (12.5 mm) 11 % 318 ineh (9.5 mm} 11% No. 4 (4.75 ��m) 11 °/n No. 15 (1.18 mm} 9% No. SO {30Q µm) 6% No. 204 {75 µm) 3.5% Asphalt Conten# 0.8% c. Corrective action. The CQC1' shall indicate that appropriate action shall be taken when the process is helie�ed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of conirol and detail what acYion will f�e taken to bring the process into control. As a minimum, a process shall be deemed out ofcantro:I and p�'oduction stopped and corrective action taken, if: (1) One point falls outside the Suspension Lirnit line for individual measurements or range; or CITY OF FQ7ZT WURTH AlGance Airport Taxiway P, Phase 2 TechnicaV Specifications P-403-[2 Projact Numbar 103000 Item P-403 Asphalt Mix Pavement Surface Course (2} Tvao points in a roiv falI outside the Action Limit Iine for individual measurements. 403-5.6 QuaCity control (QC) report�. The Coniractor shall maintain records and shall submit reports of QC activities daily, in accordar�ce wiih the CQCP described in Item C-100. MAT�RIAL ACCEPTANCE 403-6.1. Quality Assuranee Aeeepianee sampling and testing. Unless otherwise specified, all acceptance sampling and testing r�ecessary to determine conformance with the requirements specified in this section will be perFormed by the RPR at no enst to the Contractor except.that coring as required in this section sha11 be cq�ttpleted and paid for by the Contractor. a. Qua�ity Assuranee (QA) testing lak�orafox'y. The QA testing laboj•atory performing these acceptance tesfs will be accredited in accordance wiih ASTM D3666. The QA laboratary accreditation wiI� be current and listed n�� the acereditizzg aUiho�'ity's website. All test methods required for acceptance sampling and testii�g wil] be listed on the lab accteditation. b. Lot �sze. A standard lot will be equal to one day's production divid�d into app�'oxizx�at�ly aqual sublots of between 4Q0 to 6Q0 tons. When only ona pr twa sublots are produced in a day's production, the sublots will be comlained with tk�e production lat from the pr�vious or next day. Where more than one plant is simultaneously producing asphalt far the job, the lat sizes will apply separately far each pla�it. c. Asphalt air voids. Plant-produced asphalt wi11 be tesYed foz' air vo3ds on a subiot basis. (1) Sampling. Mateiial from each sublot shall be sampled in accordance with ASTM D36b5. Samples shall be taken from material deposited into trucks at the plant or at the job site in accars�ance with ASTM D979. Tne sample of asphalt may be put in a eovered metal tin ar�d placed in an oven for not less than 30 �ninutes nor more ihan 60 minutes to maintain the material at or above the eompaction temperature as specified in the JMF. (2} Testing. Air voids will be determined %r each sublot in accordance with ASTM D3203 for a s�t of tbre� compacted specimens prepared in accordance with A�TM D6926. d. In-place aspha[t mat and joint density. Each sublot will be tested for in-place mat and joint density as a perceniage of tY�e theoretical maximum density (TMD). (1) Sampling. The Contractor will cuY minzmum 5 inches. (125 mm} diameter samples in accordanee witl� ASTM DS361. Th� Contractar shall furnish all tools, labor, and materials for cleaning, ar�d filling the coz'ed pavement. Laitance produced by the coring operation shaII be removed 'lmmedia�ely after coring, atid core holes shali l�e filled within one day ai�er sampling in a snanner aeceptable to the RFR. {2) Bnnd. �ach lift of aspllalt shall be honded to the underlying layer. IF cores reveal that the surface is not bonded, additional cores shall be taken as directed by tlae Rl'R to determine the exient of unbonded areas. Unbonded areas shall be removed by milling and replaced ai no additional costas directed by the RPR. (3) Thickness. Thickness of each lift of surface course wilI be evaluated by tha RI'R far c�ir►pliarice ta the requirements shown onthe plans a:f�er any necessary eorrections for grade. Measuremants of thicl�ness will be made using the cores extracteci for eaeh sublot for density measurement. The maximum allowable deficiency at any point will not be more than 1/4 inch (6 mm} less than the thickness indicated for the lift. Average thickness of lift, or combined 1ifts, will not be Iess than the indicated f:hickness. Where the thickness tolerances are noi �net, the Iot or suhlot shall he corrected by the Contractor at his expense hy removing the deflcient area at�d �•eplacing with new pauement. The Contractor, at his expense, may take additional cores as approved by the RPR to circtunscribe the deiicien� area. CITY OF FORT W012TF1 Alliance Airport Taxiway P, Phase 2 Technical 5pecifi¢ations 1'-403- l3 Project Number I tl3000 Item P-403 Asphalt Mix Paveme�lt Surface Cnursa {4} Mat densi[y. One core shal] be taken from each sublot. Core Iocations wili be ttetermined by the RPR in accordance with ASTM D3665. Cores for inat density si�all not be taken closer than one foot (30 em) fi•om a transverse or Iongitudinal join#. The buik specific graviiy of each cored saznple will be deterinined in aceprda�ce with ASTM D2726. The percent compaction (density} of each sample will be determined by dividing flie buIk specific gra�ity of each suUlot satnple by the TMD far that sublot. (5) Joint density. One c.ore centared over the longitudinal jaint shall be fiaken for eacl� sublot which contains a longitudinaj joint. Core locatior�s will be determined by the RPR in accordance with ASTM D3665. The bulk specific g��avity of each core saingle will be detennined in accordance with ASTM D2726. The percent compactian (density) of each satnple will he determined by dividing I:he bulk speciftc gravity of each joint density sample by the average TMD for the Lot. The TMD used to determine the joi.nt density at joints formed between lots will be the lower of the a�erage TMD values irom t11e adjacent lots. 403�6,2 Acceptance criteria. a. General. Acceptance wi11 be based on the implementation ofthe Contractor Quality Control Prograan {CQCP) and the following characterisiics af the asphalt and completed pavements: air voids, mat der►sity, joint density, grade. b. Air voids. Aeceptance of each lot af plar�t produced inaterial for air voids wiIl be based upon the average air void from t17e suhlots. If the average air voids of th� lot are equal to ar greater than 2% and equal to ar less tk�an. 5%, then the fat will be acceptable. If the average is below 2°fa or �r�ater tlian 5%, the lot shall be remnved and z'epfaced at tY�� Contractor's expense. c. Mat density. Accepia�xce of each lot of plant produced material for mat density will be based an the average of all of the densities talcen from the sublots. [f the a�erage mat density of the lot so asiablished equals or exceeds 94%, Yhe lot will he acceptable. Ifthe average mat density oithe lot is below 9�°/a, the Iot shalI be removed and rep�aced at the Co.ntractor's expense. d. Joint d�nsity. Acceptance of each lot af plant produced asphalt far joint density will be basec3 an the average of aIl of the joint densities taken from the sublots. If the averag� joint dansity of the lot so established equals or exceeds 92%, the lat will be acceptable. If the average jaizlt density of the lot is less than 92%, tl�e Contractor shall �top production and evaluate the method af co�npacting joints. 1'rodvction may resume once t�e reason far poor compaction has been determined aud approp.riate measures have been taken to ensure proper compaction. e. Grade. The final finished surface of the pavement of the completed project shaIl be surveyed to verify that the grade elevations and crnss-sectiot�s shown on the plans do not deviate more than 1/2 inch (12 inm) vertically or 0.1 feet (30 mm) laterally. Cross-seetzon5 of the pavement shail be taken at a minimum 5D-foot (15-m) �ongitudinal spacing and at all longitudinal grade hz'eaks. Minimum cross-sec�ion grade points sh�l inelude grade at mid-point and edges of shoulder pavem.e��t. The survey and documentation shall be stamped and signed by a iicensed surveyor. Payment for sublots that do not meet grade for over 25% of the sublot shall not be more than 95%. 403-6.3 Resampling Pavement for N1at Density. a. Ge�eral. Rasampling of a Iot ofpave�nent wi11 only be allowed fnr mat densiry and then, only zf ihe Contractor z-equests s.aane in writing, within �8 hours after receiving the written test resutts from th� RPR. A retest will consist of all the sampling and testing procedures contained in paragraphs 403-6.1. Ot71y one resampling per lot will be permitted. (1) A redefined mat density will l�e calculated for tha resatnpled lat. The number of tests used to calet�late the redefined mat density will include the initial tests made fnr tk�at lot pius the ratests. (2) The cost for resampling and retesting shall b� bor�ie by the Cont�•actor. CITI' OF FOKT WpRTH Alliance Airpart Ta�ciway P, Pk�ase 2 Techni¢al 3pecifications P-403-14 Project%Tumber 1030Q0 Item P-4D3 A5ph�lt Mix Pavement Surfaca Cnurse b. Payment for re�a�rapled lots. The �•edefined inat density for a�•esa�npled lot will be used to evaluate the aeceptance of that l�t in accordanee with paragraph 403-6.2. c. Outliers. Cl�eck for outliers in acco�'dance with ASTM E178, at a signiiicatace jevel of S%. Outliers will be discarded and de�sity determined using the �•emaining test values. METHOD (l�' MEA�UREMENT 403-71 Measurem.ent, Plant znix asphalt rnix paveznent shall be measured by t11e nurnber of tons {kg) af asphalt pavernent �sed ita the accepted work. Recorded batch weights o�'truck scale weights wiIl be used to determine the basis fnr th� tonnage. BASIS OF PAYMENT 403-81 Payment. Payment for a lot of asphalt mixtur� meeting al] acceptance c:riteria as specified in paragraph 403-6.2 shaIl be made at the contract unit price per ton {kg) for asphalt. The price shaIl be campensatian for furnishing all materials, for all preparation, mixing, and pIacing of these materiais, and for all labor, equip�nent, tools, a�id incidentals necessary to complete the item. Pay�nent will be �nade under: Item P-403-5.1 Asphalt Mi�cYure Surface Course - per tan (lcg) RE�+'ERENCES The puhlications listed below form a part of this specification to the extent referenced. The publications are referred to within the text 6y the basic designation only. ASTM International (ASTM) ASTM C29 ASTM C88 ASTM C117 ASTM C127 ASTM C131 ASTM C136 ASTM C142 ASTM C183 ASTM C566 ASTM D75 CITY OF FpItT WORTH Technica[ Specificacions Standard Test Method for Bulk Density ("Unit Weight"} and Vaids in Aggregate Standard Test Method for Soundness af A.ggregates by Use of Sodiurn Sulfate or Magnesium Sulfate Standard Test Method for Materials Finer than 75-µm (Na 200) Sieve in Mineral Aggregates by Washing 5tandard Test Method %r Density, Relative Density (Specific Gravity), and Absorptifln of Coarse Aggregate Siandard Test Method for Resistance to Degradation of Sma11-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Standard Test Method for Sieve or Screen Analysis oF Fine and Coarse Aggregates Standard Test Me�tod %r Clay Lumps and Friable Particles in Aggre�ates Standard Praciice for 5ampling and the Amaunt of Tesfing of Hydraulic Cement Standard Test Me#hod for Total Evapoi�able Moislure Conteni of Aggregate by Dry�ng Standard Practiee for Sampling Aggregates P-aaa-i s Alliance Airport Taxiway P, Phase 2 Project Number 1Q3D00 ltetn P-403 Aspitalt Mix Pavement 5urface Course ASTM D242 Standard 5pecification for Mineral FiIler for Bitu�ninous Pa�ing Mixtures AS`I'M D9�4.6 Standard �peciftcation far I'enetratian-Graded Asphait Cement for Use in Favement Construckinn ASTM D979 Standard Practice far Sampling Bituminous 1'aving Mixtures ASTM Dlq'73 Standard Specification for Fine Aggregate for Bituiniuous Paving Mixtui•es ASTM D 1074 Standard Test M�thod for Com�ressive Strength of Bituminous Mlxtur�s ASTM D1461 Standard Test Method for Maisture or VnlaYile Distillates in Bituminous Paving Mixtures ASTM D20�1 Standard. Test Method far Tl�eoratical Maximum 5pecific Grauity and Der�sity of Bitutninous Paving Mixtures AST'M D2172 Standard Test Method for Quantitative Extraction of Bitum�n from Bituminous Paving Mixtures ASTM D2419 Standard Test Method far Sand Equi�alent Val�e of Soils a��d Fine Aggregate ASTM D2489 Standard Practice for �stimating Degree of Particle Coating of Bituminaus-Aggregate Mixtures ASTM D2726 Standard Test Method far Buik Specific Gravity and Density of Non- Absorptive Compacted Bituminous Mixtures AS'I'M D2950 5tandard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 5tandard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mi�tux•es ASTM D338i Standard Specificatian for Viscosity-Graried Asphalt Cement for Use in Pavement Construction ASTM D356S Standard Practice foi• Random Sampling of Consttuction Materials ASTM D366b Standat�d Speci%cation for Minimum Requirements far Agencies Tesiing and Inspecting Aoad and Paving Materials ASTM D4125 Standa�rd `I"est Methods for Asphalt Content of Bituminous mixtuees by the NucIear IV�ethod ASTM D43I8 Standard Test Methods for Liquid Limit, Plastic Limit, and Piasticity Index of Sails ASTM D4552 5tand�rd Practice fo:r Classifying Hot-Mix Recycling l�gents ASTM D4791 Standard TesY Method for Flat Particles, Eiongated Particles, ot Flat aind Elongated Pat�icles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asp�.alt Concrete Paving Mixtures ASTM D5444 CITY OF PORT WORTH Technical Specificatians Standard Test Metliod f�r Mechanical Size Analysis of Extracted Aggregate Alliance AirporC Taxiway P, Phase 2 P-4�3-16 Froject Number 103000 Item P-403 Asphalc Mix Pavement Surface Course ASTM D5581 ASTM D5821 ASTM D6307 Standard Test Method for Resistance to Plastic Flow af Bituminous Mixtures Using Marshall Appai-atus (6 inch-Diameter Specimen) Standard Te5t Method for Determining the Fercentage of �ractured Farticles in Coarse Aggregate Standard 'I'est Method far Asphalt Content of Hof-Mix Asphalt by [gnition Method ASTM D63'73 Standaa•d Specificaiiora for �'erformance Graded Asphalt Binder ASTM D6752 Standard Test Method foz^ Bulk Specific Gravity and Density of Gampaetec3 Bitumi��ous Mixtures Using Automatic Vacuum Sealing Metl�od ASTM Dd925 ASTM D6926 ASTIVI D6927 Standard TesY Method for Preparation and Deierminatioza of the Relative Density of Hot Mix Asphalt (HMA) Sp�cimezas by Means of the SuperPave Gyratory Compactor Siandard Practice for Preparation of Bituminous Specimens Using Marshall Appa�•atus Standard Test Metllod for Marshall Stability and Flo�v of Bituminous Mixtures ASTM D6995 Sfandard Test Method for Determining Field VMA based on the Maximum Specific Gravity of the Mix (Grz�tn) ASTM �11 Staiidard Specification far Wavan Wire Test Sieve Cloth and Test 5ie�as ASTM �178 5tandard Practice for Dealing with.0utlying ObserVations ASTM E2133 Standard Test Method far LTsing a RolIing Inclinorneter to Measure Longitudinal and Transverse Profiles of a Tra�eled Surface American Association of State Highway and Transportation �ffcials (AA5HT0) AASHTO M156 Sfiandard Specification for Raquirements for Mixing Flants for Hot- Mixed, Hot-Laid Bitua�inous Paving Mixtures AASHTO T329 Standard Method of Test for Moisture Content of Hot Mi� Asphalt (HMA) by O�an Method AASHTO T 340 Standard Method of Test for Determining the Autiing Susceptibzlity of Hot Mix Asphalt (APA) Using the Aspha[t Pavement Analyzer (APA) Asphalt Institute (AI) MS-2 Mix Design Manual, 7th Edition MS-26 Asp. halt Binder Handbook AI State Binder Speciiication Database �'AA Orders 5300.1 Modifications to Agency Airport Desigzi, Canstruction, and Equipment Standards Federal Highway Administratian (FHWA) Long Tej•m Pa�einent Performance Binder prograin GITY DF FDKT WORTH Alliance Airpo.rt Taxiway P, Phase 2 Technical Specifcations P-4�3-17 ProjeetNwnher 103004 rt�r P-an3 SO�LWaT'� �''.������,D END OF ITEIVI P-403 Asphali Mix Pavement Surf&ce Course CITX OF FORT WOR'1H Alliance Airport Taxirvay P, T'hase 2 Teehnical5pecifications L'-403-IS ProjectNum6er 10300d Iteitt P-SDI Cement Concrete Pavement ITEM P-50I CEMENT CONCRETE PAVEMENT DESCRIPTION 501-11 This v�+ork sha11 consist ofpavement composed o� cement concreie with and withat,tt reinforcement constructed on a prepared underlying surface ii� accnrdance with these specifications and shall confotm to the lines, grades, thickness, and typical cross-seetinns shawn an the plans. The terms cement concrete, hydraulic cement concrete, and concrete are interchangeable in this specification. MATEItIALS SD1-2.1 Aggregates. a. React►vity. Fine and Coarse aggregates to be used in PCC on this project shall be tested and evalt�ated 6y the Cont�•actor for alkali-aggre�ate r�activify in a�cordance with bofh ASTM C1260 and ASTM C I567. Tests m.ust be representative of aggregate sourcas which wilj be providing material for produciion. ASTM C1260 and ASTM C 1567 tests m�y be run cnncuz'�•ently. (l.) Coarsa aggx'egate and fine aggregate shall be tested separately in accordance with ASTM C1260, how�v�r, the length of test shall be extended to 28 days (30 days �rom casting). Tests must have been completed within 6 months of the date of the concrete mix submitta�. (2) The coa�abiqed coarse and fine aggregate shall be tested in accordance with ASTI�/I C1567, modified for cambined aggregates, using the proposed mixture design proportions of aggr�gates, camentitious ma.terials, andlor specific reactivity reducing chemicals. If the expansion does not exceed O.l 0% at 2$ days, the proposed combined materials will be aecepted. Ifttae expansion is greater than 0.10% at 28 days, the aggregakes wi11 not be accepted unless adjustments ta the cotnbitaed materials mi�.ure can reduce the expansian to less than 0.10% at 28 days, or new aggregates shall be evaluated and testad. (3) If lithitiun nitrate is proposed for use with ar without supplementary cementitious materials, t11e aggz•egates sha11 be tes�ed in accordance with Corps ofEngineers (COE} Concrete Research Division (CRD) C662 in lieu of ASTM C ISb7. If lithium nitrate adt7nixture is used, it sIlalI be nomina130% t0.5�/a weight fithium nitrate it3 water. If the expansion do�s n.ot exceed Q.10% at 28 days, the proposed combined materials wil.l be accepted. Ff the ez�pansian is greater t11an Q.10% �t 28 days, the aggregates wil] not be acce�ted unless adjustments to the combined materials mixiure can reduce the expansion t� less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. b. Fine aggregate. Grading of the �ne aggregate, as deIivered to the nn:ixer, shall conform to the requirements of ASTM C33 and the parameters ideiitified in the tine aggr�gate material requirements below. Fine aggregate material requirements and deleterious limits are shown in tl�e table belavc+. �'ine Aggrega#e Materi�l Reyuirements Soundness of Aggregates Loss after S cycles: A�TM C88 l�y Use of Soditun Sulfate o�r 1 D% ma�cimum using Sodium sulfate - or - Magnesium Suifate 15% maximum using magnesiunn sulfate Sand Equivalent 45 minimum ASTM D2�19 Finen�ss Modulus (FM) 2.50 <FM � 3.40 ASTM C136 CITli OF FORT WOR�H A[liance Airpart Taxiway P, Phase 2 Teehnieai 5peci6cations P-SOI-L ProjeetNumber 1030D0 Itein P-501 Cement Coucrete Paveinei�t Li�rtaits �'or Deleterious Subs#ances in Fine Aggregate for C�ncrete Clay lumps andfriable 1.0% maximum ASTM C1�2 particles Coal and lignite TotaI Deleterious Mate�•ial 0.5°/o using a mediu�n with a density of Sp. Gr. ASTM C123 of 2.0 1.0% m�im.um. c. Coarse aggregate. The �nz�irtium size caarse aggregate shall be 1-1/2-ii7ch. Aggz-egates delivered to the mixer shall be clean, haa•d, uncoated aggregates consisting of crushed stone, crushed or uncrushed gravel, air-coaled iron blast furnace slag, cr��shed recycled concrete pavement, or a eombinatian. The aggragates shall have no known histo�y of detrimental pavement staining. Steel bjast fi.ei�ace slag shall not be permitted. Coarse aggregate material requiretnents and deleterious limits are showi� in the table below; washing may be required to �neet aggregate requirements. Coarse Aggregate Materia] Requirements Material Test Requirement Standard Resistar�ce to Degradatian Loss: 40% maxi�num ASTM C131 Soundness of Aggregates Loss after 5 cyeles: ASTM C88 by Use of Sodium Sulfate or 12% rnaximum using Sodium sulfate - or - Magnesium SuIfate I 8% maxi�nwn using inagnesium sulfaCe Fla�, Elongated, or Flat and 8% maxi3num, by wezght, of flat, elongated, or ASTM D4791 Elongated Particles flat and elongated particles at 5:1 for any size group coarser tiian 3/8 (9.5 mm) sie�e � Bull� density of siag 2 Weigh not less than 70 poun.ds per cuhic foot ASTM C29 (1.12 Mg/c�bic metei^) � A flat particle is one having a ratia of width to thicknsss greater than ��e (S); an elongated particle is one having a ratzo of length fo width gr�ater than �i�e {5). z Only required if slag is specified. The amaunt ofdeleteriaus material in #he coarse aggregate sha11 noi exceed the following limits: Liomits far Deleterious �ubstances in Coarse Aggregate Deleteriaus material ASTM 1'ercenEage by Mass Clay Lumps and friable particles ASTM C142 1.4 Material finer than Na. 200 sier�e (75 µm) ASTM C1 l7 1.0' Lightweight pa�ticles ASTM C 123 using a medium with a 0.5 densi of S. Gr, of 2.0 CITY OF FORT WpRTH Alliance Airport Taxiway P, Phase 2 Tecl�nical Specificatious P-501-2 ProjectNmnber 103Q00 Item P-SU1 CemenY Concret� Pavement Deleterious �naterial ASTM percenfage by Mass Chertz {less than 2.40 Sp Gr.) AS7'M C123 using a medium wit[� a 0.1 densi of S. Gr. of 2.40 The limit for material finer than 75-Eun is allowed to be increased to 1.5°/fl for crushed aggregates cansisfing of dust of fractua•� that is essentially iree fiom clay or shale. '�'est results supparting acceptance of increasing ]imit to I.S% wiih statemant indicating materiai is dust nf fracture must be su6mitted with Concrete mix. Acceptabie techniques to chal•actez•izing these fines include methylane blue adsorption or X-ray diffiraction analysis. Chert and aggregates with less than 2.4 specifie gravity. d. Combined aggregate gradation. This speciiication is targ;eted for a combined aggregate gradation developed following the guidance presented iu United States Air Fnrce Ei�gineering Technical Letter (ETL) 97-5: Proportior�ing Concreie Mixtures with Graded Aggregates for Rigid Ait�field Pauements. Base the aggregate gradirtg upon a comhination of all the aggregates (coarse and fine} to be used %r the mixture propoi�tioning. Three aggregate sizes may be required to achieve an optimized combined gradatio.n that will produce a workable conerete mixture far its zntet�ded use. Use aggrcgate gradations that produce conerete mixtures with well-graded or optimized aggregate combinations. The Contractar shall submit complete mixture infa.z'mation necessary ta calculate the volumetric components of Che mixture. Ti�e combii�ed aggregate grading shall rneet the following requirernents: {�.) The materials selected and the proportior�s used shall be such that when th� Coarseness Facfor (C�') and the Workability Factor (WF) are plotted on a diagram as describ�d in paragraph 5p1-2.1d(�) below, the point thus determined shall fall within the parallelagram described therein. (2) The CF sha11 be determined fi•om the following equation: CF � (cumulative percent retained on the 3/$ i�. (9.S znm) sieve)(1i30)/(cumulative percen# retained on the No. 8(2.36 mm) sieve} (3) The WF is defined as the percent passing �e No. S(2.36 tnm) sieve based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 peecentage poinis for eacli 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounrls per cubic yard (335 kg per cubic meter). {4) A diagram shall be platted using a rectangular scale with WF on the Y-axis with uruts from 2D (bottom) to 45 (top), and with Gk' on tlae X-axis with units from SO {Ief� side) to 30 (right side). �n this diagram a pa�•a1lelogram shall be piotted with corners at the following coordinates (CF-75, WF-28), (CF- 75, WF-�0), (CF-45, WF-32.5), and (CF-45, W�-44.5). If t�e poin� determined by the intersection of the compllted CF and Wk' does nat fall within the above parallelagrarn, the grading of each size of aggregate used and the pro.portions s�lected sh�ll be changed as necessary. The point determined by the plotti:ng af the CF and WF inay be acijusted during production �3 WF and t5 CF. Adjustments to gradation may not take t�e point outside of the paz'alleiogram. e. Con��raetors com6ined aggregate gr�dation. The Contractor shalI submit their eambined aggregate gradation using the following format: Contractor's Cambined Aggregate GradaEion Sieve Size Con#ractor's Concrete mix Gradation (Percent passing by weight) 2 inch {50 mm) * 1-1/2 inch (37.5 mm) �` CITY OF' PORT WdRTH Alliance Airport Ta�ciway P, Phase 2 Technical Spec.ifications P-501-3 ProjectNitmber ]0300� Ifem P-561 Cement Concrete Paveme3tt Si�ve �ize Contractor's Concxete rnix Gradafinn (Percent passis�g by weight) 1 inch (25.0 m:m) * 3/4 ineh (19.0 mm} * 1/2 inch (12.5 inm) * 3/8 inch (9.5 mm) * No. 4 (4.75 m�n) * No. $ (2.36 mm) � Na. l 6(1, i& mm) * No. 30 (600 �m) * No. �0 (30D µm) * No. ]OQ {1S0 µm) * 501-2.2 Cement. Cement shall conform to the requireinents af ASTM C1 SQ, Type I/II. 501-2.3 Cementitious materials. a. Fly ash. Fly ash shall meet the requirernents oiASTM C6i $, with the exception of foss of ignition, vwhere the maximum s17all be less tha�l 6%. Fly ash shall have a Calcium Oxide (Ca0) conteni of Iess than 15% and a tota.l alkali content less than 3% per ASTM C311. The Cantractor shall furnish the previous three most recent, consecutive ASTM C61$ reports far each source of fly ash proposed in the concrete inix, and shall furnish each additional report as they become availa6le during the proj ect. The reports can be used for acceptanee or the material may be tasted itadependently by the Resident Froject Representative (RPR). b. Slag ee�€neut (gra�nd granulated 61ast furnace (GGBFj). Slag ceinent sl'�all confarm to ASTM C9$9, Grade 100 or Grade 120. Slag cement shall be �sed only at a rate between 25% and SS% of the total cementitious material by mass. c. Raw or calcined nafural pozzolan. Natural pozzolan shall be raw or calcined and conforr�a to ASTM C6I8, Class N, it�cluding the aptzonal requirements for uniformity and effectiveness in controlling AIl{ali-Silica reaction and shall have a loss on ignition nat exceedir►g 6°fo. Class N pozzolan for use in mitigaiing Alkali-Silica Reactivity shaIl have a tatal available alkali cantenrt less than 3%. 5.0�.-2.4 Joint seal. The �oint seal far the joints in the concrete pavement sI1all meet the requirements of Items P-604 arsd P-6Q.5 and shall be ofthe type specified in the plans. SQ1-�.5 Isnlat�on joint filler. PremoIded joint �Iler for isolatian�oints shall Gonf�rm to the requrrements o.f ASTM D 1751 or ASTM D I 752 and shall be where slaawn on the pIans. The filler for each joint shall be furnished in a single piece for the full depth and width required far the j oint, unless atherwise specified by th� I�PR. When the use of more tl�an one piece is required iar a joint, the abutting ends sha11 be fastened seeu.t'ely and held accurately to shape by stapling ar other positiva fastening means satisfactory to tlie RPR. 501-2.6 SteeI reinforcement. Reinforcing shall consist of epo� coated bar mats conforming to the requirements of ASTM A184 or A704 and A5`I'M A775. 501-2.7 Duwel and tie bars. Dowei bars shall be plain steel bars conforming to ASTM A615 and shall be free fro�n burring ar ather deformation z'estriciing slippage in the concrete. a. Dawel Sars. Before deli�eiy to the construcfion site each do�wel bar shaIl be epoxy coated per ASTM A 1078, Type 1, with a coatin� thickness after curing greater than 10 mils. Patched ends ar� ��ot required for Type 1 coated dowels. The dowels shall be coated wifh a bond-brea�er recommended hy the C1TY OP FDRT WORTH rLllia�iee Airport Taxiway P, Phase 2 Technical Speciflcations P-50]-4 ProjectNumbar 103ti00 Item P-SDL Gement Concrete Pavement manufacturer. Dowel sleeves or ins��-ts a�'e no# permitted. Grout retention rings sllalj be fully circuja�- rnetal or pIastic devices capable of suppai�ing the dowel until the grout hard�ns. b. Tie Bars. Tze bars shall be deformed stee� bars and confarrn to the requirerr�ents of ASTM A615. Tie bars designated as Grade 6D in ASTM A6I5 ot• A�TM A706 shall be used for construction requiring bent bars. 5U1-2.8 Water. Water used in �nixing or curing shall be potable. If water is tal�en frozn o%her sources considered non-patable, it shall meet the requirements af ASTM C] b02. 501-2.9 Material for curing concreEe. Curin� mateilals shall conform to ane oi th� following specifications: a. Liquid membrane-forming compounds for curing concrete sha11 conforin to tha reqtzirements of ASTM C309, Type 2, Class A, or Class B. ks. White polyethylene film for curing concrete shall confartn to the requirements of ASTM C I71. c. White burlap-polye#hylene sheeting for curing concrete shaii conform to the requirements of ASTM C171. d. Waterproof paper far curing concrete shall eonform to the reyuirements of ASTM C1'71. 501-2.10 Adm�tares. Admia�tures shall conform to tk�e follawing specificafions: a. Air-entraining admixtures. Air-enh'aizaing admixtures shall meet the requir�ments of ASTM C2b0 and slZall consistently entrain the air content in the specified ranges under field canditions. The air- enlraining agent and at�y water reducer admixture shall he campatible. b. Water-reducing admixtures. Water-reducing adrrtixture shali meet the requirements of ASTM. C494, Type A, B, or D. c. Other admixtures. The use of set retarding and set-accelerating admixtures shall be approved by the RPR prior to dev�lopii�g fha concrete rnix. Retarding admixtures shall meet t�e requirements of ASTM C49Q�, Type A, B, or D a�ad set-accelerating admixtures shall tneet the requ.irements of A�TM C494, Type C. Calcium chloride and adxnixtur�s containing calciurr► chloride shall not be used. d. Lithiuzn Nitrate. The �ithium admixture shall be a nominal 30% aqtieous solutiota af Lithium Nitrate, with a density af l0 poundslgallon (1.2 kg/L), and shall have the app.roximate chemical farm as shown below: Lithium Adrnixture Constit�ent Limit (Percent �y Mass) LiNO3 (Lithiuin Nitrate) 30 �0.5 504 (Sulfate Ion) O.J (max) CI (Chloride Ion) 0.2 (max) Na {Sodiu�n Ion) 0.1 (max) K (Fotassium Yon) 0.1 (max) The lithium r�trate admixture dispensing and mixing operations shal� be verified and certif ed by the lithium manufacturer's representative. 501-2.11 �poxy-resin. All epoxy-resin m�terials shall be t�No-component materials conformi:t�g to the requirements of ASTM C881, Class as appropria#a for each application temperatuz-� to be encountered, except tl�at in addition, tl}e materials shall tn.eet the following requirements: CITY OE FORT WaRTt-I Alliance Airport Taxiway P, Phase 2 Teehnical Speci6cations P-501-5 Project Number 103000 ir� P-sai Cament Concrete Pave.ment a. Material for use for embedding dowels and anchor 6olts shaI� be Type I'4', Grade 3. b. Material for use as patching tnat�rials �oz• catn�alete filling of spalls and other volds atad far Ltse in preparing epoxy resin mortar shall be Type III, Grade as approved. e. Material for use for injecting cracks shall he Type IV, Grade 1. d. Material for banding fresi�ly inixed Portland eement coucrete or n�artar or freshly mixed epoxy resin concrete or moi�ta�• ta liardened concrete shalI be Type V, Grac�e as approved. SUI-2.12 Bond Breaker. Choke stone shall be an ASTM C33 Nuinber 89 stone. CONCRE'�'E M�X 501-3.1. General. No concrete shall be placad �intil ar� acceptabie concrete mix I�as been submitted to the RPR for review and tha RPR has taken appt'opriate action. The RPR's review shall not relieve ilne Contractor of the responsihility to select and proportion the materials to cornply with this section. 501-3.2 Concrete Mix Laboratory. The laboratory used to develop the concrete mix shall !�e aecredited in accordance with ASTM C1077. The laboratory accreditation must be current and lisYad on the accrediting authority's website. All test i�ethocEs required for d��eloping the concrete inix rr�ust be included in the Iab acci•editation. A copy of the laboratary's current accreditatiQn and accredited test methnds shall be submitted to the RPR prior to siart of conshuction, SOf-3.3 Caucrete Mix �raportions. Develop the mix using the procedures contained in Portland Cement Association (PCA) pubIication, "Design and Con�ol of Concrete Mixtures." Concrete sl�all be proportioned to acl�ieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 5D1-6.6 for a flexural strength of 700 psi per ASTM C7S. Th� minimLtm ceineniitious material shall be adequate to ensure a workable, durable mix. The minimuin cementitious material {cement plus ily ash, or slag ce�tzz.ent) shall be 47p pounds per cubic yard (280 kg per cubic rneter}. The ratio ofv�ater to cernentltious material, ineluding free surfaca moisture on the aggregaies but not including moisture absorbed by the aggregates shall be befween 0.38 — 0.45 by weight. Flexural s�tt�ength test specimens shall be pregared in accordance with ASTM C192 and tested in accordance with ASTM C78. At the start of' the project, the Contractor shall detennine an allowable slump as determined by ASTM C 143 not to exceed 2 inehes {SO mm} for slip-form placement. For fixed-fon�n placement, the slump sliall not exceed 3 inches (7S mm). For hand pIacament, the slump shall nofi exc�:�d 4 inches (lOfl mm). The results of the eoncrete txti� shal] include a statement giving the maximum nominal coarsa aggregate size and the weights and voluznes of eacl� ingredient proportioned on a one cubic yard (m..eter) baszs. Aggregate quantities shall be based an the mass in a saturated surface dry condition. If a change in source{s) is made, or admixtures added or deleted from the mi� a new conerete mix must be submitted tQ the RPR for approval. The RPR may request samples at at�y time for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applica6le specifications. 5�1-3.4 Concrete Mix su5mittaL The concrete mix shall be submitted to the R�'R at least 30 days prior to the start nf aperations. The submitted concreie mix shall not be more than I SO days old and inust use the zzraterials to be used for produciion for the project. Productzon shall not begin until the concrete mix is apprqved in writing by the RPR. CiTY OP POAT WORTII Alliance Airport Taxiway P, Phase 2 Technical Specifications P-501-6 ProjectNtiunber 1030:00 Ieem P-SDl Cement Conerete Pavernent Each afthe submitted cgncrete inixes (i.e, sIip form, side forin macliine fiu[sh and side form hand iirush) sMall be sta�nped or sealed by Yhe responsible professior►a[ Engineer of the lahoratory a�d sha�l izlciu�le the following items and quaaitities as a minimum: � Certified materia] test reparts for aggregate in accordance witl� paragraph 501-2.1. Certified reports must includ� all tests reyuired; reporting each tesY, kest rnethod, test result, and requirement specified {crit�ria}. � Co�nbined aggregate gradatians a.�1d ai�alysis; and including plo�.s af the fine aggregate fttet�ess modulus. � Reactivity Test Results. � Coarse aggre.gate quality test resuIts, including del�texious materials. � Fine ag�regate quality t�st results, including deleteriaus it�aterials. � Mill certificates far cement and supplemental cementitious rtlaterials. o Cei�tified test resuIts for all admixtures, including Lithiu�n Nitrate if applieable. + Specified flexural strength, slump, and air eontent. � Recommended propartians/valumes for praposed mixture and trial water-cementitious rnaterials ratio, including actual siump and air content. � Flexural and compressi�e strength stunmaries and plots, including aIl individual beam and cylinder breaks. � CorreIation ratios for acceptance testing and Contractor QC testing, when app�icable. • Historical record of test results documenting production sta.ridaz�d deviation, when applicable. S�l.-3.5 Cementitious materials. a. FIy ash. When fly ash is used as a partiai replacement for cement, the replacement rate shali be determined from laboratory triaj naixes,. and sha11 be between 20 and 30% by weight oftl�e total cernentitious material. If fly ash is used in conjuriction with slag cement the m�imum replacement rate shall not exceed 10% by weight of toial ce�nentitious material. b. Slag cement (groand grariulated blast fitrnace (GGS�+')). Slag cement may be used. The slag cement, or slag ceznent plus ffy ash if both are us�d, inay constitute between 25 to 55°/a of the to#al cementitious material by weight. c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the concrete mix. When pozzolan is used as a}aartial replacement for cement, the replacement rate shall ba determined from laboratory trial mixes, and shall be befiween 20 and 34% by weight of the totai cetneptitious material. If pozzolan is usec� in conjunciion with slag cement the maximum replacement rate shali not exceed 10% by weight oftotal cemei�titious material. 541-3.6 Admixtures. a. Aar-�ntraining admixtures. Air-eniraining admixtu�e are to be added in s.uch a manner that will ensure unifarm distribution af the agent throughout the batcli. The aii• content of freshly mixed air-entrained concrete shall be based upon trial mixes with the materials to be us.ed in the work adjusted to produce concrete of the required pIasticity and workability. The peroentage of air in the mix shall be 5.5%a. Air content shaI1 be determined by tes#ing in aecordance with ASTM C231 for gravel and stone cnarse aggregate and .4STM C I73 for slag a�nd other highly porous coarse aggregate. CITY OF FORT WOT2TFT AlIiance Airpnrt Taxiway P, Phase 2 Technical Specification's P-SOI-7 PrajecYNumber 1030�� Itetn P-501 CemeErt Concrele Pa�ement b. Water-reducing admixtures. Water-reduciilg admixtures shall be added to the mix in the ir�anner �'ecnzntz��i�ded by the manufacturer and in the amount necessaiy to comply with the speci#�cation requir�ments. Tests sh.all be condueted with the materiais to be used in the work, in aecordanee with A�TM C494. c. Other admixtures. S�t controlling, and other approved admixtures sl�all be added to tile mix in the mai�ne�' reco�nmei�ded by the manufacturer and in t11e amount ileeessary to comply with tl�e specificatioi� tequirements. Tests shall be conducted with the materials to be used in the wark, in accordance with ASTM C494. d. Lithiura nitrate. Lithiuin nitrate shall be added ta the mix in the manner recommended by the tnanufacturer and iii the amount necessary ta eompIy wiih the specification requirements in accordance witl� pax•agraph 5 Q 1-2.1 pd. CONSTRUCTION METHOD� 5Q1-4,1 Control Strip. The cantrol st�ip(s} shall be to the zlext planned joint af�er fhe initial 250 feet (75 m) of eaeh type of pavement construction {slip-form pilot Iane, slip-�orm �Il-in iane, or fixed form). The Contracior shall demonstrate, in the presence of the RPR, fhat the matez'ials, cancrete mix, equipment, construation Qrocesses, and quality cantroj processes tneet the requirements of the specifieations. The cancrete mixture shall be extruded from the paver meeting Y11e edge sl�mp tolerance and with little or no finishing. Pilot, filI-in, and fixed-form control strips wilt be acc�pted separately. Minor adjustments to the mix design may be raquired to place an acceptable eontrol strip. The productian mix wiIi be the adjusted mix desi.gn used to place ihe accepiable cant�'aI strip, Upon acceptance of the control skrip by the Rl'R, the Gontractar inust use the same equipxnenf, materials, and constructian methods foj� the remainder of concre#e paving. As�y adjus�tn�zats ta pracesses or inaterials mLtst be approved in advance by the RPR. Acceptable eoiitrol strigs will meet edge slump tolerance and surface acceptable with little or no fnishing, air content within action limits, strength equal or greater than requirements of P501�3.3. The control st��ip wilI be considered one lot for payment (no sublots required far contral strip). Paytnent will only be made for an acceptable cantroi strip in accoi•dance with paragraph 501-8.1 using a iot pay factoz' eqttal to 1 Q0. 501-�L.2 Equipment. The Contractar is responsible for the proper o}aeratio.n and maintenanee of aIl equipment necessary for handling materiais and performing all parts af tt�e work to meet this specif cation. a. Plant and eqvipment. The plant arid mixing equipznent shall conform to ihe requirements ofASTM C94 andlaz' ASTM C685. Ea.ch truck mixer sl�all have atYached iz� a prominent place a manuiac�urer's nameplaie showing the capacity of the drum in terms ofvolutn� of mixed concrete and the speed of rotation of the mixing drum or biades. The truck mixers shall be examined daily for changes in condition due to accumulation of hard concrete or moriar or wear of blades, The pickup and thrQwover blades shaIl be repIaaed when they have worn down 3/4 in.ch (19 mir�) or more. The Contractor shall have a copy of the manufacturer's design on har�d showing dimcilsinns and arrangerr�ent of blades iii reference to original h:eight and depth. Equipment for transferring aazd spreading cancrete from the transporting equipment ta the pavitag lane in fi•ont ofthe finisliing equipment shall be provided. The equipment shalI be specially manuiactured, self prflpelled transfer equipment which will accept the concrete outside the paving lane arad will spread it evenly across the paving lane in front of the paver and stt•ike off the surface evenIy to a depth which permits the paver to operate eff�ciently. �l. FIIIISIIIII� �(�U.IpII1CXlf. (1) Slip-�'orm. The standard method of canstructi�ag concrete paverr�ents shalI be with an approved slip-form paving equipment dasigned and operated to spread, consolidate, screed, a�1d finish the freshly placed concrefie in oz�� camplete pass of the machine so that ihe end result is a dense and homogeneo�as CTTY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specifications P-SO1-$ ProjectNumber 103p00 ItEm P-SO I Cement CancreCe Pauement pavement whicli is achieved witlz a minimum of ha�3d �nisl�ii�g. The paver-finisher shall be a IZeavy duty, self-propelled machine designed specifically for paving and finishing high quality concrete pavements. (2) Fixed-form. Tn irregular az'eas at iocatians inaccessible to slip-form pa�ing equipment, concrete pavement may be placed with equipment specifically designed for placeinent and finishing using staiianary side forms. 1VIeihods and equipment shall be reviewed and accepted by the RPR. Hand screeding and f�oat finishing may only be useci on sinall irreg�ilai• areas as allowed by t11e RPR. c. Vibratars. VibraYar shall be the internal type. The rate of vibratian of each vibrating unit shaIl be suffcient io consolidate fhe pavement without segregation or voids. The number, spacing, and fiequency shall be as necessary to pravide a dense and homageileous pave�ment and meet the recolnmendations of American Conerete institute (ACI) 309R, G�.iide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the pa�er. The vibrators shalI be aiitomatically coiitrolled so that they shall b� stopped as forward inotion ceasas. The Contractor shail pro�ide an electronic or rnecha�lical means to man�tor vibrator status. T11e checks on vibrator status sha[1 occur a mini�a�um o� two times per day or when requested by the RT'R. Hand 11e1d vibrators may only be used in irregular areas and shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete. d, Concrete saws. The Contractor shall provide sawing ec�uipment adequate in number of units and power to cotnplete the sawing ta the r�quired dimensions. The Contractor s1�ali provide at least on� standby saw in good �vorking order and a supply of saw blades at the site of the work at aII tunes during savS+mg operatio�s. e. Fixad farms. Straight side �xed forms shall be made of steel and shall be furnished in sectia��s not less than 10 feet (3 m) in [eiigth. Fo�s shall6e provided with adequate devices for secure settings s� that when in place they will withstand, with.a�.it visible spring or settleinent, the impact and vibt�tion af the cansolidating and finishing equipment. Forms with battered top st�rfaces and benY, twisted or broicen forms shall not be used. Bui.it-up forms sha.11 not be used, except as approved b�r the RPR. The tqp face of the form shall not vaty fram a true plane more than 1/8 inch (3 mm) in 10 feet (3 r�j, and tl�e 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 tightIy for secure setting. Wood forms may b� ttsed under special conditions, when approved by the RPR. 'I'he forms sh�I1 extend the fu11 depth of the pavezn:ant section. 501-�.3 Forrr� setting. Forms shall be set to lir►e and grade as shown on the plans, sufficiently ip advance of t�e ccancrete placement, to ensure continuous paving operation. Fartns shall be set ta withstarid, without visibla spring or settlement, the impact and vibration oithe can.solidating and finishing equi��nent. Forms shall be cleaned and oiled prior ta the concrete placem�nt. SOl-4.4 Basc surface preparation prinr to placement. Any ciamage to the prep�red base, subbase, and subgrade shall be corrected full depth by the Contractor prior to c.o.ncrete placement. The underlying suz'face shall be entireIy free of frost wi�en concrefe is placed. The prepared grade shall be maistened with water, WIti�.10Uf saturating, immediately ahead of cottcrete placeznent to prevent rapid loss of moisture from concreie. �and breaker sha1l be applied in accardanee with 5D1-2.12, SOl-4.5 Handling, measuring, and batching material, Aggregate stockpiles shall be eonstructed and managed in such a manner that pravents segregation and intermixiiig of deleterious materials. A.ggregates from different sources shall be stackpiled, weighed and batched separately at the concr�fe batch plant. AggregaCes that have become segregated or mixed with earth or foreign material shall not be «sed. AlI aggregates produced oz' handled by hydraulic methods, and washed aggregates, sk�all be stockpiled or buuled for drai:�i��g at least 12 hours before being batched, Sto.re and nr►aatttain all aggregates at a uniform moisture content priar to use. A continuous supply of ma�erials shall 6e pz'ovided to the work to ensure continuous placement. CITY OF FORT WOIZTH Alliance Airpart Taxiway P, Phase 2 Technical5peciCca#ions P-501-9 ProjectZ�Tumber 10300Q Ite�n P-501 Cement Concrete Pavement 5p1-4.G Mixing concrete. Tne conerete may be inixed at th� work site, in a central mix plant or in truck mixers. The mixer shall be ofan approved type and capacity. Mixing time shall he measuz'ed from the time a]l materiats are placed into the drum until the drum is einptied into the truak. All concrete shall 6e mixed and delivereci to the site in aceordance with tha requirements of ASTM C94 or ASTM C685. Mixed cancrete from the central mixing p�ant sha11 be transported in truck mixers, truck agitatoz's, or non- agitatit�►g trueks. The elapsed tiin� frnm the additian of cementitious material to the m�x until the concrete is discharged fram ihe truck should not excasd 3p minutes when the concrete is hauled in non-agitating t�•ueks, noj• 94 ini�iutes when the concrete is hauled �n truck mixers or truck agitators. In no case shall tl2e temperature of t13� concrete when placed exceed 94°F (32°C). Retem�erin� concrete by adding water or by other u►eans will nnt be permiYted. With transi# mixers additionai water may be added to the batch materials and additaanal inixit�g performed ta increase the slump to meet the specified requirements provided tl�e addition of water is pei�ormed within 45 minuies after the initial mixing operations and provided ihe water/cetnentitious ratio specified is not exceeded. 541�a.7 Weather Limitations on mixing and �lacing. No c�ncrete shall be �nixed, placed, ar finished when the natural light is �nsuificient, unless an adequate and approved artificial lighting system is aperated. �. Cold weather, Unless authorized in writ�ng by ihe RPR, mi�ing and concreting operatzons shall be discontinu�d when a descending air temperature in the shade and away froin artificial heat reaches A�0°F {4°C} and shal I not be resumad untii an aseending air temperatz.�re i�� the shade and away from artificial heat reaches 35°F (2°�}. The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The tainperature of t�Ze tnixed concrete shaIl i�ot be less than 54°�' (14°C) at the tiine of placemeiZt. Concrete shall not ba placed on frozen material nor shall fi•ozen aggr�gates be used i�1 the concrete. When coilcreiing is authorized duriz�g cold weather, water andlar the aggregates may be heated to not more than 15Q°F (66°C). The apparatus �sed shall heat the mass uniformly and shall be arrazig;ed to preclude the possible oceurrence oi overheated az'eas which might be detrimental to the materials.. C�aring during cold weather shall be in aecordance �+ith paragraph 501-4.13d. b. HoE weather. Duz-ing periods of hot �?veather when the ma�mum daily air tem�e�•ature exceeds 85°F (3D�C), the followin� ptecautions shall be taken. The forms and/ar the underlying surface shall he sprinkled with watar immediately before placing the eancrete. The concz'ete shall be placed at the coolest temperature praciicable, and in no case shal] tt�e temperature of the concrete when placed exceed 9�°F (32°C}. The aggregates and/or mixing water shaI1 be cooled as necessary to maintain the concrete temperature at or nai more than th� specified maximum. The concrete ptacement shall be protec�ed from exceeding an evaporation 3•ate of 0.2 psf {4.98 kgJm� per haur) per hour. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastie eracking begi�s to occur, the Contractor sha11 irnmediately take such additional maasures as necassary to protect the cancrete surface. If the Contracfior's measures are not eff�ctiva in preventing plastic cracking, paving operations shail be immediately stopped. Curing dtitring hot weather shall be in accordance with paragraph 5D1-4.13e. c. Temperature management prograra. Prior to the start of paving operation for each day of paving, the Contractor shall provide �fie RPR with a Temperature Management Program for the concrete ta be placed to assure that uncontrolled cracking is avaided, (Federal Highway Adininistration HIPERPAV 3 is one example of a temperat�zre management program.) As a minimum, the program shall address the foilowing iteins: (1) Anticipated tensile strains in the fresh concrete as related to heating and coaling of the concrete mate��ial. CITY OF FORT WORTI-I Alliance Airpart Taxiway P, Phase 2 Technical SpeciFicatio�s P-501-10 Project Number 103QQ0 Item P-501 C.cmcnt Concrete Pa�ernen! (2j Anticipated weatl�er conditians suc11 as ambient temperatures, wind velocity, and xelative Ilu�nidity; and anticipated evaporation rate using Figure 19-9, �'CA, Design and Control of Concrete MiYtu�•es. (3) Ai�ficipated timing of inifial sawing of joint. (4) Anticipated xlumber and type of saws to be used. d. Rain. The Contractor sl�all have available mat��'ials for the pratection of the concrete during inclement weathex. Such proteciive materials shall consist of rolled polyethylene sheeting at least 4 mils (Q.1 mm) thic� of sufflcient leiigth and width to cover the plastic concrete slab and any edges. Tlle sheeiing may be mounted on eit�ler the paver or a sep�'ate movable bridge from which it can be unrolled without dragging ovej� the plastic c�nc��ete surface. When rain appears irriminent, all paving operations. shall stop and a11 available personnej shall begin cove��ing the surface Qf ihe unhardened concrete with the protective covering. SOI-4.$ Conerete Placernen� A.t any point in concre#e conveyance, the free verCical drop of tl�e concreta from one paint to another or to the underlying surface shall not exceed 3 feet (1 m). The iinished cancrete produet must be dense and homogeneous, without segregation aud conforming t� the standards in this speci�cation. Backhoes and grading equipment shaIl not be Ltsed to distri6ute �he concrete in froni of the paver. Front end loadexs will not ba used. AIl concrete sha11 be consolidated without voids ar segr�gation, including under and around all laad-transfer devices, joint assembly units, and oiher feaiures embedded in the pavement. Hauling equipment or other mechanical equipm�nt can be peemitted on adjo.ining previously constructed pavement when the concrete strengih reaches a flexural strength of 550 psi (3.$ MPa), based on the average af faur field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed. The Contractor must determine that the above minitnun� strengths are adequate to protection the pauement fi•om overloads due to the construction equipment prapased far the project. The Confractor shaII have a�ailable materials for the protection of the concrete during cald, hoi andlor inclement weather in accordanc.e wiEh paragraph 5�1-4.7. a. Slip-form coastruct�on. The concret� 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 fr�m autside reference lines estabjished for this purpase. The paver shall vibrate the concrete for the full width and depth of the st� ip of pavement being placed and the vibration shail be adequate to provide a consistency o.f cflncrete that wiil stand nnrix�.al to Y.�e surface with sharp weIi-defined edges. The siiding forms shall be rigidly held together lateralIy to prevent spreading of the farms. The plastic concrete shall be effectively consalidated by internal vibration with trans�verse vibrating units for the fuil width of the pavem�nt and/or a series of equally placed longitudinal vibrating units. The spaee from the outer edge of the pa�ement to longitudinal unit shall nat exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes. The spacing of internal units shalI be uniform and shall no.t exceed 1$ ii�ches (0.5 m}. The terrrt internal vibration ineans vibrating ur�its located vvithin the specified thickness of paveinent section. The rate of vibz'atian of each v'ibrating unit shall be sufficient to consolidate tl�a pavement wit��aut, segregaiion, voids, or vibrator trails anci the amplitude of vibration shall be sufflcient to be perceptible on the surface crf the eoncrete along the entire length of th� vibrating unit at�d for a distance of at least one foot (30 cm). The frequency of �ibration or amplitude should be adjusted proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall be equipped with a 1:achorneter or other suitable device for tneasuring and indicatin.g the actual frequency of �ibrations. The concrete shall be held at a unifor�n consistency. The slip-form paver shall be operated with as nearly a contjnuous forward moveinant as possible and all operations of mixing, delivering, and spreading conerete shall be coordinatad to provide uniform progress with stopping and starting of tl�e paver held to a CITY UF FQRT WORTH Alliance Airpnrt Taxiway 1', Phas� 2 T'echuical SpecificaGons P-SOl-1 ] ProjeeCNnmber ]0300D Itein P-50] Ce�nent Concrete Pavement minimum. If for any reason, it is necessary to stop the forward movement of the par�er, the vibs�atory and tamping elemants shall also be stopped iminediately. No tractive force shall be applied to �he machine, except that which is contz'olled from tlte macliine. When conorete is being placed ad�acent to an existiilg pavement, that part of�the equipment which is supported on the existing pavement sha11 be equipped with protective pads on crawler tracks or rubber-tired wheels on whiclz the bea�'ing surface is ofFsei: to run a sufficient distance fi•om the edge of the pavan�e��t to avoid breaking the pavement edge. Not more than 15% a�t��e total fi•ee edge of each 500-foot (I50 m) segment of pavement, or fraction thereof, slzall laave an edge slump exeeeding 1/4 inch (6 mm), �nd noi�e of the free edge of th� pavement shal] have an edge sjump exceeding 318 inch (9 nn�n). (The tatal free edge of 500 feet {15Q m) of pavement will be considered the cumulative total linear measurement of pavement edge originally canstructed as nonadjace�lt to any existing pavement; that is,. 500 feet (15D m) of pa�+ing lane originally constructed as a separate lane will have 1,000 %et (3Q0 m) o�free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by i:he downward mo�einent of the concrete along the pau�ment edge shaii be limited to not rnore thatt 18 i�iches (0.5 m) from the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump will be rerrioved tk�e fufl vt+idth of the slip form lane and repiaced at the expense of the Cantractor as direcied by the RPA. b. Fixed-form construction. �'orms shall be dri�led in advance of bein� plaeed to line and g�•ade to accom�nadate tie bars / dowel bars where these are specified. Immediately in advance of p.lacing concrate and after a11 subbase operatxnns are campleted, side forms shall be trued and rnaintained to the required line and grade far a distance sufficient to preveni delay in placing. Side forms shall remain in place at least 12 hours after the concrete laas been piaced, and in all cases until the edge of the pa�+ement no Ionger requires #he protection of th� farms. Curing campound shall be applied to the concrete imnnediately after the farms have been remov�d. Side forms s�all be thoroughly cleaned and coated with a release agent each tirne they are used arid before concrete is placed against them. Concrete shall be spread, screed, shaped and cor►solidated by one or more seli gropelled maehines. Thes� machines shall Lmiformly distribute and cozlsolidate c.oncrete withnut segregation so that the completed pavezx�ent will conform ta the requir�d cross-section with a mini�num af handwork. The number and capacity of machines furnished shall be adequate to perform the work required at a rat� equal to that of concrete delivery. The equipment must �e specifically designed for placement and �i;nishing usi��g stationary side foa-tns. Methods and equipmei�t shail be reviewed and accepted by the RPR. Concrate far the full paving width shall be effectively consolidated by internal vibrators. The rate of vibration of each �ibrating unit shall be sufficient to consolidate the pauement wi�hout segregation, �oids, or leaving vzb�•ator trails. Pawer to vibrators shall l�e connected so that vibration ceases when forward oz' backward motion af the machine is stopped. c. Cansolidation. Conce�#� shali be eonsolidated with the specifled type of lane-spatl��ing, gang- ynounted, mechailical, immerston type vibrating equipment mounted in front of the pa�er, Supplemented, in rare instances as speci�ted, by hand-operated vibrators. The vibratars shall be inserted into the concrete to a degih that will provide the best fitll-depth ctinsolidation but not closer to the underlying material than 2 iiiehes (50 mm). Vibrators shall not be used to transport or spread the conerete, For each paving train, at least Qne additioilal vibrator spud, or sufficient parts for t'apid replacement and repair of �ibi•ators shall be CTTY OF FOAT WOIZTH Alliauce Airport Taxiway I', Phase 2 Technical Specifications P-501-12 Prnject Num6er 103004 Item P-501 Cemenl Concrete Pa�ement maintained at the paving site at all tin�es. Any evidenc� of ii�adequate consolidatian (honeycainb along tf�e edges, large air pockets, or any other evidence} or o�er-consolidation (vibrator trails, segregation, or at�y other evidence) shall require the immediate stopping of the paving ap�ration and adjustment of ihe equipment or procedures as approved by the RPR. If a Iack of consolidation of the hardened cnncrete is suspected by ihe RPR, referee testing tnay be requu•ed. Referee testing of hardeaed ca�ticrete will be performed 6y th� Rl'R by cutting cores fi•om the f z�ished pavement after a minimum of 24 hours curing. The RPR shalj visually examine the cores for evidence of lack of cansolidation. I�ens�ty deYei�ninations will be made by the RPR based on the water content of tI�e core as taken. ASTM C642 shall be �sed for the deteiTninati.an of core density in the saturated- surfac� dry eondition. When required, referee cores wi11 be taken attha �ninimuin rate ofone for each 500 cubic yards (382 1n2) of pavement, oz' fraction. The ContracCor shall be responsible for all referee testing cost if they fail to ineet the required density. The average density af fhe cores shall be at least 97°/o of the original conerete mix density, with no cores having a density of less than 96% of the origir�al concr�te tr�i� density. Failure to meet tfie referee tests wi11 be considered evidence Yhat the minimum requirements for vihration are inadequate fnr tlle job conditions. Additional vibrating units or other means of increasing the effect of vibration shall be ernployed so that t�e der�sity ofthe hardened concrete confortr�s to the above 1•equire�nents. SOI-4.9 Strilie-off af canere#e and p�acement of reinfartement, Following fihe placing of tlae concrete, it shall be struck off to conform to tlle cross-s�ction shown on the plans and to an elevation that wl�en the concrete is properly eonsolidated and finished, the suriaee pfthe pavement shaIl be ai the elevaiion shown on the plans. When reinforced concrete pa�ement is placed in iwo layers, the bottom. layer shall be struck of�to suc111ength and depth that the sheet af reinforcing steel fabric or bar mat may be laid fu11 length oz1 the concrete in its final position without fi�rther manipulation. The reinforcetnent shall then be placed directly upo� the conerete, after which th� top layer af the concrete shall ba plac�d, struck off, and screed. If any partian of the bottoin layer of cnncrete has been piaced more than 34 zninutes withaut being covered with the top layer or if iniiial set has taken p.lace, it shall b� reanoved and xepIaced w�th freshly rziixed concrete at the Cantractor's expense. V1hei1 reinforeed concrete is plaaed in one layer, the reinforcement �nay be positioned in advance of concrete placement or it may be placed in plasiic concrete by mechanical nr �vibratory means after spreading. Rein%rcitig steel, at the tirne cancrete is placed, sha116e free of mud, oil, or othar organic matter that may adversely affect or reduce bond. Reinfarcing steel with rust, mill scale or a eombination of both will be considered satisfa�tory, providad the min'vnum dimensions, weight, and tensile properties of a hand vaire- brushed test speciinen are not less than the applicable AS`I'M specification requirements. 501-4.10 Joints. Joints shall be c�nstruc�ed as shawq on the plans and in aecordanc� with thes.e requirements. All joints shall b� consh•ucted with their faces perpendicular to the surfac,e of the pavement and iinished or edged as shown on the plans. Joints shaIl not vary rnore than 112-inch (12 mm) from their designated pasiiion and shall be true to line witl� not more than 1/4-inch {6 mm) variatian in 10 feet (3 m). The surface across Yhe joints shal] be tested with a 12-foot {3 m) straightedge as the �oin.ts are finished and any irreguIarities in excess of 1/4 inch {6 mm) shall be corrected before tl�e conerete has hardened. All ,{oints shall be so prepared, finished, or c�.rt to provide a groove of unifarm width and depth as shown on the plans. a. Construction. Lo3lgitudinal cnnstruction joints shall be slip-formed or formad against side forms as shown in the plaris. Transverse construction joinfs shall be installed at the end of each day's placing operations and at any ath�r points within a paving lane wl�en concrete placeinent is interrupted for more than 3D minuies or it appears tllatthe concrete will obtain its initial set before fresl� concrete arrives. The installation oftlle joint CITY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specif[cations P-501-13 Project Number ]030{70. Ifem I'-501 Cem ent Concrete PaveinenY shall be lacated at a planned contractian or �xpansian joint. [f placing of the coilcrete is stopped, the Contractor shaIl remove the excess concrete back to the previous plamied joint. b. Contractian. Contraction joints sha11 be installed at the locations and spacing as shown oi1 the plans. Co.ntraction joints shall be installed to the diinenslo�ls required by farming a groave or eleft in the top of the slab while the conerete is still plastic or by sawing a groove iilto t11e concrete surface after the conerete has Iiardened. When t1�a groove is forined in plastic concrete tlia sides o�the grooves slzall be finislled eve1� and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the inanufacturer's instructians. The groo�e shall be iin.ished or cut clean so that spalling will be �voided at intersections with o.ther joints. Grooving or sawing shall produce a slot a� least I/8 inch (3 mm} wide and fo the depth shown on the plans. c. Iso[atian (expansian). Isolatiion joints sha11 be installed as shown oi� the plaiis. The premolded fillei• of tl�e thickness as shown on the plans, sha1I extend far the full depth and width of the sIah at the joint. The fller sha11 be fastened uniformly aIong the hardened joint face with no buckiing or dehris between the filier and the conca'ete interface, including a te�nporary fille�• �or Yhe sealant r�servoir at the top of the slab. The edges of the joint shall be finished and tooled while the concrete is still plastic d. Dowels and Tie Bars for Joints (l.) Tie bars, Tie 6ars shall consist of deftorrned bars installed in joints as shown an the plaris. Tie bars shall be placed at right angles to ilie centerline of the concrete slab and shall b� space� at intervals sllown �n t12e plans. They shall be held in position parallel #o the pavement surface and i�� the middle ofthe slab depth and within the tolerances in paragraph 501-A�.10(f.). When tie bars extend into an unpaved lane, they �nay be bent against the fonn at longitu.dinal construction joints, unless thseaded bolt or o�11er assembled tie bars are specified. Tie bars shall not be painted, greased, ar enclased in sleevas. When slip- farm operations call for tie b�rs, two-piece hoolc bolts can be instalI�d. (2) Dowel bars. Dowel bars shall be placed across joints in the proper Iiorizonta! and vertical alignment as shown on the plans. The dowels sha11 be coaied with a bond-breaker or other lubrica�at recominended by the tnanufacturer and approved by the RPR. Dawels hars at Iongi#udinal construction jaints sha11 be bonded in drilIed noles. (3} Placing dowels and ti� bars. Horizontal spaci�g of dowels sl�ali be within a tolerance af �3/4 inch (19 tnna). The vertical location on the face of tha slab shall he within a tolerance of �1/2 inch (12 mm). The method used to install dowels shall ensure that the hori.zontaI and vertical alignment will not be greater than I14 inch p�r f�et (6 mm per 03 �n), except %r those across the crown or other grade change joints. Dowels aci•oss crowns and other joints at grade changes shall be measured to a level. surface. Horizontaf alignment sha11 be checked perpendicular ta the joint edge. The portion of each dawel intended to move within f.l�e concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating oil or light grease befare the concrete is plaeed. Dowels sha11 he installed as specified in the following subparagrap�s. Dowels and tie bars shall not be placed claser than 0.6 times the dowel bar or tie bar length to the planned joint line. If the last regularly spaced loilgiYudinal do�el andloi� tie bar is clos�r that� that dimension, it shall ba moved away from the joint ta a location 0.6 times �e dn.w�i bar and/or tis bar length, but not closer than 6 inehes {I50 mm) to ifs nearest neighbor. (a) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints witl�in the paving Ian� shall be held securely in place by nn�ans of rigid metal frames or basket assemblies of at� appraved type. The basket ass��tnblies shall be held securely in the proper locaYion by means of suitable pi ns or anehors. Do not cut or crimp ttae dowel basket tie wires. At the Contractor's aption, dowels and tie bars in cantr�ction joints inay be i�stalled by insertion ii�to the plastic conerete using approved equipment and procedures per the paver trtanufacturer's desigii. Approva] of installation methods will be based an the results of the cQnt�•ol strip showing that the CI'FY flF FDRT WbRTH Alliance Airport Taxiway P, Phase 2 Taehnical Speeificafinns P-SOE-i4 ProjeclNumber 103000 ltem P-5D1 Cemant Cancrete Pavement dowels and #ie bars are installed within specifi�d to�erances as verified by cores or n�n-destruc�ive rebar location devices approved by the RPR. (b) Construction ,jninfs. Install dowels a��d tie bars by the cast-iir place or the driil-and- dowel method. Installatian by removii�g and replacing in preformed holes will not be permitted. Dowels and kie bars shall be prepared and pIaced across joints where indicated, correctly aligned, and securely held in the proper harizontal and t�e�'tical positian during placi»g and f�nishing aperatin�as, 6y means of devices fasfiened to the forms. (c) Joints in hardened concrete. Install dowels in harde��ed concrete by bonding the dowels into holes drilIed inta the cancrete. The cflncrete sha�l have cured for seven (7) days ar reached a minimum flaxttral stz'ength af 450 psi (3.1 MPa) before drilIing b�gins. Holes 1/8 in�h (3 mm) greater in dia�neter than t11e dowals shall be drilled into the hardened eoncrete using ratary-core drills. Roiary- percussion drills tnay be used, provided that excessive spalling does not occur. Spalling beyonci the limits of fhe g;rout retenYion ring wi11 require modification of tla� eq�iprrzent and pperation. I�epth of dowel hole slaall he within a tolerance of �1{2 ineh (12 mm} of ihe dimension shown on tl�e drawings. On completion of the drilling operation, the dowel hole shall he blown out with oi]-free, compz'essed azr. Dowels shall be bonded iis the drilled holes using epoxy resin. Epoxy resin shall be injeated ai the back of the hoIe befare installing the dowel and extruded to the collar durii�g insertion of the dowel so as to completely fill tbe vaid around the dowel. Ap�alicatign by buttering tlze dowal will not be pennitted. The dowels shall be held i�� alignment at the collar of the hoIe by means af a suitable metai �r plastic grout reter�tion rin� fitted arolmd the dowel. �. Sawing of soints. Sawing shall coznmex�ee, without xegard to day or night, as soon as tk�e concrete has hardened sufiiciently to permit cutting without chipping, spalling, or tearin� and befare uncantrolled shrinkage cracking of the pauemant occurs and shaIl continue wiihout interrupiion i�ntil all joints haVe been sawn. All slurry and debris produced in the sawing of jaints shall be remo�ed by vacuutning and washing. Curing compound or systetn shall be reapplied in tl�e initial saw-cut and maintained for the remaining cure period. ]oints shal] be cut in loca�ions as shown on the plans. The initial josnt cut sha�i be a minimum 1/$ inch (3 rnin) wide and to the depth shown on the pians. Frior to placem�nt of jaint sealant or seals, the top of ihe joint shall be widened by sawing as shown on the plans. 501-4.1.1. Finis�ing. Finishing operations shall b� a continuing part af placing operations starting immediateSy bei�ind the strike-off of the paver. Initial �nishing shall be provided by the transverse screed or extrusian plate. The sequence of operations shall be transverse �nishing, �ongitudinal machine flo�ting i� used, straightedge finishing, edgi�g of joints, and then texturing. Finishing shall be by the machine method. The hand method shall be used only on isalated areas of odd sIab widths or shapes and in tlte event of a breakdown of the mechanical �nishing eqL�iptnent. Su.pplemental hand finishing for machi�e finished pavement shall be kept to an absoltite minimum. Any machine finishing operation which requires appreciable hand finishing, other thail a moderate a.mount of straightedge finishing, shall be immediately stopped and proper adjustments made or tha equipme�t replaced. Equiprnent, mixture, andlor pracedures which produce more than 1/4 inch (6 mm) af mortar-rich surface shaIl be irnttkediately modified as necessa.iy to eliminate this condition or aperations shall cease. Compensation shaII be made for surging behind the sereeds or extrusian plate and settlement during hardening and care shall be taken to ensure that paving and iinishing machines are properly adjusted so that the fr�ished surfac� o�F the concrete (not just the eutting edges ofihe scre�ds} wiD be atthe required line and grade. Finishing equipment ar�d tools shall be maintained cIean and in an approved cQndition. At no time shall water be added to the surface afthe slab with the i'uiishirlg �quipment or tools, or in any other way. Fog (mist) sprays or ather su�•face applied iinishing aids specified ta prevent plasiic shrinkage cracking, approved by the RFR, may be used in accordance with the manuiacturer's requirements. CITY OF FORT WORTH Alliance Airport Taxiway Y, Phase 2 Technical Specifioations P-501-15 Project Number ]03000 ]tein P-501 �eineni Concrete Pavemeni a. Machine finishing wifh slipform pavers. The slipform pavex sl�all be operated so that oniy a very mir�iznum of additionai finishing wo��k is required to produce pavement surfaces and edges ineeiing ih� specii'ied tolerances. An.y equiptn�nt ar pracedure that fails to meet these specified reqliirements shall iminediately be replaced or t�aodi�ed as necessary. A self-propeIled non-rotati�lg pipe float may be used while the concrete is still plasiie, to remnve minar irregularities and sco�e inarks. Only ane pass of the pipe float sl�all b� ailowed. Equipinent, mixture, and/oj• pracedures which produce more than 1/4 inch {6 mm) oitnortar-rich surface shall be immediately modified as necessary to eliminate this condition or opea•atians shaIl cease. R.emave excessive slurry frazn the surface with a cutting straightedge and wipe off tlie edge. Any slurry which dqes run down the vertica] etlges shall be iin�nediately rcmnved by hand, using stiff brushes or scrapej•s. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement ta coinpensate for excessive edge slump, either while the conci•ete is plastic or after ii hardens. b. Machine finishing with iuced forms. The inachine shall be designed to straddle the forms and shall he operated to screed and consoIidate the concrete. Machines that cause displac�ment of the fo�ns shall be replaced. The macl7ine shalI rnake onIy one pass over eacli area of pavement. If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the aperation shall be immediately stopped and the equiprnent, mixtu�•e, and procedures adjusted as necessary. c. Other types of iinishing equipm.enf. Ciary screeds, other rotating tube floats, or bridge deck finishers are nof allowed on ma.inline paving, but may be allowed on ir�egular or odd-shaped slabs, and near buiIdings or trench drains, subject to the RPR's approval. Bridge deck fnishers shall have a minimum operating weight of 7500 pounds (3A-00 kg) and shall have a transversely ogerating carriage. containing a knnck-dawn auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs wliere hand iinishing is pernaitt�d as speciited, and only wher�; specifically app�oved. d. Hand iinishing. Hand finisl�in� methods will not be permitted, except under the following conditions: {1) in the event nf breakdown ofthe mechanical equiprnent, hand methods may be used to �nish the cancrete already deposited on the grade and (2} in areas of natrow widths or of irregular dimensions where operation of the mechanical equipment 'ts impractical. e. Straightedge testing and surfac� correction. After the pavement has bean struck off and while the concrete is still plastic, it shall be tested for trueness vvith a 12-ftoot (3.7-m) finishing stra�ghtedge sw�ang fram handles capab.le of spanning at least one-half the width of the slab. '['he straightedge shall be held in contact with the surface in suceessive pasitions parallel io the centerline and the whc�Ie area gone over from one side of tlae slab fo the other, as necessary. Advancing shall be in successive stages of not rriore than one-half the length of the straightedge. Any exeass water and laitance in excess of 1/8 inch (3 mm) thick shall be removed from the surface of the pavement an.d wasted. Any depressions shall be immediafely filled with freshly mixed concrete, struck off, consolidated, and r�fnished. Hzgh areas shall be cut down and refinished. Special attention shall be given ta assure that the surface across joints meets t�e smoothness requirements. 5traightedge tesiing and su:rface coz�ractians shall continue until the entire surface is found to be free from observable departures fro�n the straiglatedge and until the slab conforms to the required grade and cross-section. The use of long-handled wood floats shall be confined to a mii�imurr►; t�►ey may be used only in emer�encies and in az�eas not accessibla to finishing equipment. 5Q1�4.12 Surface Eexture. The sur�ace of the pavement shall be f nished as designated below for all newly constructed coiicrete pavem.�r�ts. it is important that the texturing equipment not tear or unduly raughen the pavement surface during the operation. The texture shali be unifor�n in appearance an.d approxiznately 1/16 inch (2 mm) in depth. Any imperfections resulting fiom the texturing operation shaIl be corrected ta the satisfaction af the RPR. a, Brush or broom finish. Sha1i be applied when the water sheen has pz'actically disappeared. The equipment shall operate tz'ansversely across the pavement surface. C1TY OF PORT WOliTH AIl't2nce Airport Taxiway I', Phase 2 Technica! 3pecifications P-501-16 ProjectNumber 103�Q0 Itern P-SDS Cement Concrete Paveme�3t b. Burlap drag finish. Not used, c, Artificial turf imish. Not usad. 501-4.13 Curiag. Immediaiely afte�' �nishing operations are completed and bleed water is gone frnzn the sw-face, all exposed siu�faces af t�e »ewly placed concrete shall b� cuz'ed for a 7-day cure period in accardance with one of ihe methods b�low. Failure to provide sufiicient cover ma�ei7al of whatever kind dte Contractoj' inay elect to use, or lack of water �o adequately take care of both curing and other requirements, shall be cause %z• imi�ediate suspensiQn of cancreti�g ��rerations. The concrete shalI �ot be left exposed for inore than 1/2 hour d�iring the curiilg period. When a two-saw-cut inethod is used to construct the contractianjoint, the curing compounc� shal] be applied to the saw-cut imzn�diately after the iiiitiai cut has been �-inade. 'I'he sealant reservou shall not be savaed ui�til ai�er the curing period has been completed. When the one cut method is used to construct tt�e contractian joint, the jaint shall be cured with wet rope, w�t rags, or wet bIankets. Th� rags, ropes, or blankets shalf be kept mozst for the duration of the curing period. a. Impervious membrane method. Curing wit� liquid mernbrane campounds should not occur until bleed and surface maisture has evaporated. AlI exposed surfacas of the pavement shall be sprayed �niforn�ly witl� wl�ite pigmented curing compouiid iminediate�y af�er the finishing of the suz'faca and before the set of the conerete has taken place. The cu��ing eomgour�d shall not b� applied during rai�lfall. Curing compo.und shall be applied by mechanicai sprayers Under pressure at tha rate of one gallon (4 liters) to no# more than 150 square feet (14 sq m). The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the co�npound shall be in a thoroughly rn�xed condition with the pigment uniformly dispersed tlu•oughout the �ehicle. During application, the compound shall be sti.rred continuously by mechanical means. Haa1d spraying of odd widths or shapes and conerete surfaces exposed by the re�naval of forms will be permitied. When hand spraying is approved by the R�'R, a double application rate shall be used to ensure coverage. SlZould Yhe iilm become damaged from any cause, including sawing operations, within t�►e required cluing period, the damaged portions shall be repaired im►nediately with additional compound oz' other approved means. Upon remaval of side fo.rms, the sides of the. expnsad slabs shall be protected immediately to provide a curing �reatrneni equal to that provided for the surface. b. White burlap-polyethylene sheets. The surfac� of the pavement shall be entireIy �ovared with the sh�eting. T11e sheating used shall be such length (or width) that ii wiil extend at least twice the thickness of the pav�:rnenY beyond the edges of the slab. The sheeting shall be placed so that tl�e entire surface and both edges of th� slab are completely covered. Th� sheeYing shall ba placed and weighted to remain in contact with the sut�face covered, and the covering shaIl be maintained fully saturatecf and in position for seven (7) days after the concreke has been placed. c. Water method. The entu•e area. shall be cavei•ed with burlap or other water absarbing material. The materia� shall be of sufficient thickness to retain water for adequate curing without excessive runoff The material shall be kept wet at all tirr�es and maintained for seven (7) days. When the forms are st�•ipped, tha vertical walls sha11 also be kept rr�oist. It sha1S be the responsibility of the Cantractor to prevent ponding of the curing v�+ater on the subbase. d. Conerete �rntection for cold weather. Maintain the eoncrete at a teinperature of at least 50°�' (14°C) for a period of 72 hours after placing and at a te�nperatttre above freezing far the remainder of the 7-day curing period. The Contractor shall be responsible for t��e quality and strength of the concrete placed during cold weather; and any concrete damaged shall be reztnoved and replaced at the Contractar's e�pense. e. Concre#e proteetion for hot vYeather. Coitcrete should be continuous moisture cured for the entire curing period azld slxall eammence as soon as the surfaces are finished and co��tinue for at least 24 hours. However, if moisiure curing is not practicai beyond 24 haurs, the concrete surface shall be protected from diying with appli€ation Qf a liquid membrane-farming curing compound while th� stt��aces are still damp. Other curing rz►ethods may be approved by the RPR. C1TY OP FOItT WOIZ"i'H Alliance Auport Taxiway P, Phase 2 Technical Specificatians P-501-17 Projecf Nwnber 1030D0 Item 1'-501 Gement Cancrele Pavement 501-�.1� Rean.oving �orms. U�aless athe�•�+ise specified, forms shall not be remo�ved fi•om fresh(y placed concrete un�il it 11as l�ardened sufficieutly to permit removai without chipping, spalling, ar tearing. After the forms 11ave been removed, the sides of the slab shall be cured in accordance with paragraph 501-4.13. Tf haneycombed areas are evident vvhe�� the forms are removad, materials, placement, and consolidatiQn methods must be reviewed and appropriate adjustments made to assure adequaYe consolidation at ti�e edges of futu�•e concrete placeinents. Honeycoinbed areas tlaat e�ctend into ttie slab less tIlan approx�nately 1 ii7ch {25 inm), shall be repaired with an approved grout, as dit'ected by tl�e RPR. Hoiieycoinbed areas ii�at extend intq the slab greater than a depth of 1 inch (25 mm) shall be considered as defeetive �vork and shall b�; remaved and replaced in aceordance with paragraph SOi-4.19. 501-4.15 Saw-cut grooving. If shown on the plans, grooved surfaces shall be provided in accnrdance with the require�nents of Item P-621. 541-4.16 .Sealing joints. The joinis in the pavement shall be sealed in accordance with Item P-605. 5U1-4.17 Protection of pavemen� 'I'he Coiltractor shall protect the pavement and its appw-tenances against both pL�blic traffic and trafFic caused by the Contraetor's emplayees and agents until accepied by the RPR. This shall include watchmen to direct tra�c and the ereciion and �nait�tenattce of warning signs, lights, pavem.ent bridges, crossov�rs, and protection ofunsealed joints from inirusion af foreign material, etc. Any damage to the paveinent occurring prior to final acceptance shall be repaired or the paveix�ent replaced at the Contractor's expense. Ag�regat�s, rubble, or other similar construction materials shal! nnt be piaced oi7 airfield pavements. Traffic shall be excluded from the new pavement by erectin� and maintait�it�.g barricades and signs until the concrete is at Ieast seven (7) days o3d, or for a longer period ii directed by the RPR. In paving intermediate lanes between newly paved piIot lanes, operation of f�►e hauling and pav�ing equiptn.ent will be permitted on the new pa�ament after the pavement has heen cured for se�en {7) days, the joints az'e protected, ihe concrete has attained aminimum �eltl cured flexural strength of [�.50 psi (31Q0 kPa) ], and the slab edge is pratected_ A11 new and e�sting pavem�nt carryit�g construc#ion traff'ic or equipment shall be kept clean and spillage o.f concrete and other materials sl�all be cleaned up immediately. Damaged paveme.z�ts sha11 be removed and replaced at the Contractar's expanse. Slabs sha[l be remaved to the full depth, width, and Iength of the slab. SQ1�4.18 Openin�g to construction trafiic. The pav'ement sha11 not l�e opened to traffic until test specimens moldecf and cured in accordance with ASTM C31 have attained a f�exural strength of 450 pounds per square inch (3100 kPa) when tested in accordance with AST'M C78. If such tes#s are not eonducted, the pavement shall not be opened to traffic until 1� days after the cancr�te was piaced. Prio�• to opening the pavement to construction traffic, all joints shall either be seaied or prot�cted from damage to t�e joinf edge and intrusion of fareign �naterials into fhe joint. As a minimum, backer rod or tape may be used io protect the joints frorn foreign matter intrusion. 501-4.19 Repair, removal, or re�lacement oislabs. New pavement slabs that are broken or contain cracks or are otherwise defective or unaccep#able as def�ned by acceptance critejla in paragraph SO1-6.6 shall be removed and replaced or repaired, as directed by the RPR, at the Confi�•actor's expense. Spalls alang joints shall be repaired as specified. Remov�l qf partial slabs is not permitted. Removal and replacezr�e�at shall be fuij depth, shall be full width o�the slab, atad the limit of reinoval shall be r�ormal to the paving lane and to eac11 original transverse joint. T11e RPR will determine whether cracks extand full depth of the pavement and may require cores to be drillad on the erack to determine depth of cracking. Such cores si�all be have a diameter of 2 inches {50 mixt) to 4 it�ches (IQO mm), shall be drilled by the Contz'actot' and shall be filled by the Con#ractor with a weIl consolidated concrete mixture banded to the walls of the hale t�ith a bonding agent, using approved procedures. Dj•illing of cores anci refilling I�oles shall 6e at no expense to the Owner. CITY OF hORT WORTEI Alliance Airport Taxiway P, Phase 2 Technical5pacifeaYians P-50]-IS PrnjectNumber 1030Q0 Item P-501 Gement ConcreCe Pavement Repair of cracks as described in this section shall not be allowed if in tl�e aginion of t11e RPR the overall condition ofthe pavement indicales that such repair is unlikely to achieve an acceptable and duraUle finislled pavement. No repair of eracks shall be ailowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 118 inc� (3 mm) of the pavemer�t sut�face. a. Shrinkage cracks. Shrinkage cracks which da not exceed one-third of the pavement depth shall b� cleaned and either high �nolecular weigllt methacrylate (HMV�M) app�ied; or epoxy resiil(Typ� IV, Grade 1) pressure injected usin.g proeedures recommended by the tnanufacturer and approved by the RPR. Svidblasting of the surface may be required following the apglication of HMWM to restore s�Cid resistance. Cai•e shall be taken to eils�.ire that the crack is not widened during epoxy resin injection. AlI epoxy resin injeciion shall iake place in the presenee of the RPR. Shrinkage cracks which exceed one third the pavement depth shall b� t�•eatad as fuli depth craeks in accordance with paragraphs SOl-4.19b and 501-19c. la. Slabs �with cracks tf�rough interior areas. Tnterior area is defined as that area more tI1an 6 inehes (150 min) from either adjacent original traiisverse joint. T11e full slab shall be removed and replaced at no cost to the Owner, when there are any full depth craeks, or cracks greater than one-third the pavetnent depth, that extend into the interior area. c. Cracks clos.e to and parallel to joints. All full-depth cracks within 6 inches (1 SO mm) either side nf tb.e joint and essantially para[lel to the original joizlts, sha11 6e treaied as follows. (1) Full depth cracks And original joint not cracl�ed. The full-depth crack shall �e.treated as the new jaint and the original joint filled wi�h an epoxy z'esin. i. Full-depth crack. The jaint seafant reservoir for tile crack shall be farmed by sawing to a depth of 3/4 inches (19 rnin), �IJI6 ineh (2 mm), and to a width of 518 inch (16 rnm), �1/8 inch (3 m�n). The crack shall be sawed with eqttipment specially designed to follow random cracks. Any equipment or procedut•e which causes raveling or spalling along the erack shaII be z�nodified or ceplaced to pre�ent raveling or sgaliing. The joii�t shall be seaIed with sealant in accordance with P-605 or as direct�d by khe RPR. ii. 4rig'rnal joint. If the original joint seal.ant reservoir has bee�1 sawed out, tlae z'eservoir and as much of the lower saw cut as possible shall be iilled wiY11 epoxy resin, Type IV, Grade 2, tharaughly tooled inta the vaid using approved procedures. If only the original n�•row saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1, using approved proced�ares. Whare a parallel c�•ack goes part way across paving lane and then intersects and follnws the original joint which is cracked only for the r�mained afthe width, it shall be treated as specified above for a paral�el erack, and the cj•acked ariginal joini shall be prepared and sealed as originaIly deszgned. (2) I�ll depth eracks and original joint craeked. If there is any place in the lane width where a parallel erack and a cracked portion of the ariginal joint overlap, the entire slab cantaining the erack shall he re�naved and replaced. d, Removal and reglacenr�ent of full slabs. Make � full dapth cut perpendicular to the slab surfac� along afI edges of the slab with a eoz�crete saw cuiting any dowels ar tie-bars. Remove damaged slab protecting adjacent pavement from damage. Damage to adsacent slabs may result in remo�al of additional siabs as directed by the RPR at the Contractar's expense. The underlying material shall be rapaired, re-compacted and shaped to grade. Davvels of the size and spacir�g speeified for other joit�ts in s[milar pavement on the proj eet shall be installed along a11 foi.0 (4} edges of the new slab in accordance with paragraph 501-4.10d. Placement of concreta shall be as specified %r origiilal construc.tion. The joints around the new siab shall be prepared and sealed as specified for original constz'uction. CITY OF FORT VK'012TH Alliance Airpart Taxicvay P, Phase 2 Teehnical Specificatioos P-SOl-l9 ProjectNwnber ]03000 Itein P-501 Cement Lonceete Pavemert e. Spalls along joints. (1) SpaIls Iess than one inch wide and less than the depth of the joint seaiant reservaii•, shall be filled with joint seaiant material. (2) 5palls larger than one inch and/or deeper than ih� joint reservoir, but less than %2 the slab depth, and less than 25% ofthe length of fhe adjacent joint shall be repaired as follows: i. Make a vertical saw cut at least one inch (25 �m) a�tside the spalled area and to a depth of at least 2 inches (50 imn). Saw cuts shall be straight lines formit�g rectangular areas surroundingthe spalled area. ii. Remove uiisound concrete and at [east 112 inch (12 mm) of visuaIIy sound concrete betweei� the saw eut and the joint ar crack with a light chippin� hamrner. iii. Clean ca�ity with high-pressure wate�' j�ts supplemented with compressed air as needed to remove all loose material. iv. Apply a prime coat of epo�y resii�, Type III, Grade I, to the dry, cleaned surfaee of all sides and bottom of tl�e cavity, except any joint face. v. Fi1i t�e cavity with lo� slump cotacrate ar mortar or with epoxy resin concrete or mnrtar. vi. An insei�t or other bond-breaking medium shall be used to prevent bond at all joint Faces. vii. A reservair%r the joint sealant shall be sawed to the dimensions required for other�oints, or as required to be routed for cracks. The reseivoir shall be thoroughly clsaned and sealed �vith the sealei• specified for the joints. (3) 5�alls deeper than 112 pf the slab depth or spalls longer than 25% of tha adjacent joint require replacement of the entire slab. f. Diaznond grinding of Concrete surfaces. Diamond grinding shall be coinpieted priar to par+errieut grooving. Diamond grinding of the hardened c�ncrete should not be p�rformed untij the conerete is at least 14 days old and has achieved full minimum strength. Equipment that causes ra�els, aggregate ii�actures, spalls nr disturbance to tne joints will not be permitted. The depth of diamond grinding shaii not exceed 112 inch (13 mm} and all areas in which diamond grinding has been performed wi11 be subject to the �na� pavem.ent thicks�ess tolera�rce5 specified. Dia.mond grinding shall be perforrned with a machine specifically designed for diarnnnd grinding capable of cutting a path ai least 3 feet (0.9 tn.) wide. The saw blades shail be 1/8-inch (3-mm) wide with suff cient number of f1usM cut blades that creat� grooves batween Q.490 and 0.130 inc�es (2 and 3.5 mz�) wide; and peaks and ridges approximately I/32 inch (1 inm) Iiigher than. the bottom of the grinding cut. 'Fhe Contractor sliall determine the nurr�.ber an.d type of blades based on the hardness of the aggregaie. Contractor snall demonstrate to the RPR that th� grinding equipment will produce satisiaciory results priar to making earreetions to surFaces. Grinding will he tapered in all directions to provide smooth transitians to areas not requiring grinding. The slurry resultin� from th� grinding operation shall be eonl:inuously remov�d and the pavement left in a clean condi�ion. All grinding shall be at the expense of the Contractor. CONTRACTOR QiTALITY CONTROL (CQC) SOi-5.1 Quality co�ntrol program. The Goniractor shall develop a Quality Cantral 1'ragram in accordance with Ttem C-100. Na parttal payment wilI bc made for materials that are subj ect to specific quality con#ro1 requirements without an apprt�ved quality control program. 501-5.2 Conttactor Qual�ty Control (CQC). `The Contractor shall pravide or cantract for testi�tg facilities m accordance with T�em C-100. The RPR shall be permitted unrestt'icted access to inspect the Contractor's QC faciiities and witness QC activities. The RPR will advise filie Gant��actor in writing o� any �3oted CITY OF FORT WORTH Allianee Airport Taxiway P, Phase 2 Technical Specifications P-501-�� Project Number ]03000 I[em P-SO1 Cemenf Cancrete Pava�nent deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be advers�Iy affecting the iest �'esults, the i�lcoipoE•ation of the materials into thc work shall be suspended immediaiely and will noi be permitted to resume until the d��ciencies are satisiactorily coi•rected. 501-5.3 Contr�ctor QC testing. The Cont��actor shall pei�fot�rn all QC tests necessary to control the production and canstruction processes applicable ta this specificafinn az�d as set fortil ii1 the CQCP. The testing progratn sllall include, but noi necessarily b� limited io, tests for a�gregate gradatian., aggregata moistur� cnntet7t, sluinp, and air conte�t. A QC Testing Plan shall be developed �nd appz'ovad by the RPR as part ofthe GQCP. The RPR may at any tiyne, notwithstanding previous plant acceptance, reject and require the C.ontractor to dispose of ariy batch of concrete mixture wllich is �'endered unfit for use due to contamination, segregation, or improper slump. Such rejection may be based an on3y �isual inspection. In the event of such rejectioii, the Contra�tar may take a re�resentative sam�ale af the rejected material in the �aresei�ce af the RPR, and if it can be demonsfrated in the [aboratory, in the presence of the RPR, that such material was errotieously rejected, payment will be macie far fhe matarial ai tl�e con#ract unit price. a. �"ine aggregate. (1) Gradation. A sieve analysis shall be znacie at Ieast tvaiee daily in accardance with ASTM C136 from randomly sampled material taken fram the discharge gate of st�rage bins or �'rom the canveyor belt. (�) Moisture content. If an electric inoisture rneter is used, at least two direct measurements of moisture content sliaii be tnade per week to check the ca.li6ration. If direct ineasurements are made in lieu of using an electric meter, tv�o tests shall be made per day. Tests sl�all be tnade in. accordan.ce witl� ASTM C70 or ASTM C566. (3) Deleterious subsfances. Fine aggregate as d�livcred to tlie tr3ixer sball be t�sted for delet�rious substances in fne ag�regate for concreta as speciiied in paragraph SOI-2.1b, ptiar ta production of tha control strip, and a minirnum of every 30-days during prnductian or mare frequently as necessary to cantrol deleterious substai�ces. b. Coarse Aggregate. (1) Gradation. A siev� analysis shall be nnade at least twice dail}� for eaci� size of aggregate. Tests shaIl be inade i.n accordance with ASTM C136 froi� randomly sampled material taken from the discharge gate of storage bins or fram th� conveyor belt. (2) Moisture eont�nt. If an electric moish,�re mater is used, at least two dir�ct measurements of moisture content shall be made per week ta check #he calibration. If direci measurements are made in lieu of using an electric meter, two tests shall he mada per day. Tests shall he inade in accordance with ASTM CS66. (3) Deleterious substances. Coarse aggregate as delivered to tlie mixer shal.l be tested for deleterious substances in coarse aggregate for concrete as specified in paragraph 501�2.Ic, prior to production of the control strip, and a minimum of every 30-days during production or more frequenily as necessary to control deleterious substances. c. Slump. One �est shall be made inr e.ach sublot. Slump tests shall be perfarmed in accordance with ASTM C143 froxn material randomly sampled from material discharged frotxz trucks at the paving site. Material samples shall be taken in accordance with A,STM C 172. d. Air content. One test shall be mad� for each sublot. Azr content tests shall be perform�d in accordance with r-1STM C231 for gravel and stone coarse aggregate and ASTM C173 far slag ar other porous coarse agg,regaie, fram material randomly sampl�ed f'rom trucks at the paving site. Material samples shall he taken in accardaz�ce with ASTM C172. CTTY OF FORT WORTH Allia�rce Airport Taxiway P, Phase 2 Technical Specifications P-501-21 Project Numbar 1 U3000 Itau� P-541 Cement Cancrele Par+ement e. Unit weight and Yield. Oi�e test shall be niade for each sublat. Unit weight and yield tests sl�all ba in accordance witl� ASTM C138. The samples shall be taE�en in accordance with ASTM C172 and at the saine Yime as the air content tests, f. Temperatures. Temperatures shall be checked at least faLu iimes per lot at the�ob site ii1 accordance with ASTM C 1064. g. ��noot€�ness for Contractor �ual�ty Controf. The Cont�•actor shall perForm smoo�ess testing in transverse and longitudinal diz•ections claily to veri� that the construction processes are producing pavement with variances less thaz� '/� inch in l2 feet, identifying areas that niay pond water which could lead to hydroplaning of aircraf�. If the smaothness eriteria is nat met, appropriate chan.ges and corr�etior�s to the construction process s�al1 be made by the Contractor before constx�tction continttes The Contractor may use a 12-foot (3.7 m) "straightedge, a z'olling inclino��neter meeting ihe requirernents of ASTM E2133 ar rolling exter��a1 referenc� device that ca�a simulate a 12-faot (3.7rn} straightedge approved by the RPR. Straight-edge testing shall start with. ane-half the length of the straightedge at the ecige of pavement section being tested and then mo�ed ahead one-half the length of the straightedge for each. successive measurement. Test�ng shall be contin�tous across aji jofnts. The surface irregularity shall be detarmined hy placing tlZe freestanding (unleveled) straightedge on the pavement surface and. allowix-►g it to rest upon tl�e twa highest spots covered by its length, and ineasuring lhe tnax'vnum gap b�tween the straightedge and the pavement surfac� in the area between the t�wo hig�i points. If the rolling inclinometer or external reference device is used, the data inay be evaluated using eitk�er the FAA profile p�•ngram, ProFAA, or FHWA profile program �roVal, using the 12-foot straigh�edg� sim�ilation functi on. Smoothness readings shall nat be rr�ade across grade changes or cross slope t��ansitians. The transition betw�en new and existing pavement shall be evaluat�d separately for conforrr�ance wiih the pja�ls. (1) Transverse measnrements. Transvazse measurements shaIl be taken %r each day's production placed. Trar�sverse measi,uem�tats shall be tal�an perpendicular to the pavainent centerline each 50 feet (15 m) or more often as determined by the RPR. The joint between lanes shall be tested separately ta facilitate smoothness between lanes. (2) Longitudinal meAsnrements. Longituciinal measlirements shall be taken foi• each day's praductiot� placed. Longitudinal tests shall be parallel to the centerline of paWing; at the center of paving lanes when widths of paving lanes are less than 20 feet (6 m); and at the third poinis of paving ianes when widths of pa�ing lanes are 20 #� (6 m) or greater. When placement abuts previously placed material the �irst measueem.ent shall start with one halfthe length ofthe straight edge on the previously placed material. Deviatioz�s on the final surface co.urse in either the transverse or longitudi na1 direction that wi11 trap water greate� than I14 inch (fi mm) shall be corrected wiih diamond grinding per paragraph SO I-4.I9f or by removing and replacing the surface course to full de�th. Grinding sha11 be tapered in all direcfions to provide smonth transitions to areas not requiring grinding. All areas in which diamond grinding has been perFormed shal] be subject to the final pavemeni thiclrness tolerances specified in paragraph SO1-6.6. Co31tro1 charts shail be kept to show area af each day's placement and the percentage of correcfi�e grinding required. Corrections to production and placement shall be initiated when eorrective grinding is requirad. If the Contractor's machines and/or methods produce significant areas that n.eed carrective actions in excess of l0 percent of a day's produation, produetion shall he stopped until corre�tive measures are implemented by the Contractor. h. Grade. Grade will be evaivated prioz' to and after placement of the concrete surface. Measurements will be taken at appropriate gradelines (as a minimutn at center and edges of paving lane} and Iongitudinal spacing as slaown on cross-sections and plans. Th� final surface of the pavement CITY OF FORT WORTH All iance Airport Taniway P, Phase 2 Technical Specificakions P-501-22 ProjectNumber 10300D Item P-Sn 1 Cemcnt C.ancreke Pavement wili not vary fi'om the gradeline elevations anci cross-sections show�� an the plans by �z�ore than 1/2 iilch (12 mm) verticaliy a�ad 0.1 feet {3Q mm� laterally. The documentation wi11 be provided by the Contractor ta tI1e RFR by the end of the follawing working day. Areas witl� hutnps or depression that that exceed grade or smaathness and that �•etain water on the surface must be grou3�d off provided the course thicl<ness after grinding is not mare than 112 inch (12 �nin} less than the thickness specif ed on tha plans, If these ar�as cannot be coi•rected with gi•inding then t11e slabs that a�-e retaining water must be removed and replaced in accorda��ce with paragraph SOI-4.19d. Grinding shall be in accardance with paragraph 501-4.19f. All cor�•ections wilI be at the Contractars expense. SOi-5.�1 Control charts. The Contractor shall maintain linear control charts for fine and coarse aggregate ,gradation, slump, and air content. The Contractor shall also maintain a cont�•oI chart plotting the coarseness factor/workability factor from the cornbined gradations in accordamce with pai•agraph 501-2.1d. Cant�'ol charts shall be posted in a location satisiactory to ihe RPR and shall be kept up to date at all times. As a mi�imum, the control charts shall identify the groject number, the contract ite�n number, the test number, each test parameter, the Action and suspension Limits, or Specification limits, applicable ta each test parameter, and the Contractor's test resuIts. The Contr�ctor shall �se the control charts as pa�t of a process cantrol systein far identifying potenti�.l probiems ar►d assignable causes bafore they accur, If the Contz'actor's projected data during production indi.cates a patential proble�n and the Contractor is not taking satisfactiary corrective action, ihe RPR may naIt praductian or acceptance of the material. a. Fine and coarse aggregate gradation, The Contractor shall recard the running averag� of the last five gradation tests for each control sieve o�� lii�ear control cha��ts. Superimpos�d oza the control chaj'ts shall be the action and suspension limits. Gradatinn tests shall be performed by tl�e Contractor per ASTM C136. The Contractor shall take at lea5t [ two ] sainples per lot to check the f na� g,Y'adation. Sampling shall 6e per ASTM D75 from the flowing aggregate stream ar conveyor belt. b. Slump and air content. The Cor�trcactat shall maintain linear control charts both for individual measureinents and range (tlaat is, differenee between l�ighest and low�st measuremen�s) for slump and air content in accordance with tl�� fallowing Action and Suspension Limits. c. Cambined gradation�. Tl�e Contractor shall maintain a cont��ol chart plattin.g the coarseness factor and workability factor on a cllart in accordance with paragraph 501-2. ld. Control Chart Limitsl Cantxrol Parameter iJidC� StI0I1Z Coarseness Factor (CF} Vi�orkability �'actor (GTirF) Sluinp Air Content Iadiv'rdual Measurements Action Limit Suspex�skon Limii �3 �3.5 �2 +0.5 to -1 inch (�-13 to -25 mm} �1.5% *3 �$ �3 +1 to -l.S ix�ch (+25 to -38 mm) �2.0°/a Control charts shall deveIoped and maintainad for each contrQl parameter indicated. Contro] charts sha[1 be developed and ma'rntained far each sieve size. Action and suspension limits shall be deiertnined by the Contractor. CITY OP PORT WOTiTH A[liance Rirport Ta�ciway P, Phase 2 Technical Speci�cations P-501-23 ProjectiVumber [03000 ltem P-501 �ement Cpncrete Navemen[ 501-5.5 Correc�iv� action at �us�ension Limit. The CQCP shall indicate that appropriate actiotl shalI be taken when the process is b�lieved to be aut of cantrol. The CQCP shall detaiS what action �iil be taken ta bring the process into control and shall contain sets ofrules ta �auge when a process is out of control. As a minim�.un, a process shall be de�med aut of control and corrective action taken if any one ofth� following canditions exists. a. Fine and coarse aggreg;ate gradation. When two consecutive averages of five tests are outsi�e of the suspension limits, iminediate steps, including a halt to production, shall be taken to carrect the grading. b. Coarseness and Workabijity factor. When the CP or WT reaches the applicable suspansion limits, the Coi�f�-actvr, immediate steps, including a halt to production, shall be taken ta carrect the CF and WI'. c. Fine and coa�'se aggregate moisture content. Whenever the moisture content of the fine or coa��se aggregate chan�es by more than Q.5°/n, the scale seitings for the aggregate batcher a��d water batcher slia�l be adjusted. d. Sluinp. `I'l�e Cnnfractor sha1S halt production and nnake appropriate adjustments whetlev�r: (1) one point falls outszde the Suspension Limit Iina for individual measur�ments OR (2) trvo �aints in a rov,r fall outside the Action Limit Iine for individual rrtea.surements. d. Air content. The Contractor shall halt production a��d adjust the amount of air-entraining adini�ure whenever: (1) one pflint falls outside the Suspension Lunit Iine for individual measureinents OR (2) two points in a row fall outside the Action Limii line for i��dividual measurements. MATERIA,L ACCEPTANCE 501-6.1 Quality Assurance (QA) Acceptauee sampling and testing. All acceptance sampling and testing necessary to deterrnine conformance with the requirements specified in this section, with the exception of coring for thickness determination, will be performed by the RPR. Ti�e Contractor shall �ravide adequate facilities for the initial curu�g of beams. The Contraci:or shall bear the cost of providing initial curing facilities and coring and filling aperations, per paragraph 501-6.Sb(1). The samples will be trazlsported while in the molds. The curing, except for the initial cuz'e periad, wiIl be accomplished using the immez'sian isi saturated lime water method. During the 24 hours after molding, the temperaf.ure immediately adjacent to fhe speciinens must be maintained in the range of 60° to 84°�' (16° to 27°C}, and lflss of moisture from the specimens must be pre�ented. The specimens may be stored in tightly consn•ucted wooden boxes, damp sand pits, temporary build[ngs at constr�ction sites, under wet burlap in favorable weather, or in heavyweight clased plastic bags, or using other suitable methods, provided the temperature and mo�sture 1pss requirements are met. 501-6.2 Quality Assurance (QA) testiug laboratory. Quality assurance testin� arganizations performing these acceptance tes#s will be accredited in accardance with ASTM C1077. The quality assurance laboratory accreditation must be current and listed on the accrediting a�Ythority's wehsite. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A eopy oi ihe laboraiory's cuz�'ent accreditation and accredited test rrEethods will be subrr►itted to the RPR prior to siart of construction. CITY OE FOR"� WORT[i A1Gance Airporl Taxiway P, Phase 2 Technical Speeifications P-503-24 ProjecE Ntimber 1Q3UpQ Item 1'-501 Cement Concrete Pavement 501-6.3 Lot s�ze. Concrefe vvijj be accepted for st��ength and thicicr►ess an a lot basis. !-� lot will consist of a day's production not to excaed 3,000 square yards �2,5Q0 square meters). Each lot will be divided intio approximately equal sublots witl� individuai sublots between 4Dp to b00 cubic ya��ds. Where trit�ee sublots are produced, they will constitute a lot. �her� one or iwo sublots are prodwced, they will be incorpflrated i.nto the pravious or ne� lot. W'lhere more than o.ne plat�t is simultanaously producing concrete far the job, the lot sizes will apply separately for each plant. 501-6.4 Partial lots. When opei•ational conditions cause a lot to be terminated befare the specifieci number of tests ha�ve been made for the lot ar for ov�:rages or minor placements to ba considered as pas�tial lots, ti7e fallawing procedure wili be used La adjust the lot siza and the numher of tests for the fot. Where three sublots have been produc�d, they wiI1 constitute a lot. Whete one or two sublots have beeai produced, they will be incorparated inta the next lot or the pre�ious Iot and the tntal ntunber of sublots will be used in the acceptance criteria calculatian, that is, n-5 or ��-6. 541-6.5 Accepiancc Sampliag and Tes�ing. a. Strength. (1) Sampling. One sampl� vtrill be taken for cach sE�blot from the concrete delivered to the job site. Sampling locations will be determined by the RPR in aecQrdance �vith random samgling procedures contained in ASTM D3655. The cancrete wiIl be sampled in accordance with ASTM C172. (2) Test Speeimens, T�ie RPR wili be resp.onsible for the casting, initial curing, transpoz�ation, and curing of sgecim�ns ip accordance with ASTM C31. Twn {2) specimens will be made from each sample and slump, air content, u��it weight, and temperature tests will be conducted for each set of stxength speci:mei�s. Within 24 to 48 hours, the samples will be transported from the field to the labaratary while in the molds. Samples will be cured in saturated lime watar. The st�•ength of each specimen will be determii7ed in aecordance with AS`I'M C78. The strength for each sublot will be computed by averaging the results of the two test specimens repres�nting that sublot. (3) Acceptance. Acceptance of pavez7�ent for strength will be determined hy the RPR in accordance with paragraph 501-6.6b(1). Al� individual stz'ength tests within a lot will be check�d for outliers in accordance with A�TM E178, at a signifcance level of 5%. Outliers will be disearded and tt�e remaining test values will be used to determine acc�ptance in accordance with paragtaph 501-6.Sb. b. Pavement thicltness. (1) Sampling. One core will be taken by the Contractor for each subint in the presence of the RPR. Sampling locations will be determined by the RFR in accordance with random sampling pt�ocedures eontained in ASTM D3�65. Areas, su.ch as thickened edges, witl� planned variable thickness, will be excluded frorn sample locations. Cores shall be a minimum 4 ineh (100 mm) in diame#er neatly cut with a core drill. The Contractor will furnish all tools, labor, and materials for cutCing samples anci �illing the cored hole. Core holes wijl b� filled by the Coniractor with a non-shrink grout approved by ihe RI'R within one day after sampling. (2) Testing. `I'lae thickness of the co��e5 will be determined by the RPR by the avera�e caliper measurement in accordance with ASTM C 174, Each c.ore shall be photographed and the photagraph included with the tesY repoi�t. (3) Acceptanee. Acceptance of' pav�ment for thickness will be determined by the RPR in accordance with �aragraph 501-6.6. 501-6.6 Acceptanc� criteria. a. Gen�ral. Acceptance will be hased on the following characteristics of the completed pavement discussed in paragraph 501-6.Sh: (1) Strength CITY OF FORT WQRTH Alliance Airpnrt Taxiway P, Phase 2 Technical 5peoiticatians P-SOl-25 Pro,�ectNum6er 1030�0 Item P-501 CetneErt Concrete Pavement (2) Thickuess (3) Grade (4) Pro#'ilograph s�moathness (5) Adjustmeiits for repairs Acceptance for strangth, ihickness, and grade, will be based on the critez•ia contained in accardance with paragrapll SDi-6.6b(1), 501-6.6b(2), and 501-6.6b(3), respectively. Acceptance for profilograph smoothness will be based on the critaria contained in paragraph SO I-6.6b(4). Production quality musi achie've 90 PWL or higher ia receive fuIl payment. Strength and thickness will be evaluated for acceptance on a 1ot basis usiz�g the rnethod of estimaiing PWL. Production quality nnust achieve 90 PWL or higher to receive full pa�vemeilt. The FWL will b.e determined ii� aceordance wiih procedures specified in Item C-110. The lower speci�cation tolerance limit (L} for strengtl7 and thickness wiSl be: Lower Speciiication Tolerance Li�it (L) Stxength D.93 x strangYh spacified in pai•agraph 541-3.3 Thickness Lot P�an Thielrn�ss in inches, - D.SO in b. Acceptance criteria. (1) Strength. If the PWL of the iot equals nr exceeds 90%, the lot t�vill be acceptable. Acceptance and paym�n.t for rhe lot will be determined '1n accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot wiil be acceptahle. Acceptance and payznent fo�• the lot vailI be determined in accardance with paragraph 501-8.1. (3) Grade. The final finished surfaee of the pavement of the completed project will nat va�y fxom the gradeline �ievaiions and crass-sections shown on the plans by more than 112 inch (l2 rr�zn) vei�tically or 0.1 feet (3D mm) Iaterally. The docum��tatzan, stamped and signed by a licensed surveyar shaIl be in accordance with paragraph SO I-5.3h. �ayment for sublots that do not meet grade for over 25% of the sublot shall reduced by S% and not be more than 95%. (4) Profilograph roughness For QA Acceptance. The final profiiagraph sha11 be the full length of the project to facilitate testing oi rougl�ness between lots. The Contractor, in the pr�sence af the RPR, shall perform a pro�'ilograph roughness test on the completed pz'oject with a profilograph meeting ihe requirements of ASTM E1274 or a Class I inertial profiler meeting ASTM E950. Data and results shall he provided within �48 hrs ofproflagraph roughness tests. The pavement shall have an a�erage profile index 1�ss than 15 inch�s per mile per 1/10 rnile. The equipment shafl utilize electronic recording and automatic computerizad reduction of data ta indicate "must grind" bumps azld the Pro.file Index for the pavament using a Q.2-inch (5 mm) bl�nking band. The bump template mUst span one inch (25 mtr�} with an offsei of D.4 inches (1D �nm). The profilograph must be calibrated prior to use and operated by a faatory or Stat� DOT approved, trained ogerator. Pro�lograms shall be recarded on a longitudinal scaIe of one ine11(25 mm) equals 25 feet (7.5 zn) a��d a vertical seale of flne inch (25 inm) equals one inch (25 nnza�). Pro�ilograph shall be performed one foot right and lef� of project centerline and 15 feet {4.5 m) right and left of project centerIine. Any areas ihat indicate "inust grind" shall be corrected with diamond gri:�ding per paragraph 501-4.19f or by retnoving at�d replacing fu11 depth of surface course. as directad by the RPR. Where corrections are necessary, a second profilograph CITY OF PdRT WdRTH Alliance .4irport Taxiway Y,1'hase 2 T�chtticll Specifications P-SO l-2G PrOject Niunber 10300� Item C'-541 Cement Concrete Pavement run shall be performed to verify that the coz•rections produced an average profiIe index of 15 inches per mile per 1/10 mile or iess. (5) Ad,justments for repair. Sublots with spall repairs, crack repairs, or partial panel replacement, will be lim.ited to no more than 95% payment. (6) Adjustmen� for grinding. For sublots with grinding over 25°/o of a sublot, payment will be reduced 5%. 1VIETHOD O� 1VICASUREM�NT SOI-7.1 Concrete pavement shali be ineasured by the number af square yarcis {squa�•e meters) of plain and reinforced pavement as specified in-place, completed and accepted. BASIS OF PAYMENT 501-8.1 Payment. Payment for concrete pa�ement meeting all acceptance criteria as speciiied in paragraph 5� I-6.6. Acceptance Cri.teria shall be based on results oi strengil�, smoothness, and thickness tests. �'ayment for accepYable �ots of cancrete pav�ment shall b� adjusted in accordance with paragraph 501-8.1 a for strength and thickness; 501-8.1 b for repairs; 5� 1-S. I c t'or grinding; and 501-8.1 d for smootI�ut��ss, subj ect to the limitation that: T11e totai project payment for cozlcrete �ave�nent s11a11 not e�cceed l OQ pez•cenY of the product of the eontract ttnit price and the total number of square yards (square m�ters)of eor�crete pavement used in the accepted work (See Note 1 under tha Price Adjustrz��nt Schedule tabl� belaw). Payinent shall be full compensation for all labor, materials, tools, equipment, and incid�ntais 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 accardance �vith the Frice Adjustment 5chedule table below. A pay factor shall be calculated for both strength and thickness. The lot pa}+ factar sha11 be the 1�igher of the iwo values when calculations far both strength and thic�cness are I OQ°/o or higher. The 1at pay factor shall be the praduct af the two values when only one of the calculations for either strength or thickness is 1D�% �r higher. The lof pay factor shall be the lower of the twa values when calculations for both strengtl2 and thickness are less than 100%. Price Adjustmen.t Schedulei Percenfage ofMaf+erxal� Witk�in Speci�catio� Lot Pay F�ctor Limits (percent of Contract Unit Price) WL 96 — lOQ 106 90-95 PWI,+10 75 -- 90 0.5 PW�. + 55 55 — 74 1.4 PWL -- 12 Below 55 Rejec� � Although it is th�or�tica[ly possible to aehieve a pay faetor of 1 Q6% for aach lot, actual payment in excess of 100% shall he sub,{ect to the total project pay►nent limitation specified in paragraph 541-8.I. 2 The lot shall be ramoved and replaced unless, aiier receipt of �'AA concurrence, the. Owner and Contractor agree in writing that tha lot will remain; th� lot paid at SQ% of the eontract ut►it price; and the total project payment limitation reduced by the amount withheld for that lot. CITY �F FO1tT WO1tTH Alliance Airport Taxiway P, Phase 2 Teehnical Specifications P-501-27 I'tnjecENuinber 103004 Item I'-5Dl Cament Cancrete Paveme»t For eac1� 1ot aecepted, the adjusted contract unit price shall be the }�roduct of the lo� pay factor fo� the lot and the cantract unit price. Payment shal! be subject to the total project payzr�ent limitation spacifed in paragraph SOI-8.1. Pa�ment ii� excess of I00°/o for accepted lots of eQncrete pavement shall be used to offset payment for accepted lots of concrete pavetnent il�at achieve a iot pay factor Iess than 100%; except for rejected Iots which remain in place and/or sublats �+ith adjustments for regairs. b. Adjusted payment for repairs. The YWL lot pay factor sha�l be reduced by 5% and be no higher than 95°10 for sublot� vvhieh contain repairs in accordance with paragraph 501-4.19 on moi•e than 20% of the slabs wifil�tin the sublot. Payment factors �reater than 1 p0 percent for tl�e strength and tl�ickness cannot be used to offset adjustments for repairs, c. Ad,�usted payment for grind�ng. The PWL lot pay factor shall be reduced by S% and be na higher than 95% fnr sublots with grinding over 2S% of a sublot. d. Prafilograph Rflughness. The Contractor will receive full payment w11en the profilograph average pro�I� index is in accordance with paragraph 501-6.bb{4}. When the final average profile index for the entire length of pavement does not exceed 1 S inches per mile per 1/10 miie, payment will be made at tha contra�t unit px'ice for the completed pavement. e. Paymen.�. Payment shall6e made itndex: Item P-501-8.1 Item P-SOI-8.2 Item P-501-83 19-ix�ch Concrete Paveinent, unreinfareed —per squu•e yard (square meter? I9-inch Concrete Fa�ement, reinforced — per square y�d {sc�uare rneter) 14-inch Concrete Pavein�nt, unreinforced — per squat'e yard {square ineter) REFERENCES The pubIications listed bel.ow form a part of this specificaiion to the extent referenced. The pubIieations ai•e referred to within the text by the basic designation only. ASTM International {ASTM} ASTM A184 ASTM A615 ASTM A704 ASTM A7Q6 A�TM A77S ASTM A884 ASTM A934 ASTIvI A996 C1TY OF FORT WORTH Technieal Specifications Standard Specificafion for Welded Defarmed Steel Bar Mats for Concrete Reinforcement Standard Speci�icatian far Deformed and Plaan Carbon-Steel Bars for Concrete Reinforcement 5tandard Sp�cifieation for Welded Steel Plain Bar or Rod Mats for Conerete Reinforcement Standard Speci£'ication far Low-Alioy Steej D�farmed and Plain Bars for Concrete Reinforcement �tandard Speeif cation far �poxy-Coated Steel Reinforcing Bars Standard Speczfication for Epoxy-Coa�ed Steel Wire and Welded Wire Reiiiforcemctat Standard Specification for Epoxy-Coated Prefabricated Stee� Reinforcing Bars Standard 5pecification for Rail-Steel and Axle-5tee1 Defarrned Sars for Concrete Reinforcement A1Gance Airport Taxiway N, Phasa 2 P-501-28 • ProjectNumber 103000 ICem P-SDl Gement Concrete I'avement ASTM A1035 ASTM �11Q64 ASTM A l 078 Standard 5pecificatian for Deformed aiid Plain, Low-Carbon, ChromiU�n, Steel Bars for Cancr�te Reinfarcement Standazd Specii'ication for Carban-Steel Wire and Welded Wire Reinforcement, 1'lain and Defoi•med, for Concx•ete Standard S�ecificatjon for Epoxy-Coated Stee.l Dowels for Cnncr�te Favemeni ASTM C29 Standard Test Method for Bulk Density ("CTnit Weight") and Voids in Aggregate ASTM C31 Stai�dard Practice %r Making and Curing Concrete Test Specit�aens in the Field ASTM C33 Standard Specification for Concrete Aggre�ates ASTM C39 Standard Test Method for Cnmpressive 5trength of Cylindrical Conc3•ete S�eciinens �LSTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 �tandat'd Test Metllod for FlexuraJ StrengtIl of Concrete (UsiE1g Si�nple Beam with Third-Point Loading) ASTM C88 ASTM C94 A5TM C1 I4 ASTM Cl I7 ASTIVI CI23 ASTM C13b ASTM C131 Standard Test Method far Sounctness of Aggregates by Use of Sadium Sulfate or Magnesiu�n Suifat� Standaxd 5peciiication for Ready-Mixed Concrete Stai�dard Test Methods for Chemical Analysis of Hydraulic Cement Standard Test M�thad �or Materials Finer thar� 75-µm (No. 2D0) Sieve in Mineral Aggregates by Washing Standard Test Method for Light�veight Part�cles in Aggregate Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates Standard Test M�il�od for Resistance to Degradation of Sma11-5ize Coarse Aggregat� by Abrasion and Impact in the LQs Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Aisalysis of Fine arid Coarse Aggregates ASTM CI38 Standard Test Method fnr Density {LTnit Weight), Yield, and Air Content (Gravirr►en•ie) of CQnerete ASTM C i 42 Standard Test Me#l�od for Clay Lum�s and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump ofHydz'aulic-Cement Concrete ASTM C1SQ Standaa•d Specifcation for I'ortland Cemant AS'I'M C171 Standard Specifieation for Sheet Materials for Curing Concrete ASTM C172 Standard Praetice for Sarnpling F�'eshly Mixed Concrete ASTM C 173 Standard Test Method %r Air Content of Freshly Mi�ad Concrete by the Valumetric Method A�TM C17�4 CITY OF �ORT WOItTH 7'eehnical SpecCEcations Sfandard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores alliance Airport Taxiway P, Phase 2 P-501-29 Project Num6er 103D00 [tem 1'-SOL Cement Cancreta Pavement ASTM C227 Standard Test Method for Potential Allcali Reactivity of Cement- Aggregate Combinatio�s (Mortar-Bar Method) ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 11STM C260 ASTM C295 ASTM C3D9 ASTM C311 Standard Specificatiota for Air-Ent�aining Admixtures %r Conerete �tandard Guide for Petxographic Examination of Aggregates for Concrete Standard Specificatia�� fox Liquid Membrane-Forming Coi�pounds for Curing Concrete Standard Test Methods for 5ampling and T�sting Fly Asl� or Natural Pozzolans for ilse in Po��tland Cement Concrete ASTM C444 Standard Specification for Chemical Admixtur�s for Concre#e ASTM C5b6 Standard Test Method far Total Evaparable Moisture Content of Aggt•egates b� Dryii}g AS'I'M C595 ASTM C618 ASTM C642 SYandard Specification for Biended Hydraulic Ceinents Standard Specification for Coal Fly Ash and Raw ar Calcined Nafvrai Pozzolan for Use in Cancrete Standard Test Method for Density, Absozption, and Vnids in Hardened Concrete ASTM C666 Standard 'I`est Method for Resista�7ce of Concrete to Rapid Freezing and Thawing ASTM C685 Standard Specification fo:r Conerete Made by Volumetc�ic Batcl�ing and Cantiiiuous Mixing ASTM C$81 5tandard Sp�ci�catian for Epoxy-Resin-Base Bonding Systams for Concrete A�TM G989 5tand�rd Speci%catian for Slag Cement for Use in Concrete and Mortars ASTM C1017 Standard S.peci�ication for Chemical Admixtures for Use in 1'rodueing Flowing Can.crate ASTM C1064 Test Method for Ternperature of Freshly Mixed Hydraulic-Cement Concrete ASTM C1077 ASTM C 1157 ASTM C1260 ASTM C1365 ASTM C 1567 CITY QF FORT WORTH Teclu�ical5pecificatinns Standard �'ractiee for Agencies Testing Concret� and Concrete Aggregates for Use in Construction and Cr�teria for Testing Ag�ncy �valuation Sta�dard Perfarmance Specification for Hydraulic Cement Standard Test Method for Potential Alkali l�eactivity of Aggregates (Mortar-Bar Method) Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland-C�tnent Clinker Using X-Ray Powder Diffraction Analysis Standard Test Method for Det�rmining the Potential Alkali-Silica Reactivity of Coinbiniatians of Cementitiaus Matei•ials and Aggregate {Accelerated Mortar-B�r Mefhod) Alliance Airport Taxiway P, Phase 2 P-501-36 Project t�R�mber 1030Q0 Item P-50 E Ce3uent Coijcrete Pavement AS`I'M C 1602 AS'rM D75 ASTM D1751 ASTM DI752 ASTM I�2419 Stanc�ard Specifieation for MiXing Water ilsed in the �'roduction of Hydraulic Cetnent ConcX'ete Sta�idard PxactiCe far Satnpling Aggregates Standard Specification for P�•eformed Expansion Joint Filler for Concrete Paving atld 5trucYura! Construction (NoneXiruding a�ad Resi�ieiit Bituminous Types) Standard Speci�cation far Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Pavi�zg and Structural Construction Standard Test Method for Sand Equivaient Vaiue of 5oils and rine Aggregate ASTM D3665 Standard Practice for Random Sampling of Construction Ma�erials ASTM D4791 Standard Test Method for I'lat Partic�es, �longated Particies, or Flat and �longated Particles in Coarse Aggregate ASTM E178 Standard 1'ractice far Dea]ing with Outlying Observations ASTM E1274 Standard Test Method for Measuring i'avement Roughness Llsing a Profilograph ASTM E2133 Standard Test Methad %r Using a Rolling Tnclinometer to Measure Langitudinal and Transverse Pro%les of a Traveled Surface Ameriean Concreie Institute (ACI) ACI 305R Guide to Hot Weathet Cancreting ACI 3D6R ACI 309R Guide to Cold Weather Cancr�ting Guide for Consolidatian of Cancrete Advisory Circulaes (AC) AC 15015320-6 Airport Pavement Design and �valuation Federal Higt�way Adtninistration (FHWA) HIPERPAV 3, version 3.2 Portiand CQncrate Association (PCA) PCA Design and Contro] o� Cancrete Mixtures, 16`�' Edition U.S.. Army Corps of Engineers (USACE) Concrete Research Division (CRD) CRD C662 Determining the Potential Alkali-Silica Reactivity of Cnmbinatians of Cementitious Maierials, Lithium Nitrate Admixture and Aggregaie (Accelerated Mortar-Bar Method) Llnited States Air Force Engineering `I'echnical Letter (ETL) �TL 97-5 Proportioning Concrete Mixtures with Graded Aggregates f�or Rigid Airfield Pavements END ITEM P-S41 CITY OF FORT WO1tTH Allianee Airport'I�axiway P, Phase 2 Technical Specificatiaus P-Sbl-31 ProjectN.umber 103000 ltem P-60� Emulsified Asphall Prime Coat ITEIVI P-602 EMULSZFIED AS�'HALT PRIME CQAT D�SCRiPTION 602-11 'This item shall cansist oian application of etttctasified asphalt �naterial an the prepared base couj•se in accordance with these specifieations and 'an reasonably close conformity to the lines shawn an the plans. MATERIALS 602-2.X Emulsit"ied Asphalt material. TI1e emulsified asphalt materiai shall be as speci�ed in ASTM D362$ for use as a prlme coat appropriat� to local conditions, The Conh•actor shall provide a copy of the rnanufacturer's Certificate of Analysis (COA} for the emulsified asphalt material. The C�A s11a1� be provided to and approved by the Resident Project Representative (RPR) before the emulsified asphalt materia] is applied. The furnishing of the CO.A for the emulsified asphalt material shall naf be interpreted as a basis fot� fitial acceptance. The tz�anufaeturer's COA may Y�e subject to v'erifiication by testing the material delivered for use on the project. CONSTRiTCTION METFIODS 602-3.1 Weather limifaEions. The emulsifed asphalt prime coat shall be appli�d only when the existing surFace is dry; the atmasph�ric tem.perature is SQ°F (l D�C) or above, and the texnperature has not been below 35°F (2°C) for t11e IZ hoLus prior to application; and when the weatl�er is not foggy or rainy. The temperature requirem��zts may be waiv�d wken directed by the RPR. 602-3.2 Equipment. Th�; eqE�ipment snall include a self-pawered pressure asphalt material distributor and equipment for heating asplzalt tnaterial. Provide a distz-ibutor with pneumatic tires of such size and nurraber ti�at the load produced on the base s��rface does not exceed 65.0 psi (4.5 kg/sq em) of tire widtli to prevent rutting, shoving or otherwise da�naging the base, surface or other Iayers in the paverraent six•ucture. Design and equip the distributoz' to spray the asphalt material in a uniform coverag� at the specified tarnperature, at readily determi��e�f and cnntrnlled rates frarn O.QS to 1.0 gallons per squar� yard (Q.23 to 4.5 L/square meter), with a pressure range of 25 to 75 psi (172.4 to 517.i kPa) aud with an allt�wable variation frarn the specified rate of not mare than f5%, and at variable widths. Include with the distributor equipment a separate �ower unit for the biiumen pump, full-circulation sgray baxs, taeho�neter, pressure gauges, volume-measur[ng devices, adequafe heaters for heating ofmaterials to the proper applicaiion temperaiure, a thermome#er for reading tl�e tamperature of tank contents, and a hand hose attacl7ment suitabie for applying, asphal� materia] ma.nuaIIy to aa•eas inaccessible to the dist��ibutor. Equip #he dist�•ibutor to circulata and agitate the asphalt material during the heating process. Tf the dish•ibutar is not equipped witb an op�table quick shutoff val�e, the prime operations shall he started and sta�aped on building paper. A power broom and pnwez' blower suitable for eleaning the surfaces to which the asphalt caat is tn be applied shali be provided. Asphalt dis�ributors must be calibrated annually in accordance with ASTM D299S. The Contractor must furnish a curr�nt calibration certification for the asphalt distributor trucEc from any State or other agency as approved by the RPR. 60�-3.3 Agglicatian of �mulsified asphalt material. Im,tnediately before appIying the prime co�t, the full width of the surface to be primed shall he swept wiY.h a power broom tQ remove all loose dirt and ofher objectionable material. C1TY OF POItT WORTH Al4iance Airpart'faxiway P, Phase 2 Technical Speci�cations P-602-1 Project Number 103D90 Item P-G02 Emulsified Aspltalt Prime Co�t The asphait emulsion material sha[1 be uniformly applied with an asphalt dist��ibutor at the rate of 0.15 to 0.3a gallons per square yard (Q.68 io 1.36 liters per square m�ter) dependitag on the base course s�rface texture. T�e type of asphalt material and applicatio�i rate shall be approved by the RPR prior to application. Following appli�ation af the emulsif ed asphaIt inaterial and prior to application of thE succeeding layer of pavement, allow the asphalt eoat ta cure and to obtain evapoiation of any volatiles or mtoisture. Maintain ihe coated surface until the succeeding {ayer af pavement is pIaced, by protecting the surface against damage and by re�airing and recoating deficient areas. Allaw the prune coat to cur� withput bei.ng disturhed for a period of at least 48 Ilours or langer, as may be necessat•y to attain penetratinn ii�to the treated eourse. Furrsish ar►d spread sand to ef%ctively bIoi up and c��re excess asphalt material. The Contractor shall remove 6lotting sand pj�ior to asphalt cnncrat� lay down oparations at no additional expense to the Owi}er. Keep traffic off suriacas freshly treaied witl7 asphalt ir�aterial. Provid� sufficient warning signs and barricades so that traffic will not travel over freshly treated sut�faces. 642-3A Trial application rates. The Coiltractor shall apply a minimum of three lengtlis of at least 100 %et (30 m) for thc iuIl width of the distrzbutor bar ta evaluate the ainount of emulsified asphalt material #hat cail be satisfactorily applied wiih the equipznent. Ap}�ly three different application rates of emulsified asphalt rnaterials within the application range specified in paragraph CQZ-3.3. Othe�� ��ial applications cari b� made using various amounts of material as directed by the RFR. The trial application is to demanstz-ate Yhe equipnnent can unifarmiy apply the emulsified asphalt material within the rates specified and de�ermine the applicatio» rate for the project. G02-3.5 Freight and waybiils. The Contractor shall submit way6ills and delivery tickets dLiring the progress of the wark. Before the final estimate is allowed, file with the RPR certiiied waybills ar►d certi�ied deiivery tickets for all emulsified asphalt materials used in the constzuction nf the paveinent covered by the contract. Do not remo�e emulsified asphalt a�aterial from storage uniil th� initial oLltage and temperature 3neasut•ements have been taken. The delivery or storage units will ilot be released until il�e final outage has been taken. METHOD OF MEASiTREMENT 602-4.1 The emulsified asphalt inateriai for prime coat shall be measured by the gallon (liter}. Valume shall be corrected to the volume at 60°F (16°C) in accordance witl� ASTM D4311. The e�nulsified asphaIt material paid for wiII be th� rneasured quantities used in the accepted worl�, providad that the measured quailtities are not 1 D% ov�j� the specified ap}�Iicatian rate. Any amount of emulsi�ed asphalt material more tlian 1D°/a over the specified apglication :rata for each application will be deducted from the measured quantities, except for irregular areas wher� haxid sprayii7g of the emulsi�'ied asphalt material is necessa�y. Water added to emulsified asphalt will nqt be meas�red for payment. BASI,� 4�' PAYMENT 602-5.1 Payment shall be inade at tl�e cantract unit price per gallon (litar)for emulsified asphalt prime eoat. This price shall be full compensation for furnishing aIl materials and for al1 preparation, delivei•ing, and applying tk►e mat��'ials, ar�d far alI lalaoj•, equipment, tooIs, and incidentals necessary to complete this iiem. Payment will be rziade under: Item P-602-5. ] Emulsif ed Aspllalt Prime Coat - per ga�Ion (liter) CITY OP FDRT WORTH Alliance Airport Taxirv�y P, Phase 2 Technieal Specifications C'-602-2 ProjcctNumbar 1o3d00 Ite�n P-60.2 iinulsified Asphalt Prime COat REF�R�NCES The publications listed below foiyn a part of this specification ta the extent referenced. The pnbjications are referred to witl�in tha te�t by the hasic desig�iation ataly. ASTM International (ASTM} ASTM D29R5 I:�11 ��.i1t�Y�.3 Standard Fractice foz' �stimating Application Rate aild Residual AppIication Rate of Biturninous Distributors Standard Practic� for Selection a�ld Use ofEmulsified Asphalts END OF ITEM �'-b02 CITY OF FORT WORTH Allianc.e Airport Taxiway P, Fhase 2 Techniaal SpecificaYions P-602-3 Peoject ATumber 103000. Item P-G42 Page Intentionally Biank Cmulsified Asplsalt Prime Coat CITY OF �'QRT �h'ORTH Alliance Airport Faxiway P, Phase 2 Technical Specificatians P-602-4 Praject Num6er l03D00 Item P-6Q3 Emulsi�ied Asphalt Tack Coat IT�1VI P-G03 EMULSII{'IED ASPHALT TACK COAT DESCRII'TION G03-1.1 This item shall consist of praparing and treatiug an asphalt or cot�cr�te surface with asphalt materia! in accordance with these speci�cations and in reasonably close conformity to the lines shown on t�e plans. MATERIALS 603-21 As.phalt materials. The asphalt material shall be an emulsi�ed asphalt as speciiied in ASTM D3628 as an asphalt application for tack coat appropriate to local condi�ions. The einulsified asphalt sha�i nat be diluted. The Contractor shall provirle a copy ofthe manufacturer's Ce�rtificate of Analysis (COA) far the asphalt material to the Resident Project Reprssentati�e (RPR) before the asphalt materi.a! is applied for review and aceeptance. Th� furnishing of COA for the asphalt material shall nat be interpreied a� a basis for final acceptance. The rnanufacturer's COA may b�e suhject to �erification by testing the znaterial deiivered for use on the project. CONSTRUCTION METHODS 6D3-3.1 Weat�er limitations. 'T'he tack coat shall be appIied only when the existing suriace is dry and the a#i�►ospherie teinperature 1s 50°F` (I O°C} or above; the temperature has �►ot been below 35°F (2°C) for the 12 hours prior to application; and v�rhen the weather is nat foggy or rainy. The temperature requu•ements may be waived when directed hy the RPR. 603-3.2 Equipmenf. `I'he Contractor sha11 provide equipznent for heating and applying the exnulsified asphajt rnaterial. The emulsion shall be applied wit11 a inanufacturer-approved coznputer rate-cantroiled asphall: distributar. The equipment shall be in good warking order and contain no cnntaminants or diluents iii the tank. Spray bar tips must be clean, free oi bilrrs, and of a size to inaintain an even distribution of the etn.ulsion. Any type of tip or pressure source is suitable �hai will nnaintain predetermined flow rates and constant pressure duriilg the applicatio�l process with application speeds ��z�der eight {8) miles per hour {13 km per hour) or seven (70Q} feet per minute (213 m per minute). The equipnnant will be tested under pressure far leaks atad to ensure proper set-up befare use to verify truck set-up {via atest-shot area), incIuding but not limited to, nozzle tip size appropriate for applicatian, spray- bar height and pressure and pump speed, evidence pf triple-overlap spz'ay pattei�, lack of leaks, and aaly o�hez' factors relevant to ensure the truck is in good working order be%re use. The distributortruck shalj be equxpped with a minimum 12-font (3.'i-rn) spreader spray bar with individual nozzle cantrol t�vith camputer-cantrolIed application rates. The distributor truck shall hava an easily accessible tIlermorneter that constantly monitors the tamperature of ti�e emuIsion, and hav� an oparable nnechanieal tank gauge that can be used to crflss-check the cnm�uter accuracy. lf the distri6utor is not equipped wiih an operable quick shutoffvafv'e, the pra.tne operations shall be started and stopped on b�ilding paper. The distributor truck shail be equipped to efFectively heat and mix the material to the required temperature prior to applicatian as required. Heating and mzxing shall be done in a�cordance with the manufacturer's i•ecommendations. Do not overheai or over mix the material. The dis��ibutor shall be equipped wiil� a hand sprayer. CITY OP I`ORT WORTH AlliaRce Airpori Taxiway P, Phase 2 TeGhnical5pecifications P-603-E Project Number 103a0� Ifem P-603 Emulsified Asphalt Tack Caat Asphalt ciista•ibufiars must be calibrated annttally in accordauce with AS`I'M D2995. The Contractor must furnish a current caiibration certifcation for tlle asphalt distributor truck fram any State or ot�er agenc� as approved by the RPR. A power braom and/ar power blowej� suitable for cleaning the surFaces lo whicY� the asphalt tack coat is to be applied sllall be provided. 643-3.3 Agplicatinn of emulsi�ied asphalt material. The einulsified asph�,it shajl ilot be dilutad. Immediately before applying the einulsiiied asphalt tack coat, the full width of surface to be treated shall be swept wifih a po�ver broonn and/ar power blower to remove all laase d'u�t ai�d oEher objectionable material. The emulsified asphalt material shall be unifo3•mly appIied with an asphalt distributor at the rates approgriate for th� conditions and surface specif ed in the table beIow. The type of asphalt material and application rate shall he appro.ved by the RPR prior to application. Emulsi�ied Asphalt Surface Type Residual Rate, gaI/5Y �muision Application 13.aa• Rate, gal/SY {L/square meter) (Llsquara mete�•) 1`�ew �sphalt 0.02-0.65 (0.09-D.23) O.U3-0.07 (Q.13-0.32) �xisting asphalt �.040.07 {�.I 5-032) 0,06-0.1 ! (fl.27-0.50) M'rlled Surface 0.0�4-�.08 (0.18-D.36} .Q.06-Q12 (4.27-0.54) Concrete 0.03-0.05 (0.13-0.�,3) OAS-flA8 {023-0.36) After a�plication nf the tack coat, the surFace shall be allowed ta cure without being disturbed for the period of tirne necessary to permit drying ar�d setting af the tack coat. This period shall be determined by the RPR. The Contractor shall protect the taek coat and mainfain the surfaoe untiI the next course has been placed. When. the Yack coat has been disturbed by the Contraetor, tack coat shall be reapplied at #he Contractor's expens�. 603-3.4 Freight anci wa�bills Th� Cor�t�actor shal] sub�nit waybiils and delivery tickets, dt�ring progress ofthe work. Before the iinal statemeni is allowed, file with the RPR eertified waybills and certified delivery tickets �or alI emulsified asphalt materials useci in the construction af the pavement covered by the contract. Do not remove emulsified asphait material from storage until the initiai outage and te�nperature measuretnents have been taken. The delivery ar storage units will not be released until the �inal outage has been talcen. METHOD OF M�ASUREMENT bQ3-4.1 The emulsiiied asphalt material fo.r tack coat shall be measured by the gallon {liter). Volu�ne shall be corrected to the volume at 6Q°F {16°C) in accordanCe with ASTM D1250. The emulsi�ed asphalt tzzaterial paid for will be tl�� zneasured quantities used in the accepted work, pro�ided that the measured quantities are not 10%0 o�er the specified applicatiota rate. Any a.mount flf emulsi�ied asphalt material more than 10% over the specified application raLe for �ack� application will be deducted frot�n the measured quantities, except for irregular areas where hand spraying of the emulsified aspha3t material is necessary. Watex added ta ernuisified asphalt will i�ot be measured for payment. BAS�S OP PAYII'IENT 603.5-1 Payment shall be made at the contract unit price per gallon (liter)of emulsified asphalt material. This price shall be full compensatio� for fu�•nishing all materials, for alI preparation, delivery, and C1TY OF CORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specifications P-603-2 Project NumUcr 103000 Item P-503 Emulsitied Aspl�alt Tack Coat application of these materiaEs, and for all labar, equiprnent, tools, a�ld incidentals necessary to complete t11e item. Payment wi11 be made under; Item P-603-5.] Einulsified Asphalt Tack Coat - per gallon (lit�x) REFERENCE� The publications listed below form a pa�'t of this specifi�ation to the extent teferenced. 'I'he publications are referred to witl�iil the text by tlae basic des�gnation oniy. ASTM Intei•national (ASTM) ASTM D1250 AST`M D2995 ASTM D362$ Standard Guide for Use of the Petroleum Measureinent Tahles Standard Practice for Estimating Applzcation Rate and Residual Application Rate of Bituminous Distributors Standard Practice for Selection and Use of �inulsi�'ied AsphaEis END ITEM P-603 CITY OF F012T WORTH A[liance Airport Taxiway P, Phase 2 Technica[ Specifications P-503-3 Prqject NiEmber 1030D0 Item P-G03 Page Intent�onally Blank Emulsifed Asphait Tack Coat CTTY OP FOAT WORTI� Alliance Airport Taxiw&y P, Phase 2 Technical SpeciiicaYions P-6a3-4 Yrvject Niunber Y030D0 Item P-603 Emulsifsed Asphalt Tack Coat ITEM P-604 C4MPRESSZ�N JOINT SEALS FOR C�NCRET� PAVEM�NTS DESCRIPTION 6�4-1.1 This item shall cot�sist af pi•eformed polychloropreiie co:tr�pressian seals used for sealing joints of rigid pavernents. MATERIALS 6Q4-2.1 Compression seals. Compression joint sea! materials shajl be a vulcanized eiastomeric compound using polychloropr�ne as the only base polymer. The material and fhe manufactured seal shall conform to ASTM D2628. The joint seal shall be a labyrinth type seal. The uncompressed depth of the face o.f the compxession seal (that is to he bonded ta the joint wail) shall be greater that� the uncompressed width of the seal, except that for seals one inc�t (25 ynm) or g�•eater in width, the depth need be oniy one inch (25 mm) or gteaier. `I'he actual vvidth of the uneompressed seal shall be as recommended by the joint seal manufacturer for the type and width of joints as shown on the plans. The toleranee on the seal shall be +1/8 incl� or -I/I6 inch (+-3 mz�n or -2 tnir►), below the top of the pavement suefa�e or bottom af groove for grooved pavernent. Tl�e Contractor s11al1 pro�ide a capy of the manufactur�r's Certificate of Analysis (COA) for the joint seal material delivered to the pr�ject. ThE C�A shalj be pro�ided to and approved by the RPR before ihe material is installed. The furnishing of the �'endor's certified test report sl�all not be interpreted as a basis faz' final acceptance. The manufacturer's CDA may be subject to veri�icatiort by testing the material d�livered for �se an the pra;ject. Materials delivered to the job site shall b� insp�cted for defects, �.inlnad�d, and stored with a minim.um of handling to a�oid damage. Storage facilities shall be provided at the job site to protect inaterials from weafher and tnaintain materi.als at temperatures recommended by the manufacture�•. Representative sampie of joint seal material will be sampled and retained Uy fhe RPR for possib�e testing. 604-2.2 Lubricant/adhesive. �.ubricant/adhesive t�secf for tha cn�npression elastomeric joint seal shaIl be a one-eomponent compound cnnforrning to ASTM D2835. CONSTRUCTION METHODS 604-3.1 Equipment. Machines, tools, and equipment used in tha perfo�7nance of the work reqliired by this section shaIl be appra�ed by the RPR before tlze work starts and shall be rnaintained by the Contractor in satisfactory condition a� all tirn�s. a. Joint cleaning equi�Om�nt. (1) Concrete savv. A self-propelled power saw with water-cooled diainond saw blades s�all be provided for cutti3�g joints to the depths and widths specified and far removing fiiler, existing old joint seal or other maierial e�r►bedded ir� the joints or adhered to the joint faces. (2) Waterblasting equipnnent. Waterblasting equipment shall include a trailer-mounted water tank, pLtr�ps, high pressure hose, a watld with safety release cutoff controls, nozzle, and auxiliary water resuppIy aq�.�ipment. The water tank and aUxiliary water resupply equipment shall be of suf�icient capacity �o permit continuous aperations. The pumps, hases, wand, and nozzle shall be of sufficient capacity to CITY OT FaRT WORTH Alliance AirportTaxiway P, Phase 2 Tachnicat 5�ecifications P-603-L Project Num6er 1a3000 Item P-b03 �midsi�ed Asphalt Tack Coat perinit tha c1ea�ling of both walls of the joint and the pauemeilt srtrface for a width of at leas� 112 inch (12 �nm) an either side ofthe joint. The pump shall be capable of supplying a pressure oiat ieast 3,Q�0 psi (20.7 MPa}. A pressure gauge mounted at the puinp shall show at all times the pressiu•e in pounds per squa�'e inch (psi) (kPa} at which the equipment is operating. (3) Sandblasting eguipment. Sandblasting equipment shall inciude an air coznpressor, hose, and a long-wearii�g venturi-type nozzle of proper size, shape, and opening. The maximum tlozzle opening shouid not exceed 114 inch (6 m�n). Tlte ai�' compressor shall be portable and shall be capable of furnishing not iess than 150 cubic feet (4200 liters) per ininute and maintaining a line pressu�'e af �Zat less than 90 psi (620 kPa) at the nozzle while in use. 'I'he campressor shall be equipped wiih iraps that will rnaintain the compressed air free of oil and water. The ��ozzle shall lla�e an adjusta�le guide that will hold the nozzle aligned with tile jaint abaut one inch (25 mm) abo�e the pavement surface and will direct the b�ast to cl�an the joint walls. The h.eight, angle af inclinaiion, and the size of the nozzle shali be adjusted as necessary to ensure s�tisfactory results. b. Sealing equipment. Equiprne�nt used ta install ihe cortzpression seal shalj place the compression sea] to ihe prescribed depths within the specifed tolerances witItaui cutting, n�eking, twisting, or otherwise damaging th� seal. The equipment shafl not streteh or coinpress the seal more #han 2.0% longitudinally during installation. The machine shall be an autamafic self-propelIed joint seal application ec{uipment and shall be engine powered. The machine shall include a reservou for the lubricantladhesive, a device for conveying the lubj•icant/adheaive in the proper quantities ta the sides the prefot•med seal or the sidewalls of the �oint, a reel capable of holding one full spool of cotz�pression seal, and a power-driven apparatus for feediag the joint seal through a coinpression de�vice and inserting the seal into the jaini. The equipment shall also include a guide to maini:ain the propar course along the joint being sealed. The machine shall at all times be operatad l�y an experie�iced operainr. Hand o.perated joint seal appli�atian e�uip�nent may be used for localiz�d areas and for projects less than 500 sqliare yarcis (�50 square met�rs). The equipment shall be a two-a�le, four-wheel machine that includes means for compressing and inserting the compression seal info t�e joint and a reel eapable of holding ane full spool of compressian seal material. CONSTRUCTION METHODS 60�-4.1 EnvironmenEal canditions. The ambient temperature a�d th� pavement temperature within the joint watl shall be at least 35°F (2°C) and rising at the tiine of installation af the materials. 5ealant application will not be per�nitted if innisture or any foreigu materiai is observed in the joint. 604-4.2 Trial joint sea{ and lubricantladhesive installation. Prio�'tothe cleaning and seajing afthe3oin�s far the entire project, a control strip at Ieast 200 feet (69 meters) long sktall be prepared at a location designatad by the RPR using the specified materials and the approved equipment, to demonstrata the materials anci construction pxocesses for joint preparation and sealing of all types of joints includ�d in the project. No other joints shall be sealed until the test i�tstallatioza has been approved by the RPR. If materials or installation do not meet re.quireinents, the matexials shall be removed, and the joints shall be eleaned at�d a new trial joint seal installatian shall be perfarmed at the Contractor's expense. The Rl'R approved Yrial sec�ion will be incarporated inio the permanent work. 60�i-�4.3 Preparation o� joints. Imm�diately before installation of the compression joint seal, the jaints shall be tharoughly cleaned to remove alI laitance, fiIler, existing sealer, foreigt� znaterial and protrusions of hardened concrete from thc sides and «pper edges of the joint space to be sealed. Cleaning shall extend alang paveinent surfaces at Ieasi 112 inch (I2 mm} an either side of the joint. Aft�r final cleaning and 'rmmediately prior to s�alzng, the joints shaI1 be blown out with compz'essed air and �eft free of debris and �vater. Any irregularity in the joint face that would prevent uniForm co��tact between the joint seal and the joint face sha11 be cot�'ected priar to the installatioii of the joint sea1. C�I'Y OF FORT WORTH Alliance Airpart Taxiway P, Phase 2 Technical Speciiications P-6b3-2 ProjeciNamber tU300Q Item P-603 Emulsif[ed Asphalt Tack Coat a. Sawing. Joints shall be sawed to clean and to open them to the full specified width and dep#h. Immediately fpllowrng the sawing operation, the joini faces and ope�iing shall be thorpughiy eleaned using a water jet ta remove all s�w euttings or debris remaining on the faces or iz� the j�rint opening. Compressian s�:al sha�l be installed within three (3} calendar days ofthe time the joint cauity is savred. Depth of the jQint cavity shall b� in acca.rdance with manufacturer's inst�•uctions. 5ul�mit printed copies of rnanufacturers' instructions 30 days prior to use on the pro�ect:. The saw eut for the joint seal cavity shall at al1 locations be centered over the joint line. The no�ninaI width of the sawed joint sea] cavity shall be as follows; the actuai w[dth sY�all be within a tolerance of �1/16 inch {2 tnm): (1) If a nominal 13116 inch {2l mm) wide compression seal is furnished, the nominal width of the saw cut sha11 be 112 inches (i 3 min) when the pauernent temperature ai the time of sawing is betw�er� +30 and -�-114° F(-i and 43° C). If tlie pave�nent temperature at tlle time of sawing is ahave this range, the �taminal width ofthe sa� cut shalI b� decreased 1/16 inch (2 mm). Ifthe pavement temperatu��a at the time of sawing is below this range, the nominaI wzdth of the saw cut shaII he increased 1/1b ii�ch (2 mttz}, (2} If a nominal one inch (25 mna) wide compression seal is furi�ished, the nominal width of the saw cut si1a11 be 9116 iilches ( I4 min) wlaen the pavement temperature at the time of sawin� 1s betwveen +3 p and -I-170� P(-1 and 77° C). If the pavem�nt Yempez•ature at the ti�ne of sawing is above this razxge, the nominal width of tl�e saw cut shall be deereased 1/I 6 inch (2 mm). Tf the pavement taxnperature at the time o.f sawing is belowthis raazge, the nominal width of the satv cut shall be increased 1/16 inch (2 mm). (3) The pavam.ez�t femperature shall be measured and recorded 'tn the presence of the RPR. Measurement shall be made each day before corn�nencing sawin� and at any otlaer time duz•ing the day vwhen ihe temperaiure appea�'s to !ae moving out of the aIiovvable sawing range. b. Waterb[ast eleaning. T11e concrete�oint faces and pa�ement surfaees extending at least 1/2 inch (12 r�m) froin the joint edges shall be waterblasted clean. A multiple pass technique shall be used until the surfaces are free of dust, dirt, curing compout�d, or any residue that might pz'event ready insertion or uniform co�tact of the seal at�d bonding of the lubj�icant/adhesive to the cancrete, After final clea►�ing and immediate]y prior ta sealing, the joints shall be bIown out with compressed air and left completely fre� of debris and water. c. Sandblast cleaning. The concrete joint faces and pavement surfaces extending at least 1/2 inch (12 mm) frorr� the joint edges shall be sandblasted clean. A multiple pass teclinique shall be used until khe surfaces are free of c�ust, diri, curing compound, or ai�y residue that might prevent ready insertion or unifo�'m contact of the seal and bonding of tlie lubricantladhesive ta the concrete. After final cleaning and immediately prior to sealing, the joints shall be blown aut wiYh compressed air and ieft completely free af debris and water. d. Rate of progress. Cleaning of the joint faces shall be limited to il�e linear footage of joint that can be sealed during the satne workday. 604-4.4 Instal{ation of �he compression seal. a. Time of installaiinz�.loints shall be sealed within 3 calendar days of sawing the joint seal cavity and the final cleaning of the joint walls, or a temporary seal shall be instal.led to prevent infiltration of fareign material. Ii rai.n interrupts the sealing operations, the joints shall be washed, cleaned with air and be dry before proceeding with installing of �e lubricantladhesive and compression seal. b. Installatio� Sequ�nce. Longitudinal joints shall be sealed �rst, then seal the hansverse jaints. Trar►sv�rse j4int seals will be continuous from edge to edge of the pavement. Intersections shall be tnade m.onalithic by use of joint seal adliesive and care in fYting the intersection parts together. 5eals which do not reach an intersection shall be eemoved and replaced with neuv seal as directed by the RPR at the Conit�actoz''s Ex�ense. Seal exte�ider pieces shall not be used at intersections. CT'I'Y OF FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical SpecificaEions P-603-3 Project Numher 1030�Q Item P-603 Emulsified Asphalt Tack Coat c. Seal'rng,joints. The sidas of the joint seal or the sides of the joint shall be covered with a coating of lubrica��t/adhesive and the seal installed as specificd. Butt joii7ts and seal intersections shall be coated with libei•al applicatia«s of lubricantladhesive. Lubticantladhes�ve spilled on the pavement shall be removeci i�nmediately to pre�ent setting on the pavement. The joint sea] shall be piaced at a uniform depth wiihin the tolerances speeified. The compression joint seal sliall be placed to a depth oi3/16 inch (5 mm}, �X/8 iz�ch {3 mm), below the paveinent su��ace or below tl�e depth af the groo�e un�ess oiherwise directed by the RT'R. The seal shall be installed in the longest practicable lengtlas in lon�itudinal joints and shall be eut at the joint intersections to provide continuous installat�an of t11e seal in the transverse joints.. Ti�e joint seal shall be installed in an upright position, free from twisting, distortion, and cuts. If st��etch of i�stalIed joiilt seal exeeeds 1%, adjl�stments shall be made to the installation equipment and procedure. 8tretch af installed joint seals exceeding 2% stretch shall be rerno�ed and replaced. After installation o�the langitudinal joint seals, it sha11 set foi° a minitn�,un of one (1) hour prior to cutting if�e seal at th� joint intersections. For all trans�ei•se joints, the ininimum len�th oithe preformed jaint seal shalI be the pauement widih from edge to edge. 6Q4-4.5 Clean-up. Upan corr�pletion of the projeci, ail unused materials sha11 b� z'emoved from the si#e, aII lubricantfadhesive an the pavernent surface shaIl be removed, and the pauetnettt shall be 1e�t in clean cor�diiion. 604-4.0 Qualit� Confrol and Quality Assurance. a. Quaiity Control The application equipment shall be inspected Yo assure uniform application of lubricantladhesive to the sides af the compression joint seal or the walls aF the joint. Equipment causing cutting, twisting, nicking, excessive strefiching ar compressing of the coir�pression seal, ar vnproper application of the lubricantladhesive, shall not be used until ca�.�ses of the daficiencies are determined and corracted by the Contt actor. The seal shall be inspected by the Contracior a minimutn of once per 40D feet (]2D m) of seal for eoinpliance ta the shrinkage or caznpression requirements. Measurements shall be made at ih� satne inte�ral to determine conformance with d�pth and vvidth insta.11atian requiren►ents. b. Quality Assurance. Cleaned joints shall be approved by the RFR prior to installa�ian of th� IubricantJadhesive and co�npression joint s�al.. Conformance to sii'etching a�1d compression li�nitations shall be determined by the Rl'R using the following procedures: (1} Mark the top suriace of the compression seal at one foot (30 cm) intervals in a manner clear and durable to enable length determinations of the seal. {�} After installatian, the distance �etween the inarks on the seal shali be measured by the Contractnr. (3) If the stretching or compression exceeds the speci�ed limit, the sea3 shall be rernoved and replaced with new joint seal at the Contractor's Expense. The seal shall he removed up to the Iast correct measurenaent. 604-4.7 Acceptanc+e. The joint sealing system (compression seal and lubrican�/adhesive) sha11 be inspected 6y ihe RPR for proper rate of cure and bonding to the eoncret�, cuts, twists, nicks, and other deficiencies. Seals exhibiting any defects prior to final acceptance of'the project, s1�alI be removed from the join�, wasted, and replaced with new material in a satisfacto.ry manner, at the Contractor's expense, as deterrnined by the RPR. CITY OF PORT WORTT�T Allianc.e Airport Taxiway P, Phase 2 Technieal Speciiicarions P-643-4 Projectl�€umber 103000 Item P-G03 Emulsifisd Asphalt Tack Coat METHOD OF MEASUR�MENT 604-5.1 Measurement. Tha quantity of coinpression joint seals instalIed and aceepted, wiIl be detet•mined by the linear feet (meterj. BASIS OF PAYMENT G04-6.1 Paymenf. Payment will be made at the contract tu�it bid pt�ices per linear fo�t (meterj for the co�npression joint seals. `The unit bid prices shall include the cost of all 1.abor, ir►aterials, the use of all equipmeiit, and tonls r�quired to camplete the work. Item 604-b.1 Corr�pressioa� Joint Seals for Cancrete Pavements per linear feet (�neter) REFERENCES The publications listed beSow for�n a part of this specification to the extent refer�raced. The pubIications are referred to within tile text by the basic designation on1y. ASTM International {ASTM) ASTM D2628 ASTM D283S C.orps af Engineers CRD C548 �tandai•d Specification for Preiarmed Palychloroprene Elastomeric 7oint Seals fm• Concrete Paveinents Standard Specification for Luhricant for Installation of Preformed Compression Sea1s in Cor�crete Pavements 5tandard Specification %r Jet-k'uel and Heat Resisfant Preforined Polych3oraprene Elastomeric Joint Seals for Rigid Pa�ements Unifed Faeilities Criteria (UFC) U�'C 3-250-OSFA Standard Practiae for Sealing Joints and Cracks in Rigid and Flexible Fa�ements END �I'EM P-6Q4 CITY 0�' FORT WORTH A[[iance Airport Taxiway P, Phase 2 Tech3iical5pecifieations P-6ti3-5 ProjectNumber ]0300Q Ttettt P-503 Page Intentionally Blank Emulsif"ied Asphalt Tack Coat CITY OF FOT2T WORTH Alliance Airpoft'iaxiway P, Phase 2 Technical Specifications P-503-6 ProjectNumber ]03000 Item P-605 doint Sealant for Pavements ITEM P�fi05 JDINT SEALANTS FOR PAVEIVIENTS DESCRTPTION 6Q5-] 1 This item sha11 consist of providi�t�g and installing a resilzei�t and adhesive �oint sealing material capable of effectively sea3ing joit�ts in pavement; joints between differant types af pavements; and cracks in existing pav�tnent. MA.TERIALS 605-Z.1 Joint seaiants. Joint sealant materials shall tneet the requirements of ASTM D5893, Standard Specificafions fox Cold Applied, Single Companent, Chemically Curing Siiicone Joint Sealant for Portland Cement Concrete Pavemenfis. Each 1ot or batch of s�alant shall be delivered to the jobsite in the tnatlufacturer's original sealed cantainer. Each containar shall b� marked with t11e manufacturer's name, batch or lot number, the safe heating temperature, and shall be accompanied by the manufactur�r's certification stating that �he sealant �neets the requirements of this specificatioii. 605-2.2 Backer rod. The material furnished shall lae a coinpressibfe, non-shrir�lcing, nan-siaining, non- absorbing material that is non-reactive with the joint sealant in accordance with ASTM D5249. The backer- rod material shall be 25°/o � S% larger in diameter lhan ihe na�ninal width of the joint. 605-2.3 Bond breaking tapes. Provide a bond hrea�cing tape or separating material that is a flexible, non- s�rinkable, non-absorbing, non-staining, and non-reacting adhesive-backed iape. Tlae material shall have a melting pai��t at least 5°F (3°C} gr�atar than the pouring temperature of the sealant being used when tested in accordance with ASTM D789. The bond breaker tape shall be app�•oxitnately 1/8 inch (3 nun) v,Tider than the nominal width oftha joint and shall not bond �o ihe joint sealant. CONSTRUCTION METHODS 605-3.1 Tittxe of application. Join�s shall be sealad as soon after completion of the curing pariod as feasible and before the pavement is opened to tr�c, including construction equipmen�. The pavement temperatu��e shall be 50°F {10°C) and rising; atthe.time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in Yhe joint. 605-3.2 Equipmeut.. Maclaznes, tools, and equipment used in tha performance of the work required by this section shall be approved before the work is start�d and maintainad in satisfactory condition at all tirr►es. Subnait a list of proposed equipment ta be used in performance of construction wark ineluding descrlptive data, i4 days prior to use on the project. b. Concrete saw. Provide a self-propelled po�ver saw, with water-cooled diamond or abrasiv� saw blades, for cutting joinYs to the depths aiid widths speci�ed. c. �andblasting equipmeni. The Cazatt'actor must demonstrate sandblas�ing �quipment including ihe air compressor, hose, guide and nozzle size, Ginder job conditions, before approval in accordance with paragraph 605-3.3. The Contractor sha�l demonstra#e, in the presence of the Resident Proj ect Representative (RPR), that the method cleans the joint and does not daz�aage the joint. d. Waterblasting equipment. The Contractor must d�monstrate waterblasting equipment including the pumps, hase, gu.ide atid nazzle size, under job conditipns, before approval in accordance �vith paragraph 645-3.3. The Contract�r slZall demonstrate, in the presence ofthe RPR, that the rneihod cleans the jaint and does not damage t�e joint. CITY OF k'ORT WORTH Allianee Airport Taxiway P, Phase 2 Tecl�nical Specifieations P-603-1 Project idum6er i0300G ltem P-6U5 Joint 5ealant for Pavements e. Hand tools. Hand tools �nay be used, whe�-� approved, for removing defective sealant from a crack and repairing or c1ea�ling the crack faces. Hand taols shauld he carefully �valuated for potential spa3lzng effecis prior to approval for use. f Hot�poured sea�ing equip�nent. The unit appl�cators us�d for heating and installing AST1111 D669d joint sealant materials shall be mobile and shall be equipped with a double-hoiler, agitator-type kettle with an ail rn�diiun in the outer space for heat trazisfer; a direct-connected pressure type extruding device with a nozz3e s%aped for inserting in the joint to be �lled; positive temperature d��ices for contralling the temperature of the transfer oi] and sealant; and a recording type thermometer far indicati.ng the temperature of the sealan�. The applicator unit shalj be designed so that th� sealant will circulate tivough the delivery hose and return to t11e inner Ecettle when not in use. g. Cold-applied, singlc-component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants slial� consist nf an extrusion pump, air compressor, following plate, hoses, and nazzIe for transferring the sealant from the storage confiainer intn t�e jaint openittg. The dimension of the nozzle shall be such that the tip ofthe nazzle will exi�end iz�to ttie jaint to allow sealing fro�n the bottom of the joint ta th� top. Maintain the initialSy approved equipment in good working canditior►, ser�viced in accordane� with the supp�ier's instructians, and unalte�'ed in any way witliout obtaining prior ap�rroval. 5ma11 hand-held air-powered equiprnent (i.e., caulking guns.) ma� be used for small applicatior►s. 605-3.3 Preparation of joinfs. 1'aveme�lt joints for applioatlan of material in this specification znust be d�y, clesn of aI1 scale, dirt, dust, curir�g compound, and other foreign matter. The Contractor shall demonstrate, in the presence of the RPR, that the rnethad cleans the joir�t and does not damageihe joint. a. �awing, �11 joints sIiali be sawed in aeeaz'danee with specifications and pIa� details. Immediately after sawing the joint, the resuIti�g sluriy shall be campleteiy reinoved from joint and adjaeent area by flushing with a jet of water, and by use of ather tools as necessary. h. Sealing. Immediately b�fore sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, f ller, protrusions of hardened co»crete, old sealant and ather foreign inaterial from the sides and uppe�• edges of the joint space to be sea�ed. Cieaning shalI be accomplished by sandblasting or waterblaster as speci�ed in paragraph 605-3.2. The newly exposed conerete joint faces and the pavement swrface e�tending a miniinum of ii2 inch (12 irnn) from the joint edge sha11 be sandblasted clean. Sandblasting shall be accomplished in a minim�zm of two passes. One pass per joint face with t.�e nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After iinal cleanin.g and immediateIy prior io sealing, blow out the joints with compresse.d air and leave them completely free of debris and water. 'I`he jaint faces shai� be surface dry when tl�e seal is applied. c. Backer Rod. Wt�er� the jaint opening is af a greater depth than indicated for the sealant depth, plug or seal off the lower portion af tl�e joint opening using a backer rad in accordance with paragraph 605-2.2 to prev�nt the entrance of the sealant below the speci� ed dspth. Take care to ensure that the hacker rod is placed at the specified depth and is not stretck�ed or twisted during installation. d. Bond-breaking tape. Where inserts ar £�iller materials contain bitume.n, or the depth of the joint apensng does not allow for the use of a back.up material, insert a hond-separating tape breaker in accordance with paragraph 605-2.3 to pz'e�vent incompatibility with the filler materials and three-sided adhesioi3 of the sealant. Securel}r bond the tape to the bottom of the jnint opening so it will not float ug lnto the new sealant. 605-3.4 Instaliation af sealan.ts. Joinis shall be inspected for proper width, depth, alignment, anc# greparation, and shaII be approved by tlae Rl'R before sealing is allowed. Sealants shall be installed in accordance witli the fo�lowing requiremants: Immediately precedin�, but not more that� 50 feet {15 r►�) al�ead of the joint sealing operations, pet�orm a final cleaning with compressed air. Fil! the joints from th�: bottom up to 3/8 ineh (lOmm) �I/16 inch (2 mmj below the tap of pavement surface; or bottom of groove far grooved pavemenf. Ret�ove and discard excess or spilled sealant from the pavement by approved methods. Instalj the sealant in such a manner as Cl'1'Y OF FORT WOATH A[liance Airport Taxiway E, Phase 2 Technical 5pecifications P-603-2 Project Niunber 103UOQ Item P-bQ5 Joiirt Sealant for Pavements to pr�vent the farmation of �oids and entrapped aiz�. In no case shall gra�+ity methods ar pouring pots be used to instail the sealant material. Tra�c shall not be permitted over newly sealed pave�nent uirtil autharized by tlie RPR. When a primer is recommended by the rnanufacturer, apply it evenly to the joint faces in accordarlce with the manufacturer's instructions. Check the jaints frequently to ensure ihat the n�wly installed sealant is cured to a tack-free oondition within the time specified. 6Q�-3.5 Ynspection. The Contractor shall inspecf the jaint sealant for proper rate of cure and set, bonding to the joint �valls, cohesive separation witl�in the sealant, reversion to liquid, entrapped ait' a�1d voids. Sealants exhibiting any of these de�iciencies at any time prior to the final acceptance of the project shall be remaved fro�n the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 Cleatt-up. Upon co�npletion of the project, remove all unused materials from the site and leave the pavement in a cle�a�� condition. METHOD OF MEASUREMENT 605-4.1 Joint sealing material siiall be measured by the linear fooi (meter)of sealant in place, campleted, and accepted. BASIS OF PAYMENT 6U5-5.1 Payment for joint seali.ng material shall be made at the contract unit �arice per linear foot (meter). The price shall be full compensa�ion for furnishing all inaterials, for a11 preparatian, deliverlt►g, and piacing of these materials, and for all labor, equipment, tools, and ineidentals necessary to complete the item. Payment wiil be. made under: Itein P-605-5.1 Joitlt Sealing Filler, per linear fooi (meter) REF�RENCES The publicatlons Iisted 6elow farm a part of this specifical:ion to th� �xtent reference�i. The pubiications are referred to within the text by the basic designation only. A�TM Inten�atiana� (ASTM) ASTM D789 ASTM D5249 ASTM DS893 Advisory Circulars {AC) AC 150/5340-30 5tandard 'I'est Method for Determination o� Relative Viscosity of Polyanrzide (1'A) Standard Speeifcation for Backar Mat�xial for Use with CoId- and Hot- Applied .Toint Sealants in Portland-Cement Concre#e and Asphalt Join.ts Standard Specificat�on for Cold Applied, Single Component, Chemically Curing Silicone Jnint Sealant for Portiand Ceinent Cancrete Paveinents Design and Installafion Details for Airport Visual Aids END ITEM P-605 C1TY �F FORT WORTH Alliance Airport Ta�iway P, Phase 2 Technicai Specifications P-603-3 Project Number ] 03000 ltem N-bOS Page Intentionally Blai�k 7oint Sealant for Pavements CITY OF �'QCiT WORTH Alliance .n.irport Taxiway P, Phase 2 Technical Specifications P-603-4 1'roject Number 10300.0 ]tem P-G06 Adhesive Cnmpounds,'1'wo-Cotnpo�tent far 3ealittg Wire and I.,ighEs [n Pavemenf IT�M RGQ6 ADHES�VE COMPOUNDS, TWO-COMPONENT FOR SEALING WTRE AND LIGHTS IN PAVEMENT DESCRIPTION 606-1.1 This specification cavers two types of materiai; a liquid suitable for sealing �lectrical wire in saw cuts €n paveinent and for sealing light fixtures or bases in pavement, and a paste suitable for embedding ] ight f'vs.tu:res in the pavement. Both #ypes of material are two-cornponent �lled farmulas witI1 the char`acteristics speci�ad in paragraph 606-2.4. 1Vlaterials su�plied %r use v��tl� aspIlalt anri/ar concrete pavements must be fn�'mulated so they are compatible with the asphalt andlor concrete. MATERIALS 606-2.1 Cnring. When pre-warmed to 77°F (25°C), mixed, and placed in accardar�ce virith inanufacturer's directions, t1�e materials shall cure at temperatures af 45°F (7°C) or above without the application of exiernal heat. 606-2.2 Storage. Tha adhesive cornponents shall izot he stored at temperatures over 86°F (30°C), u.nless otherwise specified by the manufacturer. 606-2.3 Cautian. Xnstallation and use shaIl be in accordance with the nriatzufacturer's recommended procedures. Avoid proion,ged or repeated contact with slcin. In ca5e of contact, wash with soap and flush wi�h water. If taken internally, ca.11 doctor. I�eep away from heat ar flame. Avoid vapor. Use in well- ventilated areas. Keep in cool place. Keep away from children. b06-2.4 Characteristics. When mi�ed and cur�d in accordance with the manufacturer's directions, the materials shall have the following properties s�own in Table l. Table I. Property RequiremenYs Physical ar ElecErical Property Minimum Maximum ASTM Method Tensile Partland cement concrete 1,000 �asi D 638 (70 kg/sq. cm) Asplaalt concrete 500 psi {35 kglsq cm) Elongation Fortland cement concret� See note � D 63 $ Asphalt cancrate 50% D 638 Co�f. of cub, exp. 0.00090 O.00I20 D 1 l68 cu. cm/cu. cm/°C Coef. of lin. exp. 0.400030 0.000040 D 1168 cm/cmf°C Dielectric strength, shot�t tiine tast 350 volts/t�nil. D 149 Arc resistanee 125 sec Pull-aff CTTY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 TechnicAl Spacificatinns P-b06-1 ProjectNumher 103000 Item P-606 Adhesive Compounds, Two-Cnmponent for 5ealmg Wirc and Lights in Pavement Physical or Electrical Property Nlinimum Maximum ASTM Me.thod Adhesion to steel 1,D00 psi (70 kg/sq cm) Adhesion to Portlat�d �ement concrete �n0 psi (14 kg/sq cm} Adhesion to asphalt canc�ete No Yest a�'ailable. Acfhesion to aluminum 2S0 psi � 20% or more (witho�t filler} for foj�cnulations ta be suppiied for areas subject to freezing. SAMPLING, TNSPECTION, AND TEST PROCEDURES 646-3.1 Tensile praperties. Tests for terlsile strength and elQngation shall be conducted in accordance with ASTM D638. 606-3.2 Expansion. Tests for coefficients of linear and cubical expansion shall be eonducted in accordance with, Method B, except that 3nercury shall be used instead of glycerine. The test sp�cimet� shall he mixed in ths propartians specified by the manufacturer, and cured in a glass tub apptoximately � incl� (50 mm) long by 3/8 i��ch (9 mm) in diameter. The interior of the tube shall be precoated with a silicone moid release agent. T11e hardened sample shall be removed. from the tube and aged at raom temperature for o.ne (1) week before condueting the test. The test temperaiure range shalI be feom 35°F' (2°C) to 344°F {60°C). 606-3.3 Test for dieleetrie strength. Test �or dieleckric strength shall be conducted in aceordance with ASTM D149 for sealing compounds to be fuz'nisk�ed for seaiiilg electrical wires in pavement. 606-3.4 Test far arc resistance. Test for arc resistance shall be conducted for sealnig compounds to be fun�ished for sealing electrical wires in pavem�nt. 606-3.5 Test for adhesion to steel. `�'kie ends af twa smooth, clean, steel specimens of convenient size (1 inch by 1 inch by 6 inch) (2S t�m by 25 mm by i54 mm) would be satisfactory when bonded together with adhesive mixture and aIlowed to cure at roorn temperature for a period of time to meet �ormuiation requirements and then tested to failure on a Riehle (or similar) tensile tester. Tlze thickttess of adhesi�ve to be tested shall be 1/4 inch (6 mm). b�6�3.6 Adhesio� to Porkland cement concrete a. Conerete fea# black preparation. The aggregate grading shall be as shown in Table 2. The cnarse aggregate shall consist of crushed roek having a minimum of 75%. of the particles wiih at least one fractured face and having a water absorption of not more than 1.5°/a. The iin� aggregate shall cansist of crushed saz�d manufactured fra3n the same parent rock as the coarse aggregate. The concreta shall ha�+e a water-cement ratio of 5.5 gallons (21 liters) of water pez' bag of cernent, a cement factor of 6, �0.5, bags of cetr�ent per eubic yard (0.76 cubic meter) of concrete, and a�lump of 2-i12 inch (6Q mm), �1/2 ineh (6Q znm f12 mm). The raiio of fine aggregate �o total aggregate shall be approximately 40°/a by solid volume. The air content shall be 5.0%, �0.5°/a, and it shall be obtained by the addition to the batch of an air-entraining admixture such as Vinsol� resin. The mold shall be of inetal and sha11 be provided with a metal base plate. Means shall be provided far securing the base plate to �he mold. The assem6led tnold and basa plate shal] be watertight and shall be oilad with mineral oil before use. T`he inside measurement oftlie mold shall be sucn that se�eral one inch (2S mm) by 2-inch (75 mm) Uy 3-inch (25 mm by 50 mm by 75 mm} test blocks can he cut from ihe specimet� rn+ith a concrete saw having a diamond blade. The concrete shall be p�epaa•ed and cured in accordancc with AS'T'M C192. CITY qF FORT WORTI{ Alliance Airport Taxiway P, Phase 2 Technical Specifications P-fiD6-2 Project Nnimber 1030�0 {tem P-60G Adhesive Compounds, Two-C.omponent for Sealing Wire and Lights in PavemenC Table 2. Aggregaie for Bond Test Blocks Type Sieve SizE Percent Passing Caarse Aggregate 3f4 incla (19.p mm) 97 to 100 1/2 inch (12.5 mm) 63 tQ 69 3/8 inch (9.5 mm) 30 to 36 Na. 4(4.75 mm) 0 to 3 Fiue Aggregate Nfl. �(�.75 mm) 100 No. 8(2.36 mm) 82 to 88 No. 16 (1.18 mi�n) 60 to 70 No. 30 (60� µm) 40 to 50 No. 50 (300 µm) 16 io 26 No. 1pQ (15Q µrri) 5 to 9 la. Bond tesf. Prior to use, oven-dry the test blocks to constant weight at a temperature af 220°F to 23D°F {104°C to 110°C), cool to rooin iemperature, 73.4°F �3°F (23°C �1.6°C), in a desiccaYor, ar�d clean tha surface of #he blocks of fi]m ar powd�;r by vigorous brushing with a stiff-bxistled itber brush. Two tesi blacks shall be bonded tagefher an the one inch by 3 inch (25 mm by 75 mm) sawed face with the adhesive mixt�t'e a.nd allowed ta cure at room tempez'ature for a period of time to meet farinulatian requirements and then tested to failure in a Riehle (or siiniiar) tensile tester. The thick�ess of the adhesive to be tested shali be 114 inch (6 mm}. 60G-3.7 Compatibility witF► aspltalt mix, Test for compatibility with asphalt in accordance with ASTM D5329. 606-3.8 Adhesi�e compou�ads - Contraetor's responsibility. Tlae Contractor shall furnish the vendor's certified test reports for each batch of material delivered to th� project. The report sha11 certify that the rnaterial meets specificatiori t�equir�ments and is suitable for use with concrete pavernents. The report shalI be provided to and acceptad by the Resident Project Repz'esentative {RPR) before use ofthe material. In addition, the Contt'actor sE�al� obtain a statement f:rnm the suppIier or manufacturer that guarantees the material for one y�ar. The supplier or manufacturer shall furnish evidence that the rnaterial has perfarmed satisfactorily on other p�'ojects. 6Q6-3.9 Application. Adhesive shall be applied on a dry, clean surface, free af grease, dust, and other loose particles. The met�od of mixing and application shall be in strict accordance with the manufacturer's recommenrlations. When used with Item P-605, such as light can installation, Itam P-605 sha11 not be applied until the Item P-606 has fully cured. METHOD O� MEAS`LTREMENT 60G-4.1 No measurement will be made %r direct payment of adl�esi�e compound, as the cost of furnishing and installing shall be cansidered as a subsidiary obligation in the completion of the installation. BASIS OF PAYMENT 606-S.1. No payment will be made for diz'ect �ayment of adhesive compound, as the cost of furnishing and instaIling shall be considered as a subsidiazy obiigation in the campletion of the instal3ation, CITY OF FbRT WOR"IH Alliance Airport Taxiway P, Phase 2 `Pecllnica] SpeciFic�tions P-&06-3 Projeei Num6er 103000 item P-6fl6 Adhesive Compvunds, Two-Component foe $ealing Wire and Lights in Pavantenl RE�ERENCES '1'he publications Irsted below fortn a part of this specification to the ext�rat referenced. The publicatians are referred to within the text by the basic designation oniy. ASTM �nternational (AST'M) ASTM C192 Standard PracYice for Making and Curing Cone�'ete Test Speciinens in the Laboratory ASTM D149 Standard '7'est Method for Dielectric Breakdown Voltage and D'aeiech•ic StrengEh of Solid Electrical Insulating Materials at Commercial Power Frequencies ASTM D638 ASTM D5329 Standard Test Method for Tensile Properties of Plastics Standard Test Methods fot� Sealants and Fillers, Hot-applied, %�' ,Ioints and Cracics in Asphaltic and Portland Cement Concrete Pavements END OF ITEM P-60G C1TY OF FqRT WORTH Alliance Airport Taxiway P, Phase 2 Technical 5peciFicativus P-5�6-4 Project Numher 103a0Q Item F-GS 0 Concrete. for Miscellanepus Struckures ITEM P-6I0 CONCRETE �OR MISCELLANEOUS �TRiTCTURES D�SCRI�'TION 610-1.1 This item shail consist of concrete and reinforcement, as shown on the plans,. prepa�'ed anci constructed in accordance wiih th�se specifications. This specification shalj be used for all coz�.crate oYher tlian airfield pave�nent which are cast-in-place, i��cluding eiacasement, encapsulation and si�z foundations. MA,TERIALS 61U-2.1 Generai. Only approved mater[als, conforming to the requiremeilts of these specifcations, shall be used in the work. Materials may be subject to inspection ai�d tests at any time during their preparation or use. The souree of ali znaterials shall be appro�ed by the Resident Project Repxese�'�tative (ItPR) befare delivery or use ir� the wnrk. Representa.ti�ve preliminary samples of the materials shall be subinitted hy the Contractor, when required, for exatztinatian and test. Materials shall be s�ored and handled ta ensure preservatinn o� their quality and fitness for use and shall 6e located to facilitate prompt inspection. All equipmer�t for handling and transporting materials and concret� �ust be clea� before any material or concrete is placed in thern. The use oi 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 differeni aggregates from different sources in ane storage stockpile or alternating batches of different aggregates shaIl nat be permitted. a. Reaetivity. Fine aggregate and coarse aggregates to be used in all concrete shall have been t�sted separately within six months of the proj ect in accoz'dance with ASTIVI C 12G0. Test results shall be submitted ta t11e RPR. The aggregate shaIl b� co��sidered innocuous if the expansion of test specim�ns, #ested in ac�ordance wlth ASTM C1260, does not exceed 0.08% at 14 days (16 days frozr� casting). If the expansion either or both test specimen is greater than 0.08°/a at 14 days, but less thar� 0.20%, a miniinum of 25% of Type F f�y ash, or beLtiveen 40% and S5% of slag cement shall be used in ihe eonerete mix. If the expar�sion is greater than 0.20%, the aggregates shall not be used, and test resulis for ather aggregates must be submit�ed for evaluation, or aggregates that meet P-541 reactivity test requirements may be utilized. 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meei the requirements of ASTM C33 and the requirernents af Table 4, Class Designation SS; and the grading requirements shown belorv, as required for th� projeet. Coarse Aggregate Grading Requirements Maximum Aggregate 5ize ASTM C33, Ta�le 3 Grading Requirements (Size No.) 1 I/2 inch (37.5 m�n) 467 or 4 and G7 ! inch (25 mm) 57 '/4 inch (19 mm) 67 '/z inch {12.5 mm) '1 CiTY OF F012T WORTH Aqianae Airport Taxiway P, Phase 2 Technica] 3peci6ca#ions P-610-I ProjeckNumher L�3p06 Ztem P-61 p Concrete fos Miscellaneous 5tructures 61U-2.21 Coarse Aggregate suscepti6ility to durability (D) c�rac3�ing. Nnt used . 610-2.3 Fine aggregate. The fine aggregai:e %r concreta shall meet all fine aggregate requirements of ASTM C33. 610-2.4 Cernent. Cernent shall conform to the requirelnents of C� SQ Type IIII. G1.0-2.5 Cementitious materiais. a. Fly �sh. Fly ash sha11 meet the requirements of ASTM C6i $, with the exception of loss of ign.ition, where the m�imum sha11 be less than 6°/n. Fly ash s11a11 have a Calciurn Oxide (Ca(]) content of less than 15 o and a total available alkali content less than 3% per A$TM C311. Fly ash px•oduced in fu�•nace operatians using liming rnateriajs or soda �sh (sadium cat'�onate} as an additive shall nai be accepiable. The Cantractor shall fiu�ush tl�e previous three rnast rt;cent, cansecutive ASTM C6i8 reports for each source of fly asIi proposed in the cQncrete mix, and shall fuinish each additional report as they become available dUring the project. The teports can be used far acceptance or the materiaj may be tested independently by the RFR. b, Slag cement {ground granulated blast furnace (GGBF�). Slag cement shall con%rm to AS'�M C989, Grade 100 or Grade 120. Slag cetnent shall be used onIy at a rate betvaeen 25%o and �S% of the total cementitious material by mass. 610-2.6 Water. Water used in mi�ng oz curing s11all be from potable wate�• sources. Other sourees shall be tested in accordance with ASTM C1�02 prin.z^ to ttse. 610-2.7 Admixtures. Tl�e Co:ntractor shall submit certif cates indicating that the tnaterial to be fiirnished rr►eets a11 of the requirements indicated below. In addition, the RPR may require ihe Contr'actar to submit compleie test data firom. an approved labaratory showing tliat th� material to be fumished meets all of the requir��nents af the cited specifications. Subsequent tests may be made of samples taken iay the RPR irom the supply of ilae material being fiarnished or proposed for usa o�� tkie worK to determine whether the acEmixture is unifarnn in quality with that approved. a. Air-entraining admix�ures. Air-entraining adinixtures shall ineet the requirements of ASTM C260 and shali consistently entrain the air content in the speeifed ranges under fieId conditions. The air- entrainment agent and any water reducer admixture shall b�. compatible. b. Water�redneing admixt�res. Water-reducing admixture s11ai1 meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and AS`I'M C1017 fiowahle admixtures shall not be used. c. Other ehemical admixtures. The use af set z'eYarding, a.nd set-accelerating admixtures shall be approved by the RPR. Retai•ding sk�all meef the req�irements of ASTM C494, Typ� A, �, or D and set- accelerating shall meet ihe requirern�nts nf ASTM C494, Type C. Calcium chloride and adtnixtures containing calcium chloride shall not be used. f10-2.8 Premolde.d joinf m�ate�rial. Premolded joint material for expaz�sion joznts shall meet the requirements of ASTM D1751 or ASTiVI D1752. 6IQ-2.9 Joint iiller. The filler for joit�ts shall rnee# the requirernents of Iiern P-605, unless aYherwise specified. 610-2.I0 Sfieel reinforeement. Reinfarcing shall consist af d�fnr�x�.ed laars conforming to the requirements of A51 S. 610-�.11 Materials �or curing cancrete. G«ring materials shalI be white-pigmented [iquid membrane- forming compo�and, Type 2, Class B conforming to ASTM C309. CITY OC PORT WORTH Alliance Arzpart Ta�ciway P, Phase 2 Technica! Specifications P-61U-2 Project%Tum6er 103000 Iiem P-G 1 � Concreke for Miscellaneous Stnrctures CONSTRUCTION METHODS bI0-3.1 General. The CQntraetor shall furnisla all labor, materials, and sez'vices necessary for, and incidenial #o, the eompletion of all work as shovvn on the drawings and specifi�d l�ere. All tr�achinery and eq�ipment used by the Contractor on the work, sIia11 be of stiifficieni size to meet the requirements of the work. All work sha11 be sub3ect to the inspectian and approval of the RPR. 610-3.2 Concrete Mixiure. The cor�crete shall develop a compreSsive strength of 4,000 psi 28 MPa in 28 days as determined by test cylinders made in accordance with ASTM C31 and tested in accordance with ASTM C39. The coiicrete shall contain ilot less than 470 pounds of cementitiaus material per eubic yard {280 kg per cubic �neter}. The water ceinentitious raYio shall not exceed Q.45 by u+eight. The air content of the eoncrete shall be S% +/- 1.2% as det�rmined by ASTIvi C231 and shall have a sluinp of �ioi inore that� 4 i31c17es (100 mm) as determined by ASTM C143. 614-3.3 Mixing. Conc��ete may be �mixed at the construction site, at a centra! point, or wk�olly or in part in truck mixers. The coi�crete shall be �nixed and delivered in accordance with the requirements af ASTM C94 or ASTM C685. The concrete shall be mixed on�y in quantities required for immediate use. Concrete shall not be mixed whi�e the air temperaiure is belaw 40°F (4°C) without the RPRs approval. If approval is gzanted for mixing under such conditions, aggregates nr water, or both, shall he heated and the concrate shall be placed at a temperature rrot less %�az� 50°�' (10°C) nor more than 100°F (38�C}. The Contractor shaII be helc3 respansihle far any defective work, resultingfrom freezing or fnjury in any mann�r during placing and curing, a�zci shall replace such work at his expense. Reternpering of concrete by adding water or any otf�er matei•iai is not permitted. The rate. of delivery of concrete to the job shall be sufficiez�t to allaw uninterrupted placemes�t of the cancrete. 61.U-3.4 For7ms. Concrete shall not be plaeed until all the %rms and reinforcerr�ents ha�re been inspected and appravad by the RPR. Forms s�all be of suitable material and sha11 he ofthe type, size, shape, guality, and strength ta build fihe structure as shotivn on i�ae plans. The forms shall be true to Iine and grade and sha11 ba mortar-tight and sufficiently rigid ta pravent displacement and sagging between suppo��ts. The surfaces of forms shall be smooth and fi•ee froin irregi,ila�-ities, dents, sags, and holes. The Cantxaetor shall be responsible for their adequacy. The internai form ties shall be arranged sa �ao tnetal will show in the concrete surface or discalar the suriace when exposed to weather€ng when the forms are z•e�noved_ All forins sliall be watted with water or with a non-staining mineral oil, which shall be applied imrmediately before the concrefe is plaeed. Forms shall be construeted so they ean be removed without injuring the eonerete or concrete surface. 610-3.� Placing reinforeement. All reir�forcement shall be accurately pIaced, as shown an the plans, and shal! be firmly held in pasition during concrete plaeement. Bars shall be fastened together ai intersections. The reinforcement shall be supported by approved metal chairs. 5hop drawings, lists, and bending detaiIs shall he supplied by the Contractor when required. 610-3.6 Embedded itezus. Before placing concrete, aII embedded itejns shall be firmly and securely fastened in place as indicated. AI1 einbedded iiems shall be cIeat� and free frorn coating, rust, scale, oil, Qr any foreign rnatter. The concrete sha11 be spaded and consolidated ar�und and against embedded items. TI�e embedding of wood shaIl not be aIlowed. 610-3.7 Concrete Consistency. The Contractor shall mon[tor the cansistency of the cancrete delivered to the project site; collect each batch ticket; check tetnpe�'ature; and }�erform slump tests on each truck at the project site in aceordance wi#h ASTM C143. CITY OF F{aRT 4VpRTH Alliance AirporE Taxiway P, Phase 2 Technical Specifieativus P-610-3 Project N�mher lU3pD0 Iteit� P-G10 Concretc for Miscellaneaus Structures 610�3.$ Plaeing concrete. All coi�crete shal� be placed during daylight hours, unl.ess otherwise approved. The concrete shall not be placed ut�til the depth and condition of foundations, the adequacy of farms attd falsewark, and the placing of the siee� reinforcing have been approved by the RPR. Concrete shall be placed as saon as pi°actical after rnixing, but in no case [ater �han one {1) hnur ai�er water has be�n added to the mix. The method and inatuler of placing sI1a11 avoid segregation and displacemant of the reinforceinent. Troughs, pipes, and chutes shall l�e �sed as an aid in placing co��erete when neeessary. The cancrete sha11 not be dropped from a height of mare than 5 feet (1.5 m). Concrete sl�all be deposited as neariy as practical in its final pasition to a�oid segregation due to rehandling or flowizzg;. Do not subjeet concrete to procedures which cause sagregation. Concrete shall be placed an clear�, dainp surf�ces, free from runi�ng water, or on a properly consolidated soi� foundation. 610-3.9 Vibration. Vibration shall follow th� guideli�es in American Concrete Institute (ACI) Com�aaittee 309R, Guide for Consolidation of Cos�crete. b10-3.10 Joints. Joints shall b� constructed as indic�ted on the plans. 610-3.11 T�inishit�g. All expased concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete harizontal plane surfaces shalj be 6rough� flush to the pz'nper ele�ation with the fiiiished top surface struck-off witk� a straightedge and floated. 61�-3.12 Curing and pratect�n�. All co�lcrete shalI be properly cured '1n accordance with the t•ecammendations in Americat� Cancrete Institute (ACI} 308R, Guide io External Curing of Cancrete. The eoncrete shali be protected feom damage until praject acceptance. 610-3.1.3 Cold weather placing. When conerete is placed at temperatures belo�+ 40°F (4°C), follow the calci weathar cancrefing recoinrnendations found ii1 ACi 306R, Cold Weather Cancrating. G10-314 Hot weatt�er placing. When concrete is pla�ed in hot weather greater than 85°F (30 °C}, follow the hat weatber concreting recammendations found in ACI 345R, Hat Weather Concreting. QUALITY ASSURANCE (QA) 610-4.1 Quality Assurance s.ampling and testiug. Coi�crete %r each day's piacement will be accepted on ihe hasis of the compressive strength specified in paragraph 6l 0-3.2. The RPR will sample the eoncrete in accordance with ASTM C 172; test the slump in accordanee v�+ith ,�+.STM C 143; test air content in accoi•dance with ASTM C23I; make and cure eompressive strength specimans in accordance with ASTM C3I; and test in accordance with ASTM C39. The QA testing agency will t�:eet the requiremar�ts of ASTM C1Q77. The Contractor shall provide adequate facilities for tlae initial c�ring of cylinders. 610-4.2 Defeetive work. Any defective work that cannoi be satisfaetorily repaired as determined by the RPR, shall be removed and replaced at the Contractor's expense. Defective work includes, but is not limited to, uneven diinensions, hflneycai�bing and other voids on the su��ace ar edges of the conerete. METHOD O�' MEAS�CIREMENT b1Q-51 Concrete shall be considered incidental and no separate measurerr►ent shaIl be made. BASIS OF PAYMENT Gf 0-6.1 Concrete sha11 be considered incic3ental and na separate paymant sha11 be made. CITX OF FORT WQR'PH Allianae Airport Taxiway P, Phase 2 Techuical Specifications P-6! 0-4 Project Numher ] 03000 Item P-610 Concrete fnr Miscellaneoits Structures REFERENCES Th� publications [isted below forin a part ofthis speaiiication to the extent refereneed. The publicatinils are re%rred to within tl�e text by the basic designation only. ASTM Inte�-lzational (ASTM) ASTM A 184 ASTM A6l S ASTM A7Q4 AS'I'M A706 Staitdard Specification for Welded Defartned Steel Bar Mats for Concrete Rei nforcement Standard Specificat�on for Deformed and Plain Carbon-5tee1 Baz's for Concrete Reinforcem�ni S#andard Specificatio�� for Welded Steel Plain Bar or Rod Mats for Concrete l�einforeement Standard �pecification far Low-Alloy Steel Deforined and PIain Bars for Concrete Reinforcement ASTM A775 5tandard Specificatian for Epoxy-Coated Steel Reinforcin.� Bars ASTM A884 Standat•d Specification far E�oxy-Coated Steel Wire and Welded Wira Reinforcemen� ASTM A934 Standard Sp�cificatian for Epoxy-Coated Prefabricated Steel Reinforcing B ars ASTM AT064 Standarci �p�cifica�ian for Carbon-Stee1 Wire and Welded Wire Reinforceinent, Plain �.nd Deformed, for Concreie AS"1'M C31 5iandard Practice for Making artd Curing Concrete Test 5pecimens in the Field ASTM C33 ASTM C39 ASTM C94 ASTM C 136 ASTM C114 ASTM C136 ASTM C143 ASTM C150 ASTM C171 ASTM C172 ASTM C231 Standaz'd Specification for Concrete Aggregates Standard Tesf Method for Comprassive Strength of Cyliildrical Concrete Specimens � Standa:rd Speci�catioil for Ready-Mixed Concrete Standard Test Method for SieVe or Screen Analysis of Fine and Coars� Aggregates Standard Test Methods for Cl�err�ical Analysis of Hydraulic Cement Standard Test Method for Siev� Analysis of Fine and Coarse Aggregates 5tandard Test Method for Slump of HydrauIic-Cement Conctete Standard Specification far Portlar�d Cement Standard Specifcation %r Sheet Materials for Curing Concrete Standard Praetice fot� Sampling Freshly Mi�ced Concrete 5tandard Test Method for Air Content of Freshly Mixed Concrete by Yhe Pressure Method ASTM C260 St�ndard 5pecification for Air-Entraining Admixiures far Cancrete ASTM C3a9 Standard Specifacatian for Lic�uid Membrane-Forming Compaunds far Curing Concrete CITI' OF FORT WORTi3 T'echnical 5peciE cations A1liahce Airport Tauiway P, Phase 2 P-fi10-5 ProjectNum6ar 103000 Ctem P-610 Cnncrele for Miscellaneous Structures ASTM C311 ASTM C494 ASTM C6I8 ASTM C666 ASTM C685 ASTM C9$9 ASTM C1017 AS'I'M C � 077 ASTM C11S7 ASTM C 126D Standat'd Tast Mathods for 5ampling and Test�ng. Fly Asl-� or Natural Pnzzolaras fpr Use in Portland-Cement Concz`ete Standard 5pecification for Chemical Adznixfures for Co�icrete Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzalan for Use in Concrete Standard Test Method for Resistance af Concrete to Rapid Fi•eezing ai�d Thawing Standard Specification for Concrete Made by Vniumetric Batching and Continuous Mixing 5tandard Specification for Slag Cament for Use in Concrete and Mortars Standard Speciiication for Chemical Admixtures for LIse in Producing Flowing Concrete Standard Practic� %r Agencies Testing Conerete and Concrete Agg�'egates for Use in Construction and Criteria for Testing Agency EvaluatiQn Standard Performance Sp�cificatian for Hydraulic Cement Standard Test Methad for Potential Alkali EReactivity o� Aggregates (Mortar�Bar Methodj ASTM C1365 5fandard Test Methad far Determination of the Proportion af Phases in Portland Cement and Portland-Cement Clinker Using X-Ray Powder Diifraction Analysis ASTM C1602 ASTM D1751 ASTM D 1752 5tandard Specifieation for Mixing Water tlsed in the Producfion of Hydraulic Cetrtent Concrete Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and StructuraI Construction (1Vone�truding and Resilient AsphaIl: Types) Standard Specification for Prefoz'z�ned Sponge Rubber Cork and Recycled PVC E�:pansion Joint Fillets fo.�' Cancrete Pa�ing and 5truciural Construction American Conerete Institute (ACI) ACI 3DSA ACI 306R ACI 308R ACI 309R Hot Weather Concreting Cold Weather Concreting Guide to �xternal Curing of Comcrete Guirle for ConsaIidation of Concrete END OF ITEM P-G10 CTTY OF �ORT WORTH Alliance AieporE Taxiway P, Phase 2 Technical 5pecificatians P-610-6 Projectl+Fumher 103000 Ttem P-620 Ruuway and Taxiway Marking ITEM P-620 RiTNWAY AND TAXIWA.Y MAIZKING DE�CRIPTION 520-L1 This item sha11 consist of the preparation and painting of numbers, markin�;s, and stripes au the surface of rttnways, taxi�vays, and aprons, in accordance with these specifications and at the loeations sliow�� on the p1a��s, or as directed by the Resident Project Representative (RPR). The terms "paint" and "inarking material" as well as "pai��ti��.g" azld "appllcatlon of marlcings" are i.nterchangeable throughout this speci�cation. MATERIALS 620-2.1 Materials acceptance. The Contz'�ctoz' sl�all fur��is11 manufacturer's certified test reports, for inaterials shipped to the project. The certified test z'eports shal] include a statement that the materials meeL the specification requirements. This certification alang with a cop� of the paint manufacturer's surface preparation; marking naateriais, including adhesion, flow promoting ari�/or floatation additive; and application requirements taaust be submitfed and approved by the Resident Project Representative (RPR) prior to the initial appiication af markings. The reparts can be used for Ynaterial accepiance or the RPR may perform verificatio.n tasting. TI�e �•epot�s shall not be inierpreted as a basis for payment. The Contractor shall notify the Rl'R upon arrival of a shipment of materials to the site. All rnaterial shall arrive in sealecS cantait�ez's that are easily quantifiable for inspection by the RPR. 6�U-2,.2 Marlu�g anaterials. Tahle 1. Marking Maierials 2 See paragraph 620-2.2b a. Paint. Paint shall be wate�bo�ne in accordance with the requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595, Type IIT. Waterborne. Paint shaIl me�t the requiretnents af Federal Specificatian TT-P-1952F, Type I. The non- volatile portion of the vehicle for all paint types shall be composed of a 1aD% acrylic polymer as determined by infrared spectral analysis. CTTY OF FQ1ZT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specifcalions P-62Q-1 Project 1Vumber 103000 ' See paragraph 620-2.2a Item P-b20 Runway and '1'axiway Marking b. Reflective media. Glass 6eads for white and yellaw paint sl�all rneet the rec�uireme�its for Fedaral Specification TT-B-I325D Type III. Glass beads for red pait�t shall meet the requirements for Type I, Gradation A. G1ass Ueads shall be treated with all caln.patible caupiing agents recammended by ihe ma�ufacturers of the paint and reflective media to ensure adhesion and e�nbedment. Glass beads shall not be used in 61ack paint. Type III glass beads shall not be Lised in red and pink paint. CON�TRUCT�ON N�THODS 620-31 WeaEher limitations. Pa.�nting shalf only b� perfori�ned when the surface is dry, and the ainhiant temperature and the pavement surface teinperature meet the �nanufacturer's reca�nmendations in accordance with paragrap.h 620-2.1. Painting operations shall be discontinued when the aanbient or surface temperatures does not meet the manufacturer's recommendations. Markings s11aIl not be appIied wh�n the wind speed exceeds 1Q mph unless windscr�ens are used to shroud the material guns. Markirigs shall not be applied when weather conditions are forecasts to not be wiihin th� manufacturers' recommendations for application and dzy tim.e. 620-3.2 Eqt�ipment. Equip3nent shail iilclude the apparat-us necessary tt� properly clean the existing surface, a mechanical �narl�ing machine, a bead dispensing machine, aild such auxiliary hand-painting equip�nent as may be necessary ta satisfactorily camplete the job. The mechanical marker shall be an atomizing spray-type or airless type marking machine with automatic glass bead dispensers suitable for appIication of traific paint. �t shalI praduce an even and uniform �lm thickness and appearance of both paint and glass beads at the required coverage and shalI apply markin.gs of uniform cross-sections and clear-cut edges without running or spattering and without nver spray. The marking equipment for both paint and beads shall be calibrated dai�y. 620-3.3 Preparation of surfac.es. Immediately before application ofthe paint, the surface shall be dry and free from dirt, g.rease, oil, laitance, or other cnntaminates that would reduee the bond be�ween the paint and the pa�ement. Use of any ci7etnicals oz' impact abrasives during surface preparatzon shaff be approved in advance by 1:he RPR. After the cleai�ing operations, sweeping, blowing, or rinsing wit11 pressurized water shall be performed to ensure the surface is clean and fi•ee of grii or other debris left from the cleaning process. a. Preparation ofnew pavement surfaces. The area to be painted shall be cleaned by hroam, blower, water blasting, or by other methods approved by the RPA to remove a11 contaminat�ts, including PCC curiiig compounds, minimizing daznage to the pavement surface. b. Reznoval of exisfing markings. Existing pavement markings shajl be removed by ratary grinding, water blasting, or by ather methods approved by the RPR mirumizing dainage to the pavement surface. The removal area nnay need to be iarger than the area of the markings to eliminate ghost markings. After reznoval of markings on asph�lt pavements, apply a fog seal or seal coat to `block out' the removal area tn elitzxiz�ate `ghost' markings. 620-3.4 Layout of markings. The proposed markin�s slxall be laid out in advance of the paint applicaiion. Th� locations of markings to receive glass heads shaIl be shown on the pIans. 62p-3.5 Applieation. A period of 30 days shall �lapse E�etween placement of surface course or seal coat and application ofthe permanent paint markings. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until tl�e layout and condition of the surface has been approved by ihe RPR. CITY DF FOCtT WORTH Alliftncc Airport Taxiway P, Phase 2 Teehnicai Specificatior�s P-624-2 ProjectNumber 1fl3006 [icm P-620 Runway and Taxiway Marking Tl�e edges of the markings shall not vaiy from a straigl�t line more than 1/2. inch (12 inm) in SQ feet (15 m), and marking dimensians and spacing shall be within the following talerances: Marl�ing Dimensions and Spacing To[erance Dimension and �pacing Tolerance 36 inch (910 mm) or less �112 inch (12 rnm) greater than 3b inch to 6 feet (9l0 �ni�a to 1.$5 m} fl inch (25 tnm) greatez• than 6 feet to 60 feet {1.85 m to 18.3 m) �2 inch (50 mm} greaiex tl'�an 6Q feet (i8.3 m) �3 inch (76 mm} The paint shali be mixed in accardance with the �nanuiactLu•er's it►structians and applied to the pavement wiih a rr�arking machine at the rate shown in Table 1. The addition of t�iz�ner will not be permitted. Glass beads shall be distributed upon the marked areas ai tl�e loc�tions shov�n on the plans to receive glass beads iinmediately af�er application of the paint. A dispenser shall be furnished that is progerly designed for attachmentto the markingmachine and suitabl.e for dispensing glass beads. Giass beads shall be applied at the rate shown in Tab�e 1. Glass bea�ds shall not be applied to black paint or green paint. Glass beads shall adl�ere to the cured paint or all marking operations shaIl eease unti] conections ara made. Different bead types shall not be mixed. Regular monitnxing af glass beaci embedment and distribution should be performed. G2d-3.6 Application--prefarmed therzraoplasYic sirport pavement markings. Preformed thermopIastic pavement markings nat used. 620-3.7 Control sirip. Prior to the full appSicatian of airfieid markings, the Cantz'actor shall prepare a contral strip in the presence of the RPR. `I'he Contractor sllall demonstrate the suzface pj'eparatian method and al� striping equigment to be used on the project. The marking equipznent inust a.chieve the prescribed application rate of paint and populafion of glass beads (per Table 1) �haf are properly embedded and evenly distributed across the fuli width of the marlsing. Prior to acceptance of the contral strip, markings must be evaluated during darkr�ess to ensure a uniform appearance. 620-3.8 Retro-reflecia�tee. Reflectance shall be tneasured with a portable retro-reflectometer m.eeting ASTM EI 710 {or equivale:�t}. A tatal of 6 reading shall be taken over a 5 square foot area with 3 readings taken from each direction. The average shall be equal to or above the minimum levels of all readings which are within 30%of each ather. Minimum Retro-Reflectance'Values Materia[ Retro-reflectance �ncdlmzllux Whrtc Yellow Red Initiai Type I 300 175 35 Initaal Type III 60D 300 35 620-3.9 Protection and cleanap. After application of the markings, ail �narkings shall be pratected from damage until dry. All surfaces shall be protected from excess moisture and/ar rain and from disiiguratian by spatter, splashes, spillage, or drippings. The Contractor sl�all remove froin the work area a11 debris, CiTY OF FOAT WORTH A1Gai3ce Airport Taxiway P, Phese 2 'I'echnical Speci�ications P-620-3 ProjectNumber 1030D0 rt�,h r-s2o Runway aud 1'axiway Marking waste, loose reflective �nedia, and by-pz'oducts gene�•atecf by the surface preparation and application ogeratians to the satisfacfian of the RPR The Contract�r shail dispose of ilaese wastes in strict complaance with all applicable siate, local, and federaI environmental staiutes and reguiations. METHQD OF MEASUREMENT G20-4.1a The quantity of surface preparation shall be measured �y fhe number of square feet {square meters) of each type of surface prepaa�ation speci.fied in paragraph 620-3.3. 620-4.1b The quantity of �narkings shall be paid far slial] be measured by ihe number of square feat (squa��e meters) of paintiug. 620-�4.1c The quantity of Type I, Gradation A refiective media shall be paid for by the numbej• of pounds (km}of reflective media. G2Q-4.1d The quantity of Type III reflective media shall be paid far by the number af pounds (km}of reflective media. 620-4.1e The quantity of marking re�noval shall be paid far shall be �neasured by tile number of square %et (square m.eters) of removal. BASIS OF PAYM�NT 62D-5.1. Tl�is price shall be full compensation for furnishing all materials and for all labor, equipmertt, topls, and inciden�s 1lecessary to coinplete the item co�nplete in place az�d accepted by the RPR in accordance with these sp�cifications. 620-S.la Payment for surface preparation shall be t�ade at the eontract price for the number of square feet (squax� :meters) for each type of surface preparation speci�ed in paragraph 620-3.3. 620-�.2b Payme��t for markings shall be made at the contract price by the number of square feet (square mett�rs) of painting. b2Q-�.3c Payment for Type I, Gradation A reflective media shall be made at the contract unit price for the nunnber of pounds {km) of Type I, Gtadation A reilective media. 620-S.3d Payment for Type III reflective media shall be made at the contract unit price for th.e number af pounds {krn) of Type III refleetive media. 62G-5.3e Pa�rnent fQr marking remn�al shall be made at the conlaact unit pric� £or t11e number of square fEct (square metars} of marking removal. Pa�ment will be inade under: Item P-620-S.la Item P-620�5.2b Item P-620-5.3c Item P-620-5.4d Item P-62D-5.4e Surface Preparation — per square foat (square mefer) Mat'king — per squara foot (square meter) Reflective Media, Type I, Gradation A-- per pouz�d (kg) Reflective Media, Type III -- per pound (kg) Marking Removal— per square foot (square meter) C1TY OF FORT WORTH Alliance Airpor[ Taxiwxy P, Phase 2 Technica] SpeciEications F-620.-4 Projecf Number 103000 Item P-620 Runway and 'Taxiway Marking Standard Classiiication for Dry Pigtne��ta�y Titanium Diaxide P�•oducts Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive Standard Test Method for Epoxy Cantent of Epoxy Resins Sta��dard Test Method far Total, Pri�nary, Sacandaiy, and Tertiary Amine Values of Fatty Aminas by Alternative IndiGator Method Standard Test Method for Rub6er Property - Durometer I-Iardness 5iandard Practice for Evaluating Retroreflective Pavement Markings Using PortabSe Hand-i0perat�d Iilstruinents Standard Test Method far Measuring Surface Frictional Proper�ies Using the British Pendulu�n Tester Tha pu6lications listed below for�n a pai�t of this specification to the extent ref�renced. The publica�ions aze referrad to within the text by the basic designation oz11y. ASTM Inte�-tiational (AS`I'M) � ASTM D476 ASTM D96$ ASTM D1652 ASTM D2Q74 ASTM D2240 ASTM D7585 ASTM E303 ASTIWI Ei710 ASTM E2302 ASTM G1S4 Standartl Test Method for Mea:suremet�t of Retroreflective Pav�tnent Marking Materials with CEN-Prescribed Geometry Using a Pax�able Retrnreflecto�neter 5tandard Test Method for Measurement of the I,uminance Coeff'icienf Under Diffuse IIlumination of Pavement Maxking Materials Using a Portable Refl�ctometer Standard Praetice for Operating Fluorescent LJltra�'ialet (UV) Lamp Apparatus for Exposi.u'e of Nnnmetallic Materials REI'ERENCES Cade of Federal Regulations (GF'R) 44 CFR Part 60, Appeizdix A-7, Method 2�4 Determination of volatile matter cantent, water content, density, volume solids, and weight soiids of'surface coaYings 29 C�'R Part 191 D.1200 Hazaz'd Communication Federal Specif cations (FED SPEC) FED SP�C TT-B-1325D FED SPEC T"C-�-1452F FED STD 595 Caznmercial Item Descilption A-A-2886B Advisory Circulars (AC) AC 150/5340-1 , AC 15015320-12 Beads {Glass 5pheres} Retro-Ret�ective Paint, Traific and Airfiejd Marking, Waterborne Colors used in Government Pracurement pai.nt, Traffe, 5olvent Based Standards for Airpart Markings Measurement Construction and Main#anance of Skid Resistant Air ort Favement 5urfaces �ND OF ITEM P-G20 CITY DF FOR1' WORTH Alliance Airport Taxiway P, Phase 2 Technical Specifications P-620-5 ProjectNumber ]03000 ltem P-620 Runway and Taxiway Marking Page Intentianally Blank C1TY OF FORT WORTFI Alliance Airport Taxiwey Y, Phese 2 Technieal Specifications F-620-6 Project Nuinber 1U3000 Ttem ➢-751 Manholes, CaYch Basins, Inlets and Inspection Hoies Xtem D-751 1Vla�holes, Catch S�sins, Inlets and Ins�ection Holes DESCRIPTION 75I-1.1 This [tem shall consist of construction of inanholes, catcM basins, inlets, and inspeckion holes, in accardance with these specifications, at the specified locations and conformi��g to the lines, grades, and dimens[oi�s shown an the plans or requ.ired b�r tlie RPR. MATERIALS 751-2.I Bricl�. 'I'he bj'ick shall conform to the reqLtireinents of AS1'M C32, G��ade MS. 7�1-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand. The cement shall confo��in to the requiremen#s of ASTM C150, Tyge [. The sand sh�ll canform to the requirements of ASTM C144. 7SI-2.3 Conerete. Plain and reinfarced concrete used in structures, connections of pipes with structures, and ihe support af structures or frames sha11 conforrr� to the requirements of Item P-610. 751-2.4 Precast canerete pipe manhole rings. Precast co�crete pipe manhqle rings shall confo.rm to the requirements of ASTM CA7$. Unless otherwise speci�ed, the risers and offset cone sections shall have an inside diameter af not less than 35 inches {90 cm) nor morc than 4$ inches (120 cm). There shall be a gasket between individual seciions and sections cemented together with mortar on the inside of the manhoie. Gaskets shall conform to the requirements nf ASTM C443. 751-2.5 Corrugaied metal. Corrugated m�taI slnall canform tn the requirements of American Aasociation of State Highway and Transportation Ofiicials {AASHTQ) M36. 751-2.6 Frames, covers, and grafes. The castings shall conform to one ofthe following requireme��ts: a. A�TM A48, Class 35B: Gray irot� castings b. ASTM A47: Malieable iron castings c. ASTM A27: Steel castings d. ASTM A283, Grade D: Struct�aral steel for grates and frames e. ASTM A536, Grade 65-45-12: Ductile iron castings f. ASTM A$97: Austempered ductile iran castings All castings or struciural steel units sha11 conform to the dimensions shown on the plans and shall be designed to support the Ioadi�ags, aarcrafi gear configuration andlor direct loadin�, specified. Each frame ar►d cover or grate unit shall be provided with fastening meznbars ta prevent it from being dislodged by traffic but which will allow easy removal for access to the structur�. A11 castings shall be thoroughly cleane�i. After fabricati.on, structural steel units shall be galvanized to meet the require3-nents of ASTM A123. 7Sl -2.'7 Steps. The steps or ladder bars shall be gray or tt�alleable cast iron or galvanized steel. The steps shall be the size, Iength, a��d shape shown on the plans and tY�osa steps that are not gaivanized shall be given a caat of asphalt paint, when directed. 751-�.$ Precast it�iet structures. Manufactured in accordance with and conforming to ASTM C913. CITY QF FUitT WORTH Alliance Airport Taxiway P, Phase 2 Technieal 5pecificatians 17-751-1 Project Number ]030ii0 ltem D-751 Manholes, CaCch I3asi�ts, lnlets ancl Inspestion IIoles CONSTRUCTION METHODS 751-3.1 Unclassi%ed excavation. a. The Contractor shail excavate for structures and footings ta the lines and grades or elevations, shotvn on the plans, oz• as staked by the RPR. The excavation sha11 be oi su�icient size to penn it the placing of fk�e full �vidth and lengih ofthe structure ox structure footings shown. The elavati.ons ofthe battoms of footings, as shown on the plans, shali be considered as approximately only; at�d the RF'R may direct, in writing, changes in di�nensions or elevatiflns of footings necessary for a satisfactory four�dation. �. Boulders, lags, or any other objectionahle material encounter�d in e�eavation shall be removed. AI! rack or other hard fouildation inaterial shall be cleaned of ali loose material and cut ta a firm suz�face either level, stepped, or serrated, as directed by th� RPR. All s.eams os• crevices s1�a11 be cleaned nut and grouted. All loose and disintegrated rock and thin strata shal] be removad. Where cancrete will rest on a surface other than rock, the 6ottom of the excavatian s�all not be disturbed and excavation to final grade shall not be rnade un#il immediateiy befare t�.e cnncr�te t�r reinforcing is placed. c. The ConiraGtor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the struciure as required for safety ar confarmance to governing laws. The cost of bracing, sheat�ing, or shoring shall he inciuded in the unit p�'ice bid for the structure. d. All bracing, sheathing, or shoring ipvalved in the cpnstruction of this item shall he removed by the Contractor after the completion of the structure. RemavaI sha11 not disturb or da�tttage finished masaiiry. Ti1e cost of removal shall be included in the unit price bid for the structure. e. After excavatian zs completed for each structuee, the Contracfor shall notify the RPR. No concrete or reinforcing sieel shall be placed untii the RPR has approved the ciepth of the excavation and the characier of the foundation material. 7�1-3.2 Bricl� structures. a. Foundatioas. A prepared foundation sha11 be placed %r all b�'ick struetut�es after the foundation excavation is completed and accepted. Unless otherwise sgecifed, the base shall consist of reinforced concrete mix�d, prepared, and placed in accordance vwith ihe requixements of Item �'-610. b. La�ing brick. All brick shall6e clean and thoroughly wet 6efore laying so that they wil.l nat absorb any ap�raciabla amount of additiional water at the time they are laid. All �rick shall be laid in freshly made martar. Mortar not used within 45 minutes after water has been added shall be discarded. Retempering of maz�tar shall not be pennitted. An ample layer af mortar shall be 5pread an the beds and a sl�allow furrow shall be tnade in it that can be readily closed by fhe laying af the bricic. AlI bed and head j oinYs shall be fillad splid with mortar. End joints of stretchers and sirle or cross jaints of headers shall be fully buttered with mortar and a shoved joint made tp squeeze out mortar at the top of the joint. A�y bricks that inay be ioQsened after the tnortar �as talc�n its set, shall be reinoved, cleaned, and re-laid with fresh mortar. No broken or ehipped brick shall be used in the face, and no spalls or bats shall be �sed axcept where necessary to shape around irtegular openings or edges; in which case, full 6zicks s�aall be placed at ends or corners where possible, and the bats shall be used in tbe interior of the course. In m aking closures, no piece of brick shorter than the width of a whnle brick shall be used; and wherever practicable, whole brick shail be used and laid as I�eaders. c. Joints. AIl joints shall be filled with mortar at every course �xterior faces shall be laid up in advance of backing. Exteriox faces shall be pIastered or parged with a coat of mortar not less than 3l8 inch (9 mm) fihick 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 sha�l be not less than i/4 inch (6 mm) nor inore than 1/2 inch (12 imm) wide and ihe selected joint width shall be maintained unifarm throughout the work. C1TY OF FaRT WORTH Alliance Airpnrt Taxiway P, Phase 2 Technical Speci�cations D-751-2 ProjectNumher [03000 Item IJ-7S 1 ManhnJas, Catch Basins, lnleis and Inspectinn Holes d, Poiqting. Face joi�its shall be neatly struck, us.iiig the weatI�er-struck joint. All joints shall be finished properly as the laying of the brick p�'ogresses. When nails or line pins are used, tlae holes shall be immediately plugged with mortar and pointed when the nail or pin is removed. e. Cleaning. Upon eampletion oi tlie woz'k all ext�rior surfaces shall be thoroughjy cl�aned by scrubbing and washing vvith water. Iinecessary ta prnduce satisfactory resuSts, cleaning shall he done with a 5% solutioti of murlatic aeid wliich shall then be ri��sed nff wiYh liberal quantities of wafer. f. Curing and cald weather p�•otettion. The brick masonry shaIl be protected and kept moist for at Ieast 48 hours after laying the brick. Brick masonry work or poirrting shail not be done when there is fi•ast on the brick or when th� air Yernperature is below SO°F (10°C) unless the Contractor has, ai1 ihe project ready to us�, suitable coverii�g and arti�cial heating devices necessary Co keep the atrnosphere surrounding the inasoruy at a tempe:rature af not less than 64°F (16°C) for the duration oithe curing period. 751-3.3 Conerete structures. Cancrete structures which are to be east-in-place within the project boundaries shaiZ be builY on prapared foundations, conforming to ihe dim�nsions az�d shape indicated on the plans. Tlae consh�ctian shall conform to the requirements speci�'ie.d tn Ite�z� �-b10. Any reinforcement required shall be pIaced as indicated on the plans and shall be approved by the RPR before the concrete is placed. All invert channels shall be constructed and shaped accurateiy to be srr�aath, uniform, and cause miniinum resistance to flowing watex. The interior bottom shall be sloped to ths outiet. 751-3.4 Precast conerete structures. Precast concrete structures sha11 be furnisl�►ed by a plant meeting National Precast Concrete Association Plant Ce�tificatian Program or another RPR approved third party cerkiiication prograrn. Precast concrete structures shalI coz�fornn to ASTM C478. Precast coilcrete structures shall be constructe�i on prepared or pre�iously placed siab faundations cpnforming to the dimensions and iocatioi�s s�aown on the plans. All precast concrete sections necessary to buiId a completed structure shall be furnished. The different sections shall fit togethar teadily. doints between precast cancrete risers and tops shall be full- bedded in cement mnrtar and shalL• (1) be smoothed to a unifo.rm surface on both interior and exteriar of the structure or (2) utilize a rubber gasket per ASTM C443. The top of the upper precast concrete section shall be s�titably forrned a.nd dirnensioned to receive the metal frame and cover or grate, or ather cap, as required. Provision shall be made for any eonneetions far lateral pipe, irtcluding drops and leads that may be installed in tha structure. The flow lines shall be smooth, unifonm, and cause minimum resistance ta flow. The metal oz' rnetal �ncapsulated steps that are embedded or built into the side walls shaIl be aligneci and placed in accordance to ASTM C478. When a metal ladder replaces th� steps, it shall be securely fastened inta position, '��1-3.5 Corrugated metal structures. Corrugated inetaI str��cturas shall be prefabricated. All standard oj• special fittit-�gs shall ba furnished to provide pipe connections or branc�es with the correct di�nensions and of sufficient length to accommodate canneeting bands. The fittings shail be welded iu place to the metal strttctures, The top of the metal strueture shall bc designed so that either a concrete slah or metal collar may be attached to allow the fastening of a standard metal fXatn.e and grate or cover. Ste�s or ladders shalj be furnished as shawn on the plans. Carrugated metal structures sha�l be constructed on prepared foundatians, confortr►ing to the dimensions and locations as shown on the plans. When indicated, the str�ctures shall be placed on a reinforced conci-ete base. 751�3.6 Inlet and outlet pipes. Inlat and outlet pipes shall extenci through the walls af the sttLictures a sufficient di�tance bayond f.he outside surface to allow for connections. They shall ba cut off flush with the wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar sha11 be placed around these pipes to form a tight, neat connection. C1TY OF PORT WORTH Alliance Airport Taxiway P, PUase 2 Technica! Speci£cations D-751-3 Project Number 103000 [tem D-751 Iv}Anholes, Catch Basins, inlets and lnspection Finles 751-3.'7 Placement and treatment of castings, frames, and fittings. All castings, fi•ames, and fittings shall be piaced in the posiiiQns indicated on the plar�s or as directed by the RPR, and shall be set true to line and eievation. If fraines or fittings are to be set in concrete or cement �nortar, all anchors or bolts shall be in place before the concrete or moi•tar is plaeed. The unit shali raot be disturbed until the mortar or conerete l�as set. When frames or fiiiings are placed on previously constructed inasaivy, the beat�ing surface of tlie ma5o�l�y shall be brought tr�ie to liile and grade aud shaIl present an eveq beai•ing surface so the entire face or back ofthe unit wi.l.l come in contact with the masonry. T!`�e unit shall be set in tnortar beds and aiichored to tl�e masonry as indicated on the plans or as directed by the RPR. AII urlits shall set firm and secure. After the frarnes or fittings have been set in f�nal position, the concrete or mortar shall be allowed to harden %r seven (7) days before the grates or covars are placed and fastened down. 75].-3.8 Insta�tai�ion of steps. The steps shall be installed as indicated on the pIa�Ls or as directed by the RPR. When the steps are to be se# in concrete, thay shal! be placed and secured in position before the concreie is pIaced. When the staps are installed in brick masoniy, they shall be placed as the masonry is being built. The steps sha11 nnt b� disturbed or used until the concrete or mortar l�as l�ardened fo:z' at least seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they haee been gal�anized. Whe� steps az'e required wi#h precast conerete Structures they shall meet the requirenr►ents of ASTM C�78. The steps shali be cast into tlie side of the sectians at the time the sections are manufactured or set in place after the structure is erected hy driliing holes in the concrete and ce:r►aez�ting the steps in place. When steps are required with ctirrugated metal structures, t17ey shall be w�lded ii�ta aligned p�sitio�� at a vertical spacing af 12 inches {3D0 mm). Instead of steps, prefabricated ladders may be installad. �'or br'1ck or conerete structures, the ladder shall be held in place by grouting the supports in driIled hol�s. For metal structures, the ladder shall be secured by welding the top support to the structure and grouting the baLtom support into drilled holes in the foundation or as directed �y the RPR. 7�1-3.9 Backfilling. a. After a sta•ueture has been completed, the area around it shaSl be back�iled with approved rr►aterial, in horizontal layers n�t to exceed 8 inches (200 inm) iilloose depth, ai�d co�npacted to the density required in Item P-152. Each Iayer shall be deposited evenly around the structure to approximately the same elevation. The top of the iill shall ineet the e[evation shown an the plans or as directed by the RPR. b. Sackfill shalf not be plac�d against any structure until approved by ihe RPR. For concrete siructar�s, approval shall not b�; given until the concrete has been in place seven (7) days, or until tests esYablish that the concret� has attained s��fficient strength to withstand any pressure created by the backfill and placing methods.. ¢. Backfill sk�ali not be measured for direct paya�ent. Perfortnance of this work shall be considered an obligatlan of the Cantractor covered under the contract unit price %r the structu�'s znvolved. '�51-3.10 Cleaning and restoration of site. After the backf'ill is campleted, the Co��tractar shall dispose of al] surplus material, dirt, and ru6bish from the siie. Surplus dirt may be deposited in embankments, shaulders, or as approved by the RPR. The Contracior shall restore all disturbed areas to their original conditian. The Conta•actor shall remove all tools and equipax�ent, ieaving the entire site free, clear, and in good eandition. C1TY OF FORT WORTH Allianee Airport Taxiway P, Yhase 2 TeeUnical 3peci6catioi�s D-751-4 ProjectNinnber 103000 Item D-7S i Manholes, Catch Basins, lnlets aud Inspectlon Holes M�THOD OF MEASUREMENT 751-4.1 Manholes, catch basins, inlets, and inspection holes shali be measured by t�e unit. BASIS OF PAYNiENT 751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes wiil be paid for at the contract unit pric� par each in place when completed. This price shall be full compensation for furnisl�ing all materials and for al1 preparation, excavation, hacl�flling and placing of ihe rnaterials; furnishir�g and insYallation of such specials and aonnections to pipes and other st�-uctures as may be required to cnmplete th� item as shown on the plans; and for all labor equipmeni, tools and incidentals necessary to complete the structure. Payment wil3 l�e made under: Item D-751-5.1 Lower Existing Inlet - per each REFERENCES The publications iisted balaw form a part ofthis speci�cation to the extent referenced. The publications are referred ta within the text by the basic designatinn oz71y. ASTM Intermational (ASTM} ASTM A27 ASTM A47 ASTM A48 ASTM A 123 ASTM A283 ASTM A53& ASTM A897 ASTM C32 ASTM C144 ASTM C15� ASTM C443 ASTM C478 ASTM C913 5tandard Specification far Steel Castings, Carbon, for General Application Standard Specifcation far Ferritic Malleable Iron C.astings Standard Speciiicatinn fo�' Gray Iron Castings 5tandard Specification for Zinc (Hot-Dip Galvanized) Caatings an Iroii and 5t�e1 Products Standard Specificatian for Low and Intermedi�te Tensile Strength Carbon Steel PIates Standard Specification far Ductile Iron Castings Standaxd Specification for Austiernper�d Ductile Iz'on Castings Standard Specification for Sewer and Manhole Brick {Made from CIay or Shale) Standard Speci�cation for Aggregate for Masanry Martar 5tandard Speeification for Portland Cement Standard Specification for Joints for Concrete Pipe a�d Manholes, Using Rubber Gaskets. Standard Speclfication for Preeast Reinforced Concrete Manhole Sections 5tandard Specification for 1'recast Concrete Water and Was�ewater StrEictures. CTTY OF PORT WOIZTH Ailiance Airpnrt Taxiway P, Phase 2 Techn7cfll SpecificaYiolls A-751-5 ProjectNumber 103000 Iiem D-751 Manholes, Cateh Basins, Inlets and Inspectian I-Ioles Arnet•ican Association oiState Highway and Transportation Offieials (AASHTO} AASHTO M36 Siandard Specification %r Corj�ugated Steel �'ipe, Metallic-Coated, for S�wars and Drains END OF xTEM D-751 CITY OF FDRT WO1�TH Alliance Airport iaxiway P, Phase 2 Technical Specificatians D-751-6 PrajactlYumber 1030{�D Item T-900 'I'emporary Irrig€�kion System TTEM T-900 TEMFORARY LRRIGATION SYST�M 900.1 Description This �tem shall cansist of all materials, labor, equipment, tools, and incidentals nece�sary to perform the wark af providing a teznparary i�•t•igatioiz system installation as specified iu this sectzol�. The Specifcatians indicate and specify a complete and effcient it1•igatian system vahieh will aperate in accordance with the specified equipment manufacturer's recommendafions at�d wit11 state as►d Iocal codes and regulations. Iterns not specified, but found ta be necessary for a cnmplete systa�n, shall be furnished under this Cantract. The irrigation system will be temparary. ALl gipes axe to be iaid abave graund, except where crossing active airfield pavement or o�therwise nat possible. All abave ground lin�s wi�l be placed as unobtrusively as possible. Existing stortn drain pipes may be used for undergtound pave�nent crossings, hawever Owner makes no representation as io their conciition or suitability for use. If inlet or manhole covers must be left apen, Contractor sl�all provide adequate and substantial barriers to iden�zfy the patential hazat•d. [n areas where it is not possible or pt•actica� to extend the temporary system, supplemental water shall be provided by truck watering or hand wa�ering (e.g., hose, gatar bag). A[I water used shall be metered and paid f�r under a separate bid item. No irrigation pipes shall he laid withil7 ihe Run�+ay Safety Area {RSA) or Taxiway Safety Area (TSA). System must pro�ide nozzles capable of shooting up to I50 f�et from edge of RSA to water grass and sod within RSA. There are multiple phases in this project. The cantractor will be required to mobilize and install temporary ii�igation systeir�s multipie times within the dt�ration of the project. A. Scape of Work D�sign and insfall a complete and efficient landscape irrigation system which will opei•ate in accordance with tk�e specified equipment manufacturer's recommendations and wiih state and local codes and regulatio�s. The irrigation system wiII include: 1. Temparary :nneter, baekflow prevention, valves. 2. Rotors or rotary nozzles for seeded revegetation areas. Far sloping bank areas, install irrigation at the top af the bank and spray down on to the slopa. 3. All oYl�er elements necessary to provide a fully functioning and effiCient irrigafian system. Temporary irrigation will be kept in place iuitil vegeta#ion is established, and then removed by Contractor. B. Qualif'ication of Installer A Texas-licensed landscape irrigator in good standing, approved by the Owner or his ag;ent, with a minimum of 5 years continuous experience in designing and insYalling systerr�s of this type, and who is regularly engaged in instaIling Iandseape irrigation systems shall be em�loyed by contractor for this Work. 9p0.Z Permits and Inspections The Contractar shall ohtain necessary permits, Yests, and inspections, and pay any related %es and taxes required by governing agencies, inciuding cost of ineter(s}. CITY OF FORT WORTH Alliance Airport Taxiway P, Phase 2 Technical Specifieations T-900-1 Praject Num6er l03000 ltem T-900 Temporary TrrigatiaEi System 9a0.3 Submittals The s�Yb�nittal requirements for this specificatio�� item sha11 include: 1. Copy af Irrigator's license issued by th� Texas Co��missiata on Environmental Qualiiy (TCEQ). 2. Per State o.f Texas code (Title 30, Texas Administrativ� Cade, Chapter 3�4, Rules for Landscape Irrigation) the Contractor shall provide the Owner wiih a watering schedule. Tl�is schedule shali be a chart iisting zone number, zone flow (gprr�), run tEme (ininutes/mantll}, type of vegetation irrigated per zone and type of emissian de�ica pe�• zoi�e 3. In the event of mandated watering restrictians, prnvide a completed variance request approved by Local Municipality. �. As-bu�lt irrigation plan sl�owing alI �mission devices, ealves, controller, backflow pre�entian device, artd sized pipes. 5. Completed irrigation system maintenance cl�ecklist (Attachment A}. The �'irst sheet of Attachruent A is due after the irrigation syst�m is comple�ed, during time of inspection with Owner. The second sheet of Atiachment A is due yea��ly, in the spring when the systein is reinitiated during tl�e extended landscape mtintenance period. If accepted grass statld is established in less fhan a yeaz' seconc3 sheet of Attachment A shall not be r�quired. 9U0.4 Damage to Property A. R�pair or replace any property damage inflicted in the course of t}►e ir�•igation installation, without additianal charge and before final payment. IncIuded are damagas ta buzlding, paving, struetures, equipment, piping, pipe covering,. utilities, sewers, walls, signs, sidewalks an�i landscaping. B. The Irrigation InstaIle� is responsible for darr�ag;e caused by leaks in the piping systems and shall make repairs without charge. 9OU.S Existin� Cnnditions A. Field verify a11 exisiing site canditlans. By biddi ng this Work, the Gontractor acknowledges that they have satis�ied themselves as to the n.ature of the Work and �o the quaIity of surface and subsurface materials and obstacles insofar as this data is reasonably ascertainable from a site inspection. Failure of the Contractor to acquaint themselves with the available information will not relieve their responsibility nf proper estimation of #he difficulty or cost of successful perfoxmance of the Work. B. Contractor shalllocate all utilities in work area before installation. Any damage to existing uiilities accurring dt�ring ii�rigation installation requiring repair or replacement shall be the ConY��actor's responsibility. This replacement elause extends to existing trees and other landscape matet'ials proposed for preservaiion. C. Varify wat�r supply static pres5ure and volume as adequate before system instailation. Report inadequaczes immediately to the Owner or Irrigation Designer af recard far resolution. In cases of high pressure, pressure reduction equipinent shall be used. D. The irrigation installation shall account far eievation changes on the site as part of pressure considarations. E. Irrigation layaut shall account for slope on a site. Pipes should run perpendicular to a slape where possible. �'or temporary irrigation systems, abave ground pipes should be secured to siopes every CITY OF FORT WORTH Alliance Airport'iaxiway P, Fhase 2 Technical 5pecifications T-9QQ-2 FrojectNumber 103000 Item T-90a Ternporary Icrigatian 5ystem 10 feet in a manner that does not create a safety hazard. Staice temporary, above groui�d latera] pipes at end poii�ts. F. Determine and verify the location and size of the irrigation ineter to be used for this praject. Contractor is responsible for the tap, for following state and municipaf regulations regard�ng connecti.on to the water supply, and for obtaining all z'equired permits and i.nspec�ions. 900.b Materials Provide all equipment and materials neeessary to complate worl�. A. Pip� and Tube 1. Irrigation lines: Irrigation lin�s may be aluminutn,. PVC, or polyethylene intended fox use in agricultural ir�•igat�on systenns. 2. Velocity: The irrigatian system mustbe designed and installed so that ihe flow of water in the pipe will not exceed a velocity af five (5) feet per second. B. Connectior�s l. Conneciions shall be suitable fnr the type of pipe and fttings being utilized and shall not leak. C. Valves: A sufficient tauinb�r of valves shall be provideeE io adequately cantral the system in an efiicient manner. D. Backflov� Preventian Devices Provitie a Double Check Backflow Preventio� (DCA) or Reduced Pressure Backflow Praventi4n Device (RPZ) as required by the local wate�' utility. M. Pressure Regulafion 1. The irrigation system shall he des.igned azid insialled to operate wifhin adequate pressut�e conditions. Availahle static pressure shall be determined by �he Cantractor before instailation. 2. If availabje static pressure is excessi�e, the Contractor shall install pressure reducing valve. N. Water '['he contrac#or is responsible for identifying and abtaining adeyuate sources of water, and for obtaining taps and meters. 900.7 ConstructionlMaintenance Methads Provide all canstruction equiprnent and methods required to complete work. A. Syste�n Design and Layout Water Supply: Verify location and source of tha water meter or tap for irrigation. Ferform tests as needed to verify ti�e pr�ssare and volume are adaquate to run the system as designed and with full, even and complete aoverage. When necessary, supplemental water, in addition to Yhe permanent andlor temporary sources, can be provided via water truck or other. This tnay be needed during ti:naes of mandatory water restrictions to provide suffzc�ent water to the iandscape. 2. 5tandard Installation: �'erf'orm all Work and provide material in accordance with the local codes and ordinat�ces in force at the job site. Where provisions t�f these Specifications exceed such requirenr�ezlts, ti�ese specifications shall gave.rn. CiTY OF FORT WQRTH Alliance Airport Taxiway P, Phase 2 Technica! Spacifications T-90p-3 ProjectNu�n�er ]03000 Ilem T-900 Temparary. Irrigation System B. Layout 1. Installer is resgonsible for locating valves, piping and fittings relative to existing conditions as the Dra�ings may show schematic layout oniy. 2. If a discrepancy in the size and shape of areas to ba watered becqmes ap�arent in the Drawings at the time of installatian, such discrepancy shall be discussed with the In•igation designer or Engineer before comrnencement of the installation. 3. Work s�all not proceed until des'tgn changes have t�sen approved. �. A11 materials shall be installed i❑ strict accordance ta the manufacturar's installation specifications. 5. Tl�e maximum spacing between emission devices jnust not exceed the radius of throw recommended by th� rtian�.tfacturer. C. Pipe Fitting and Assembly 1. Keep ends of pipe securely closed when Wark is not in operation to prevent water and other matter from �ntering the lines. 2. The routing of ihe pressure sttpply lines shal� avoid large free rao�s and other exisiing items. Deviata t�vhere necessary and install lines to provide coverage without off setting assemblie:s fram pressure supply lines. 3. Piping.Insta�latioz�: (a) General. The Install�r is responsible for b.eing fa�niliar wifih any and al! methods of assam6lage, joining and installation of various types of pipe to be used. Adhere in strict accordance with tlie manufacturer's recommendations. D. Saek�low Prevention Devices 1. Install backflflw prevention device as per requirettze.nts of Uni%rm PlLunbing Cade aiid Local Municipalit�+ Requirements. Provide testing and coordinate inspection of the backflow preventer as required by sfate statute and as per Ioeal t�aunieipal requi�'emenis. �, Emission Devices 1. Spray heads shall be capable of praviding uniform and adequate co�erage of the area to be reestablished. 2. Sp.rinklers shall not directly oversptay o.nto nan-irrigated areas (e.g., runways and taxiways). 3. All emission devices shall be instakled, where applicable, in plumb position, wi.th proper spacing and in �ocations shown on the plans provided by the Contraetor. F. Watering 5chedule l. Con�tactol' shall provide the �ngineer with a chart listing. infarmation for each zone, including precipitation rate, gallons pe�' minute (gpm), and run time for each season. G. Inspection, Testing and Approval 1. Do �oY enclose or cover any Work until it has been inspected, tested and approved per local codes. Wl�ere requued, contact the Engineer to arrange an inspeetion. 2. Hydrostatic Piping Test; CITY OF FORT WORTI-[ R1liance A�rpor[ Taxiway P, PhaSe i T.ecl�nical Specifications T-90p-4 Project NiRn�er 1D3000 Item T-900 Tempnrary Irrigation 5ystem (a) In the presence of the Engineer hydrostatically test the mainline piping systa�n. Test to a minun�in psi flf 100. Tesi perioci shall not 6� less thata 4 hours. Pipe may be tested in seciions ta expedite the wat•k. (b) Test is acceptable if no lealcage occut�s during test period. {c) Repair aII leaks and retast system for another 4-hour period if nacessary. Continue this procedure until all leaks are repaired. 3. Operation Test: (a) After al] eguipment is installed, test the system %r coverage, flow and pressure in the presence of the Ow��er. (b) Test is acceptable if system operates satisiactorily, with adequate pressure and fiow and ii all irrigated areas are receiving proper caverage with no overspray onto pavement or buildings. (c) After all required adjustm�nts are made, cooxdinate with Engineer to obtain an inspection by a Local Municipality Irrigatian Inspector, if requi�•ed. �}. Final Acceptanca: (a) F�nai Accaptance may be given when all punchlist items are satisfactorily cornpleted and, if required, a I,acal Municipality Irrigation Inspector has approved the job (with alI comments acceptab�e addressed). H. Cleanup 1. Maintain a elean work area during the progress of �lle Work within reasonable li�x�its af tlze installation area. Periodically remove all rabbish, debris, etc., from Wo.rk site and dispose legally. 2. Upon completion of the Wark, remov�e aLl consi�•uction and installatian equipment from tl�e premises; make ground surface level where it has been affecied by irrigation system installatifln; and remove excess matarials, rubbish and debris. 3. Immediately replace and thoroughly hand wat�r any plat�t material and groundcover which may be displaced during instalfation. 900.8 Measurement A. Wark and acceptable material foe "Temporary Irrigatian Systam" wiil be measured as a complete system in working order with all tha el�ments necessary to ef�'iciently pravide water for reestablishment of vegetation for aIl phas�s af the project. B. V4'ater used in the sys�em and for any truck ij'rigaiion of grass and sod shall be fror►n a rnetered connection arranged for and pz'ovlded by the contractar. Payment for water shall be separately and be paid for by the one-hundred cubic foot. 9D0.9 Payment The work perfarm�d will be paid for at the Iump sum uuit price bid for "Temporary Irrigatian System", which pz'iee shall be full compensation for des�gning, furnishing and installing all componenis; flushing and testing waterlines; �uz'nislvng and operating equipment; disassem6ly and complete removal; and labor, toals, incidantals and subsequenk removal of systein for all phases of the project. This project is phased. Contractor wiIl be required to provide a temporary irrigatian system at the end of each phase and [�eep it in place until an accepiable stand of grass is established for tl�ai phase. Ther�fare, there will be nnultiple mobilizations for Confractor's irrigation sub-contractor. CITY OF PORT WQRTiI Alliance Airpprt Taxiway P, Phase 2 Technical Specifieations T-900-5 Project iVumber 103DOfl Ilen� T-9qfl Temporary Irrigation Syslem The work will comprise duration up to and including the projeci Suhstantial Completian and through to the end of tlle Ext�nded Maintenance Period(s). Payrnent will be made under: Itet�n T-900-9.1 Temporai•y Irrigatian system instaIlations and removal - per Lump Su�n Iiem T-900-9.2 Water for irrigation — per one-hundred cubic feet END OF TTENi T-900 CT'1"Y OF I'ORT W VRTH Ailiance Airport Taxiway P, Phase 2 Technical Specificaflons T-9DU-5 Pro�ecY Numher 143000 Item T-I00. Sodd ing ITEM T-90�4 SODD�NG DESCRIPTIdN 904-I.1. This ite�n shall consist of furnislling, hauling, and piacing approveci live Bennuda sod on prepared areas in accordance with this speci�ication at the locations shown on the plans or as directed by the R�R. MATERiALS 904-2.1 Sod. Sod furnished by the Cantractor shall have a�ood rAver of living or growing grass. This shall b� interpa'eted to include grass that is seasonally dormant during ihe col�i or dry seasons and capable of ren�wing growth �er the dormant period. All sod shall be obtained from areas wIlere the soif is reasonably fertile and contaiils a high percentage of loamy tapsoil. Sad shaIl be cut o.r stripped from living, thickly matted turf reIatively free of weeds or other undesirable foreign plants, large stones, roots, or Qther maYez'ials khat might be detriin�ntal ta the development oithe sod o:r to future main#enance. Any vegetation �ore than 6 inches (150 mm) in height shall be mowed to a height of 3 inches {75 mm) or less b�foz'e sod is lifted. Sod, including tlte soil conta�ning the x•oots and the plant growth showin� above, shall be cut unifor�nly� to a thickness not iess than that stated in the speeial provisions. 904-2.2 Lime. Not required. 904-2.3 FerEilizer. Fertilizar shall be standard commercial fertilizers supplied separately �or in mi�.ures con#aining the percentages of tota] r�itragen, available phospharie acid, and wate��-saluble potash. Tney shall be applied at tl�e rate and to the depth specified,and shal! meet the require�ents of applicable state laws. They shail be furnished in standard containers with name, weight, and guaranteed analysis of cantents cIearly rnark�d therean, No cyanamide e4mpounds or hydrated li�ne shall be permitted in mixed %rtilizei•s. The fertilizers may be supptied in one of the folIowing %rms: a. A dry, free-flowing fertiiizer suitable for applieatin.n by a cammon fertilizer spreader; b. A�taely-�rround ferCiIizer soluble in waier, suitable for application by power sprayers; or c. �1 granu�ar or pellst forrn suitable for application by 61aw er equipment. Fertiiize.rs shall be 3-1-2 ra�io o� nitrogen, phosphorus and potassium commercial fertilizet� and sha11 be spread at the rate of I pound of soluble nitrogen every 4 to 6 vS+eeks ar 1%z pounds af slow release nitrogen e�ery 8 to I O weeks per 1,40D square feet. 904-2.4 Water, The water shall be suffieiently free fram oil, acid, alkali, salt, or other hatmful materials that would inhibit the growth of grass. 9D4-2,5 Soil for repairs. The soil far %11 and iopsoiling of areas ta be repaired shall be at least of equal quality to tlaat which exists in areas adjacent to the area to be repaired. The soiI sha11 be relatively free from large stones, roots, stumps, or oiher znatea'ials that wi11 interfere with subsequent sawing af seed, com�acting, and establishing turf, and sha11 be approved by the RPR before being placed. CON�TRUCTION METHODS 9U4-3.1 Generaf. 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 satisfactoiy condition that a.re to remain undisturbed shalI also be shown on the plans. CITX OF FORT U/ORTH Alliance Airport Taxiway P, Phase 2 Technical 5pecifications T-9Q4-1 Praject Nu3nber 103�00 Item T-9aa Sndding 5ui.table equipment necessary foi• proper Qreparation ofthe grouild surface and far the handling and placing o�' all z'equir�d materials shall be on hand, in good condition, and shall be approved hy the Rf'R before the various operatiozls are stai�ed. The Contractor shall deinonstrate to the RPR before starting the va.rious aperatiot�s th.ai ilae applicatinn of raquired materials will be made at the specified rates. 904�3.2 Preparing the ground su�aee. After grading of areas has been completed and before applyir�g %rtilizer and lim�stane, areas to be sodded shaIl be raked or otherwise cleared of stones la�-�e�' Yl�a�12 inclles (5Q inm) in atly diameter, sficks, stumps, and other debris which might interfere with sodding, grawth of grasses, or subsec�ue�t znaintenance 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 iimestone, the Contractor shall repair such damage. This may ine]ude filling gullies, smoothing irr�gularities, and repairing other incidental damage. 904-3.3 Applying fertilizer and ground [imestone. Following graund surface preparation, fertilizer shall be uniformly spread at a rate which will provide not l�ss than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use oiground limestione is required, it s�all then be spread at a rate that will provide not less than the minimwn quantity stated in tlae special provisions. These materials shall be incorporated into the soil to a depth of not Iess than 2 inches {SO zr��n) by disciilg, raking, or other suitahle methods. Any stones larger than 2 inches (50 rnm} in any �iiameter, lai•ge clods, roots, and other litter brought to the surfa�e by this operation shall be removed. 904-3.4 Ob�aiuing and delivering sod. Aftei• inspec�ion and approval afthe source of sod by the RPR, t%e sod shall be cut with ap.proved sod cutt�rs ta such a thickness that after it has been transported and plac�d an the prepared bed, but before it has been compacted, it shall ha�e a unlform thickness of nat Iess than 2 inches (50 xntn). 5od seetions oi• strips shall be cut in uniform widths, not less than I D inches (25D mm), and in l�ngths of not less Yhan 18 inches (0.5 m), but of such Iength as may be readily lifted without breaking, tear�ng, or loss of soil. Where strips are required, the sod m«st be rolled without damage with tl�e gz'ass folded inside. The Contractor rnay be required to maw hi�;11 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 malfe storing necessary. In such cases, sod shall be staciced, kept moist, and pratacted from e�pasure to the air and sun and sha11 be kept from freezing. Sod shall ba cut and moved only when the soil moisture conditioi3s ara such that ia�orable results can be expectad. Wher� the soil is too dry, approval ta cut sod may be granted only after it has been waYared sufficiently to moisten #he soil to #he depth the sod is to be cut. 9U4-3.S Laying sod. Sodding sha11 be performed oi�ly during the seasons when satisfactory results can be expected. Frozen. sod shall not be used and sod shalI not be placed upon fi•ozen soi1. Sod may be transplanted during periods of drought with the approval of the RPR, provided the sod bed is watered to moisten the soil to a depth of at ieast �} inches (100 mm) immediately prior to laying the sad. T11e sad shall be mofst and shail be placed on a maist earth bed. Pitc� forks shall not be used to handle sod, and dumping from vehicles sha.11 not be permitted. The sod shall be carefully plaeed by hand, edge to edge and with staggered joints, in rows a# right angI�s to the s�opes, commencing at the base of the area to be sodded and working upward. The sod shalI immediately be pressed firmly into contact with the sod bed by tampiiig or rolling with appraysd equipment to provide a true and even surface, and ensure k�iitiin� without dispIacement nf the sod or deformation af the surfaces of sodded areas. Where th� sod inay be displaced during sodding operatiions, the worlcinen, when repIacing it, shall work fi•om ladders ar treaded planEcs ta pra�+ent iui�ther displacement. Screened sail of good quality shall ba used to iill all cracks between sads. The quantity ofthe fill soi.l sha11 not cause smothering of'the grass. Where the grades are such that the flow of watez' vwill be iram paved surfaces accoss sodded areas, the surfac� af the soil in the sod after compaction shall be set approximately one inch (25 �m) belovv the pavetnent edge. Where the flow wiIl be over the sodded areas and onta tl�e paved surfaces around manhnl�s and iniets, the surface of #he soil ir► the sod after compaction shall be placed flush with pavement edges. CITY OF FORT WORTH Alliance Airporl Taxiwaq P, Phass 2 Techuical Specifications T-904-2 Arnject Numbar ] 03000 [tem T-904 Spdding �n slapes steeper than one (1) vertical ta 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 man) in length and have a cross- sectional area af not less than 3/4 sq inch (IS sq mm}. The pegs shall be d�'iven flush witY� the surface of the sod, 904-3.5 Water�ng. Adequate water and watering equipment must be on hand before sadding begins, and sod sllail be kept moist until it has beco�ne established and its contii�ued grotivth assured. In ajj cases, watering shali be dane in a manner that vvill a�oid erosion from the application of excessive quantities and will avoid darnage to the finished surface. 904-3.7 Establishing turf. The Contractor shall provide general ca�'e foj' the sodded areas as soon as ihe sod has been laid and s11a11 continue until %nal insgectEon and acceptanae of t1►e work. All sodded areas shail be protected against trafFic or other use by warning sjgns oz' barricades appraved by the RPR. Tlie Confractor s1Za1I mow the sodded ai�eas with approvad mowing eqnipment, depending upon cIi�natic and growth conditions and the needs %r mawing specific areas. Weeds or other undesirable Yegetation shall he mowed and the clippings raked and removed frarzi the area. �04-3.8 Repairing. When the sairface has become guIlied or other�uvise damaged dm•ing the period covered by this contract, the afFecied areas shalI be repvred to re-estabIish the grade and the conditio:n af the soil,. as directed by the RPR, and shall then be sodd�d as specified in paragraph 904-3.5. METHOD O� MEAS[TREM�NT 904-4.1 This item shaIl be measured on the 6asis of the area in squaxe yards (square zzteters) of the surface covered with sod and accepted. BASXS 4F' PAYMENT 904-5.i This item will be paid for on the basis of the contract unit price per squaz'e yard (square �netex) for so�ding, which price shall be fu11 cortipensation for ajl lahor, equipment, fnateriai, staking, and incidentals necessary to satisfaciorily complete the items as specified, Pay�nant will be made under: Item T-9D4-5.1 Sodding - per square yard (square meterj REFERENCES The publications jisted below form a part of this specifieation to the extent referenced. The publications are referred to within the text by the basic d�signatian only. ASTIVI internationaI {ASTMj ASTM C6�2 Sfandard Specification for Agricultural Liming Matez•ials �.dvisory Circulars {AC) AG 15015200-33 Hazardaus Wildlife Attractants on or Neat- Airports FAA/United Siates Department of Agriculture Wildlife Haza�'d Management at Airports, A Manual for Airport Personnel END OF ITEM T-404 CITY OF' FORT WORTH Allianee Airport Taxiway P, Phase 2 Techn'tea[ Specifications T-904-3 Projectivumber ]0300D Item T-904 5oddiug Fage lntentionally Blarjk CITY OT FORT WORTH Alliance Airporf Taxiway P, Phase 2 Techuicaf Specifications T-9D4-A Projecf Nccmber 103000 Item T-9Q3 Tapsoil ITEM T-9U5 TOPSOIL DESCRIPTION 945-1.1 This item shall cansist af preparing ttie ground surface for tapsoil applicatzon, removing to.psoil from designated stockpiles or areas fo be stripped on the site or from approved s.ources flff the site, atad placing and spreading the topsoi� on prepared areas in accordance �uith this specificati�n at the locatians shown on the plans or as directed by the RPR. MATERIA.LS 90�-2.1 Tapsoil. Topsoil shall be the surface layer of soil with no adznixture of refuse or any material toxic to plant growtll, and it shaii be reasonably free from subsoil and stumps, roots, brush, stones (2 inches (50 �n.m) or more in diameter), and clay lumps or similar abjects. Brush and other vegetation that will not be incoxporated with t11e soil during handling operations shall be cut and reznoved. Ordinary sod and herbaceous growth such as grass and weeds are nai to be removed, but s17aI1 be thoroughly bro�en up and intermixed with the soil durin� handling operations. Heavy sad or other cover, wk�ich cam�ot be incorporated into the topsQil by discing ar other means, shall be removed. The topsoil or soil mixtwre, unless otherwise specified or approved,. shall hav� a pH range of approximafely 5.5 pH to 7.6 pH, vahen tested in aecardance with the meihods of testing of the Associatio�� af Official AgricuItural Chemists in effect on the date of invitation of bids. The organic content shaIl be not less than 3% nor more than 20°10 as determined by the wet-combustian method (chromic acid recfuction). Thei•e shall be not less t�an 20% nor more than 80%a of the inaterial passing the 200 rnesh (75 µm) sieve as determined hy the wash test in accordanee with ASTM CI17. � Natural topsoil may be amended by the Contractor wi#h apprat+ed tnaterials axld methods to meet the above specifications. 905-2.2 Tns�ectian and tests. Withi.�i 1 Q days following acceptance of the bid, the RPR shalj be notiiiad of the sourc� af tapsoil to be furnished by the Cont�•actar. The tapsoil shall be inspected ta determin� if the selected snil ir�eets the requirements specified and to determine tha depth to which stripping will be parmitted. At this time, the Contractor may be required to take representative sotl samples frarn sev�ral locations within the area under consideration and to the pra�osed stripping depths, for testing purposes as specified in pat°agraph 905-2.1. CONSTRUCTION METHODS 905-31 General. Areas to be topsoiled shall be shown on tne plans. If topsoil is available on the site, the location pf the stockpiles or areas to be skxipped of topsoil and the 5tripping depths shall be shown. an the plan.s. Suitab�e equipment necessary for proper preparatian and treatment of the ground surface, strippir�g af topsoil, and for the handling and placing af all required materials shall be on hand, in good candition, and a�proved by the RPR before the vario.us operatians are started. �05-3.2 Preparing the grot�nd surface. Immediately prior to dumping aztd spreading the topsoil on any area, the suriace s1�a11 be loosened by discs or spike-toofilZ harj•ows, or by oth�r zneans approved by the RPR, to a minirn�am depth of 2 inches (50 mm) to facilitate bonding oithe topsoil to the covered subgrade sai1. The surface o�' Yhe at'ea to be topsoiled shall be c�eared nf all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which a�ay be detrimental to proper bonding, the rise of capillary CITY QF FORT WORTH Altiance Airpo:rt Taxiway P, Phase 2 Technical S.pecifieaaons T-905-1 1'roject 1�lumh.er 3Q30p.0 item T-905 Topsoil moistu�'e, or the praper growtl7 oithe desired planting. I,imited aa'�as, as shown on the plans, which at'e tao cornpact #o respond to tl�ese operations shal! receive special scarification. Grades on the area to 6e topsoiled, which have been established by others as shawn on the plans, shall be maintained in a true and even condiiion. 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 %rmation of low piaces oi� pockets where water will sfand. 905-3.3 Obtaining tapsail. Prio:r to the stripping of topsoil fro�n d�signated areas, any vegetatio�l, briars, sturnps a�id large roots, rubbis�► or stones found on such areas, which may interfere witl� s�bsequent operations, shall be removed using methods approved by the RAR. Heavy sod or o�1er caver, wnich cani�ot be incotporated into the topsqil by disci��g or other means shall he removed. When suitable topsoil is availahle an the si#e, the Cantractor shall reinove this material from the designated areas and to the depth as directed by the RPR. The topsoil shajl be spread on areas already tiIle.d and smooth- graded, or stockpiled in areas approved by the RPR. Ar�y to.psoil stockpiied by the Contractor shal� be r�handled and placed wiihout additional compensation. Ar�y �opso[1 that has been stockpiled on the site hy others, and is required far tapsoil purposes, shaIl be removed and placed by the Contractar. The sites of all stockpiles and areas adj acent thereio which have been dist�irb�d by tl�e Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoiI is secured offthe airport site, the Contractnr shall lncate and obtain the supply, suhject to firie approval of the RPA. The Contractor s1�all notify the RPR sufficiently in advance of op.ea'atdons iia order that necessary measureinents and tes�s can b�e rr�ade. The Contractor shall remove th� topsoil from approved areas aiid to the depth as direci�d. `I'he topsoil sha11 be hauled to the siie of the �aork and placed for spreading,. or spread as �'equired. Any topsoil hauSed to the s.ite of the work and sYockpiled s17a11 be rehandled ar�d placed without additianal campensation. 9U5-3.4 Placing topsoil. The topsnil shall be evenly spread on the prepared areas to a unifo:rm depth of 2 inches (5D mm) after caxnpaction,. unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be dane when the ground or topsoil is frozen, �xcessivel� wet, or otherwise in a condition detzimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. Af�er spreading, any large, stiff clods and hard lumps shall b� b:roken with a pulverizer or by other effective ineans, and all sfones or rocks {2 inches (50 mm) or inore in diametez'), roafs, iitter, or any foreign matter sl�a11 be raked up and disposed of by t11e Contractor. after spr�ading [s completed, the topsoil shail be satisfactorily co�nnpacted by rolling with a culiipacker or by other means approved 6y the RI'R. The c�nnpacted topsoil surface shall conform to the requir�d lines, grades, and cross-sections. Any topsoil or other dii�t falling upan pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF 1VIEASUREMENT 9Q5-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards (cubic meters} of topsoil measured in its original position and str'ipped or excavated. Topsoil stockpiled by others and remnved for topsoil by the Contractor shall be measured b� the number of cubic yards (cubic meters) of topsoiI rneasured in the stockpile. Topsoil shall be measured hy volum.e in �ubic yards (cubic tneters) computed by the method of end areas. 9p5�4.2 Topsoil obtained oif tl�� site shall 6e measured by the number of cubic yards (cubic meters) af topsoil measured in its original position and sta•ipped or excavated. Topsoil shall be measured by volume in cubic yards {meters) computed by the i�ethod af end areas. C1TY ClP FORT WORTH Alliance Airport Ta�ciway P, Phase 2 Technical SpeciCcations T-905-2 PrQjectNumber ]03p00 Item 'I'-905 Topsoil BASIS OF PAYl!'�ENT 905-�.1 Payr3nenY will be made at ihe contract unit price per cubic yard (cubic meter) for topsoil (obtained ofi the site). This price shall be full compensation for furi�ishing all materials and for all preparation, placing, and spreadin� of th� materials, and fnr all l.abor, equ�pment, taols, and incidentals necessary to compiete the itetn. Aayment will be made under: Item T-9�5-5.1 Topsoil (Fua'nish.ed fram Off the Site) - per cubic yard (cuhic meter) REFERENCE� The publications iisted belornr form a�a��C of this specification to tha extent refereneed. The publications are referred to within the text by the basic designatian only. ASTi1� Interr�ational (ABTM) A�TM C117 Acivisory Circulars (AC) MatErials �'ine�• than 75 µ.m (No. 20D) Sieve in Mineral Aggregates by Washing AC 150/5200-33 Hazardous Wildlife Attractants fln or Near Airports FAA/United States Department of Agriculture Wildlifa Hazard Managernent at Airports, A Manual for Airport Personnel END OF ITE11+I T-905 CITY OF FORT WOATH Alliance Airport T��ciway P,1'hase 2 Tech�ical SpeciFications T-905-3 Praject Niunber 103000 1#em T-9D5 Topsail Page Inte��tionally �lank CITY OF F'012T GVORTH Alliance Airport Taxiway P, Phase 2 Technical Specifications T-905-4 Project Nmnber 103000 item L-] �0 General Provisions - Electrical ITEM L-100 GENERAL PROVISIONS - ELECTRiCAL (Non-Standard FAA Specification) 10D-1.1 GeneraL This item is intended to supplement the specifieafions for the Airfield Elect��ical z�equirements of ��is contract. It is ihe intent and ineaning of the Plans and Specifications that the Cont��actor shall provide az� electrical instailation that is operational and complete, incIuding aIl items and appurtenances necessary, reasonably incidental, or customarily included, even though eac� and every itein is not specificaiiy called out or shown. Tnstallatinns and construciio� under these provisions shall be coord'anated with the Resident Project Representat'r�e (RPR). Contractor shall confirm schedLiling and sequeneing, and locations and types of inte�faces between Cantracfor's electrical work and Owner"s separaie electrical contract work, if any, and between Contractpr's electrical wo.rk and existing eiectrical facilities. Contcactor sha11 not begin work at these interfaces without approval of the Engineer through th� RPA. S.pecificatinn requirements for approvais, reviews, or other invo[ve�nent ofthe Engineer shall be transmit�ed by the C.ontractar through the RPR to the Engineer. QUALITY ASSURANCE 1D0-2.1 Applicable Codes anc3 Standards. a. Codes. AA electrical worl� shall confarm with the requireinents and recommendatipns ofY.he latest edition of the Natinnal �lectrical Code. In conflicts among plans, speci�cations and apdes, �he most stcingent requirements shall �overn. b. Standards. The specifieations and standards afthe following organizations are by reference made part of thesa specifications and all eleetz�ical wark, unless atherwise indicated, shall comply with their reguirements and recommendations wharever applicable: Institute of Electrical and Electronic Engineers (IEE�) American National Standards Institute (ANSI) American Saciety for Testing and Materials (ASTM} Insuiated Power Cable Engineers Associaiion (ICEA) National Bureau of Standards (NBS) I�Iational Electrical Contra�tar's �1ss.ociatian (NECA) National Electrical Manufacturer's Assnciation {NEMA} Naiaonal Fire Protection Association (NPPA) Nafiional Elect�•ical Safety Code {NESC) 100-2.2 Requiremenfs ofRegulaEpiy Agencies. Airpoi�t lighting equipment and materials covered byFA�, Aii�ports Di�ision speci�cati�ns shall be certified per Advisor� Circula�•(AC) 15015345-53,AirpartLighting Equipmen� Certification Program {ALECP) and listed in the ALECP Addendum. All advisory ci�•culars z-eferenced in thesa specifications sha11 be the Iatesi edition. All other �quipment and materials co�ered by other referenced specifications shal! be subject to acceptance through manufacturer's certification of eompliance with the applicable specification when requested by the RPR. The requirements and recommendations oi the latest edition oFthe Occupatianal Safet� and Health Act a�re by reference made a part of these specifcatioz�s and all electrical work shaIl comply vaith those requireinents and recommendations wherever applicable. CITY OF PORT WOKTH t111ience Airpart Taxiway P, Phase 2 Technical Speciitcations L-100-1 P€oject Numher 103D00 ltein L-]DO General Provis�ons - Electrical i00-2.3 Worl��nar�ship and Personal Requirements. a. All elecLrical work shall be perforined by workmen skilled in the electrical t�•ade and iicensed for the wark by the State af Texas. k�. A licensed Master Electrician wili be required for the issuanae nf a bu�lrling permit for consiructing, installi.ng, altering, main#aining, repairing or replacing any electrieal wiring, apparatus, or equipinent on any �oltage level [n the jurisdiction ofthe Airport. c, A licensed Master Electrician or a licensed Journeyzz�an Electrician is required to be on �he job si.te whenever any elecLrica] wor�C is perfarmed. Any airfield electrical work or associated electrieal instaIIations shall be accomplisb.ed under the direct on-site supervisian of a licensed Journeyman Electrieian working urider th� responsible Master Electrician. d. To insure compliance with Pazagraph c. above, only a documented Electrical work force with a ratio of a rnaximuzn. of one �lectrical Apprentice for each licensed 7ourney�man Electrician shall be allowed to work on the aixfield alectrical systems. e. Contractar shali prepare documentation associated with ihe electricaI wark force con�rining adherence to the requirements oFParagraph d. above. These documents shall be sub�itted to the RPR far approval. Also, any work force changes or revisiat�s which affect compliance with paragrapi� d, above shall also be subrnitted to the RPR fo�� approvai by fhe Engineer. f. Every airfield lighting cable splicer shall be qualiiied in malcing cable splices and terminaiions on cables rated above 1,OD0 volts AC. Contractor shail submit to the Engineer tht•ough tha RPR prnof of the qualificatiQns of each proposed cable splicer for the cable type and voltage level to be warked. Cable splicinglterminating personnel sha3l have a miniinnm of three {3) years continuous experience in terzninafing/splicing medium �oltage cable. g. At least ten { 1 Q) days prior to perfor�ning any cable splicinglterminating, Conta•actor shall subrnit to the Engineer through th� RPR a wi•itten list of proposed cable splicing/tej minating personnel, including writt�n evidence that the proposed personnel have had a rninimum of eight (8} hours of technical trainin� by autihnrized splice/termination kit inanufactu���r personnal. Approved h•aining shall include a thoraugh review of kit components and splicinglterminating tech�iques and procedures. Field spliees shall only be installed by t�chnicians appraved by fhe RPR. h. In addition, each t�ained cable splicer shall be required to install a splice and a cannector on type and size of the cable to be used under this contract if requested by the RPR. Sample connections shall be accomplished in accordance with the manufacturer's inst�•uctions and in the presence of the RPR. I00-�.4 Equipment, Material and Installation Requirements. Tl�e Contractor sha�l furn.ish and install aII materia.ls, equipment, accessories, eonnections and incidental items in accordance with the approved recommenciafians ofthe manufacturer and the best pz•actices ofthe trade to provide a complete installation operational and ready for use hy the �wner. All equipment and materials shall be new, unIes� specifically noted otherwise, and sha11 b�ar tlie manufacturer's name, trademark and ASME, UL, andfor other labels in �very case where a standard has been established for the particular item. The Contractoz^ shall promptiy notify the Engineer in writing of any cpnflict betvaeen any requirements ofthe Con�'act Dacuments and equipment i�nanufacturer's directions and shall obtain written instruciions from the Engin�er before proceeding with the worl�. Should the Contractor perform any work that does not camply with the zt�anufacturer's directions or CITY OF FOKT i�VORTH Alliance AirporE Taxiway P, Phase 2 Tecl�niaal SpeciFicatians L-100-2 Project Number 103000 Item L-1D0 General Fravisions - Electrical such written instructions from the Enginee�', Contractor shalI bear a11 costs a�•ising in correcting deiiciencies. Af�er re�iew pf equipment su6mittals, ar�d insh•uctions by the �ngineer through the RPR to proceed, equipment in stallations may requn•e arcangements or connections differe�t from those shown on the di�wiz��;s. It is the responsibility of the Contractor to install tlie equipment to operate properly. The Cont�•actoi shall pa•ovzde any additional equipment and/or materiafs required for installations to operate in accordancewiththe in��nt of the drawings and specifications. It is the respons�bility ofthe Contrzctor to ensure that iteins installed fit the space a�ailable with adequate rooln for proper equipinent operation and maintenance. Contracior shall make field measux��ments to asaertasn space requi�•ements, including those fai• connectipns, and shall furnish and install sucll sizes and shapes of eyuipinent that the final installation prnvides a complete and operational syst�zr► that camplies vvith the requirements of the drawings and specifcations. The Contractor shall be resgonsible for coordinating propef• Iocation of roughing in and connections by nther t��ades when appiicable. Changes associ�ted with coordination requirements shall be made at no increase in the Contract amount or additional costs to other trades. The Contraetor shall support work and equipment plumb, rigid, and true to line. The Contractor shall cietermine how equipnr►ent, fixtures, conduit, etc., are to be installed, as required by codes, drawings and specifications. Foundations, balts, inserts, stands, hangers, brackets and accessaries required for proper support shall be provided by the Conri•actor,. whether or not s.pecifically indicated on Lhe drawings. 100-2.5 Suf�mittals. a. Subinit inanufacturer's data or d�•awings of the follawing items, vahere applicable, giving fulI information as to the dimensions, materials, and ather information required to �erify compliance with the specifications. Additional iteins to be suh�niited may be listed in the specification sections. SkV L-824C Cab�e Ground Rods Light Fixtures Light Bases Identification Tags Tape Airfield Signs Counterpoise and Ground Wire Isolation TransfQrmers L-823 Connectors Splice Kits PVC ConduitlCouplings Junction Structures High Performance Grout b. When requested by the RPR, samples of these items sl�all be submitted for appraval. EquzpmentJinsfaIla#ior� diagrams shall also be subrnitted for approval, as required by projeet specif catiqns andlar requested by the RPR. e. Contractor subrnittal package shall include atypewritten list indicating each bid item, with a hreakdown of all item components and all parts that a�•e assembled or associated wiih bid item installation. Submattal package list shall indicate: (1) Bid item number, (Z} Part numbers of associated item coinponents, as required and {3) Reference pagenuinber where item and component information is located in the submittal package. An axaznpla of this procedure is shown in the following table: Bid Item # Description Ref Page # (XX) (Bid Itern Description) P/N - Item Corn onent # 1 YY) CITY OF FO.RT WORTH Alliance Airport Taxiway P, Phase 2 Technieal Specifieations L-100-3 ProjectNumber 103000 Ikem L-lQD �'ieneral Provisions - �lecfrical (P/N) - {Item Co�nponent #2) (P/N) - (Item Component #3) etc... Where: (XX) — Bid Item Number (YY) = Reference Page Nuint�er in Submittal Package (PIN} = Manufacture�� Part Number ��'�') �'�') d. Checking of submiffals is done as an aid to the Contractor, and approvai of submittals shall not relieve Contraetor of responsibility for any errors or omissions in the submzttals, nar shall it relievethe Contractor oftotal responsibility forpraper and complete executian ofthe j ob. e. Documentation certifying compliance with the BUY AMERICAN preference �•ules for Airport Iu�provement Program (AIP} cited in 49 USC §501�1) shall be included with each equipment and material submittal. 160-2.6 Inspectian and Testing. Alj work performed by the Contractor sha1S 6e subject to periodic inspections by th� �ngineer, the Owner, and the RPR �o verify #haY the instalIation is in compliance with the applicable requi�•err�ents ofthese specifications. System and cornponenttestingsk�all beperformed as specified in indivzdual specifications. Test results shall be evaluated by the Engineer hased upon the criteria indi cated. Any installation found which does not eonforrz� to the requiredtechnical provisions ofthese specifications, or any specimen uvhich does not meet the de#'ined test cri#eria, shalI be imm�diateIy removed by the Contractor and then replacad a# Cont�•actor's expanse. When required, testing shall be performed on the new s�ecimen in place to verify compliance with the defined criteria. CONSTRUCTION PROVISIONS 100-3.1 Airfield Instailation Provisions. To enhance personnel safety and avaid contractual pro.blems, the Contractor shalI conn�Iy with the pj•ovisions indieated belnw. 100-3.2 Electrical Work Pravisians. a. Existing Underground Utilities. At least twenty-four (24) hours prior ta beginning any excavation within tha Aizport Opeiations Area (AOA), locations of all utility lines in the construction area will. be identified and rnarked with surveyor flags, or afher appro�ed method, by appropriaie utiIity personnel. The Contractor sha11 be responsib�e for rr�aintainingthe location f[ags. Any fiags displaced shall be replaced by the Contracto�•. The Canti•aetor shall coordinate with the RPR any additional prior noiification time required during weekend and/or holiday wor�C periods. The a6ove noted line identificat�on infortx�.atson shall not relieve the Cont�actor af the responsibil�fy af pinpointing underground 1'zzaes to a�oid unplanned d.isruptions or disturbing af installation or operation of underground Iines in canstruetion areas. Contractor shall use cable traciag equipment, or other methods at Coniractor's disposal approved by the RPR, ta pinpoint Ijne locations. Excavation shall nat prpceed until all underground lines haue been identified to th� satisfaction af the RPR. Cont��actor shall hand excavate in areas of airport underground CI"fY OF FORT WORTH Alliance Airport Taxiw�y P, Phasa 2 Tecltnical Specifications L-100-4 ProjectNumber 103000 Item L-100 General Pro�isions - Electrical eleciricai, communicatipn, and �'AA lines ta avaid disruption ofservice. Repair ofundergrounci lines damaged by the Contractar shall be the sale responsibilify of the Contractor. b. Lockout/Tagnut Procedu�•e. Contractar shall estabIish a procedure to ensure that e�ach circuit b�ing worked upo� cannot be accidentally activated. The lockout/tagout procedure shali be apprnved 6y the Airport Manager prior to impletnenting the pracedure. 100-3.3 Temporary and Bypass Circuit Provisions. During construction, ternparary or bypass wiring or cable instal�ations may be required to maintain operafion af certain equipment andlor airfield lighting.circuits, as indicated in Construction Docum�nts andlor as specified. Ternporary/bypass ci��cuit i.nstallations shail adhere to provisions indicated beiow. a. General Requirements. Cnntractor shall review the requirem�nts in the specifications and Construetion Documents, including, but not restricted to: Phasing and Seauencing Plans, Demolition Pians and Wiring Diagrams. Contractor sha11 detei7raine lqcations, sizes and quantities of temporarylbypass wiring and conduits required for prnject eonsfruction. At �east 5 days prior to commenceinen# oiinstallation of t�xxaporaiy/bypass wiring, the Contractoz� shall submit alayout of proposed temporary/bypass conduits and circuits forreview at�d approval 6y the �ngineer, including proposed installation protection provisions. b. �quipment and Materials. Tempora.ry/bypass wiring shall meetthe requirements of Item L-108, Underground Powei• Cab1e for Airports, and shall aiso conform to the cons.truction plans. Temporary/bypass wiring shall be identified at junction points with clear heat shrink or brass tags as approved by the RPR. Installation of tampnrary/bypass wiring shaSl inclade instaIlation of associated, specified counterpaise wiring, and indicated in Ite3n L-�08, Underground Power C.able for Airports. c. Installation. Tempoz'ary/bypass circuits shail be iristalled with due cansideration to personnel safety and circuit protection against physical damage. Pravisions of Paragraph 1 QO-3.2 shall be applicableto ternporarylbypass wiring instaIiations. AlI damage to existing circuits as aresultof Cont�•actor action or inaction shall be corrected accordingly ai the Contractor's expense. Temporary/bypass airfield Iighting. system cables shaij be placed to minii�nize accid�ntal personnel or equip�nent contact with circuits. AII tem.porary/bypass cables shall be routed in conduit; routing temporarylbypass cables wi�ho.ut protection is conduit is prohibited. TeinpQrarylbypass circuits sha11 be remaved ir�madiately upon campletion af construction or purpose for which the wiring was installe.d. Temporary/hypass cabje and caunterpoise shall be removed and dis�arded off fihe Airpoi� by the Contractor, ur�less used, in place, as a permanent installation. Underground conduits installed far temporary/hypass circuits shall be re�noved, unl�ss Contractor is authorized by the RPR to abandon in place. AIl abandoned conduits thus authorized shall he indicated an f�he As-Built Drawings. Any tempararylbypass cable removed fi•om initial installation shail nvt be re-used foi• any airport pe�•inanent installa.tion. Cable re-use is not allowed to minimiz� the possibility of a damaged cable 6eing re-installed on an active airport circuit. Temporary lighting for barricades shali be batteiy or generator po�ered, unless otherwise shawn on tl�e plans. Su6mit propased method of providing any required barricade iighting for approval of the RPR, CTTY OP FORT WORTH Alliance Airpart Taxiway P, Phase 2 Techni¢al SpecificTtions L-100-5 ProjectNurnber 103ppD It�m L-L00 General Peovisions - Elecfrical AlI teinporaiy airfield wirin� shall include associated counterpoise wiring. 10a-3.4 �xisting �lectrical EquipmenE and Materials. The Contiractor shall reinove all existingw�'ingnot direct eai�h buried and electrical equipment made unnecessary by the new instailation. Abandaned direct ea��th buried cable shall be noted on the As-Built Drawings. 100-3.5 Power Service Continuity. Provide labor, materials and supervision required to maintain full capacity power service continuity when connection or modi�ications are made to existing systems and facilities. Do nat interrugt service wifhout prior consent of the RPR, wlth a d�finite understanding oftime and duratian of ou#age. All. outages wiil take place at a time for minimum disrupt�pn af facility aativiiy. 1QU-3.6 As-Built Drawings. The Cantractor shall maintain a set of as-built drawings an the jab site. Contractor shall znark an the as-h�ilt drawings all work details, alterations installed to meet siie conclitions and changes made by Change [jrders, including all abandoned conduit anc�. cable left in place. As-built drawings shall be kept avaiiable far inspection by #he RPR and/or the Engin�Er ai all tirnes. Airfield wiring veri�cation diagrams shall be maintain�d througha�t the project and later suhmitt�d ta fhe RPR upon completion. These field wiring diagrams shail depict the exa�t routing and numbe�� of cable insYaIled in each conduit originating irom th� air�eld lighting vauits and extending to each junction structure, sign., and lighting fixture for each new circuit or circuit revision. METHOD OF MEASUREMENT AND BA�I.S OF PAYM�NT Aji items covered in this section, excludsng temporary wiring, will not be measured or paid directly, 6ut wili be considered subsidiary io the bid iteins. See L-I0$ f�r• measurement and payment pro�isipns for temp.orary wiring. END OF ITEM L-lOD CITY (JF FpRT WORTH Alliance Airport Taxiway P, Phase 2 TecI�nica] Specificat'snns L-100-6 I'roject Numher 103QDD L-]08 Undarground Pawer Cable For Airporfs XTEM L-�08 iJNDERGROUND POWER CABLE FOR AXRPORTS 1D8-1.1 This itein shall consist of furnishing and instaIling pn�ver cables that are direct buried and fu��ishing and/or installing power cables within conduit or duct banks per these specif cations at I:he locations shorun on the plans. It includes excavation and baekfill of treneh for direct-buried cables only. Aiso included are the installatiion of counierpoise wires, grotmd wires, ground j•ods a�d connections, eable splicing, cable marking, cable testin�, and all incidentais necessary to place the cabie in operating condition as a completed unit to the satisfact�on af the RPR, This item shall not include tlte installation of duct ba.z�lcs ar conduit, U•enching and backfilling. for duci banks oi• conduit, or furnishii7g oj• installation oi cable for FAA owned/o�erated facilities. ...... � t� ;i .. ` . ,u.. u, il, I. , � i) 'r lr. . , EQUIPMENT AND MATERIALS 108-2.1 Genera[. a. Airport lighting equipment and tnaterials covered by advisory circulars {AC} shall be certiiied a� ,;n� • AC 150/5345-53, Airport Liglating Equipznent Certification Program " '�� - �. n� 1 S n f C'2 A G s'���,.•�..+�+ . et � c-ii.,.nc,ii. b. All othej� equipment azld r�aaterials co�ered by other referenced speci�cations shall be suhject ta acceptance throUgh manufactut�er's certi�cation of compliance with the applicable speciiication, when reqEiested by ihe RPR. c. Manufaeture�°s certifieations shall not relieve tlZe Contractor of ihe responsibility to pro�ide materials p�r these s�ecifications. Materials supplied and/or installed that do nat comply with these specifications shall be removed (when directed by the RPR) and replaced with materials that co�nply with tl�ese specifications at the Contractor's cost. d. Ali materials and equipment used to const�uct this item sl�all be sub�nitted ta the RPR for approval prior to oz'dering the equipment. Submiftals .l ' , ir� - �. R- �� ' ` : "', i ::.,+:,,rt „�F,.�..,,.t�...7 ...,r..l.... �t,.,..4., ., ..L..,«. .�«.,,.,.;,,..� �l,.,ll l.� .. ,;.ao.i. _ _ � . a•� p . . The Contractor is solely t�sponsible for delays in the project ihat may accr€�e directly or indirectly fi•om late submissions or resubmissions nf submittals. e. Tiie data submitted shall be sufficient, in the opinion of the ItPR, to determine compliance with the plans and specificati�t�s. The Contractor's submittals shall be electronically submitted in pdf foz'mat. The RPR reserves the right to reject any and all equipment, materials, or proceduras that dn not n�e�t the system design and the sta.ndards and codes, specified in this document. f,'�11 equipment and mate�•ials furnished and installed under t�ais section shall be guaranieed against defects in rtzat�rials and warlananship far at least tweIve (l2) months frozn the d�ta of final acceptance by ClTY OF �OR7 WORTH Alliance Airpnrt Taxiway P, Phase 2 Technical 5pecificatlons L-108-1 Project Number 1D300� �.-ia.s Underground P�wer Cable for Airnorts the Owner. The defective materials and/or equipment shalj be repaired or replacecl, at the Ownea�'s discretion, with no additional cosi to tha Owner. 'Z'he Coni:ractor shall inaintain a minimum insulatio3� resistailce - ----� ----- � - -- - - �__ _ _-_ - _ __- _.._ -----_ _. __- ... _ �� w. . � �� ,�. - .. 108-2.2 Cabie. Undergrout�d cabl.e for airfield Ii.ghting facilities (runway as�d t�iway Iights attd si.gns) shall cpnforin to the req�airements of AC 150/5345-7, Specification for L-824 Underground Electr�cal Cable for Airport Lighting Circuits latest edition. Conductars for use on priinary airfeld lighting series c�rcuits shall ba single conductar, seven strand, #8 AWG, L-824 Type C, S,OOD �olts, nazash�elded, wiih cross-Iinked poly�thyl.e��e insulation. L-824 conductors for use on the L-830 secondaty af airfield Iighting sexies circuits shall be sized in accardance witf� the manufaciurer's racnmmendations. A�I other conductors shall comply with FAA and National 8lectric Code {N�C) re�uirer�tents. Conductor sizes noted above shall not apply to leads fitrnished by mamlfacturers on air�eld lighting transformers and fxturas. Wire for electricaI circuits up to 600 volts shall com.ply witll Specifica�ion L-824 andlor Cammercial Item Description A-A-5954�- and shaIl be type THWN-2. Co.nduciors faj' parallel (vo.ltage) circuits shail be sized and installed in accordance witM NFPA-70, National EIectrica] Code. Unless noted otherwise, aIl 60D-voli and less non-airfield lighting conductor sizes are based on a THWN- 2, 600 volt insulation, copper conductors, not mor� than three single insula#ed conductars, in raceway, in fi•ee air. The conduidduct sizes are based on the use of TH'WN-2, 600 volt insulated conductors. The Contractor shall mak� th� n�cessary incj•ease in conduit/duct sizes for other type.s of wire insulation. In no case shall the co.nduitlduct size be reduced. The mu7imum power circuit wire size shalI h� #12 AWG. Conductor sizes inay have been adjusted due to voltage drop or otl�er engineerit�g considerations. EquipmEnt provided by the Contractor shall be capabie of accepting the quantity a��d sizes af conductors shown in the Contract Documents. AlI eanduetors, pigtails, cable step-down adaptez�s, cable step-up adapters, terminal blocks and splicing materials neeessary to cotnplete the cabje termination/splice shall be considered incidentai io f.k�e respective pay iterns provided. Cable type, size, number of conductnrs, strand and service voltage shali be as specified an the plans. f08-�.3 Bare copper wire (cauntcrpoise, bare copper wire ground and ground rods). Wire for counterpoise or graund installations for airfield lighting syst�ms shall be #6 AWG bare solid copper wire far countetpoise and #6 AWC'r stranded for ground wire per ASTM B3 a�7d ASTM B8. For voltage pow�red ci�cuits, the equipment ground conductor shall be miniinum # 6 AWG, 6DOV rated, Type XHHW insulated, green color, stranded copper equipment ground condiictoz'. Ground rods shall be copper-clad steel. The grou�ad racis shall be of the length an�i diameter specified on the plans, but in no case shall they be less than S��et lor�g atld 5/8 inch in diameter. 108-2.4 Cable connections. I�i-Iine coiinections or splices of undergraund primary cables sha11 be of the typ� called For on the plans, and shall be ane aithe types ]isted balaw. No separaie payment will be �nac�e for cable connections. CITY OF� FOR7 WORTH AIliance Airporl Taxiway P, Phase 2 Technlca! Spe�ifications 1�-148-2 Prajecl Numher 103000 L-]OS UEiderground Power Cable for Airports a. Tl�e Cast Splice. A cast splice, employing a plastic tnold and using epaxy �•esin equivalent to that inanufactured by 3M� Coinpany, "Scotchcast" Kit No. 82-B, or as manufactured by Hysol� Corporation, "Hyseal Epoxy 5plice" Kit No. �1135, o�� an appi`oved equivalent, used fnr potting Yhe splice is acceptable. b. The Field-attached Plug-in Splice. Figure 3 of AC 15015345-26, 5pecification for L-823 Plug and Receptacle, Cab1e Connectors, employing cannector kits, is aceeptable for field attaclunent to single conductor eable. It shall be the Cont�ractor's �'esponsibility to cfetei�nine the outside di�neter of the cable to be splieed and to furnish appropriately sized cni�nector kits and/or adapters and heai shrink i�.tbing with integral sealant. c. The Factory-molded Plug-in Splice. Specificatioil for L-823 Connectars, Factory-Molded to Individual Conductors, is acceptabla. d. The Taped or Heat-shr►nk S�lice. Taped splices employing field-applied rubber, or synthetic rubber tape covered with plastic tape is acce�table. The rubber tape shouid meet f.�e requirernents of ASTM D4388 and tl�e plastic tape should camply with Military Sp�cz�ication MIL-I-2439I or Commercial Item Description A-A-558Q9. Heat shrinkable tubing shall be l�eavy-wall, self-sealing tubing rated for the voltage ofthe wire [�eing spliced and suitable for direct-buried instajlations. The tubing shall be factory coated with a tharmoplastic adhesiv�-sealant tha1: wi31 adhere to the insulation of the wire bein� spliced forining a ma.isture� and dirt-proaf seal. Additionally, heat sllrinkable tut�ing for multi-conductor eables, shielded cab[es, ax►d armored cahles shall be factoiy kits that are designed for the appIYcatian. Heat shrinkable tu6'rng and tubing Kits shall be ma�iufactua'ed by Tyco Electronics/ Raychem Corporation, Energy Division, pr approved equivalent. in all the above cases, connections of cable conductors sha11 be made using crimp connectars using a crimping tool designed to maEce a complete crimp before the tool can be removeci. All L-$23/L-824 splices and terminations shall be rnade per the r�anufacturer's recornmendations and listings. All conr�ections of counteipoise, graunding conductors aild grour�d rods s11a11 be made by the exothermic process ar approved equivalent, except t��at a light 6ase ground clamp eonnectar shall be used for attaclunen� ta the base can. All exathermic comlections shall be made per Yhe manufacturer's recommendations and listings. 108-2.5 Splicer quali�catio�s. E�+ery airfieId lig.hting cable splicer shall be qualified in making airport cable splices and terminations or� cables rated at or above 5,000 volts AC. `I'!�e Con#ractor shaIl submit to tlae RPR proof of the qualificaiions nf each proposed cable splicer %r the airpo�i cable type and voltage level to be warked on. Cahle splicinglYerminating personnel shall have a mi��zznum af three (3) years continuous experience in terminatinglsplicing medium voltage cable. 1na �7�G r........�.a... �`e33frre� t� �1 l. a-• eE�,�iiim�; nic�613i�2�'�-�Ceri �rrvr�C—ettC-�G��e-�ef L'I hT. .,+e«:.,1 , e.-I t.. 1���U£�Il + 1�. F 1.1.. +,.e,�..L.e., �t,�ll , , � ��,.r.,. .,u��1, �..,,..,,...� ,,,....., � . 108-2.8 Cable ide�ti�'icaYion tags. Cable identification tags shall be made from a non-corrosive material with the circuit identification stamped or etched o�ta the tag. The tags shall be of the type as detail�d on the plans. T�e t, r.li be at iea;t l/I�-' i�ick poi� - ' n� -"" :�ll. ri1a�k at_ �,n ��allow 1Ll.^!�. W1et� .'' IUIi ,f1�.3 fOT i��' fri0�`.i.C�G'1� �7�8 . .. CITY OF FORT WDR`fH Alli�nce Airport Taxiway P, Phase 2 Technica] Specifications L-108-3 Pro}ect Num6er 103fl00 L-108 Undergraund Power C.abl� fvr Airports 10$-2.9 Tape. �lectrical tapes shall be ScotchTM Elactrical Tapes —Scotch� 88 (1-112 izach (38 mm) wide� and Seatch� 130C�' linerless i•ubber splicing tape (2-incla (SO inm) wide), as manufactured by the Minnesota Mining and Manufacturing Company (3M�), or an approued e�uivaient. �08-2.].Q Eleetrieal eoating. Electrical coating sha11 be 5cotchkoteTM as manufact.ured by 3MT�, ox ai� approved equivalent. 108-2,11 E�sting cireaits. Whenever the scope of work requires ennnection to an existing circuit, the existing circuit's insulation resistance shail be tested, in the pt'esence of the RE'R The test shall be performed per this item a��d prior to any activify that will af%ct the resp�etive cirouit. The Contractor shall record the results or� forins a.cceptable to the RPR. Whet� tl�e worK affecting �he circuit is eomplete, the eircuit's insLi�ation resistance shall be checked again, in the presence of the RPR. The Contractor sha�l record khe results on forms accepiable to the RPR. The secoild reading sliall be equaI to or greater than the first reading or the Cont�•actor shall inakc the nec�ssary repairs to the existing circuit to bring the second reading above the iirst reading. AlI repair costs inciucling a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by #he Contractor. AlI t�si results shall be submitted in the Operation and Mainte�ance (O&11� Manual. . . , , , � CONSTRUCTIQN METHODS 10$-3.� General. The Contractor shaIl install the specified cabl� ai the apprp�mate locations indicated on the plans. Unless atherwise shown on the plans, all ca61e required to cross under pavem�nts �xpected to carry aircraft loads shall be installed in cancrete encased duct banks. Wherever possible,. cable shall be run without 5plice5, from conneetion ta eonnection. Cable connections between lights will be permitted only at the light locatipns far c.o.m7ecting the undergrotitzld cable Lq the primary leads of the indi�idual isolation t�'ansformers. 'The Contractor shall be responsible for providing cable in continuous lengths for home runs at' othet• long cable runs without connections unless otherwise authorized in writing by the Engiz7ee� nr shpwn on the plans. In addition to connectois being installed ai individual isolatian transformers, L-823 eable connectors fo�• rztaintenance and test paints shall be instaljed at locations sl3own on the plans. Cable circuit identification markers sha11 be installed on bath sides of the L-823 cor�n�ctors instal}ed ar at least once in each access point where L-$23 connectors are not instaIled. Provide nQt less tl�an 3 feet (1 m) of cable s�ack on each side of all connections, isolatioi� transformers, 1ig11t units, and at points where cable is connected to �eld equipment. Where provisions musf be made for testing or for future above grade connectioqs, provide enough slacic to allow the cabje to be extended at least osle foot (30 c�n) vertically ab�ve the top of �e access structure. This requirement aIso appIies whare primary cable passes through empty light 6ases, junction hoxes, and access struciures to ailow for future connections, or as designated by the RPR. Primary airfield lighting cables installed s11a1] have cable circuit identificatior� markers at�aehed an k�oth sides of each L-823 connector and on each airpor� ligliting cable entei7ng or leaving cable access poirzts, such as manholes, hand ho�es, pull boxes, junction boxes, etc. Markers sha11 be of suffici�nt let�gth far CITY OF FORT WORTH Alliance Airpor[Tauiway I', phase 2 Technical Specificafions L-108-4 Project Num6er 103000 �-ias Underground I'ower Cab[e for Airports iinprii�ting the cable ciicuit identificafion legend on one 1ine, using letters not less than 114 iz�ch (6 mm) in size. The cable ci�•cuit icientiiication shall matel7 the circuits nated on the construction plans. 10$-3.2 InsEallation in duct banl�s or condui�s. This item includes the installation oi the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings af cabies installed in eaeh single duct or cor�duit, a»d the current-earrying capacity of each cable shall be per the latest version of the National Electric Code, or the cocie of tl�e kocal agency a�• authority having jttrisdiction. The Contractor shail tnalc� no cannections or splices oi any kind in cabi�s irastalled in conduits or duct t7.�i7ICS, Unless otherwise designated in tl�e plans, where ducts a��e in tiers, us� tt�e low�st ducts to receive the eable frst, with spare duc#s le�t in the upper levels. Check dttct routes prior to consiructian to ohtain assurance that the s�ortest routes are selected and that any potential inte�'erence is avoided. Duct banks or conduits shall he installed as a separate item per Itetn L-I 1 �, Airport Undergro�nd Electrieal Duct Banks and Conduit. Th� Contractar sl�all rui� a mandrel through duct banks or conduit prior to instaliation of cable to ensure that fihe duct bank ar conduit is open, continuous and clear af ciebris. The nnandrel size sha11 be co�npaY�ble with the conduit size. The Contractor shall swab out all conduitslducts and clean light bases, matlhales, etc., interiors itnmediately prior ta pulling cable. Once cleaned and swa6bed, the light bas�s aa�d all accessible points of entry to the duct/condLiit system shall be kept closed exeept when installing cables. Cleaning of ducts, iight bases, manholes, etc., is incidental to the pay item of the ite�n being cleaned. A31 raceway systems left o�en, after initial eleaning, %r any reason shail �e re-cleaned at the Contractor's expense. The Cont�•actor shalI �erify existing ducts proposed for use in this praject as clear and open. Tlie Contz'actor shall alotify the R�'R of any �lockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the can.ductor, damage to the insulation, or damage to the outer pratective co�ering. The ends of all cables sl�all he sealed with moisfiare-seal tape providing moisture-tight mechanical protectioia with minirnutn bu1k, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sea.led until eonneetions are made. Where more than one cable is to be instaIled in a conduit, all cable shall be pulled in fhe conduit at the same time. The pulIing of a cable tht'ough duet hanks ar conduits may be accomplished by hand winch or power winch with the use of cable grips ar pulling eyes. Maximuin pulling tensions shall not exceed the cabte manufaetuf�er's recommendations. A n�n-ha�•dening cable-pulling lubricant recommendecl for the type ofcable heing installed shaIl be used where required. The �ontractor shall suhmit tlae recommended pulling tension values to the RPR prior to any cable installation. If required by the RPR, pullYng tension values for cable pulls shall be monitored by a dynamometer in the presence of f.he Rl'R. Cab�e pull tensions shall be recorded by the Contractor and review�d by tlae RYR. Cables exeeeding the rnaximum allowable pulling tens'tan valu�s shall be reinoved and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius ar NEC requiremenis (whichever is more restriciive) shall apply. Cable installation, handling and starage shall be per rnaxiuiacturer's recoznmendatipns. During cald weather, particular attention sha]I be paid ta the manufacfiurer's mirtam��m instalIaiian temperature. Cable shall not be installad when the temperature is at or below the manufacturer's iaxinimum installation tem.perature. At t11e Contractor's option, the Contractor may sut�mit a plan, for review by the RPR, for heated storage of the cable and inaisitenance of an acceptable cahle temperature during installation vrhen temperatures are below the rnanufacturer's minimurri cable installation temperature. CfTY dF FORT WORTH Ailiance AirportTaxiway P, Phase 2 Technical Specifications L-168-5 Project iVumber 103000 L-]08 Undergrnund Power Ca61e for Airports Ca61e shall not be dragged across base can or manhole edges, pavement or earth. Wh�n cat�le must 6e coiled, lay cable out an a canvas tarp oi• use other appropriate m�ans to prevent abrasion Yo the ca61e j acket. . . , .� ..,.7 ;r nh.�,ll Ho .. �e�F:,11�, r�-,.:....oa ,-„�1 ..1. �+,. o,i T,.a ..ha _f� �.ilste .,.� � • 3 -" . , . . � -F 1� } nm1 . nloc �v .,;f...7 .. �-vr��o .TP��,,.i...,. � �' � ..L...,11 1.., ,,.�+.,.11.,-.�] ;�, +l.o R o +«0„�..4, � .,lr�,»-..,+;,..,1,. 1.,, , o�J 0 f . e � �� � •� i o � • 5 f`..,..f,. .,+„ ..L,.,11 L,.., �;4.10 � � �t,o ..lo�a ,sl� .++ , � . e o > . . . � � . . CITY OF FDRT WORTii Alliance Airpor# Taxiway P, Phase 2 7echnlcal5pecifications L-108-5 Project Number 1Q30�0 �,-�as []ndergraui3d Power Cable for Airports - •� - - ' ` - - . . .. _ i - - - � - - - _ �� � - - -• • � - - - °• - -- ' - - - -- - - �' - - - . � i _� � � a� _ , - . si . - ' - . .. . _ . . 1U8-3.5 Splicing. Connections of the type shown an the plans shalI be uiade by experienced personnel regularly engaged in this type of v�ork and shall be made as follows: CI7Y OF FORT WORTH Alliar�ce Airport Taxiway P, Pt�ase 2 Technical Speci�cations L-�08-7 Praject Number 103000 L-]08 Underground Youner Ca6le for rlirports a. Cast sPlices. These sl�all be inade by using crimp coiv�ectors for jainting conductors. Molds shal] be ass.emhled, and the campound shall be ini�ed �d poured per the manufactuz-er's instruciions and to the satisfac�ion of the RPR. 6. Field�atEached piug-in splices. These shall be assem�led per the manufacturer's instructions. These splices shalt be made hy pluggin� directly into mating canneeto��s. The joint where the connectars come together shall 6e fmished by ane of the following methods: (1} wrapped wi#ii at least one layer af rubber or synthetic rubber tape and one [ayer of plastic tape, one-half lapped, extending ai leasY 1-1/2 inches (3$ mm) on each side of i:he joint (2) Covered with heat shrinlcable tubing w�th integral seala��t extending at least 1-1/2 inches (38 min} on each side o�the joint n�• (3) Oz� comlector kits equipped with water seal flap; roll-over water seal flap ta sealing positian p.n inating connecto.r. e. Factory-molded plug-i� xpiices. These shall be rr�ade by pluggin� direcily inia matiilg connectors. The joint where the connectors come together sl�all be finished by one of the following me#hods: (1) W'rapped with at least ane layer af'rubber or synthetic rubber tape and one layer of plastic tape, one-half Iapped, extendii2g at least 1-1/2 inches (3$ mrn) on each side of the joint. (2) Covered with heat shrinkable tubin� with integ;ral sealant extendin� af least 1-1/2 inches (38 min) on each side of the jaint. or (3) On eonnecior kits so equipped with water seal flap; roll-over water seaI flap to sealing position on rnating connector. d. Taped ar heat-.shrink splices. A taped splice sha11 be made in the following inanner: Bring the cahles to their final p.osition and cut so that the conductors will butt. Remove insulation and jacket alI4wing for bare eonductor of proper length to fit campression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Frior to splicing, the two ends of the cable ii�sulation sha11 be penciled using a toal designed specitieally for ti�is purpose and for cabl� size and type. Do not use emery paper on splicing operatian since it contains metallic particles. The copper canductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp coaiductors fi.rmly in place witlz crimping tool that requires a complete crimp before tool ean be re�noved. Test the crimped cann�ction by pulling; on the cable. Scrape the insula�ian ta. assur� that the entire surface over which tlte tape will be a.pplied (plus 3 inches (7S mm) on each end) is clean. After scraping, wipe the entire area with a cl�an linY-free cloih. Do npt use solvents. Apply high-voltage rubbar tapa ane-half lapped over ba�•e conductor. This tape should be tensioned as recomtnendad by t�ae tn�nu�aetuz'er. Voids in the cann�ctor area may be eliminated by highly elangating the tape, stretclling it just short of its breaking paint. The inan�zfacturer's recam�nendation far stretching tape during splicing shall be fo�lowed. Always attezx�.pt to exactly half lap ta produce a uniform buiIdup. Cantinue buildup to 1-1/2 fvnes cable dia�neter over the bady of the splice with eilds tapered a distance of approximately azle inch (2S mm) over the original jacke#. Cover rubber tape with two Iayers of vinyI �ressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solv�nts to the tape. No further cable covering or splic� boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating sha]1 nat be permitted unless recommended Iry the manufacturer. Cable surfaces within the limits of tlze heat- sl�ink ap'plication shail be clean a:�-►d free of contaminates prior to application. a. Assemhiy. Surfaces of equipment or conductors being terminated or connected. shall he prepared in accordance with industry standard practice and inanufactiu�er's recomir�endations. All suriaces to be connected shall be thorougi�ly clea�ed to remove all dirt, grease, oxides, nonconductive iilms, or other foreign materiai. Paints aild ather noncnnducti.ve caaiings shall be removed to expose base metal. Clean a!1 surfaces at least 1/4 inch (6.4 �nm} beyand aIt sides of the largez' bonded area on aIl m.ating surfaces. CITY OF FORT WoRTH Afliance Airport Taxiway P, Phase 2 Technical SpeciBcations L-108-8 Praject N�mber 10300D �.-ios Undergro�ind Power Cab1e for Airpons Use a joint coinpaund suitable for the materials used in the conneefion. Repai�• pai�iied/caated surface to origii�a] condition after cotnpleting the coilnection. '� 08-3.6 Bare counterpozse wire instal�ation for lightning prot�ction and grounding. If shown on the plans or included ita the job specificatians, bare soiid -� - �copper counterpoise wire shal] be installed for Iightning proteetio�� of the ui�dergrpund cables -• -� - �---� ; '. . � , > > > s��re�re�� , nl „� .+4;n Th I; 1�., t Tl � ��.+�u�u n 5�'s��i�rrgrr�u�.�6Blairr�ivi52� LS�6---ai�EBl�lpvix�c�i —�o uii , ;��,, ••�r�,��- ••��� ` . ��ounterpoise wire shall be installed in the sa�me trench f�r the entire Iength vf buried cable, conduits and duct baa-►Zcs that arte installed to contain airfield cables. The counterpoise is cei�tered over tl�e cable/conduit/duct to be praiected. a. �;ach light t�as� or mauntir,g stake: sj,�il be provided witn a groundin� electro� � When a raetallic ]ight base is used, the grour�ding electrade shall be bonded to the u�etailic light b�se or mo�nting stake with a No. 6 AVr/G bxre, annealed ar soft drawn, solid copper conductor. [Nhen a nonrnetallie light base is used, the grounc3ing electrode shaIl 6e 6onded to the rneta��jc light fixture or meiallic base plate rwith allo. 6 AWG bare, ann�aled or soft dravvn, solid copper conductor. b. Far raceways installed under pavement; for racervdy� and cab.les not instalted ��,� o the full strength gaveRtent edge; fnr fixtures installed in fult strength pavement and shotilder �•� -----.: -�t and for ptional method af edge lights installed in turf (stabilized soils); and for caceways ar cat�l�s adjacent tt ?r:e full strength pavement edge, the counterpoise conductor shail ba centered a�er the raceway or cable k� � �. �:.,... ;tad as follows: i'he countsrpoise conduetar shaIY be installed no less #han S inch�� above the racewa�� or .:able to be protected, uniess shown otherwise on the plan. . L_ , , _ ,___ �_,. ... ......,. ._.. ... ,- - rtr- c.�u�terpaise contEu•- -�- .... .. . � .... .. .. ... .... .....����� u� « �-...... w�.a��u�,•�, _.a� . ....,.. �.; irfierd Iighting compane��� ��11 metallic airfeld liglr��n� componanis in the Ti.,ld circuii o� tne outpat . ide ot the cor�iat�i �urr��t r� -���at �r ��r'' i�� h r r4wer source shall be bonded to the airfieid lighting counterpoise �ystam. i��,. 4 ILIIIL\ .�...�.. ,��a., s._alI also be exothermically welded to $raund rods inst�lled as shown on the plans huF n�t mare than 500 teet apart around the entire circuit. The co�nterpoise system s�alI be continuous -�c! terminate at the transformer va�lt or at the power so.urce. It shall be seeurely attached to the vault ar -��ipment eacternai ground ring nr other made electrode-grounding syst�rn. Tbe connectior�s shap be r•�ade as shot�+n an the plans and in the specifications. � separate �quipment (�afety) ground syster� �hall be pro�ided in addition to the counterpoise wire usir�g t�,�P fottowing mefhod: CETY OF FORT UVOftTH Alliance AirportTaxiway P, Phase 2 Technica] 5pecifications L-10a-9 Projecf Numher 103000 L-VQ8 Undergrnund Power Cable far Airports A ground rod installed at and seeux�fy attached to each Iight fixture base, moun�... �� and to al] meta] surfaces at junction/access structure5 via #fi A WG �vire. Where an existing airfield lighting systern is beit�g extended or rnodified, the new counterpo.ise conductors s11a11 he intereonnected to existing counterpoise eonductars at each iniersectian of the new end CXECtITI� ^li'flPld IiEhtinr c�untal'l?�1CQ Cxrc•amc, �e �� - - � - - - � r . - �. . s .� a ■. ■. . _�. •i ' - - . ■ � � . ■ . • , . . r - - - - _ IN� •� _ � _ � � i l 1 \ . ■ - i _ � . • � � . ��. � i � � � � � _ i � ' " _ � _ _ _ _ � _ _ � � o .�_� a � L .1_ �. �l _ CITY OF FORT WORTH Alliance Airporf Taxiway p, Phase 2 Technical Specifications L-1D8-10 Project Num6er 103000 L-108 U��dergraund Power C.ahle for Airports �� - � - � - - � r . �_ . � . 108-3.7 CounEerpoise installation above �nulti�le canduits and duct banks. Counterpoise wires sliall be instalIed above �nultiple conduitslduct banks for airfield lighting cables, rvith tl�e interit being to provide a compl�te area oi prnteCtian over �he airiieId lighting cables. When multiple conduits andlor duct banks %r airfield cable ar� instaIied in the s�ne trench, the nuinber and location of counteipoise wii•es above the conduits shall be adequate to provide a complete cone of protection measured 45 degrees each side of vertical. Where duct banlcs pass under paveznent ta b� constructed in the project, the cou.nterpoise shall be placed above �h� duet bank. Reference defails on the const�'uction pIans. 108-3.$ Cnunferpoise installation at existing duct banks. VJhen airfield fighting cables are indzcated on ihe plans to be rauted thrpugh existing duct bartks, the new counterpoise wiring sliall be terminated at graui�d rods at each end ofthe existing duet bank whei� the cables being protected anter and e;�it the duct baz�k. T11e new counterpoise conductor shall be bonded to the existir�g counterpoise system. 108-3.9 Exothermic bonding. Bonciing of c.ounterpoise wire sha11 be by tk�e exotherttiic welding proeess. O�ly persanael experienced in and regularly engaged in this type of work shall make these connections. Contraciar shall demonstrate to the saiisfaction of tI1e RPR, the wel.ding Kits, rnaterials and procedures to be used far vrelded eannections prior to any ulstallations iz7 tl�e feld. The installations shall camply with the manufacturer's recommendations and the fallowing: a. All slag shall be removed fiom welds. b. Using an exothermic welci to bond the counterpoise to a lug on a galvanized lighi base is not recammended unless the base has been sgecialJy ttzndiited. Consult the manufacturer's instaliation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 far galvanized ligh� 6ase exception. c. [f called for in the plans, ali buried capper and weld material at weld connections s�all be khoroughly coated vvith 6 mm oi 3MT"' SCOtG�]�CO��TM, or approved equivaIer�t, or coated with coal tar Bitumastic� material to pi•event surface exposure to cnrrnsive sail ar moisture. 108-3.1D Tesfiug. TIae Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence pf the RPR. The Contractor shall demonstrate the electrical cl�aractetistics to t[�e satisfaction of the RPR. All costs for tesiing are incidental to the respective item being tested. Por phased projects, the tests must be cainpleted by phase. The Coniractor m�.ist maintain the test results througho��t the entire project as well as during ihe warraniy period that meet the follnwing: CITY OF FORT WdRTH AIE9ance Airporl Taxiway P, Phase 2 Technical Specificalions L-708-11 Project Number 1034�� L-]08 Underground Power Cab�e for Airports a. Ea�-�h �'�sisia�lee testing methods shall be subinitted to the RPR for appraval.. Earth resistatice tasti�ig j•esults shall b� recorded on an approved forrn and testiilg shali be perForinecf in t1�e preseiice af the RPR. �II such testing shall be at the sale expense of the Coniractor. b, S11o�ld the caunterpoise or ground grid conductors b.e dainaged o�� susp�ated of being damaged by canstrucfion aeti�vities the Contractoi• shall #est the eonductors for continuity with a low resistance olvnineter, The conductors shall be isolated such �hai no parallel path exists and tested for conti��uity. The RPR shal3 approve of the test method selected. A�I such testing shall be at the sole expense of the �antractor. After installatioii, the Contractor shal� test and demonstrate ta the satisfaction of the RPR the followi�lg: c. That a11 affected lighting power and control circuits (existii�g a�ad new) are continuous and free ft•oin short circuits. d. Thaf all affected eircuits (existii-�g and new} are fi•ee fro.rn �nspeciiied grounds. e. That the insulatian resistance to ground of aIl :n.ew nan-groundad high voltage series circuits or cable segments is not Iess tltan 500 megohms. Verify continuity of aI[ series airfield iighting circuits prior to energization. f. That the insulation resistance to .ground af all new non-grounded conductors oi new multiple circuits or circuit segments is not fess than 100 m�gol�ans, g. That all affected circuits (existing and new} are propa:rly eo�anected per applicable wiring diagrams. h. That a11 affected circuits (existing and new) are operable. Tests sha11 be conducted that include operating each control not less than 1 Q times and the co.ntinuous operation oi each lighting and power circuit for not less than 1/2 hour. i. That the impedance to graund of each graund rod does not exceed 25 ohr►as pa'ior to establishing connections to o�er ground elec�rpdes. ;: , i i" i..� y_� The fall-af-poteniial ground impedance test shall be used, as described by Ame��ican National Standards Institute/institute oi Electrical and Electronic Engineers (ANSU[EE�) Standard 81, to verify this requirement. As an alternate, clamp-on style ground impedance test meters may be used to satisfy tize impedance testing raquireni���t. Test equipment a.nd its calibration sheets shall be subrnitted for �•eview and approval by the RPR prior ta petiaraaing the testing. Two copies of tabulated results of all cable tests p.erformed shall be supplied by the Contraetor to the RPR. Where connecting new cable to existing cable, insulation resistance tests shall be per%nned on the new cable pxior ta connection to the existing eircuit. There are no approved "repau•" procedures for items that have iai�ed testing other• than complete replacement. METI30D OF MEASUREMENT 108-4.1 The cost of all exca�ation, backiill, dewatering and restoration regardless of t�►e type of material e�lcountered shall be included in the unit price bid for the wa3'k, Cable or counterpoise w�re installed in trench, duct bank or conduit shall be �neasured by the numbet' of lineaj• feet (meters) installed and grounding connectors, and trench markin� t�pe ready for op�ratian, and accepted as satisfactory. Separate CITY OF FORT WORTH Alliance AirporlTaxiway P, phase 2 Technical 5pecifications L-108-12 Project Number 103000 L-10$ 1Jndergroimd f'ower Cable f'or Airports measurem�nt shall lae made for e�ch cable or countei�poise wi�•e installed in trench, duct b.ai�k nr conduit. The measLtrement for tI1is iLem shall iiicIude additiana[ quantities required for slack. BASIS OF PAYMENT ]48-5.7 S'ayinent will be rnade at the coniract unit price %r bare coutlterpoise wit'e ii�sta�led in t�•ench (direct-buried) cable, or cable and equipmeilt ground installed in duct bank or canciuit, in place by the Contractor and accepted by the RFR. Fayment for new cables ins�alled in existirtg duct bank or cond�.�it shall inelude removal of existi.ng cables to accommodate instaliation of existing and new circuit runs. Tl�is price shall be full eompensation for furi�ishing aIl materials and for all preparation and installation of these rnaterials, and for all labor, equipmeiit, taols, and incidenta]s, including ground rods and gro�md corulectors and trcnch marking tape, necessary to complete this i�ejn. Payment will be made under: Xtem L-1 p$-5.1 No. $ L-824C SkV Cable Ii�st. in Duct or Conduit - per l.ineaz� foot Item L-108-5,2 No. 6 Solid CU Coiulterpoise [nst. wlGround l�t�ds and Connectors - per linear foot Item L-108-5.3 No. G Stranded CU GroLmd inst, w/Ground Rods and Connectors - per linear foot Item L-108-5.4 No. 8 L-824C SKV Tetnp Jumper Cable, Incl. Counterpaise �v/Ground RocEs and Connectors, Trench and Sackiill, Conduit ar Other Protection, Instalied and Removed R�FERENCES The publications listed below forin a part of ihis specifcatian to the extent referenced. The publications are ref�rred to within the text by the basic designation onIy. Advispry Cireulars (AC) �r'..�������� 2,r.,;,-,to,��n,.�nf n: ,,..� tr:.,,,,,i n �� �'4v����,�� AC 150./53�0-30 Design and Installation DetaiIs fnr Airport Visual Aids AC 150153�5-7 AC 150/5345-26 AC 15D/5345-53 Cnmmercial Itein Description A-A-5954�}A A-A-55809 CITY �F FQRT WQRTH Technical5peciflcaiians Specification for L-824 Unde.rground Elactrical Cable for Airport Lighting Circui�s Specificatian for �-823 Plug and Receptacle, Cable CQnnectors Airport Lighting Equipmant Certification Program Cable and Wire, Eleetrical (Power, Pixed Ins#allation) TnsuIation Tape, �lectrical, Pressure-Seivsitive Adhesive, Plastic L-108-13 Alliance Airport Taxiway P, phase 2 Project IVumber 1030D0 L-108 Underground Power Cab1e for Airpvrts ASTM Tnternational {ASTM) ASTM B3 ASTM B8 ASTM B33 ASTM D438$ Mii Spec MIL-PRP-235$6F MIL-I-24391 Standard Specifcaiion for Soft or Annealed Copper Wi�•e Standard Specification far Concentric-Lay-�tranded Copper Conductors, Hard, Medi�in-Ha��d, ar Saf� Standard Specii'ication for Tin-C.oated Soft ar Annealed Copper Wire for Electrical Purposes Stat�dard Speci�catian for Noninetallic Semi-Conducting and �Iectrically Insulating Rubber Tapes Perforrnance Speciiicatian: Sealing Campound {witM Accelera�or}, Silicnne RL�bber, ElecYrical Insulatian Tape, Electrical, Plastic, Pressure Sensiiive National Fire Protection Associ�tion {NFPA) NFPA-70 NFPA-780 National Electrical Code (NEC) Stai�dard far fhe Installation of Lightning Protection 5ystems A�nerican National Standards Tnstitute (ANST)Ilnstitute of Elec�ical and Electronics Engineers (IEEE) ANST/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Federal Aviation Administration Standard FAA STD-Q 19� L.ightning and Surge Protection, Grounding Bonding and Shielding Require�nents for Facilities and Elecri•onie Equipment END OF ITEM L-108 CITY OF FQRT 1NORTH Alliance Airport Taxiway P, Phase 2 Yechnical 5pecific.atians L-1 �8-14 Project Number 10340D Item Lr110 Airport Underground �lcrtrical nuct Banlcs and Conduits ITEM Y,-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDU�TS I10�1. This itern shall consist af underground e�ect�•ical conduiis and duct banks (single ar multiple conduits encased in concrete ar buried in sand) installed per this specification at the locations and per the dimensions, designs, and detail.s shavt�n on the plai�s. This item shall include fur�aishi.ng and installing of all underground electrical duct banks and individual and multiple underground conduits. It shall also inel�ide all tiurfing trenching, backftlling, removal, and restoration of any paved or furfed areas; cone.�'ete encasement, mandrelling, pulling Iines, duct marker•s, plugging of conduits, and the testing of the installation as � eompleted systein ready far instailation af cables per the plans and specifications. This itern shall aIso incjude funtishing. and 'tnstalling conduits and all incidentals for providing pasitive drainage of the system. Verif cation of existing ducts is incide��tal to the pay items provided i�� this speci�catinn. EQUIPMENT AND MATERIA.LS I10-2.1 General. a, All equipinent and materials covered by referenced speci�cations shall be subject to aece�atance through manu�acturer's certi�ication of compliance with t�re applicable specification when r�quasted by the RPR. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the RPR. Materials supplied and/or insYalled that do not comply wiih these �pecifications shall be removed, when directed by tl�e RPR and replaced with materials that cornply witl� t�ese specifications, at the Cantractor's cost. c. All materials and equipment used to construct ti�is itern shall be submiited to the Rl'R for approvaI prior to ordering the equipment. Subnzittals � '-�.11 F�.� ; : ; 1;---- ..� '- �h� -:-�•, ir-:� �, ' „i i. �i ,, • il --•� :IL• , . • i +' ..l�'..�, ,.trfl�l ..n+.�l.� ohnntr+ h .7iuvr. .�i;ui: .E',� .,.i��.�..'�.. s.�� .. f.; e • ,a , •+�, ....io� r�,;.��,r;,�+;,,.. :.,�uG;u�,�;�,�;. The Contractor is solely responsible for delays in projeet that accrue directly or indirectly from late s�binissions or resu6missi.nns nf submittals. d. The data submitted shall be sufficient, in the opinion ofthe RPR, to determine cornpliance vt+ith the plans and speeifications. The Cant�•aetor's submittals shall be electronically submi�ted in pdf fonnat, tabbed hy specification sec�.o�1. `I'he RPR reserves the right to rejeci: any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document. e. All equipment arad rnaterials furnished and installed under this sectian shall be guaranteed against defects in materials and workmansllip for a period of at least twelve (12) months fi'om final acceptance by the Owner. The defectiv� materials aild/or equipment shail be repaired ar replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.� Steel conduit. Rigid galvanized steel (RGS) condait and fitti��gs shall be hot dipped galvanized inside and out and conform to the requireme�ts oi Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows insta:lled 6elow grade, in �oncrete, permanently wet locations or other sitz3ilar en�ironments sha[I he painted with a 10-mil thick caat of asphaltum sealer or shall have a factory-bnnded polyvinyI chloride (PVC) cover. Any exposed galvanizing or steel shail be coated with 1Q mils of asphaltum sealer. When �tsing PVC coated RGS conduit, care sha11 be exercised not to damage CITY OF FORT WORTH Alllance Airport Taxiway P, Phase 2 7echnlcal Specifications L-110-1 Project Num6er 103000 ltcn3 Ir1i0 Airport Undcrgraund Elettrital Duct N3anks nnd Cnnduits the factoiy PVC coating.. Daanaged PVC coating shall be repaired per the manLtfacturer's wa'itken instructior�s. In lieu of PVC eoated RGS, corrosian wrap tape s�all be perrr�itted to be used where RGS is in ca.ntact with direct earth. I1.0-2.3 Plastic conduit. Plasile cor�duit a�ad f ttiilgs sl�all canform to the following requirements: � � � ��. �=4.. ' �� � � - � �.. � �a, � ��� � � � �ass-4.Underwriters Laboratories S1:a�idarcis LTL-651 a�id Articlas 352 ;."� ' of the current Natioilal �1ect�rical Code shall be one ofthe followin�, as shown on the glans: �,� , e+o b. Type II — Schedule 40 PVC suitable fot' either above graund ar underground use. c Type III — Schedule 80 PVC suitable for either above ground oj� underground use either direct- bw•ied or encased �n concrete. d Type III -- HDPE pipe, rninimum standard dimensional ratio (SDR) 1 I, suitable foz' placement with directional b�ring und�r pat+e�nent. The type of solvent cement shall be as recoiT►mended by the conduit/fitting �nanufacturer. 110-2.4 SPlit conduit. Split conduit shall be pre-manufactured for the intended purpose a�d shafl be made of steel ar plastic. 110-2.5 Conduit spacers. Conduit spacers sl�all be prefabricated interiocking units m��t�factured for the intended gurpose. They shall be of double wall construction made af high grada, high density polyethylene complete with interlocking cap and hase pads. They shall be designed to aecept No. 4 reinforcing bars insta.Iied vertically. 110-2.6 Concrete. Concrete shaIl be propartionecf, plac.ed, and Cu�'ed per Item P-610, Concrete for Miscellaneous Struet�ires. 1.�.0-2.7 Precast concrete sfruetures. Precast concr�te siructures shall be furnished by a plant meeting National 1'recast Concrete Associati�n Plant Certificatian Program ar ano#her RPR approved thi3�d party certificatian pragram. Precast concrete structures sha11 conform to ASTM C478. I10-2.8 Flowable baekfill. Flawable t�aterial used to back fill conduit and duct bank trencl�es shail conform to the reguirements of Item P-153, Controllerl Low Strength Material. 11Q-2.9 Deteetable warning tape. Plastic, detectable; American Public Works Assoeiation (AFWA) red (.^,. ..n�,��.., �� �..... � l� � � r .,..W � , � itl ? � fi�.C� � �u.! �lo„+.. �I I: �.� �l�.lari��+ ,�.d,,:k , tape shall be pplyethylene film a� le �=' 4:; 'i� . with a m�talIized foil core << � I ,'- i-7+.c:. � and shall b� �-6 inches (�-150 mm) wide. Detectable tape is incidentaE #o the respective bid item. CONSTRiTCTION METI30DS I1p-31 General. The Contractor s11a�1 install underground duct banks and conduits at the approximate locations indicated on the p�ans. Tha RPR shall indicate specific locations as the work progresses, if CITY OF FORT WORTH Alliance Rirport Taxiway p, Phase 2 Technical Spetifications L-11D-2 1�roject Number 103b�0 Ttem I,-11U Airport Undcrgrnurtd Eleefrical DuCt Ban[cs �nd Conduits z-equired to di�er from tl�e pla.l�s. Duci banks and conduits shaIl be of the size, material, a��d type indicat�d on the plans or specifications. Whet•e na size is indicated on the plans or in the specifications, conduits shall be not less than 2 inches (SO min) inside diameter ar camply with the Nationaj Electrical Cade based o�� cable ta be installed, whichever is larger. All duct bank and conduit lines shall he laid so as fo grade toward access points and duct or conduit ends for drainage. Unless shown fltherwise on the plans, grades s1iall be at least 3 iriches (75 mm) per 140 feet (30 m). On runs where it is not pa�acticable ta maintain tIle grade all one way, the duct bank and conduit lines shall be graded from the ce�iter in both directions toward access paints or co.nduit ands, with a drain i►�to the storm drainage system. Pockets or traps where �r►oisture may accumuiate shal] be avoided. Und�r pa�ement, the tap of the duct bank shall not be Iess than ] 8 inches {Q.5 m) below the subgrade; in other locatians, the top af the duct bank or underground conduit shall be be not less than 18 inches (0.5 m) helow finished grade. The Cantractor shall mandrel each �z�divi.dual conduit whether the cancfuit is direct-buried or part oi a duct bank. An iron-shad lnandrel, not more than 114 inch (6 mm) smaller than the bare of the conduit shall he pulled or pLlshed through each conduit. The mandrel shal] haue a leather ar�•ubber gasket slightly Iarger than the conduit hole. The Contractor shali swab out all conduits/ducts and clean base can, manhole, pul] boxes, etc., interiors immediately prior to pulling cable. Once cleaned and swahbed the light bases, manhales, pull boxes, eic., and all aecessibl� poinis af entry ta the ducticondtut systam shall be kept elosed except when �nstalling cables. Cieaning of ducts, base cans, mani�oles, etc., is incidental to the pay iiem of the itezn being cI�aned. All raceway systems Ieft open, after initial cleaning, for any reason shall be rec�eaned at the Contractar's expense. All aceessible points sl�all be kept closed when not i��stalling cahle. The Contractat• snall verify existing ducts proposeci for use in this project as clear and open. The Gontractar shall notify the RPR af any blockage in the existing ducts. Faz' pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or pa�� of a duct bank, shall be pravided with a 204-pound (90 kg) test polypropylena pull rope. The ends shal.i be sec«red and suffieient length shall be left in aecess points to prevent it fro�n slipping back i��to the conduit. Where spare eonduits are installed, as indicated on t�ae plans, the apen ends shall be plugged with z•emovahle tapered plugs, designed for this purpose. All canduits shall he securely fastened in place during canstr�ction and shall be plugged to prevent containinants from entering the canduits. Any conduit secfion having a defective joint s11a11 not be installed. Ducts shall be supported and spaced apart using approved spaeers at inte�vals not to exceed S feet (1.5 m). Unless otherwise shown on the plans, conerete encased duct banl�s shalS be used when crossing under pavements expected to cai�y aircra$ loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable iill for protection. All conduits within concrete encasement of the duct banks s1�a11 terminate with female ends for ease in current and iutur� use. �nstall factory plt�gs in all unused ends. Do not cover the ends or plugs with con�rete. Whe�'e tu�-� is �ell established and the sod can be remaved, it sha�j be carefully stripped and properly stnz•ed. Trenclles far conduits and duct banics inay be excavated manually or w[t17 rn�chanical trenching equipment unless ii1 pavement, in which case they shall be excavated with mechanical ti•enching equipment. Walls of trenches shall be esseniialIy vertical so t11at a rriinimuin of shoulder surface is disturbed. Blades ofgraders shall nat be used to excavate the trench. CITY DF FORT WORTh Alllance Airport Taxiway P, Yhase 2 Technieal Speclfications L-110-3 Proje� NUmber 103000 item I.�1 � 0 Airpart Undet•gro�nd �lectrical ➢uct Baolts and Couduits When rock rs encountered, fl�e rock shall be remove.d to a depth of at least 3 inches (75 mm) below the required eonduit or duct banlc depth and it shalj he replac�d witi� bedding rnaterial of earth or sand containing iio mineral aggregate partieles that wauld be retained on a 114-inch (6.3 noin) sieve. I'lowable bacl�fil may alternatively be used. Underground electrical wai7liug (Caution) tape shall be installed in the trench above all underg�'au�1d duct hanks and co�iduits in unpaved areas. Contractor shaII submit a sa�ngle of the p�'oposed rn+ar�ling ta�� f.or approval by the RFR. If not shown on the plans, the warning tape shall be located 6 inches above the ducticonduit o�• the co.unterpoise rwire if present. Joints in plastic canduit shall be prepared per t11e manufacturer's recnrna�endations for the particular iype of conduit. PIastic conduit shall be prepared by appl�ca�ion of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and ora the i.nside of the couplii�gs. The conduit fifting sha11 then be slippeci together with a quick one�quarter turn twist to set t11e joint tightly. Whe3•e more than one conduit is pIaced in a sit�gle trench, or in duct banks, joints in the conduit shalI be staggered a minimum 0�'2 feet (60 cm}. Changes in direction of t�uns exc�edin� 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep �aends. Whethex or zaot sp�cifically indicated on the drawings,. where the soil encpuntered at established duct bank grade is an �7nsuitable material, as detet�mined by the RPR, the unsuitable �nateria] shall be re�noved per Item P-152 and replaced with snitable materlal. Additional d«ct bank supports shall be insialled, as approved by the RPR. All excavation shall be unclassified a.nd shall be considered incidental to Item L-110. Dewat�ring necessary for duet installation, and erosion ger federal, state, and local raquirein�nts is incidental to Item L-110. Unless otherwise specifted, excavated materials that v�e deemed by the RPR to be unsuitabie for use in backfill or embankinents shall be remo�ed and disposed of offsite. Any excess excavation shall be filled with suitable inaterial approved by the RPR and cQmpacted per Itein P-152. It is the Contracto3�'s responsibility to [ocate exis#img utili�i�s withiiy the work area prior to excavation. Where existing active cablas) crass pro�ased installations, the Contractor shalI ensure that these cables are adec�uately protected. Where crossings are unavoidable, no splices wiIl be allowed in fhe existiiig eables, except as specified an th� plans. lnstaliatioz� of nev�+ eable where such crassings must occur shall proceed as follows: a. E�sting. cabl�s shall be located manually. Unearthed cables shall be inspected to assure absolutely no dainag� has occurred b. Trenehing, etc., in cable areas shall then pi•oceed with appro�al of the RPR, with care talten to minimize possible damage or disruption of existing cable, including careful 1�ackfiI�ing in ar�a of cable. In the ev�r�t that any previously identified cable is damaged during the course of c�nstruction, the Contractor shall be responsible far tl�e cornp�etie repair. � 1�-3.2 Duct banks. Unless ofherwise shown in the plans, duct banks shall be installed so that t�a top of the eoncrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized bas.e cottrse layers where installed under runways, taxiways, aprons, or ather paved areas, and not less than 18 inches (0.5 m) below �nished grade where installed in unpaved areas. ilnless otherwise shown on the plans, duct banks u�der paved areas shall extend aY least 3 feet {1 m) beyond the edges of the pavement o�� 3 fe�t (1 m) beyand any under drains Yhat inay be installed alangside the paved area. Trenches for duci banics s�iall be opened the complete ler�gth before concrete is placed so CITY OF FOR7 WORiH Alliance AirportTaxiway P, Phase 2 Technical 5pecifications L-110-4 ProJee# Number 103000 Ifem L-110 Airnort llnderground F.Iectrica! D�[ct Ba.olcs ant� Conduits that if aa�y obsYxtitctions a�'e encountered, provisions can be inade to a�+oid them. Unless othervwise shown on the pIans, all duc# banks shall Ue placed on a layer of co3�crete not less �han 3 inehes (75 mm) thiek prior to its iiukial set, The Coniractor sha11 space the conduits nflt less than 3 inches (75 rnyn) apart (measured from outside waIl to outside wall}. All such muliiple conduits shall be placed using conduit spacers applicable to tfae type af conduit. As tlie conduit laying progresses, concrete sl�all be placed. around and on top of the condE�its not less than 3 inches (75 mm) thick unless othe�•wise shown on tl�e plans. All conduits si�aII tertninate with �emale ends for ease of aecess in eun�e�t and future use. Iilstall factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits fortr�ing the duct bank sha11 be ir�stalled using conduit spacez-s. No. 4 reinforcing bars sl�all be dci�en uertically into the soil a minimum of 6 inches (150 mrn} tn anchor the a.sse�nbly into the earth prior to placiilg the concrete encasement. For this purpase, tlie space3rs shall be fasYened down with locking collars attachad Co the vertical baz's. Spacers shall be installed at 5-foot (1.5-m) intervals. Spacers sl�all be in the proper sizes and configuraiions to fit fhe canduits. Lacking collars and spacers shali be submif:ted to the RFR for review prior to use. When specif�ed, the Contractor shail reinforce th� bn�Com side and top of encasements with steel rein%rcing mesh or fabric o�• otlaer approved metal reinfarcement. When directed, the Contractor shall supply additional suppnrYs where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete %otings, pi�rs, or piles located at approxirnately 5-foot (1.5-�n) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. A.II �xcavaiinn shall be included in fhe contract with price for the duc#. Iilstall a plastic, detectable, color as 3�oted, 3-�e 6 inches (���e 150 inm) 4vide tape, S inches {240 rnm) minimum below grade above aII underground conduit ar duct lines not installed under pavetr�enY. Utilize the 3-i�tch (7S�rnm) wide tape only for single conduit ru�s. Utilize the 6-inch (150-mm) wide tape for multiple conduits and duct banks. Far duct banks equal to or greater than 24 ii�ches (600 mm) in width, utilize rnare than one tape for suff cient coverage and identification of the duct bank as �•eqL►ired. When existing eables aee ta be placed in split duct, �ncased in cot�crete, the cable shall be carefully located and exposed by haa�d tools. Prior to heing placed in duct, the Rl'R shall be notified so that he rr�ay inspect the ca�le and deterinine that it is in �ood condition. Where required, split duct shall be installed as shown a�� the drawi��gs or as required by the RPR. 110-3.3 Canduits without concrete eneasement. Trerich�s far single-conduit lines sha11 be not Iess thari 6 inches (150 mm) nor more tl�an 12 inches (300 mnn) wide. The irench for 2 or more conduits installed at the same level shall be proportionat�ly vvider. 'I'rench bottoms for eanduits withaut concrete encasement shaIl be made to conform accua•ately io grade so as to provide unifarin support far the c�nduit alnng its entire length. Unless otl�erwise shown on the plar�s, a layer of fine earth material, at least 43 inches (�9975 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall eonsist of soft dirt, sand or other f ne fill, and it shall contain no particles that wnuld be retained on a 114-inch (63 inm) sieve. The bedding materia! shali be tamped until firin. Plowable backfill may alt�z'natively be used. Unless atherwise shown on plans, conduits shall be installed so that the fiops of alI canduits within the Airport's secured area where trespassing is prohibited are at �east 1 S inches (Q.S m) helow the �nished grade. Conduits outside the Airport's secured ar�a shall be iz�stailed so that the tops afthe conduits are at least 24 inches {6Q em} belaw the finished grade per National Electric Code (IVECj, 'Table 300.5. When two ar more individua[ conduits intended ta carry conductors of equivalent voltage insulation rating are installed �n the san�e trench without concrete encasement, they shall be spaced nat Iess than 3 CETY OF FORT WORFH Alliance Airport Taxlway P, Phase 2 Technical Speciflcations L-130-5 PCaJeet Num6er 103000 [tem L-1 LO Airpnrt Undergrouncl Electrical Dact Asnks and Conduits inches (75 inm) apai�t (�neasured fi•om outside wall to outside wall) in a horizontal direciion and not less than 6 inehes (i50 mm) apai�t in a vertical direction. Where twa or more individnal conduits intended to carry co�iducto�s of differing voltage insulation rating are installed 'tn the same trench without concrete encasement, t11ey shafl be plaeed iiot less than 3 inches {75 mm) apart (measured from outside wall to outside wall} ii� a l�orizontal direction ai�d lot less than 6 inches (I50 mm) apa.t� in a vertieal directiot�. Trenches sl�all be opened the complete le�gth betwee�� normal termination points Uefora conduit is instalIed so that if any unforeseen obsiructions are e�icountered, p:raper provisions can be made to avoid thetn. Conduits shall be insta�led using eonduit spacers. No. 4 z'einforcing bars sha11 b.e driven vertically into the soil a ininimum ai 6 incl�es (150 mm) to anchor the assembly into the earth while baekiilling. Foz- this purpose, the spacers shall be fasiened dawn vviih locicing collars attached to the vertical bars. Spaeers sl�al� be installed aY S-faot (1.5-rn) intervals. Spacers shall be in the proper sizes and configurations to fi the conduits. Lockii�g collars and spacers shall be subinitted to the RPR for review prior to use. 110-3.4 Marl�ers. `I'he location of eaeh end and of eaeh change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet (60 crn) square and A�-- 6 inches (�-8� 150 mm) thick extez�tiing appraximately ane inch (25 mm) above tl�e surface. The markers shall also be Iocated directly abov� the �nds of ali conduits or duct banks, except wl�ere they terrninate in a junction/access struature ar building. Each cable or duct run from a Iine of lights and sig�ls to the equipment vaulfi �nust be marked at approximately every 200 feet {5l m) aiong the cable or ducfi run, wzth an additianal marker at each change of direction of cable or duct run. The Contractor sha11 impress the word "DIICT" or "CONDLTIT" on each. rnarker slab. Impression of letters sha11 be done in a manner, approved by tl�e RPA, foz' a neat, professianal appearance. A11 letters and wards must be neatly stenciled. After plac�ment, all znarkers shall be given one coat of high-visibility orange paint, as approved by the RPR. The Contractor shall also irtzpress on the slab the number and size of conduits beneath the marker along with aIi nther necessaty information as determined by the RPR. The letters shall be 4 i�iches (100 mm) hi�h and 3 inches (75 mm) wide with width ofstroke 1/2 inc� (12 mm) and 1/4 inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respectiva duct pay item. 110-3.� Baek�iling for canduits. Fo�• conduits, 8 inches (2D0 mm) of sanc�, soft earth, or ot�er fna �11 (Ioose measurement) shall be placed around the conduits ducts and carefu[ly tainped around ai�d nv�r them with hand tampers. l� r� - -- --� • -- - - ---;ches az� -- _ _ `_ - --- � of runwayc _` w. .- •� �f hall �� EI1QI'OTi.��fll) iac..*;-..: .:��u �QIIl(J1C�:.1 :.v ;- .,,�.��.��u�:. NS pe�vicent d�,y .��.... -�� 1��y ASTM D 15�7 with moisture content of +/-2 peroent af optimum. In ail ott�er areas, the �ackfili shall be tk�oroughly tamped a�d compacted to a minimum 93 percent dry density as datermined t�y ASTM D 598. 11�oisture eontent shall be frflm —1 pereent to t4 gercent af op#itnurn. If ne¢e£earW t� ,�btain ttie desired compaction, the backfiil material shall be inoistened or aerated as required. _. �� u��..: �..� .:.?�_z b_.�.�►S1 __. _:J � :��,' v: --- - _ti, •��th _�� =:�� !�.,.:� �h_�� � .���___ ,�. . __.. ��e Flawable backfill may alternatively be used. Trenches shall noi contain pools of water diiring back iilling aperations. The trench shall be completely backfilled and tamped level with the adjacent surface; except tha�, where sod is to be placed ov�r the t�•ettch, the backfilling shall b.e stopped at a depth equal to the thickness of the sod to be used, with proper ajlovwance far settleme�it. Any excess exca�ated material shall be j'emoved and disposed of per instructions issued by the RPR. CI7Y OF FOR7 WORTH Allianee Al�part Taxiway P, Phase 2 Technical Specificatians L-110-6 Praject Number 103(300 Ifem t-ilfl A9rport Undex•ground �lectrical Duct Banlcs and Conduits I1D-3.6 Backiilling for duct banks. After the concrete has cLued, tlae �'e��iaining teeiacll shall be baekfilled and compacted � ,� � � 1 1 �.�er—�-�e��z� "�'�^^,�^*:^^ ^�� ,�.�i.�Aill_;r�ff! r.4 kL.n4 41�.�. ni�n n� .�ra ��. 1-.nn�r��� n�.,11 l,o n1n 4 mni�o ny �.4 �n � i-}�n��-ti iQ��� . � � ' 1 � . �'lowable backfill inay alkernatively be used. Trenches shall not contain pools of water during backflling opetations. The trench s1�alI be ca�npletely backflled and tamped leveI with the adaacent sut�ace; except tl�at, where sod is to be placed over the t��en�h, the backfilling shall he stopped at a deptla eq�.�al ta the thickness of the sod to be used, witY� praper allowance for settlemeiit. Any excess excavated material shaIl be removed ar�d dispased of per instructions issued by the RPR. 11D-3.7 Restnratian. Where sod has been removed, it shal] be repiaced as soon as possible after the backfi�ling is campleted. All areas disiva�bed by the work shall be restored to its original candition. Th� restaration shall include sodding, topsailing, fertilizing, and mulching as shown on the plans or as directed by Owner. The Contractor shali be held respni�sible for maintaining all disturbed surfaces and j�eplaceinei�ts until iinal acceptanee. AIl resto�'ation shall be considered incidental to the respective L-110 pay iiein. FoIlowing restoration of all trenching near airport moveinent surfaces, the Contractor sha]! thorougiity visuaIly inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection an.d re�maval shalI be considered incidental to the pay item oi which it is a component part. METHOD �F MEASUREMENT 110-a.1 CTnderground conduits and duct banks shall be measured by tite line� feet oi conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and far drain lines, the termination at f11e drainage structure, all tneasured in place, campleked, and accepted. Separate measurement shajl be inade foj� the r�arious types and sizes. 110-�.� Lr:ir�uLis�v�t t•[ ixbcut�����c�: L.,..,i�uC� ..�a: a'a4� uv�;' �t�ni! br �y Niaa� iiic�:,�uoli��ii�. iti�1 ..c�. .�.a«, --±easure�ent si�all b.e made tar var�ous #ypes or sizes. Remc�val �nd disposal of abandoned cable in .- :ridul: and d�-.c har_!- Gr��1 r,¢ _.,,,..:,��:.-� inc�ir+-nt-� :r the aemnlitin �. SASI� OF PAYMENT 110-5.1 Payrr�ent vvill be made at the conh•act unit price per linear foot for each type and size of conduit and duct banI� cornplated and accepted, including trench and backfill with the designated material, an.d, �or drain lines, the termination at the drainage structure. This price shall b� fuIl compensafion far fiarnishing all materials and for all preparation, assembly, and installation of these matea�ials, and for all labor, eqLtipment, tools, and incidentals necessary io complete this iierra per the provisions and intent of the plans and specificatians. 110-5.2 Payment will b� rria�ie at the �:,nt.�:,t �;�it price g�r Iinear iovr tqi ClB�rivllilUrl ut ab�r�da,�ea �anduit and duct bank, i�cluding cab�e, completed and aceepted, 4ncluding excavation, rema�al, omgacted �ackfsll, offsit� disposal, anci site restaration. This price shal! be full comgensation far �'umishing alI materiais an� for all pr�paration, assembly, and installation of these materials, and for all labor, equipment, tonls, and ��t���pnt�ls ��es�ar t� somplete this itern pe� th� vrovi�ic�ns and intent o#� �hP plans and specifcatiorts, CITY DF FORT WORFH Alliance Airport Taxiway P, Phase 2 Technical Specifications L-11p-7 Project Numbe.r 10300D Ite�n L-110 Airport llndergra�cnd �IectricA[ Duct Banlss aad Condnits. Payment wi�l be inade under: Item L-110-5.1 2" Sch. 4D PVC CoiZduit, DEB, Incl. Trenc4� and Backiill - per linear foot Item L-1 I0-5,2 Item L-110-53 Itein L-110-5.4 Item L-I 10-5.5 Item L-11Q-5.6 ltenn L-1 10-5.7 Item L-110-5.$ 2" Sch. 40 PVC Conduit Under New Full Strength Fvmt., Incl. Trencla and Backfill - per linear faot 2" Sch. 40 PVC C�ndt�it Unc�ei� New 5houlder Pvrri�., Incl. Trench and Backfilj - per linear foot 2" Sc1z. 4Q PVC Drain Conduit, Incl. Trench and BackfiIj - per linear foot 2W-2" Duct Bank, Incl. Trench and Back#ill - per linear foot 4W-4" Duct Bank, Inc1. Trench and Baekfill- per linear foot Dema Duct Bank, Incl. Cable - per linear foot 2" HDPE Directional Sore - per linear %ot RE�ERENCES The pubIications ]isted Uelow form a part of this specification to the extant r�ferenced. The publications are re#'erred ta witliin the text by the basic designation only. Advisory Circular (AC) AC 150/5340-30 Design and Installation Details %r Airport Visual Aids AC 1 5 0153 45-53 Airport Lighting Equzp�x►ept Carti�cafion Prograui ASTM Internati�nal (ASTM) ASTM A615 Standard Specification iQr Defonned and �']ain C�rbon-Steel Bars %r CQncrete Reinforceinent National Fire ProteciiQn Association (NFPA) NFPA-74 National Electrical Code {N�C) LT�iderwriters Laboratories (LJI,) LTL Standard 6 Electrical Rigid Metal Conduit - Steel UL Standard 514B CondLiit, TLtbing, and Cable Fitkings UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, ar►d Covers i]L Standard 1242 Electrica[ Interrr�ediate MetaI Conduit Steel LTL 5tandard 651 Schedule 40, S0, Type EB and A Rigid PVC Conduit and Pittings LTL 5tandaxd b51A Type EB and A Rigid PVC Cor�duit and HDPE Conduit �ND OF ITEM L-110 CITY QF FQRT WORTH Alllance Alrport Taxiway P, Phase 2 Technical 5pecifications L-110-8 Project Number 103000 Item L-] l ] Airfield Elecicica] installation Testing Item L-111 AIRFIELD ELECTRICAL INSTALLATION TESTING (No��Standard FAA Speci�cation) 111-1.1 This item shall consist of furnishing all equipment, inaterials and appliai�ces i�ecessary for testing of airiield lighiing circuit installations and associated systems. a. Requirements �uider this item shall he coordinated with tI1e Resident Project Representati�e (RPR). Specificatiail requirernenEs far app�•avals, reviews or other ii�volvement of the Engineer shall be tran5initted by the Contracior through ihe RPR to tl�e Engineer. EQUII'MENT AND MATERIAL� lll-2,1 Materials and equip�nent covered by this item shall be subject to aceeptanee tlu�ough znainufaciurer's cer�i�icaYion af compliance with the applicable specification, when requested by the Engineer. If requesfed 6y RPR, Contractor shall provide instri.unent calihration records for review. CONSTRUCTIDN N�THODS 111-3.1 General. The Con.tractor shall furnish all necessatry equipment and appliances �or testing ii-►stallations as indic.ated below. 111-3.2 Ground Rod Tesfing. a. Contractor shall provide equip�nent and personnel ta measure the resistance to eartri for all ground rads installed using �'alI af Potential Method. Eartl� �•esistance measurement tests shall adhere to recotr�mendatiozzs of JEEE Standard 142, laiest edition. C.ontractor shall subinit testing procedure, equipme�t and report form tn the RPR for approval. b, As each rod is installed, tests shall be administered. Any rod wliich does not have a resistance to g��ound of 25 ohrns or less shall be augmented by an additional rod not less than 10 feet away, and connected tagether, at no cost to the Owner. No testing of the additional rod is required. Testing results, including confirmation of instaElation of augmenting ground rods, shall be submitted to the Engineer for approval. 111-3.3 Airfie[d Lighting Circuits Tesian�, The Contractor shall notify the RPR and the Airport Manager �48 hours prior to cable testing. All testing shall be canducted in the presence of the RPR and designated Airport personnel. All test results shall be simultat7�ously reeorded by the Confractar and RPR. Contractor shall provide test report information to the Engineer for approval. Test procedures for the following required tests, including field test report far7ns, shall be suhmitted to the Engineer for approva� prior ta tesiing. a. Testin� Req�irements. {1) Test�ng Reqaired for E�sting Circuits and Eari��ing Portapns of C�rcuits to be Extended. The existing part af circuits to be extended sha11 i�e subjectad to Low VoItage Tests in accorctance r��th paragraph b.l below. Tests shall be performed with ihe isolation iransformers and other lighting syste�n devices connected. Test results shall be submitted to the Engineer for approval grior to e�tending ot� revising �he e�isting circa.�it. CITY OF FORT Wc1RTH Alllance Airpart Taxiway P, phase 2 iechnical Specificalions 1.-119-1 Project Number 1 p3000 Item L-] 1 I Ai�eld Eleetrical li�stallation Tasting (Z) Testiung Reqaired for Existi�g Circufts vvith Circuit Modiiications and/or Extensivns Com�leted. Each existing series circuit that has been inodified andlor extended shall be subjected to Low Voltage Tes#s in accordance with paragraph b.(1) below. Test shall be performed with �he lighting iso.lation transforiners and other lighting systein devices connected. Circuits tested shall meei the requirements o#' paragraph c.(2} below. Any faults indieated by ihese tests sha11 be corrected 6efore proceeding with additional testing. Test results shall be submitted to the Engineej� far appraval. (3) Testing Required For New Circuits and New Portions of Existing Circuits. Each new series circuit, or new part of existing circuits being extend�d nx replaced, shall be tested as fallows: (a) After new cable witlZ new connectors is installed and prior to cor�-►ecting Iight fixtiure transfa.rmers, the following tests shall be pex-�ormed. (i) Low Voltage Megger (Goniilzuity ar�d Insulatiott Resistance [IR])Tests in accardance with para�raph h.{1) below, to determine ifthe total insulation resistance af eacla circuit is satisfactory, so that the series lighting. circuit will aperate without ex�essive leakage cura•ent when enex�ized. Circuits tested shall meet the requirements o� paragraph c.(3){a) below. Any faults indicated by tilase tests sha11 be corrected before ptoceeding with additional testing. AIl test results shall b.e subinitted to Ehe Engineer faj• approval. (b} New seg�nents of existing circuits meeting the requirements of paragraph a.(3)(a} above shall then have the isolation transfor�ners connected and shall a a�in he subjected to the Low Voliage Megger Tests of paragraph b.(1}. Any faults itldicated by these tests shall be corrected befare energizing the circuit. All tesi results s11a11 be submitted to the Engineer %r apgroval. (4j All Circuits. Upon compietion nf all r�wiring of eac� ci�•cuit, th� �.aw Valtage Tests shall be perfarmed on the cQmpleted circuii in accordan.ce with para�raph b.(1) belovw. All isolation transfarmers and o�her lighting system deviees shall be connected to the compl�ted circuit. Circuits t�st�d shall meet the requi�'ements ofi paragraph c.(3)(aj below. Any faults indicated by these tests shall be corrected before proceedi��g with additianal t�sting. All test results �hali be submitted to the Engineer for ap�roval. b. Testing �roeedures. Tests (1) Low Voltage Tests, Low Voltage Continuity a.nd Insulation-Resistance [IR] (Megger) {a} Test Required, As noted in paxagraph a. above, circuits and segments of circuits shall be subjected to a low voltage (104D valt} continuity test and to a 2,500 volt insulation-resistance lIR] {megger) test. � (b} Test Equipment. Contractor shall provide a 2,500 volt direct current Insulatior� Resistance [IR] test set for Ipw voltage testing. IR test set shall be a 120V AC device, non-crank type, manufactured by Associated Research Meg-Chec�, the James �iddle Megg;er, Gen�ral Radio Megalunmeter or an approved equivalent. The Cantractor shall be responsible fnr peavidin� any required 120V AC power saurce at testing Iocations r�znoie fronn avaiIable power. Equipment calibratinil information shall be readily available for review by the Engineer, ifrequested. (e) Test Procedures. Contractor shall follow all Airport Lock-Dut Procedure requiremen#s. Test procedures for the required tests, including field test repori forms, shall be suhmitted to the Engineer for approval prior to testing. CI7Y OF FORT WORTH AlEiance Airport Taxiway P, Phase 2 Technical 5pecifications L-111-2 Project Number 103000 ltem L-1 l V Airfield Electrical installa[ion Tasting 1. Test equipment grounding elect�•ode shall be adjacent to the test equip�nent and be a part oflcorv►ected to the airfield grounding counterpoiselground rod syste�r►. 2. Verify that all devicas and conneetions are rated for the test volta�e to be applied. 3. Ground othej• cables in the same conduit as cahle under test. 4. Clean and isolate "remote" end of cable to be iested. 5. Groujid the cable for a minimum of one {I) minute prior to iesting. 6. Test cahle. 7. After testing is complete, cable shall be discharged to the grounding electrode using resistor designed for the purpose. Solidly ground fhe ca61e after �ischarge. Cable shall remain solidly grounded for a minimum of S zniz��.�tes. {d) Test Results. Cable speci�nens that do note meet the test criteria given in paragt�plls c.(2) for existing circuiis that have modified and/or extended, and c.{3}(a} for new circuits and new segments of existing circuits, shall be considered unacceptable. Refer to paragraph d below for cables nat meeting testing requirements. (2) �ox all Testing. All existing and/or new cables, equipment and materials damaged during testing shalI be repaired andlor replaced by the Cantractor at iZo additional cost to the Owner, as directed by the �ngineer. Tes#s shall be performed and fautty installatians correcteci, until satisfactor'y results are o.btained. Exact correetian procedures for specific faulty installation circumstat�oes shall be as specified ar�d approved by the Engineer. The Contractor is not responsible for the repair of existin� cables that are to be modified or extended t�at are deemed by �e Engineer to be faulty prior to modification af extension unless directed by the Contract Documents. c. Testing Results. (1) E�risting Circuits and Exisiang Portions of Circuits, to be Extended or Modiiied. Low voltage co.ntinuity t�st results and insulation resistance test results shall 6e submitted to the Eiigineer for determination of suitability far extension or modification and any reinedial action that may be appropriate. (2) Existing Cireuits and E�'rsting Poriion5 of Circuits that have been Extended or Modi�ed. Low Voltage Tests shall de�nanstrate to the satisfaction of tl�e Engin�er the following: (i) All circuits are praperiy connected in accordar►ce with the applicable wiring diagrams. (ii) All lighting power and contro] circuits are continuaus and frea fram short circuits. (iii) All cireuits are free from unspecif ed grounds. (iv) The insulation resistance to ground is equal to or greafer than its origlnal value prior to circuit modifications, with cun•ent transformets disconnected, far all exis#ing underground series lighting circuits. {v) Tlie circuit insulation-resistance to ground of aII e�sting non-graunded conductors or multip�e circuits meets both ofthe fallowing requirements: � The circuiY insulation resistance to ground is equal or greater than its otiginal �alue prior to circuit madificatians to the existing series lighting circuit wiih curres�t transformers intact. CITY OF FORT WORTH Alliance Airpart 7axiway P, Phase 2 Technical 5pecifications L-111-3 Project Number 943000 Ifem L-1 1 l Airfield Electrical lnstallation Tesliog o InsuIation i�esistance af cables with sam� length installed in same duci bank does not sl�ow a comparison ratio of over 3 to 1. {3) New Circuits and New Segmentaof Existing Circnits. (a) Lo.w Valtage Tests shall de�nonstrate to the satisiactioil af the Engineer the foilowing: (i) All circuits are properiy connected in acco�•da.nce with #he applieable wiring diagrams. � (ii) All lighting ppwer and control circuits are continuous an.d free from shot� eircuits. (�ii) All circuits are fi•ee from unspecified grounds. (iv) The insulation resistance to ground is equal to or greater than 1000 rnegahms for new circuits and new segments of existing circuits with current transfarmers disconnected. Isolation transformers shall then be connected. New circuits and new segmenis of existing circuits shall maintain an insulafion resistanee of not less than 500 megohtns, with isolation transformers coiv�ected, thraugh the end of the construction and uot ]ess than 450 megotvns at the end ofthe warranty period. (v) The insulation-resistance to graund of all new na�1-grounded conductors or inultiple circuits meets both of the following requirements. Insulatzan resistance ta ground is eq�ai or greater than lODO megohms. In addition, new circuits shall exhibit an insulation resistance of not iess than 900 inegohrns, valid tl-►rough the end of the eonstruction warranty period. Insulation-resistance of cables of approximately the same length installed in same duct bank shall not show a comparison ratio of over 3 to 1. d. De�"�cient Testzng Results (Gircuits Not Meeiing Requirements}. (1) Ex�ist�ng Cireu�ts and Existing Portions of Circuits t€�.at ha�e been Extended or Mod�ified. (a) Cables that do not meet the test criteria of paz-agraph c.{2) above shall be considered unacceptable and shall not be energized ttntil corrected. Refer to Iiem �,-100, General 1'rovisions - Elect�ical, far procedures to follow for ca61e that does 11ot conform to the test criteria. (h) If all requirements of the Lockout Procedure h�ve been satisfied by the Con�•actor arid the Engineer deteimines non-complying circuits or poi�tions oi circuits are the responsibility of the Owner, then the Contractor shalI provide Yo WCAA Eleetrieal Department, through the RPR, all test repoi�ts identifying location of non-complying cables. (2} New Circuits aud New Poriians o� Existing Circuits. Cables that do not meet the test criteria of paragraph c.(3) abo�e shaIl be considered unacceptable and shall not be energized unti] cprrected. Refer to Item L-100, General Provisiorrs - Electrical, for procedures to follov,� for eable that does not conform tn the test criteria. e. Submiital of Testing Data. (1) Low Valtage Tesfs. Contrac�or shall submii 5 copies af tests reports for approval of tlle Engine�z and WCAA Electrical Department. Report shall include all measured data including applied voltage, time Iength of �oltage application and calculated megoiims froin eacl� segme3�t of cable wit�ain a circuit. CITY OF FORT WORTH Alliance Airport l�axiway P, Phase 2 Technical 5pecifcations L-111-�4 Projecl Number 1030D0 Item L-11 I Airfeld Electrical Installation Tes#ii7g Data shall show the calculations fot acceptable leakage current ft•om each cable section tested. The Low Voltage Tests data form shall also include, as a tninin�um: DATE START TIME END TIME CABLE B/M NO. DE�CRIPTIQN TEM�'. MEASZ.JRE EQUIP. NO. CALIBRATION DUE DATE AMBIENT TEMPERATURE CA�LE M]MBER OPERATING VOLTAGE MAX. TEST VOLTAGE FROM EQUIPMENT TO EQUIPM�NT HL1MID. MEASURE EQUIP. NO. CALIBRATION DUE DATE RELATIVE HUMTDITY �l.1-3.4 System Tests. After the airfieId lighting systems insiallation is corr►plete and at such times as the Engineer may direct, the contractor shali conduct airfeld lighting systems operatzng tests for approval. a. The equiprr�ent shall bs demonstrated to operate in aceordance with the requirements of this specification. The test shall be performed in the presence nf the Engineer or its author�zed representative. The contractor shall iurnish all aquipment ax►d personnel required for the test. b. Each applicable switch in the control iower ligl�ting panels shaIl be operated so that each swiich position is engaged at least ten tinrzes. During this process, a�l Iights and associated equiprt�ent shall be observed to determin� that each control device properly commands the corresponding cireuit. Radio co�nmunication between tla� nperator and the o6servers shal! be pro�ided by the Caniractor. c. The above tests shall be repeated from the local conta�ol switches o��. the regulators. Each installed or revised lighting circuit shall be tested by aperating the lamps throughout the rarige of applieable steps and sha:ll be operatad separately at Step 3 or Step 5 as appropriate for full int�nsity or as directed by the Engineer, for not less than l hour. Visual examinatioil shall be made at the beginning and at the end of ihis test ta determine that the installed airf efd light fixtures are illwninating at full intensity. d. If ciz•cuit regulators are installed under project constructian, regulator output ampacity sha11 be adjusted for proper outputs foilowingmannfacturer's recomrnendations and requirements to insure proper ci�•cuii apera#ion. e. Systeins tests shall confirm by demonstration in serviee that all lighting circuits are in good operating condition to tl�e satisfaction of the Engineer if the tests are unsatisfactory, lighting systems installed shaI� be corrected and systems tests shall again be implemented. 111-3.5 Fiber Opiic Cable Test�ing. Provide all labor, taals, and equipment necessary to perfarm the fiber opfic cable tests. Provide 72 hours prior notice of testing FAA fiber optic cable to the APW PAA SSC representative through the Construetion Manager. Canduct tests in the pres.ence of tlle CM and FAA representatives, as appropriate. Pmvide written test results. a. Test fiber apfic cables using an Optica! Tune Domain Reflectometer {OTDR), in accordance with paragraph (4) be}ow. Coordinate with the CM io test exis�ing r.ables bet�rveen the nearest �ermination point grior to cutting table iun order to dacument existing cable conditaon�. Test cables at both 131C1 nrn and 155Q nm by OTDR on the cable spools priar to insta�lation at the job site. Rejecl: and replace cables hauing attenuation at wavelength greater than factojy speci�catians. b. Test fiber optic cables by OTDR after installatian and termination. Reject and replace cables CITY �F FORT WORTH Alliance Airpoft Taxiway P, Phase 2 Technical 5pecifications L-111-5 Project iVumber 103000 �cem �-> > t Airfield B[ectrical Tnstallatiun Testing having attenuation at waveIer�gt� greater than �n�irr►um ��GtDCj' specifications o.r having a loc�lized diseontinuity in excess of O.1dB. e. Fiber optic cabie testing with an QTDR shall be performed as foliows: The Contractor shail test all light guide cable prior to the installation of the ca61e. The Contractar shall assuine all lia6ility for the replacement of the cable shottld it be found defective at a later date. (1) All fibe�' testitlg shall be performed on all fibers in the completed end to end system. Testing shall cansist ni a bidirecfional end to end OTDR trace performed per TIAIEIA 455-61. The system loss ineasurements shall be provided at 1310 and 1550 nanomete:rs for single mode iibers. (2) Fiber links shall have a ma�irrtum loss of: (allowabie cable loss per �n)(km of fiber in link) + (.4dB)(nurnber of connectors) = ina�imum allowable loss. (3j Loss n.umbers for the instalIed link shall be calculated by taking the sum oi the bidirectianal meas�rements and dividing that sum by two. Any link not meeting the requirements o.f the sfiandaz'd shall be braught into compliance by the Conti°actar, at no cost to tMe Owner. 11I-3.6 Contral Cable Testing. After installation control cables shal] comply with the requirements of the following table: � CABLE SIZE .MI1V'XMUM NUMBER OF ACCEPTABLE �OND UCTDRS 12 pair or less 13 — 25 pair Over 25 pair 1:�1 All, except 1 pair Ai1, except 2 pairs a. f�.cceptable conductars satisfactorily pass tests for {a) cantinuity, (b) freadom from short circuits, atad (�) a minimum of SQ megohens resisiance betwean conductors and from each conduetor to �ounded shield �vhen tes�ed at not less than SDO volts DG Conkractar shall document measured resistance values and furnish the results to the RPR. b. The Contractor shalI test the cable priar to installation an�1 tag any de%etive conductor pairs that are foiuid. The Contracior shall natify the RPR of any unusable conductors faund. METHOD OF MEASUREMENT 111-4.1 Ground ro.d earth resistance testing sha11 not be measured separately, btit shall E�e considered subsidiary to Item L-1 OS, Insta[lation Qf Undergraund Cable for Air�orts. CITY OF FORT WORTH Alliance Airport Taxiway P, PMase 2 Technical Specifications L-111-6 Project Number 103qaq Ilem L-1 ] 1 Air�eld Elecirical Installatinn Testir�g I.11-4.2 Law Voitage Continitity Testing and Insulation Resisiance Testing of all airfield Iighting circuits shall not be measured separately, but considered subsidiary ko Itetn L-108, Installa�ion of Underground Ca�le for Airports. 111-4.3 The 5ystem Tests and testing far fiber optic atad control cables wiII nat be measured �or payment, but considered subsidiary to the various pay items. BASIS OF PAYM�.NT ll1-5.1 No separata payment sl�all ba tnade far ground rod eat�th resistance testing, 111-5.2 No separat� �ayrr�ent shall be made for the system Lests nor testing for fiber optic or control cables. END OF ITEM L-111 CITY OF �Ofi7 WORTH Alliance Airport Taxiway P, Phase 2 Technie�l Speci�ications L-111-7 ProJect Numher'[03000 Item L-1 11 Air�eld Electrical ]nstallation Tasting TI3I� PAG� LEFT BLANK INTENTXONALLY. CITY O� F'OF27 WORTH A�liance Alrport Taxiway P, Phase 2 Technical Specificalions L-i i9-8 Project Nutn6er 103404 Rem I.-1 l5 �Eectrical Manholes and Jmtiction 5truciures IT�M L-115 EL�CTRICAL MANHULES AND JONCTI�N STRUCTiTRE� 1I5-1.1 This itein shall consist of elect�'ical manholes and junetian structures (hand holes, p.ull baxes, juzZctzon caris, etc.) installed per this specification, at the indicated locaiions and can%rmirag to the lines, grades and dinne�asin�as shown on t�e plans or as requued by the RPR. This i�em sha11 inc�ude the instaJlation of each electricai rnanhole andlor junc�ion s�ructures witI1 all associafed excavation, backfilling, sheeting and b�•acing, concrete, reinforcing steel, ladders, appurtenances, testit�g, dewaterii�g and restoration af surfaces to ihe satisfaction of the RPR including reina�aj of e�isting manholes and junction structures as shnwn on the plans. EQUIPM�NT AND MATERIALS 115-2.1 General. a. AlI equipment and materials cavered by referenced speeifications shall be subject to acceptance thraugh manufacturer's certification of eompiiance with tha applicabl� specification when so raquested by the RPR. b. Manufacturer's certifcations shall not relie�e the Contractor of the �'esponsibility to provide materials per these specifications. Materials supplied and/or installed that da not comply with these s�eciiications shal! be remo�ed (when directed 6y the RPR} and replaced with materials that comply �vith these specif cations at the Cantractflr's cost. c. A�� materials and equipment used to const�uct this item shall be submitted to thc RPR for approval prior to ordering the equipmeilt. � . ' �l . _ � i o � , � ��ul, _ , , . . The Co��tractar is solely respon:sible for d�lays in the project that inay acerue direetly or indirectly frorn lat� submissions ar resubmissions of subinittaEs. d. The data submi.tted sIZa11 be suffic�ent, in the opinion of th� R�'R, to determine complianee witll the plans and specifications. 'I'he Contractor's submittals shall be electranically submitted in pdf format, tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or procedures that do noi meet the system design an�l the standards and codes, speci�ed in this document. e. All equipment and materials furnished and installed under this s�ction shall be guarantead against defects in materials and work�nanship for a period of at least iwelve (12) months from the date of final acc�ptance by the Owner. The defective materials aneE/ar equipment shall be repaired or replaced, at the Ownar's discretion, with n� additional cost to the Owner. �i5-2.2 Conerete structures. Concrete shall be proportioned, placed, and cured per Item P-610, Cancrete for Miscellaneo�is Structures. Cast-in-place cancrete structures shall be as sl�own on the plans. 115-2.3 Preeast c�nerete structures. Precast concrete structures shall be furnished hy a plani zneeting Naiional Precast Concrete Association Plant Certificatior� Program or anather engineer approved third party certification program. Provid� pracast cpncrete structures where shown on the plans. �recast cancrete structures shall be an appz'oved standard design of the manufacturer. Frecast units shall have mortar or bituma�ic sealer placed between all joints to make them watertight. The siructure slZall be CITY OF FORT WORTH Aliiance Airport Taxiway P, Phase 2 Technical SpecificaEians L-115-1 ProjeckNumber 103000 Itein L-1IS �leclrical 1Vlanliolas an& ]imction 3tnictures designed to wiihstai�d lOD,000 lb aircraft i�.. :l loads, u�iless otherw�se shown on the plans. Openings or knockouts s]iall be provided in the structure as detailed on the pians. Threaded inserts and pulling eyes shall be cast i�� as shown on the plans. if the Contractor chooses to propose a different structural design, signed a�1d sealed shop dravaings, design calculations, and other information requested by the RPR shaIl be s�ib�nifted by the Contractor to allow for a full evaluation by the RPR. The RPR sllall review per the process defned in the Genera� Provisions. 115-2.4 Juncfion boxes. 1uncCion boxes shall be L-867 Class 1{non-load bearing) o.r L-868 Class 1(la:ad bearing) aij•port light bases that aa•e encased in conerete. The ':�'"� � shall have a L-894 blani� cover, gasket, and stainless stael hardware. All bolts, studs, nuts, lock washers, and other sitnilar fasteners used for the light f�cture asse�hlies must be fa6ricated from 316L (equivaleut to EN 1.4404), 1$-8, 410, or 416 stainless st�el. If 18�8, 410,. or 416 stainless steel is utilized it shall be passi�ated and be fi�ee from any discaloration. Covers shall be 3/8-inch (9-min) thickness for L-867 and 3/4-inch {19-mm) thickness for L-868. All junction boxes shall be provided wi#h both internal and eXternal ground lugs. 11.5-25 Martar. 'I'he xnortar shall be coinposed of one part flf cement and two parts of mortar sai�d, by volurne. The cem�nt shall be per the requirements in ASTM C15Q, Type I. The sand shall be per the requirements in A�TM C144. Hydrated lime may be added to the tnixture nf sand and cement in an amot�nt not to exceed 15% of the weight of cement used. The hydrated lime shail meet the requirements of ASTM C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkaIi, sugar, vegetable, or other suY�stances injurious to the �nished product. 115-2.6 Conerete. All concrete used in structures sl�all. confarm to tl�e requirements of Item P-610, Concrete for Miscellaneous Sfructures. 115-2.7 Prames and covers. The frames shall conform to one of the inllowing requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iroil castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural sieel for grates and firam�s e. ASTM A53b Ductile iron casiings f. ASTM A897 Austempered ductiie iroi� castings All castings specifled shall withstand a m�imum tire pressure of 250 psi ar�d m�imuin load of 100,000 li�s. ..� � � -.-�� '.�ads. unless indica�e� other�ise c�� � - -- ---- �..�.ed hatcn covers shall be fitted witi� spring-assist ar- �i�ut-�ssist liittn�; devicE. l hese units s�all •�nsiei �fgray iran frames and ductile ixon lids meeting th� abo�e ASTM requireme�ts. Frarrtes and iids �al! be caruiected by twa hinges allowing the lids to rotate �c� rnore than 10 degrees past ttre 90-degree �pen pvsitiori, Lids s�all be fill�d with a latch deviee which engages wrhen the lid is slammed shut and :leases for lid opening via use of a l�r+er. Each unit shall be �tted with twro lift-assist springs which shall �� constructed of corrasion resistant stainiess �teel following ASTM A 693. The springs will provide -;�f�icient assist-power to push t3�e lid open a minimutn of � 5 degrees upon re�ease of the iatch device. ne Ii€t-assist springs sha1� be mou�te.d on receptvrs pusstioned on the underside of the lid and the �pring � �sist a�p�ratus rriust move substantislly otrt of the free apening �x+hen the lid is in the fully open position. `l he units shali 4�e provided with a hold-open, safety-arm, to be engaged wk�en the lid is in the ful[y apen �o�si#iAn prc�hib�ting the iid from accitlentat clasure. 1t shall be attached to the unit in such a way as to _�llow �n.gagerr�ent of the hold-open, safety-arm during al1 pha5es of a�aintenance �vent. CIT Y OF FORT WORTkI Alliance Airport Taxiway P, Phase 2 Teclmieal Specit"icatinns L-115-2 I'rnject Numbar 103000 ltem L-1 l5 Electrical Manholes and JuncFio�z Structures All castings or st�•uctu�•al steej units shall conform ta the dii�7ensions shown on i11e plans and shall be designed to suppor� the loadings specified. Each frame and cover unit shall be pro�ided wit1� fastening members to prevent zt fi'am being disladged by traffic, but rvhich will allow easy remnval for access to the structure. All castings sliali be thoroughly clean�d. Aftet' fabrieation, structural s#eel units shall be galvanized ta ineet the require�nents of ASTM AI23. Each cover sha11 have the word "' ����^- �� ELECTRIC" ar ather �ee�designation cast on it ._ +,.. ;, Each frarne and cover sha.11 be as shown on tl�e plans or approved equivaient. No cable notches are required. Each manhole shall be provided with a"DANGER -- FERMIT-REQUIRED CONFINGD SFACE, DQ NOT ENTER" safety vvarning sign as detailed in the Contract Documents and in aecordance with DSHA 1910.146 (c)(2). 115-2.8 Ladders. �.adders, if speeif ed, shall be galvanized stee� or as shown on the pIans. 115-29 Reinforc�ng stee[, All reinforeing steeI sha11 be deformed baz�s of new 6illet steel tneeting the requirei�nents of ASTM A� ] S, Grade 60. 115-2.10 Beddinglspecial backiill. Bedding or special backfill shall be as shown an the plans. 115-2.11 Flowable backfill. Flowable material used to backfill shall conform to the requirements of Item F-153, Controlled Low Sirength Material. 11�-2,.1� Cable trays. Cable trays sha11 be of�� ___�,�'_,:; steel �, r��n .�� :a�5_:. Cable trays shaIl be located as shown on the pl�ns. 115-2.1.3 Plastic eonduit. Plast�c conduit shall comply witk� Item L-110, Airport Underground Electrical Duct Banks and Conduits. ] 15-2.14 Conduii terminatars. Conduit t�riz�inatars shall be pre-manufactured for th� specific purpose and sized a.s required or as shawn on the plans. 115-2.15 PulIing-in irons. Puiling-in irans shall be inanufactured with 7/8-inch {22 mm) diameter hat- dipped galvanized steel or stress-reIieved carbon steel roping designed for concreta applications (7 strand, 112-inch (I2 inm) diameter with an uItimate strength of 270,DOQ psi (1862 MPa)). Where stress-relieved carbon steel ropir�g is used, a rustproof sieeve shall be installed at the hooking poiiat and all expased surfaces shall be encapsulated wiih a polyester coating to pre�ent con•osion. ll5-2.16 Ground rods, Ga'ound rods shall ba one piece, cogper clad st�el. The ground rods shaIl be of the length and diameter specified an the plans, but in no case shall they be less than 8 f�et {2.4 m) long nor less thazi 518 inch (16 mmj in diatneter. CONSTRUCTION METH�DS 115-3.1 Unc[assified excavation. It is the Contractor's responsibil'1ty to locate existing utilities withii� the work area prior to excauation.. Daznage to utility Iines, through lack of care in exca�ating, shaI� be repaired or repiaced to the satis�action of the RPR without additional expense to the Qwner. The Contracto�� shall perform excavation for struetures and structure footings to the lines and �rades ar elevations shown an the plans or as staE�ed by the RPR. The excavation shall be of sufficient size to permit the placing of tl�e full width and length of the structuz'� or structure footings shown. CITY QP F'O1�T WORTH Alliance Airport Taxiway P, Phase 2 Pechnical Specifieations L-115-3 Project Number l d3000 Ttem L-] 15 Electric�l Manhples.and J�mction Stnictures Alj excavation shall be unclassiiied ar►d shall be considered incidental to Item L-115. Dewatering necessa�y far structure installation and erosion pet• federal, state, and local reqtiirements is incidental to Item T.-11 S. Boulders, logs and all other objectionable material eilcountered in excavatio.n sha11 be removed. All rock az�d other haz'd four�dation rz�aterial st�all be cleataed of alf loase material and cut to a firin surface either level, stepped or serrated, as directed by the RPR, All sea�ns, crevices, disintegrated rock and thin strata shall be removed. When conct•ete is to r�st on a surface other than rock, special care shall be tak�n not to disttirb �17e battam of the excavation. Excavation to fina� grade shall izot be �nade Lintil just before the concrete or reinforcing is to be pla.ced. The Contractor shall provide aIl bracing, sheeting and shoring necessary ta implement and p�'otect the exca�ation and khe structure as 2•equired for safety or couformance to governing. Iaws. The cost of bracing, sheeting aild shoring shall be included in the ur�it priee bid for the st�•Licture. Unless otherwise provided, bracing, sheeting aud slioring involved in the constr�ction ofihis item shall be removed by the Contractor after the completion of the strueture. Remo�al shall be ef.Fected in a manner that will naf disturb or mar finished masonry. The cost of removal shall be included in ii�e unit price bid for the st�•uciure. After each excavation is completed, tY�e Contractor shall notiiy the RPR. Siructures shall be placed after the RPR has approved the depth oiihe excavation and the suitability of the �oundati4n material. Prior to installation the Cant:ractor shall pravide a minimum of 6 inches (150 mm) of T<< .n '"' ''[� :i�_.; � _ . _. _ u � , ,��► _u...: _ �V. ' u�. _1Vtt vA K r � � -.. g:. �� : Ss� OP a material approved by the RPR as a suita.ble base to receive the structure. The base material shalI be eompacted and graded level and at proper elevation to receive the structure in proper relation to the conduit g;z'ade or graund caver requirements, as indicated on the plans. 115-3.�, Conerete str�utctures. Cancrete structu�•es shall be built pn prepared foundations coi7forming to the dimensions and form indicated an the plans. The concrete and construction meihods shal] canforrn to tne requirements specified in Item P-61 D. Any reinforcement required shall be placed as indicated on the plans and shall be approved 6y the RPR before the concrete is placed. 115-3.3 Precast unit installations. Precast units sha1l be installed plumb and irue. Joints shall be made watertigh� by use of seaIant at each tongue-and-grao�e joint and at roof of rnanhole. Excess sealant shall be remo�ed and severe surface pj•oject�ons on exterior of neck shall be removed. 1IS-3.4 Placement and treatment of castings, frames anci fiLtings. All castings, iraznes and �i�ings shali be placed in �he positions indicated on the PIans or as directed 6y the RPR and shall be set true to line and to correct elev.ation. Tf fraines or fittings are to be set in cat�.cret� nr cainent znortar, all anchors or b.olts shall be in place and position befoxe il�e eancreie or z�aot�ar is placed. The unit shall not be dist�zrbed until the mortar or concrete has set. Field connections shall be made with bolts, unless indieated otherwise, Welding will not be permitted unless shown otherwise on the apprnved shop drawing;s and written appravai is granted Uy the casting manufacturer. Erection equipment shall be suitable and safe far tYze worl�man. Errors in shop fabrication or de%rmation resulting from handling and transporta�ion that prevent the proper assembly and fitting of pai�s shall be reported itzzmediately to the RPR and approval of the method of correction shall be obtained. Appraved cor�eGiions sha11 be made at Contractor's expense. Anchor bolts atad anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or suc� other methods as enay be required to locate the anchars and aztchor bolts accurately. CITY qF FqRT WORTH AlGance Airport Taxiway A, Pltasa 2 Techn'tcal Specificarions L-1 15-4 Projact Number 1030DD Itetn L-1 15 �lecnical Nlanholes and 7unctibn Structures PulIing-1n irons shall be Iocated opposite all conduit enl�ances into structures to pa-ovide a strong, cnnvenient at�achment for pulling-in blacks whar� installing cables, 1'ulling-ii1 irons shall Ue set directly into the concrete walls of the siructure. 115-3.5 . 115�3.6 Removal oi shee.ting and braci�►g. In �eneral, all sheetizZg and bracing used to support the sides of trenches oi� other open e�cavations shall. be withdrawn as the trenclaes or other o�aen excavations are beia�g z-e�lled. That poirtion nf the sheeti3�g extendin� below the top of a structure shali be withdrawn, uxiless oiherwise directed, befare more thari 6 inches (1 SO mm) of material is placed abo�e fi11e top of the structure and before any bracizxg is rezna�ved. Voids left by the s�eeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or othei�vvise as naay be approved. The RPR may direct the Contractor to delay the remoual of sheeting and bracing if, in his judgment, the installed work has zlot attained the necessary st�ength to permit placing af backfill. 115-3.7 Backiilling. Afte� a structure has been coinpleted, the area around it shall be backfill.ed in horizontal layers not to exceed 6 inehes (150 mm) in tI3ickness measured after coimpaction ta the density requirements in Item P-I52. Each layer shall be deposited all around the structure to apgroximately the same ele�ation. The top of the fill sha1l meet the elevation shown on the plans or as directed by the RPR. Backfill shall not be placed against any structure until approval is giver� by tla� Rl'R. In the ease af concrete, such approval shall not be given until tests made by the laboratory under supervision af Yhe RPR establish that �he concrete has a�iained sufiici�nt strei�gih ta provide a factor of safety against damage or strain in wiihstandin� any pressure created by the backfill or the methads used in placing it. Where required, the RPR �nay direct the Contractar to add, at k�is own expense, suf�icient watex during compaction to assure a complete consalidatian of the back�ll. The Contractor sl7all ba respansible for all darr�ag� or injury done to conduits, duct banks, structures, praperty or persons due to improper placing or compaciing of backfill. I15�3.8 Connec€�ou of duct bauks. To relieve stress of joint betrueen concrete-encased duct banks and structure walls, reinfarcement rods shali be placed in the sh•ucture wa[I and shall be formed and tied into duct ban[c reinforcement at the tirne the duct bai�Ic is installed. i1�-3.9 Gron�ding. A ground rod shall be installed in the floor of alI eoncrete structures so that the top of rod exteilds 6 inches (1S0 mm) abave the floor. The ground rod shall be installed wlthin one foot (3Q cm) of a corner of the concrete structure. Ground rods shall be installed prior to casting tlae bottom slab. Where the soil condition does nQt pennit driving the ground rod into the earth without damage to the ground rad, the Contracto� shall driIl a A--inch (140 mm) diameter hole inio the earth to receive the graund rod. The hole around the ground rod shall be filled throughout its Iengtki, below slab, wit� Portland cement grout. Ground rods sha11 be installed in precast 6ottom slab of struciuz'es by drilli�g a hoi� through bottom slab and instaIIii�g tI1e ground rod. Bott�in slab penetration sha11 be sealed watez�ight with Partland cement grout around the gro�nd rod. A grounding bus of 4/0 bare stranded copper shail be o�otharmically bonded ta the ground rod and loap the concrete structure walls. L'�1 : nr� �' �no� -' nn �' �� �' %� g�•ot�nd bus shall be a cninimum of one foot (30 cm) ahove the iEoor of the structure v1d separate from ather cables. No, 2 American wire gauge (A WG) bare copper pigtails shall bond the grounding bus ta all cable trays and other �netal hardware within tha concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possib]e, connections ta the grounding b�as shall be made by using connectors CITY flF PORT WORTI3 Alliance AirporE Taxiway P, Phase 2 Technical Specifications L-1 l5-S Project 1Vumber 103000 Itcm L-1 IS �lectrical i�anl�oles and 7unction Stnictures appt•oved for direct burial in soil or conerete per UL 457. Hardware cor►raectiazls tnay b� mechanic�l, using a Iug designed for that purpose. 115�3.10 Cleanup and repair. Aft�r ereCtion of all galvanized items, damaged areas shaii be repait•ed 6y applying a liquid cold-galvanizing campound per M[I.-P-21035. Sui�acas shall be prepared and compound applied per the manuiacturer's reconrinnendations, Frior ta aeceptance, the entire structure shall be cleaned of all dirt and debris. 115-3.11 Re,storatinn, A�ter th� backfZll is completed., fhe Cont�'acYar shall dispose of al1 surplus lnateriaf, dirt and rubbish from the site. The C�ntractor shaIl restore all disturbed areas equivalent #o or better than thei�- origlnal condition. All sodding, gt•ading and restoration shalI be consider�d incidental to tlie respective [tem L-115 pay item. The Co�tractor shall grade arouqd structL�res as required to provide positive drainage away from �e S�1 UCtIIF�. Areas �vith special surface treatment, such as roads, sidewalks, or other paved areas shall have backf I1 compacted to match surrounding areas, and su�•faces shall be repaired using materials compara�le to orig;inal naateria�s. Followin.g resto.ration of all trenching near airpori movemeiit surfaces; the Contractor shal] thoroughly visually inspect the area far foreign object debris (FOD), aizd remave any such FOD that is fnund. This FOD inspection and remova[ shall be considered incidental to the pay itern oi which it is a cornponent part. , After al] work is completed, the Contractor shall rerrtove all tools a��d nth.er equipment, lea�ing the entire site free, clear and in gaod condition. ll5-3.12 Inspection. Prior fo fina� appraval, the electrical structures shall he thoroughIy inspec#ed for conformance with the plans and this speci �fication. Any indication of de%ets in materials or workmanship shall be furtlier investigatec{ and corrected. The eaa�tll r�sistance ta grau�d of each ground rod shall not axceed 25 ohms. Each ground rod shall be tested using the fall-af-potential ground impedance test per American National 5tandards Tnstitti�te / Institute of Electrical and Electronic Engineers (ANSIIIEEE} Standard 8l . This test shall be perfa��rned prior to esta6lislung connections io other ground electrodes. 115-3.13 Manlxole eleva�on �djustments. The ContractQr shall adjust the tops of existiii� manhales in areas designated in tha Contract Docuine�zts tv the new elevations shown. Tl�e Contractor shall be responsible for determining the exact height adjushnent req�iired to raise or lower the top of each manhole to the new elevaYions. The e�sting top eIevation of each manhole to be adjusted shall be deiermined in the field and subtractedladded from the proposed top eieva�son. `I'he Contractor shall remove/extend the existing top section or ring and cover on the manhoIe structuee or mankiole access. The Contractor shall instaIl precast concrete sections or grade rings of the required dizx�ensions ia adjust the manhole top to the ne�v proposed elevation or shalI cut the existing tz�amhole walls to sIiorten the existing structure, as required by final grades. The Gontractor shall reinstall the manhale top section or ring and eover on top and eheck the new top el�vation. The Contrac#or sha11 construct a concrete sl�b around the top of adjusted structur�s loeatad in grad�d areas that are not to be pa�ed. The concrete slab shall eonform to the dimensions shown on the plaus. 115-3.14 Duct Extension To E�isting Duets. Wizer� existing can�rete encased ducts are to be e�tended, the duct extension shall be concrete encased plastic conduit. The fittings #o connect the ducts together sha11 be standard manufactured connectcrrs desigt�ed and approved for the pt�rpose. The duct extensians sha11 l�e installed aceording to the concret� �ncas�d duct detaif aild as shown on the plans. Cli'Y OP FORT WORTII Alliance Airport Taxiway P, Phase 2 Technical Specifications L-I15-6 Project Nmnher [0:3OQ0 Ttem L-1I5 Electrica] Manholes and Junction Struetures METHDD OF 1VTEASUREMENT �15-4.1 Elact3'ical manholes and junction structures shall be measured by each unit campleted in place and accepted. The following items shall he incl.uded in the price of each unit: All required excavation and dewatering; sheeting and bracing; all required backfilling with an-site materials; restoration of all surfaces and �ni�hed gra€ding and turirng; �- �� �--__- ---�--� --�--� all required connections; temporat� cables and connectians; a��d grputid rod testiilg, 115-4.2 Manhole elevation adjustments shall be measured by the completed anit 'vnstallad, in place, coznpleted, and accepted. Separate measurement shall not he ir�ade for the various types and sizes. 11:�-4.3 �. a. � ....v h� � �iit;.,. �i i.,.. .�t ;ptt �, .� } �. ��� a,tti r� ., . � ' j .. BASIS OF PAYMENT 115-5.1 Tt►e accepted quantiry of electrical manholes and junctian struciu�'es will be paid for at the Contract unit price per each, camplete and in place. This price shall be ful] compe��sa�ian for furnishing all materials and for all preparation, excavation, backfilling and placing of ihe znaterials, furnishing and installation of appurtenances and connectians to duct banks and other st�-uctures as may be r�quireci ta complete the item as shown oi1 the plans and for all labnr, equipinent, tools and 'rncidentals necessary to complete the struct«re. X15-5.2 Payment snall be made ai the contract unit price %r manhole elevation adjustments. This pri�e shall be full compensation for iurnishing alI i�taterials and for all preparation, assembly, and installation of these materials, and for all labor, equi�ament, tools, and incidentals necessary, including but not limited to, spacers, concrete, rebar, dewat�riz�g, excavating, backfill, tqpsqil, sodding, and pavement restoration, where j�equired, to complete this item as shown in the p�ans and to the satisfaetion of the RPR. 11�-�,.3 ' .n_. 1i _ll P _ n� ' •r' �fic t:•�1[t-- , t[ilIt prlt + T �f :�E �-�i t, i� 1 -�i� ',ii =i = • •-. •- :�:.�:t5� •llti•.ni l �ll;i nrice shall be t�t1t cotnpensation for removal, transport, offsite disposal and site restaration, and for all iabor, equip�nent, tvots, and incidentals nec�ssary, including but not limited to, excravating, backfill, �upsoil sodding and paverr�eni res�oration, where required, to cornplete this iterrf as sttt�wn in the planG ,�- �,�d ��_ u�� � __ ._.� �, �:. gr� Payinent will be made under: Item L-115-5.1 Item L-115-5.2 Ite��a L-i 1S�S.3 Ite�n L-11S-5.4 Demo Manliole/Pullbox in Earth - per each Demo Handhole/.Tunction Can in Earth - per each Aireraf# Rated 4'x�'x�' ManMole - per each Junction Can in Earkh - per each R�F'ERENCES The publicaiions listed below form a part af this specification to the extent refe�•enced. The publieations are referred tn within the text by the basic designation only. Americaxi National Standards Institute / Insulated Cable Engineers Association (ANSIIICEA) ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, ar��i Eatth Surface Potentials oia Ground System CITY OF FORT WORTH Alliauce Airport Taxiway P, Phase 2 Technica] 5pecieications L-115-7 Project Number ] 03000 Item L-1 l5 ElBctrical �fanholes and ]imction Stnictures Advisory Ci�'cula�' (AC) AC 150/53�15-7 AC 1SOi5345-26 AC 154/5345-42 Specification for L-824 Undeiground Electrica] Cable for Airport Lighting Circuits S�aeeification far L-823 Pfug and Receptacle, Cable Connectors Specification for Airport Light Bases, Transformer I-�ousings, Junction Boxes, and Accessorias 1�C 150/5340-3D Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airpoxt Lightiilg Equipinent Certifieation Program Cannnaercial Item Description (CID) A-A 59544 Cabie and Wire, Electrical (Power, Fixed Installation) A�TM International (ASTM) ASTM A27 ASTM A47 Standard Specification for Steel Gastings, Carbon, for Get�era] Application Standard Specification for Ferriiic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iran Castings ASTM A123 Standard 5pecification for Zinc (Hot Dip Galvanized) Coatings on Cran and Steei Froducts ASTM A283 5tandaed Speci�ication for Low and Intermediate Tensile Strength Carban Stee1 Plates ASTM A536 Standard 5pecitication for Ductile Iron Castings ASTM A&15 Standard Specification for Deformed and Plain Catbon-Steel Bars for Concrete Aeinforcement AST'M A897 Standard Specification for Austempered Ductile Iron Castings ASTM C144 Standard Speci�catinn far Aggx•egaia for Masonry Mortar ASTM C150 Standard Spe�ificatio� for Portland Ceme�.t ASTM C206 Standard Sgeciiication far Finishing Hydrat�d Liin� FAA Engineering Brief (EB} EB #�S3 #� MilSpec In Pav�m.�nt Light Fixture BolYs MIL-P-21035 Paint High Zinc Dust Content, Galvanizi�g Repair National Fire Protection Associatian {NFPA) NFPA-74 Natia��al Electrical Code (NEC) �ND OF �TEM L-1] 5 CITY OF FOAT WQRTH Allianee Airport Taxiway P, Phase 2 Technical Specit'icarions L-115-8 ProjectNuntber ]0300Q Item L-125 Tnstallatinn of Airpnr[ Lighting SysteAns IT�M L-125 INSTALLATION QF AIRPORT LiGHTiNG SYSTEMS 125-LI This item shall consist of airport ]ighting systems furnished and installed in accordaz�ce with this speclfication, the referenced speaifications, and t�►e applicable advisory circulai-s {ACs}. The systeins shall be installed at the locations and in accordance with the dirr�ensions, design, and details shown in the plans. This ite►n shall incluc�e the fiu•nishing of all equipment, maierials, se�vices, and incidentals necessary to piace the systems in opei•ation as cotnpleted units to the satisfactaon of the ftPR. EQUIFMENT AND MATERIALS 125-2.1 Gencral. a. Airport [ighting equipment and materials covexed by Federal Aviation Adminisiration (FAA) specifications shall be certified �� �� • AC 150/5345-53, Airport Lighting Equipnnent Certification Pf0�1'c`illl I�l t��'1 • � I 1P rh A� ��;Il n(1f1 �� in-EkE�c2�k�d=r�i�i�i3vi�����'--���� �e�e�t. FAA eertified airfieid lighting shail be cnmpatible with each other to perfoz'in in co�npliance with FAA criteria and the intcnded op�ration. If ti�e Conh�actar pravides equip.ment that does nof performs as in�ended because of incompatibility witk► the systezn, the Cantractor ass�mes all eos#s to correct the sysiem for to operate properly. b. Manufacture3�'s certiizcations shall nat reliave tiie Contracfor of the�r respansibility to pro�ide materials in accordance with these specifications and acceptable to the RPR. Materials supplied and/or insialIed that do nnt camply with these specif cations shall be removed, when directed by the RPR and replaced vNith nnaterials, which do comply with these specifications, at the soie cost of the Cont�•actor. e. All materials anci equipment used shall be submitted to the RPR far approval priorto orde�ing the equipment. Submittals � xi� ,---- r --.. _ :.:th-n_ r�:�� - ..,.. r,.--y�.,, q �i�r, ,-- ..�� �,. Y:..:,�, _ ...�1. . „��,.. rw<n�.,;n,�+s„n ; ..+., e�+.,�.�et The Contractor sh.all be responsible fpr delays in tl�e project accruing directly or indirectly fi•om late submissions or resubmissioas of submittals. c3. The data submitted shall be sufficient, in the opinion oftk�e RPR, to datermine compliance withthe plans and specifications. The Contractor's submittaIs shall be submittad in electronic PDF' foi�►at, tabbed by specifieation section. The RPR reserves the right ta reject any ar all ec�uip.ment, materials or pracedures, which, in the RPR's opinion, do not meet the system design and the standards and codes, specif ed herein. e. All eguipment artd materials fl. t�,G .,�,ta,.�� at' �,L �,�t i. LL�, f�rnished and installed under this section shall be gua�•antaed against defects in 1�aaterials ar�d workmansnip for a period a.f at least twelve (12} rnonths Frorn final acceptanee by the Owner. _- �r __�:;1�-- -��• � i`= sr= �..�t.�_-; :,x ab5rru�ti�. ,i ,� '.�31tnu•: � -�.--uiirdb- *h, ��«���iT>.:�.. �� .:�, . . ._ �n�• ra• ��+i �•�•g#'c ;�, i _ �r' �r lugf■ � m q�j i. trnt7l( () �c' 11' '^tl hi�0' �_ 1P 1' �' ! th'� i,. ••i�i���y � 7�►� .�*���� . The defective materials andlo�• equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. CITY OF FdRT VJORTH t�lliance Airport Taxiway P, Phase 2 Technical Specifications L-125-1 FrojectNumber 103000 Ifetn 1-125 Installatinn of Airport Lighting Systems EQUIPMENT AND MAT�RIALS 125-2.2 Conduit/Duct. Conduit sha11 conforrn to Specification Itein L-110 Asrport Llnderground EIectrical Duct Banks and Conduits. 125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108 Underground Povver Cable for Airports. 125-2.4 Tape. Rubber and plastic elactrical tapes shall be 5cotch Electrical Tape Numbers 23 and 88 respectively, as manufact�red by 3M Company or an appr�ved equal.. 125-2.5 Cable Connections, Cable Connections shall con%rm to Item L-1081nstallation ofUnderground Ca61e for Airparts. 125-2.6 Retroreflective Markers. Retrore�ective markers shall be type L-8S3 and shaii conform to the requirements of AC 15015345-34. 125-2.7 Runway and Taxiway Lights, Aunway and taxiway lights shall conform ta the requirements of AC 15�/5345-46. �s� hfi �" shall be of size and typa indicatad n tn '' .;n di�' �n �n ' . pr as required by fixture manufacturer far each lighting fixture required under this conh•act. Filters shall be of calors canforming to the specification for the light concerned or to the standard referenced. f,. .. .. air�_ ..11 _ _ �- .... .. � ... __ , .._'t _ . irfield iighting and necessary power distribution syste�ns and all ;�,curre� turaishin, r ,,caliing -�,;� ae#ditional eguiprnent. In no case shall the ConTractor be ��'4:-: •• �� reduee the sixe ��f .:�.z �- y,istant -urrent regulator� or the power distribution s�stem�. 125-2.8 Runway and Taxivvay Signs. Runway and Taxivvay Gtaidance 5igns �eu�� confarmtothe requirements ofAC 15�f53�-5-44. '* -� ha�i n_ ..r�i - �� _ ���n :.y--� i„r ie- :.c '�� �n - • ,tca: ��nc, -; dP;�ii :d nn th, nia�y. n-nv�»��-�Tt� ����r-� T�9�T �.�0�4-9 � �� � �- � ie��—i-1 $�1 ��l $ 125-2.10 Precisian Approach Path Indicatar (PAPI). 1�E�Gf dU L{Citl �.'1 : ¢ �� �:__.�i li��:�.�i..�� 1 [��_�' � �� - ° °��� - n�o �-�;-����.��}�$�C�t�s����� ��— -15��-0��-3,—`£�=���-Qn�oT.,___� o��}���a����e�: }��s-rr��si��-�� �:�:��;� r u., � 1-f�c�rr�-a�E��EiuSs���1 �3r� B@��� r S-tr����F��� � �6 �'—��i £nirPci`'�5 ���t-8���ili�EC�. 125-2..12 Light Sase and Transformer Hoe�s'rngs. Lighr ���� �^�' T~����� r-~�~ T��„�;~nn �"�,.'a ' .; ',-" confarm to the requireinents of AC 150l5345-42. Light bases sha11 be ��-6�-i; C�aS�-{ "���$—j-���1��2$�rae-E--�,��$� r .-� , �k.,�l i.o .. .;,�°a :,. .t..s `-� -- -:.' -�� - as indicated v:� -'-� �1�:-- or as required to aceommodate the fixture or de�ice installed thereon. Base plates, caver plates, and adapter plates shall be pro�ided to accommodate various sizes of fixtu��es. CITY OF FORT WflRTH Allianca Airport Ta�ciway P, Phase 2 Technical Specifications L-t25-2 Project Nwnber 14300fl Item L-125 installatioii of AirpQrt Li�hting 3ystems 125-2.13 Isolation Te�ansformers. Isolation Transformers s�all be ,�___ :�Y- n��� size as j•equired for each installation. Transformers shall conform to AC 150/5345-47. 1��-�.14 F'ixture Ho�d Dnwn Bv�ts. �emiflush fixture hald down bvits and instailakions shall �dhere to the follawing requirernenta: Bolts shal�� be all-thread, fl�oropolymer coated, SAF Grade 5, in accordance with �AA Engineering Brie�f No. 83. All ather balts shall be aIl-thread, 18-$, Type 304 stainless steeI. Bolt infarmation shall be submitted for approval of the Enginee� Submittal shatl specifically iderttiiy, a� a minimum, the halt material, dimensinns, and threadin� Bolt material shall be readily identifiable in the field by appropriat� ASTM markirigs on thc bolts or by having material identified on bol� packaging, as appro�ed through the Engineei- Stainless stee9 bolts sh�tl receive anti seize campound. Grae�e 5 coat�d bolts shall not receive any anti-seize compound or tubricant. 1�5-�.15 Aig6 PerforEnanee Non-5hrink Grout. Where specifed in the plans, ahigh performanc�non- sMrink grout shall be used for backfil I around li�ht bases and conduit. This high perfarmance nort-shrin[c grout shatl be Delpatch Elastameric Concrete by D. S. Brown of North Baltimote, Ohio, Telephone No 419-2�7-356l, or appro�ed equivalent. Contractor shall use this product in accordance with th�. tnanufacturer's recommendations and warnings. The RFR may require titat Contractar have ,i. regresent�ati�e of the manufacturer �r. :� t' �,��Ji.. « �. r�_ � N' _ � �_._ '� [._ ,_ _ . .... v. -' �:uc... �eIIi:3i;�Lii,:•�' �711ti� +xt,'�.1Bu-- INSTALLATION 125-3.1 Installatinn. The Con�ractar shall fu��ish, [nstall, connect and test all equipment, accessories, canduit, eables, wires, buses, grounds and sugport ite�s �.�cessary to ens�re a complete and operable airpoi�t lighting system as speci�aed here and sha�vn in the plans. The equiprrsent instaIIation and mounting shall comply with the requirernenis of the National Electrical Code and state and lacal cpde agencies having jurisdietio.n. The Conts�actor shall install the speciiied equipment in accordance with the applieable advisory circulars and the detaiis shown on ti►e plans. x. G�:,,c��l Ca�lr 1u��.�ilut4�,� R�quirements, The primary cabie shall enter the light base and �ranstarmer itousing as shar•.•n on the plans. Primary cable siack shall be pror+ided insi.dethe tight �ucture base as s�ifed in Item L-108. In general, enough slaek shall be ieft in the cable to permit installation abc��eground of the connections between the primar� cable and the isolating tratisformer primary leads. A similar length of pri.mary cable slacl� s�all be provided for any uncannected cable instailed in a�xture base can. When more than one (1) circ�it is 't�stalled within the lighting base, each cable shall bear its a�prnpriate circuit itlentificat� marker. The transfnrmer secar�dary Leads shall be connected to the lamp leads rvith a discannecting plug and receptacle. The seco.ndary connectian shal� not be taped; the cable coanecttons to the isolating �ansformer's isads shall b� made as specified in it�m L-108. Enc�s ofcables shall b� seal�d with heat shri�kabl� tubing until the splice is made to prevent the entranc� of ��isture. b. lnstall�ng Lfigf�t Fia�tu res si Existing Bases. At locations indicated on the plans, the Contc�ctor Gt�a�! install l�gh# fixtures at existiRg fixture bases. This shail include providing the foiiowing ,'�*ns, as :��=�ir�� �ncl directed by the RPR. �1) �'erno�e and salvage existing base cover plates. l,'d� 1�� y:.)�$(1 __�.� 4'�K.U�.... Wl� L ' l�.11ip*. ..!'L[1 LLi..i��'�i 11._� .,. _. Y IEj.� _./ CITY OF FORT WdRTH Allia��ce Airport T�iway P, Yhase 2 Technical Specifications L-125-3 Projee[Number 141300(} ltam L-125 lnstallatio3i of Airport Lighting 5ystems 1N1r;311LV cu14 Jla--- �1 �1K t��. !--^- ----_ �a. c.� �... ..�, Ni�Z,.. �..,.�.�.. .�....,r.v.._...... light fixture. {3} Clean out and refurbish the snt�rior of th� bases, including canduits. (�t) [nstall primaxy airfeld iigt�ting �irc4�it cahle. (�) Instalt fixture isoiat'rnn ri�n�_r'r�rm��: �i prrwr� specj_fied rating and wat�:--- (6) Instalf specified fixtures. c. Fixtwre Grnu�nd Requirer�enEs. All fixtures shall be bonded to the [[ght base internal grounci tug via a#�fi AWG �tranded capper wire rated for 504V with green XHHW insulation or a braided ground strap af equival�nt current rating. The ground wire tnust be of sufficient len�th ta altow the removal of the iight iixture from the li�ht base far routine maintenance. I.ight ftxture mat�ufacturer shall pruvide a mesns to attaeh the ground concEuctor to ttte f acture or ftxture hase plate, as applicable. d_ Demolition. At locations nQted on plans, existing light fixtures, bases, signs, foundations. .:ables ar�d other materials shall be removed. P�yment for demolished lights and signs +.nclusive of bases and fountiations, shall be made under this item as �arovided herein. �al�ageable materials shall he delivered to #he Ownet �a lvage area or disposed of as directed t,y the Owner. �. Li�ht Ins#allatioas In Nevw Concrete Pavement. Install light fixture bases in accordance �vith the general re�u�r�ments of paragraph 125-3.1, as shown on the plans, and as noted }lelow. Conduit attd base tr�nch shall be filled with a eoncrete siurry of well graded aggregate uux with a top siz� aggrcgate of one inch. This concrete s�all har+e a;ninirnum 28-day =��mpressi�e strength of 4,000 psi. The aggregat� and other material shall me�t the requirements oFP-610, Concrete for Miscellaneous 5tructures. See a�plicab3e detaiis show.n in the plarts. Li�ht bese setting and leveling jig shall not be remaved for 24 hnurs afterplacing ►he encapsuiation or until a hard sat has occuxred when using a high performance gro�t �ncapsulation. Aft�r installation of the light fixture, the azimuth of the light beam shall not uary more than +112 degree from the required direction, The elevation nf the lighi ftxture �utside edge shall be flush with the surraunding suriace elevation such that the eievation of �he iixture is nnt mo.re than -+�0 inches higher ihan nor -1/16 inch lower than the elevation of ihe pavement. If this toterance is not met, the Contractor shall, �t its own expense, remov� �nd replace the light base extension (top section) ta the satisfaction of the �ngineet. In •>uncrete light t�ases shall have one, two or more 2 inch threaded metallic hubs for axl required -:ond�it entnances, as indicated on the plans. Gtommated conduit emrances are strictiv ,arohibited exeep4 w�ere skiown on the plans. . %�ssemble the light fixture in accordanee with the �r�anufacturer's instruction-. G�.�t�ter_.t tine �eeondary ��eaci� of the transforrr�er to the fixture l�ads with a disconnecting p�ug and .�ceptacle conforming to AC I5415345 2b withaut taping the joint. [nstall a 1a.�np af the -�r�per rating in th.e fixte�ce. Level eaeh fixture as recommended by #he manufacturer. rnstall in accordaFtce with #he generaE requirarnents noted in paragraph 12S 3.1. i_ Ligbt Insta{lations Ie Ex�sti�tg Conerete Pavement. [nstall light fixture bases i� accordance �vith the generai requirements of pxragraph 125-3.1, as shown on the plans, and as noted k-�low. The pavem�ent core and backfili is included as part of �ase installatia� pay itern. �_ ���{� trenGh anr� hase c�re �ha11 �ie backfilled in accordance with applicabl��tSetails sh�awu i�r tn- al� ��- CITY OF FQRT WORTH - A[liance Airpart Taxiway P, Phase 2 Technica] Specificatious L-125-4 ProjectNumber Ia3�00 Item L-125 InstaYlation of Airport Lighting 5ystems 4--- i._.,�v,.: .i�..� 4i i�•� i��. i.u�� , R 1...,1�i.] �•[ - �- _t.. ���i ;! .I� i.v� I �u..a u. ,� �, s fmm the requirad direction. TF�e elc�atior� afthe light fixture outsid� �dge shall be f�ush w�th the surrounding surfaee eleYation such that the elevation of the fixture is no.t mor� than +0 inoh higherthan or -1/16 inch lower than the eieuation of tiie pavement. [f this tol�rance 'ts not met, the Contractor shaIl, at its own expense, remove and replace the fixture to the satisfaction of th� Engineer. In-pavement �ight bases shall have one, two, or more hubs for all required canduit entrances, a: indicated on the plans. Grammeted conduit entrances are strictly pruhibited except where shown on the plans. Assemble the �igk�t fixture in accordanae with the manufactur�r"s instructions. Connect the: s�condary leads ofthe twansfarm�rto th� fixture leads with a discannecting plug and recaptacl€ conforming to AC 1 SOf5345 26 without taping #he joint, Fnstal [ a[amo of thP prop�r r�titl� 1n t1� fixture. Level eaeh fixture a:s reeammended �y the manufactur�. . install in accordance with the general requirements noted in paragr�ph i�.� �.1. Assemble the light fixture in aceordance with the manufaeturer's instructions. ionneci iht secondary leads of the transformer to the fixture leads with a disconnecting plug an� reoeptacje conforming to AC 150/5345-2t wit[�out taping the joint. I�nstall a lamp ofthe graper ratinginthe fixture. Levei each �ixture as recommended by the manufacturer. Insiall in accordance with the general requirements noted in paragraph 125-3.1, 125-3.2 Testing. �3ecause certain componertts may be inaecessible after final ir►staliatian, ii�hting sh�ll +��� �currently �with insiallatioa. The airfield electr.ical installations shali be tested in accordarice �..:� :__ a_�uirements of item L-! i 1. Syst�ms T�sts shall also be conducted as specified i� ltem L-i i 1. Any systern installatinn errors ar ur�acceptable discrepancies of installa#ion sha�l be carrected to the satisfaction nf the RFR. a. Elevation aad Alignment. Lig�t unit installati.on pracedurEs s�iaS� be ehecked during construction and after the system has been compl�ted to determsne that the recornmendad fi�cture eleva#ian and ali.gnment is in accordance with design and manufacturer's isstalJation requ irerrm ents. b. Securing Screws or Eolts. Ali tixtu.ce securing screws or bolts shall be fightened in accordance witI� the mariufacturer's recommendations. � Llght C6�nnels �nd Lenses. Each light �xture shall be ehecked to detern3ine that the lenses and the channels in front af the lenses are clean anc� that the glassware is groperly arie�ted. All lights shall be fully tesfed by continuous operation for not less than 2�F hours as a completed systein priar to acceptance. The test sha11 include operating the constant current regulaior in eaeh step not l�ss than 10 times at the beginning and end of the 24-hour test. The iixtures shall illuminate properly duriz�g each pprtiQn of the test. 125-3.3 Shipping and Storage. Equipment shal] be shipped in suitable paaking �natez•ial to prevent da�nage during shipping. Store and maintain equipment and mat�rials in areas protected from weather and physical damage. Any equipment and materials, in the apinian nf the RPR, damaged during CITY OF FORT WORTH A(lianee Airpnrt Taxiway P, Phase 2 Technical Specifications L-125-5 Project Number LD3.000 Item L-125 installation ofAirport Lightiing 5ystetns construction or storage shall be replaeed by the Coniractar at no additional cost to #3�e owner. Painted or galvanized surfacas that are damaged shall be repaired in accordance with the manufacturer's recomi�nandations. 125-3.4 �Eevated and In-Pavement Lights. Water, debris, and othei� foreign substances shall be remor�ed prior to �nstalling fixture base and iight. A jig or holding device shall be used when installing each fight fixture to ensure pos�tioning to the propet elevation, a�ign�nent, Ievel controI, artd azimuth control. Light �ixtures shall be Qxiented wit1� the light beams parallel to ihe runway or taxiway centerline and facing in the requii•ed direction. Tfie outermnst edge of fixture shall be level wiih the surrounding pavement. Surplus sealant or flexible eznbedding material sha�l be rernoved. The holding device shall remain in place until sealant has reached iis initial set. METIiOD OF MEASUREMENT ���.1 '1 ho m�u�zh]i.�i �t i . 1T1F t`eN :i: .:_+?'ii.11..�?: '�. 3� :�lldl?` � a_I� S"�;j� .-- 11. ��? F :t;' �--�j -r.y -'.i ; restoration, to be p�id �r � u r rr nt�mn i I _'h �i. ,r; i+ ,�� • nn�T� ,��+_ �• nn� .� r1 aceepted by the RPI�. 1�'S-4.� The measurernen# of �x�st}ng ttems remUved �nd return�� to Uwn�r �o be pa,d sor shall Cse tne number per eaeh for ev��ry it�m remo�ed and returned, completed and accepted by the RPR. 1Z5-4.3 The measurement of items fur�is.hed and instalted to be paid for shail be the number per each for e�ery type af item furnished and installed, completed and aceepted by the RPR. 125-4.4 The measurement of items furnished to be paid for shall be ti�e number per each for e�ery type of item �furn,ished and accepted by t�e RPR. I25-4.5 The rneasurement of items installed to be paid fnr s��Il bP the number per each for ever� tyne of item installed and �ecepted by the RPR. 125-4.6 The messurement of items estab�isher_t ._ - -:��r. _•; :-., _-..-_._ ,: '.w . � i„ , `-� number per Eac�i fOr ever� � tyne Df item p5��n�,s� _r.�. m��nt€�inen ��a r�,: ;..-: _ :ci ._ ;n - ----..� :. �•; � ::e RPR. ]��-9.'7 i he measurement �i :te�+s r�pJac:,ci to h� u�.id for shall L�e th� numhe� pe.- ;: �ch mr �- ,r_ iv;. � n�' �f.;:r re�ls,�P i anc� .. {�; ! b_� tb� RPR. - �-�- - - ... . .,. - - - ' F' � - - - - � . ' . CITY OP FOIYl' WORTH Alliance Airport Taxiway P, Phase 2 Technical Specifications L-125-6 Praject Num6er 103000 Item L-125 Installalion of Airport Lightiug Systems r . _ R!:!:lLT:E[#!!1 � � . a . { r � � a s�.sr� o� �aYNtENT t�5-5.1 Fayment wi�l r- �=� �- -t, - --.. -�-� •-`,it r�i�- .- _ : ` - -;t.._� �::s►t c'•�moli�i�ed, including all remoWal, affsite dispasal and site resEoration, by the [.ontcacEer and accep�ed hy� the RPR. Paymen# wil! be made at the contract unit price for each complete unit remvved and returned ta Own.er by thE Contractor and accepted by the R�R. Payment will be made at the contract unit price for each camplete �lnit furnished and instaIIed by the Contractor and accepted b� the RPR. Payment wiii be made at the ...�ntrac# uni# pric� for each camplete unit farnished by the Con#rac#or and accepted by the RPR. Payment �ill be made at the cantract unitprice for each complete unit instafled 6y the Contractor and acce}�ted b� th� RPR. Payment will be mads at the contract u.nit price far each cample#e unit established, ma%niained and rerrkaved by the Contractor and accepted by the RPR. Paytnerrt will be made at the contract unit pric� for each complete uni# repIaced by the Cantractor and accepted by the RPR. These priees shall be fitlI campensation for fumishing aIl materia�s and for all preparatian, assembly, and installation of these materials, where anplicable, and far all labor, equipment. tools, and incidentaIs necessan• to camplete thi• it....i. . e . . r Payment will be made under: L-I25-5.1 L-125-5.2 L-125-5.3 L-125-5.4 L-125-5.5 L-125-5.6 L-125-5.7 L-125-5.8 L-125-5.9 L-125-5.10 L-125-5. I 1 G1TY OF FORT WORTH Tecluiica] Specificatio»s Remove F'i�ctura and Transformer, Reiuz`�a ta Owner Remove Light Base BIank Lid, Return to Owner Remo�e Sign and Transforiner•, Return to Owner Dema Sign Foundation Remo�e E1e�at�d Retror�flective Ta�iway Edge Marker, Aeturn to Owner Furnish and Install L-867 Base in New ShotiIder Pvmt. Furnish and Install L-868 2-Piece Ba�e in New �'ull Strength Pvmt. Furnish and Install L�867 Blank Lid Fu�•nisll and Install T.-868 Blanlc Lid Furnish L-850C Awy Seir►iflush �dge Fixture and Transformer Furnish L-$52C(�,) Bidirectioual Twy Centerline �"vcture and Transformer L-125-7 A[liance Airpor[ Ta7ciway P, Phase 2 Prnject Number t09000 Item L-12S installatian oPAirport Lighiing Systams L-125-5.12 �'urnish L�852D(L) Bidirectional Twy Ceflterline Fixture and Transformer L�125-5.13 Furnish L-852G(L) Rwy Guard Light �'ixtw•e and Transfoimer L-12S-5.14 Furnish I�-861 �'(L} Twy Edge �`ixture and Transfnrmer [�-125-S.IS Furnis� L-804(I..) Rwy Guaid Light Fixture and Transformer L-125-5.16 Furnish and Install L-853 Elevated Re�t�oreflective Taxiway �dge Marker L-125-5.17 Install Fixture and Transformer L-125-5 ,18 L-125-5.19 L-125-5.20 L-125-5.21 L-I25-5.22 L-125-5.23 L-125-5.24 L-125-5.25 �,-125-5.26 Furnish and Install L-SS8(I.) 1 Mod, Single �'�ce Sign, Tncl. �'oundatit�n �'urnish and Install L-858{L) 2 Mod, Single Face Sign, IncL Foundation Furnish and Tnstall L-858(L) 2 Mod, Double �'ace Sign, Incl. �'oundation Furnish and Tnstajl L-$58(L) 'a Mod, Single Fac� 5ign, Incj. Foundation Furnish andlnstall L-8S8(I�) 4 Mod, Single Face Sign, Incl. Foundatinn Furnish azid Install L-858(L) 4 Mod, Double Face Sign, IncL Poundation Relocate Distar�ce Remaining Sign and Transformer on New �'oundation ALCMS Graphic Modi�catians Replace Sign Panel Ar�•ay REFERENCES The publications listed below form a part of this specification to the ex�ent referenced. The public�tions are refez•red to within the text by the basic designation on�y. Advisory Circulars (AC) AC 1 5 015 3 40-1 8 AC 150/534a-26 AC 150/534D �0 AC 15015'a4S-S AC 150/5345-7 Standards �or Airport Sign Systems Maintenance of Airport Visual Aid Facilities Design and Installation Details for Airpot�t Visual Aids Circuit Selectar Switch Specification for L-824 Underground Electrical Cable for Airpart Lighting Circuiis AC I5p/5345-2b Specification for L-823 Plug a�►d Receptacle, Cable Connectors n r y rn�53A�3 �S n„o,.,�;,.,, n... ,.�, n�+t, �,,,a:.,.,+,... rn n nj� c.,,,�e.....� ���� Cj'I'Y OF FORT WQItTH Allia�sce Airport Tsxiway P, Phase 2 Tachnical Spec:ifieations L-125-$ Project Num6er 1034�0 Item L-135 Installa[ian of Airport Lighting Systems AC 15015345-39 AC 1SO/5345-42 AC 15015345�44 AC 15015345-45 AC 150/5345-47 Specifcation for L-853, Runway and Taxiway Retroreflec#ive Markers �pecification for Airpart Lsght Bases, 'I'ransformer Housings, lunctian �p�es, and Accessories Specification for Runvvay and Taxiway Signs Specification for Runwa�+ and 'Caaciway Light Fixtures Specification for Series to Series lsalation Transformers for Airport Lighting Systems . AC ISq15345-53 . Airport Lighting �quipment Certifica.tion Program . . . END OF ITEM L-125 C1TY OF FORT WORTH Afliance Airport Taxiway P, Phase 2 Technica[ Spec�ficatians L-Z25-9 PcojeetNumber 1030pQ � i � . ����� �I � ��������� ����F� �� Fort Wor�h Alliance Air�ort �or�s4rt��t��n �afe�� an� �hasir�� Plar� May 28, 202� �onstru��io�i ��fety anc# P��asii7g I�iaii �AXI1dV�Y � �'X��i��lON PbA�� Il Projec# fVo: bacument Title: Revision: Date: Client Name: Cli�nt No: Project Nianager: Author: WFXP7p�1 Conskruction Safefy and Phasing Plan May 28, 2021 Fort Warth All�ance Airport JohnnyJackson Thornas Mlselc ' �� � � � �� � File Name: C:lpw workdirldenOQ3ljeg,�misektld'E1609721Taxiway P- O�erall CSPP.docx Jacobs �ngineering Graup fnc. 1999 Bryan Street Suite 1200 Dallas, TX 75201 United 5tates T +1.214.638.0145 F +1.214.638,0447 www.jacobs.com (� Copyright 2019 Jacobs Engineering Group Inc. The concepis and information contained in this document are the propefty of Jacobs, Llse or copying of this dacument in whole ar in part without the written permissian oE Jacobs constftutes an infringement af copyright. Limitailon: This doaument has been prepafed on 4ehalf of, and for Ehe exclusive use af .lawhs' cllent, antl is subjest to, and issued In eccordance wlth, the pmvisions of the contract he4wean Jaoobs and the client. Jacohs accepts no liabllity oP [esponsihilkty whaisoauer for, pr In respect af, any use of, or rellance upon, this document hy any third pariy, �nnstruction �a�ef�r a��d PIti�s3ng Plan Con�enfs ; ,� �, _ � i � ,' _ Execut��e Summary..... .......................................................................................................................................... 1 �I. Coordination (Section 2.�j ................................�.,......,.................,,.....................,..,........,., 2. Phasing and C[osures(Section 2.6) ........................................................................................................4 3. Nauigation Aid Protection {Section 2.8) .....................................,........,...............,......,.,........,.....,.,........ 5 4. 5. 6. 7. S. 9. 10. 11. 12. 93. Contrac#or Access (5ection 2.9) ............................................................................................................ � Wi[d[ife Management (Section 2.?O) ................................................................_..,..................,...............,..7 Foreign Object bebris (Section 2.11 j ...................................................................................................... 8 Hazardous Material Management (Sec#ion 2.92) .................................................................................. 8 Notificakion of Constructian Activikies (Section 2.13j ........................................................................... 8 inspection Requirements {Section 2.74) .............................................................................................1� Underground Lltilities {Secfion 2.95J .....................................................................................................11 Penalties(Section 2.16j ..........................................................................................................................1'1 Special Canditions {Section 2.17)...� .....................................................................................................14 Runway and Taxiway Visual Aids (Section 2.18J ................................................................................. �I'I �{4. Access Roufes — Markings and Signage (Section 2.99} .....................................................................12 15. Hazard Marking, Lighting and Signa.ge (Section 2.20 & 2.21) ............................................................'[2 1G. Proiec#ion Runway and Taxiway Areas, Zones and Surfaces (Saction 2.22) ...................................13 17. Other l.imitations on Constr�ction (Section 2.23) ........................,.......................................................14 List af Figur�s �igure 1 � Organizational Char� ................................................................ List of Tahles ......................... 3 Tabl� 'i. Areas Affected by Construc#ion Activity ............................................................................�4 iable 2: iaxiway Safety and Object Free Areas .............................................................................. � iable 3: Runway Safety and Object Free Areas ........................�....,.....,..................................,,..,....� TahleA�: Pvints of Cantac# .................................................................................................................8 Appendix A. A�rport Diagrarn & Project Exhi6it ............................................................................................... 96 AppendixB, 2014 Airport �ayout P[an ..........................................................�...........,..,.....,..............................17 Appendix C. FAA AC 'I5DI5370-2G ....................................................................................................................'18 AppendixD. CSPP Drawings .............................................................................................................................19 AppendixE. Safefy and Securiky Notes ............................................................................................................ �0 AppendixF. Jet 61ast Exhibit ..............................................................................,.....,.................,,......,............... 21 �o�zsfruct�or� �a�efy a��d P���fnt� Piar� � r � � i i� 7he purpose of this repart is to provide design �nformation related ta the Taxiway P E.xtension projeci at the Fort Workh Alliance Airpo�t in For# Worth, Texas. �.lements of the design and information contained in ti�is report refy upon information pro�ided by CP&Y: o June 99, 2020 Taxiway P Extensian AutoCAQ plan shee# and base files frorrt CP&Y Any warrantylguarantee (expressed or impli�d) to the data, observations and findings in #he report is excluded to the extent permitted by 1aw. This report must be read in its entireiy, and excerpts are nof representati�e of the findings. The report has been prepared exclusively for the Fort Worth Alliance Airport and no liability is acc�pted for any use or reliance on the report by th�rd parti�s. �o��s#rk�ctic�Mi �a�et�r a��d l�i��s�nc� #�la�� ��������� �u��1��y Project Descrrpfion � � I� This document addresses the elements of the Taxiway P Extension Phase li project. T�e elements af the project inc[ude: 1. 5ite Prepara#ion 2. Demoiition of components af Taxiway P to be re-paued 3. Construction of new sections of Taxiway P 4. Instillatian of pavement marfcings �. Instillation of new taxiway lighting 6. Site Restoration Construction Safety Phasing Plan This Construction Safety and Phasing Plan (CSPP} was clevelaped in accordance with Federal A�riation Administration (FAA) Ad�isary Circular {AC) 15015370-2G, Operatronal Safe�y on Airporis During Construction for the Taxiway P Extension Phase II F'roject at Fart Worth Al[iance Airport (AFIN). This AC also includes an ou�line for the Safety Pian Campliance DocUment (SPCD) to be completed by the contractor awarded the construction of this project. Aviatian safety is the primary consideration at airports, especially ciuring construction. The airport operatar's CSPP and the contractor's Safety Plan Compfiance Dacument (SpC�} are th� pramary #ools to ensure safety compliance when coordinating construction �ctivities with airport operations. These cfoc�ments identify afl aspects of the construction project that pose a potential safety hazard to airpart operations and outline respecti�e mitigation procedures for each hazard. They must pro�ide information necessary for the Airport Operations department to conduct air�ield inspections and expeditiously identify and correct unsafie conditians du�-ing construction. All a�iation safety pro�isions included within the project drawings, cantract specifcations, and other refated documents must also be ref�ected in the CSPP and SPCD. Safefy Plan Complrance Document Requirerr�ents The Contractor s�ap submit to th� Owner's Representative in writing a detailed Saf�ty Plan Campliance Document (SPCD} for the CSPP in accordance with AC 9�Q15370-2G. Th� SPCD sha11 include, �ut not be limited to, installation s�quence of traffic contraE iiems, fence and gate installation, haul routes within the work zane, staging, storage and stockpile areas, pa�ement demolition and placement, electrical connecti�ity, NAVAIDs commissionmg and decommissioning, lockoutltagout procedures, Fareign Object D�briS (FOD} management plan, inciement weather management plans (i.e. trapical storm, hurricane, etc.) and activities assocEated wifh planrred runway and taxiway closures. The SPCD shall be submitted at least 14 calendar days prior to t�e start of construction. No work may comm�nce until the phase worlc plan is appro�red. The SF'CD shall also contain the following: A plan, by canstructian element and phase, far controlling construction equipment, personnel and vehicular mavements in �he AOA, The plar� must include material hau[ roads. The plan shall detail the general requirements contained in the CSPP. ��n$truc#ior� ��fety and Ph�s�rw� �ia�� � . I � ' � '� a.The Contractor shall provicie a respansible safety coordinator whase duty shall be to direct all construction traffic near acfive rurnrvays, taxiways, aprons, haul �oads, and highways. Pa�ed surfaces shall always be kep# clean and specifically must be kept free from ail debris that might damage aircraft. The Contractor shall ensure all trafFic cantrol and vuarning de�aces are properly placed, maintained and aperationa[ daily. 2. The SPC� shall discuss in detail any de�iations or topics that require additional detail in the CSPP. Should the SP�D include substantiv� changes tn the CSPP requested hy the Contractor, the SPCD must be submitted �5 days prior to the star� af work far the Airport ta obtain appraval of such changes from the FAA. The SPCD should be writfen to match the forrriat of the CSPP without duplicating information in the CSPP and should inc[ude all t�e supplem�ntal information that could not be inc{uded in the CSPP prior to award af the canstruction contract. Additionally, the SPCD s#�ouid include a general statement from fhe Cantractor indicating fhey l�a�e read and will abide by the CSPP -- the Contractor's statement shall include the name of the Contractor, tit[e of the praject, CSPP appro�al c�ate, and any reference ta s�tp�lemental information. For e�ample: I, <Nam� of Cantractor's Contract Signee/Company Name>, have read the iaxiway P �xtension Project CSPP, approved on �Date�, and wilf abide by it as written and with the following additions as noted: <fnser� 5uppleme�tal lnformatron>. Communicafions Plan The organizational chart an #he follorrving page outlmes the primary points of contacts and expected florrd of communication required throughout the execution of the project, CSPP and SPCD to ensure safie and e�cient operations, coordination of construction acti�it�es, planned airField closures and NAVAID outages. Figure'i -Organizational Chart �anskruc#ion Saf�ty ar�c� Phasin� ���n °�. C�o�dina�i�n (S�ction 2.�) � Is - � `_ a. Meetings Befare and During Project i. Pre�Construction IVieeting. Prior to the start af any operation on the airfield, a pre-construction conference will be hefd. The purpose of the meeting is to review the work sequence schedule and safety, op�rational phasi�g, quafity controllquality acceptance, and security pro�edures. A'ttendees will include the airport management and operations, �ragram manager, project manager, engineer, and ali contractor supervisory personnel. A basic outline of topies to be cavered at this meeting include: 1. Project O�erview 2. Roles and Responsibilities 3. Communicatians Plan 4. Airport Security and Badging 5. Construction Safety Phasing Plan 6. Safety Plan Compfiance �ocument 7. Construction CPM Baseline Schedule 8. Construction Management and Quality Control Plan 9. RFfs, Submitfafs I Shop Drawir�gs, Field Orders 1�. Labor Requirements 11. Civ�l Rights Requirement 12. Su�mittal ofi Payment Requests ii. Car�struction F'rogress fllleetings. Construcfion Progress Meefiings will be held on a weekly basis to address the followir�g items: 1, Operational Safe�y and 5ecur�ty 2. NAVAIDs I FAA �acil'ities 3. NOTAMs 4. Quality Control I Quality Assurance 5. Construct�on Progress 1 Schedule 13-week lookahead 6. Canstruction Issues 7. Administrati�e Issues b. 5cope or 5chedule Changes. Changes in the scape ar schedule of the project may necessitate revisi�ns to the construction safety phasing plan (CSPP). Revisions to the CSpP may require review and appro�ral by the airport, engineer, andlar FAA. c. Provisions for FA�4 Air Traffic Organization (A70] Coordinafion. Coordination with the FAA ATO will be directed through the A�'W Project Manager. Coordinati�n wil[ be made when scheduling airway facility shutdowns andlor restarts. The contractor shall coordinate with the AFW Project Manager regarding specific requirements related to shutdowns andlor restarts. ��r��tru�taor� �afety and �F�asit�g I�I�n �. �hasin� �nd Closu�e� (��c�i�n �.�) � - - ,.� �I �' ' Table �I � Areas Af#ected by Construction Acti�ity �hase i 2 Work Hours: o No restrictions �los4ire Closures: � Runway 16L.-34R during 1 B • Taxiway D between Taxiway P and Runway �6L-34R during 1A and 1B • Taxiway E between Taxiway P and Runway 16L-34R and Taxiway P between Phase 1 work area and parking apran during 9 C NAVAIDs Impacted: � 1fi1. and 34R ILS will be aUt of service when the runway is closed Work Hours: � Work within the work restriction area sha11 be completed during the nighttime worK hours af 10pm-6am unless otherwise approved by the airp�rt. 3 Closures: � Runway 16L-34R during 2B NAVAIDs Impacted: �'f 6L and 34R [LS will be out of service when the runway is closed Work Hours; � No restricfions Closures: � Runway 16L-34R during 3A • Runway �6R-34L during 3B � Runway 16L-34R and Runway 16R-34L. shall not he closed at the same time. NAVAIDs Impacted: 0 16L and 34R ILS will be out af service when th� runway is closed a. Mitigation of effects — Lighted runway closure x's, ]flw-�rafile closure barricades, guidanee sign ca�ers and PVC edge light masks will be utilized fo natify users of runway and taxiway clasures, if requir�d. NOTAMs will be put in place for all closures and shafl be coordinated 72 hours in advance with AFW Project Manager, Airport Operatians and 'RTCT. � �onstru€:tion 5�feiy ar�d I�hasing P�an �t i � � � l b. Taxiway Safefy Areas (TSAj and Ob�ect �ree Areas (TOFA). Cantractor shail not er�ter the TSA or TOFA of any acti�e taxaway vdithout prior coordination with the AFW. Project Manager, Airport Operations staff and ATCT. The TSA and TOFA dimensions for taxiways are s�awn on the pian sh�ets and in the Table 2 belaw. c. Runway Safety Areas {RSA) and Runway Object Free Areas (ROFA). Con�ractor shall not enter the RSA of any active runway withaut prior coorc�ination with the AFW Praject Manager, under escort by an approved escort, and prior eoordination with ATCT. The R5A dimensions for the Runways are shown on the plan sheets and in Table 3 bel�w. Table �: Taxiway Safety and �i�ject �ree Areas ` - -- �axiw�y Aifplane D��ign C�ro�p � TS�I 1Nidilti TDFA Wit1t�� � ■ � � I:1 -�_ AQG-V 21�4 feet 320 feet ADG-V 214 feet 320 feet ADG-V 214 feet 320 feet ADG-V 214 f��t 320 feet ADG-V 214 feet 320 feet Ru�tiway 16R-34L � 6L-34R Tab[e 3: Runway Safety and Object �'ree Areas Airplan� �esign �ro�p I I��A V�lidth ADG-V ADG-V 500 feet 500 feet RO�A 1Fhlid�h 80a feet 800 feet �. ��di�ati�r� Aid �ro��e�io� {���fi�n �.�) a. The Contractor shall protect taxiway and runway edge lighting and guidance signs during construction and hauling activities. �r �I��4��{�s`�� R'M{�I�s�'s+.�r7 ��6bl���11 ��Y} � ��nsiruction �afe#y ��ti� �k�asin� �#an � _ �r - '� � a, Ther� is one (1) access gates called oui on �he plan sheeis. The Contractor sha11 utilize the access gate called out on thE plans to iimit crossing acfi�e pavements to minimize interference with aircraft aperations. b. The con�ractor s�a11 alway� k�ep al[ gates locked or guarded, except for the brief pariod required for passage of autharized �ehicles and equipment. The cantractor m�st implement procedures jn #�eir SPCD to ensure that anly authorized personnel and vehicles have access to the AOA and to prohibit "piggybacking" behind authorized vehicles. c. The contrac#or shaq suppiy a�iafion band radias, sef to a predetermined fr�quency, for alf vehicles and equipmeni and to each flagman, and supervisory individual so ihat fhey may mflnEtor ATCT and Airport Operations instrtactions. All cammunications with ATCT shafl be thraugh the designated airport operations escort. i. The contractor shall monifor the common fraffic advisory frequency ii. Por�able hand-held radios shall be pro�ided to arty employees that may be flperating outside af their �ehicl�s ar equipment. iii. The cantractor shall be responsible for maintaining all radios at all time for the duration of the project. d. Location af Stackpiles Construction Materjal. �. The Cantracfor shali not utilize more than one staging area at ane time un�ess otherwise approved by the AFW Project Manager in acf�ance of construction. ii. 5tockpiles will be allawed in the contractor's dedicated stockpile area. iji. Stackpiies must be a minimurn of �00 feet from the runway centeriine, 160 feet from th� taxiway centerline, and 3fl feet from existing security fencing, edge lights and services road edge of pa�emen#s. iv. Stockpiles must be prominently marked and lighted during hours of restricted �isibility or darkness. v. Stackpile heights shall be restricted io 3 feet withirt the AOA and 15 f��t outside the AOA. Any stock�iles more than these h�ights shall require submission and approval af a 7�460. �i. Stockpile materials that becomes a wildlife attractant or a�'OD hazard shall be remo�ed ar r�located to a focation acce�atable to the AFVII Projecf Manager and Airport Opera#ions and in accordance with the Contractor's F�D Management P[an. e. Vehicle and Pedestrian Op�rations All persannel and contractor vehicles shall remain wi#�in the constr�ction area, along the designated haul route, or within the limits of the staging, storage and stockpil� ar�as. Afl vehicles shall be idenfified with a flashinglrotating amber light, 3-foot by 3- foot square flag with 1-foot 5quare orange and whife checkered board pattern, and with com�any logas on both sides of the �ehicle. Campany logos shall be �or��t�ucti�n �af�ty a�d PF�asing �lan _ . 'i �� � � �isible at a maximum distance of 200 feet. Flashing 1 rotating amber lights sY�all be in operatian during night operations, inclement w�ather and low visibility conditions. iii. All consfructian site personnel shall always wear high visibility warning garme�ts when working in the project area. Saf�ty garrnents 1 �ests shall be a minimum ofi C{ass II. i�. Access to the job site shall be through the designated security gates and haul routes as shaw� on the plans. �. No �ehicle shall be with�n the AOA unless identified as described herein, is monitoring appropriate radio frequency, and under the escort of a designat�d airport operations escort in eommunication with A7CT. �i. All construction rrehicles shall be tl�oroughfy ins�ecfied prior to entering the AOA and mo��menfi areas including safeiy checks of lights, horns, beacans, flags, and logos as well as checking tires, tail gates, etc. from foose debris, dirt, etc. in accordance with the co�tractors F'OD management plan. �ii. It is the intent of the constructior� drawings to minimize interference to aircraft movement. In active portions of the AOA, the aircraft shall ha�e the right-af- way, viii. During the perFormance of this project, fhe airport runways, taxiways, taxilanes, and aircraft �arking aprons shall rerrtain in use by a�rcraft to the maximum extent possible, Contractor's work sit� shall be contrfliled to minimize disturbance to the airport operations. Aircraft shall always have the righi of way o�er construction traffic. ix. Construction equipment and �ehicles shall not exceed 95 miles per hour within the A�A. x. Contractar, at its own expense, shall repair any damaged pavements to equal or better cor�dition because of the contractor's traffic and construction acti�ities. e. Escor� Requirements i. A!I non-radio equipped contractor vehicles that are required to operate on or across acti�e runways, taxiways, aprons, critical NAVAIDs areas, and runway approaeh and protection zones, shal{ do so �nder the direct control of an AFW approved escort �ehicie. A maximum of 4 vehicles per escart will be permitted, two escorts sha[I be required for can�oys greater than 4 contracfor vehicles. A�W wif[ not provide escorts. ii. S�e Appendix E— Safety and Securi#y Notes for additional requirements. �. �Vil�life Il�ana��r��n� (�e��io� �.'Oj a. Trash. AI� trash shaN be remo�ed frorr� the construction site daily. Food scraps shall be disposed of in a closed container. b. Standing Wa�er. 5tar�ding water shall be remo�ed from #he construction site within 24 hours. c. Tall Grass. The Cantracfor shall be r�sponsible for maintaining the staging area and �onstrk��tio�i �af�ty �r�c� #'I�as��� Pla�� ������ parking areas free from fall grass, d. Fer�c➢ng and Cates. The contractor shaq imm�diately repor� any damage to gates or fenc�s fo fhe airport. The contractor shall be respor�sible for repairs to any gaies or fences caused by n�gligence by the contracfor. 6. �. Disruptian of Wildlife Hahifiat. In the e�ent of a wildlife er�caunter within the A4A, the �o�eign �bjec� D�b�is (S�cti�n 2.'��j a. b. cantractar shall immediafely cantact airport operations. l. �. The contrac#or shall sweepl�acuum pavements adjacent ta work areas and accesslhaul routes continuously to keep pavement free of loose debris at all times. All closed pauement shall be clean�d fio all debris and inspected for FOD prior ta opening. Twa fully-fiunctioning �acuum swe�pers shall be maintained on site at all times construction operations are urfder way. Wazardou� I����ri�l �an�ger��nt (Secfion �.'2) a. Ground Vehic[e Fuefing. ]f ground vehicle fueling occurs within the canstruction area or staging area, fuel tanks shall not be topped off and ai�sor�ent material shail be readify available for small spills. Cantractor sha�l pro�ide spill containment resources in acc�rdance with the SPC� and focal, state and federal laws. b. Fuel spills or leaks shalf be cleaned up immediately. c. The encour�ter af hazardaus material is not anticipated, but if er�countered, fhe contractor shall notify the AFW Project Manager anc{ Airpart O�era#ions immediate[y of any pofenfially hazardous material. I�o���i���"ron of �on�tru�tian Actiditi�� (��c�io� �,�3) List of Responsible RePresenta�i�'es. The cantractor sha[I pro�id� a list of all paints of contaet respflnsible for project execution. The list shail cantain names, telephone numbers, and alternate contaets as required. Please see Table 4 for the [ist of point of contacts in�olued during construction, Contractor shall follow the organization flow chart pro�ided in this CSPP, or as amended during construction. All commur�ications s�all be directed �hrough ihe AFW Project Manager. iable 4: Points of Contact []rganiz�l�ar� F��f� Pow��t of Cor�tacl — - - -- � Fort W"orth Ailiance A�W Project Laur�:� �pence Airport Manager �ar�Eac# Info. Lauren.5pence@i�illwood.corr� �on�#ruCtion Safety and Pi�as�r�g Pl�r� s �CC��f11�8fi��1 6 Fort Worth Alfiance Air�art For� Warth Alliance Airpart Jacobs Engineering Group, Inc. Jacobs Engineering Group, Inc. Federal A�iation Administration Federal A�iation Administration Rc�le A�W Project Mgr. {NOTAMs} AFW Airside Operations Proj�ct Manager Engineer FAA Program Manager FAA DFW 5SC Manager ��Ini of �r�r1E�l�l Matt g�c�rra Johnny Jackson Al Ce{estain Raman Pinion She[by Bohmfalk i� � � � �O�1�SC,t I[lFo. Jahnn .Jackson 'acobs.com Alfred. Celesia i nCa��aco bs. com �ederal Aviation � ATCT Manager � Alex Montoya � alex.montoya[tDfaa.qo� Administration b. Notices to Airmen �NOTAi4�S). The airpor� shall initiate NOTAMS related to cor�struction activity as appropriate. The contractor shall coordinate closures a minimum of 72 haurs in advance to p�ovide. for f�mely initiation of NOTAMs. �m�rgenc� Natification Procedures. In a fife-threatening emergency, the contractor shal[ cal[ 911 imm�diately to initiate response. Notificafion to the AFW Project Manager, Airport Cornmunications Center (ACC — 713-845-8�55) shall accur immediately after this. All non-fife�threatening emergencies shall be repor�ed to ACC to ensure immediate ARFF response. d. Coordination with Aircraft f�escue artd �ire Fighting (ARF'F). Contractor shall coordinate any construcfiion acfivities requiring tarching, wefding, burning, etc. through the AFW Project Manager for appro�a{ by ihe ARFF Fire Chief. i. Any welding acti�ities on fihis project shall require a 1-hour fire watch in accordance with Airport, FAA and ARFF safety rules, regulations and procedures. Any deactivation of water lines or hydrants, rerouting of aecess rautes, ar use of hazardous materials on the airfiefd shaEl npt occur. However, if it does, the acti�ifiies shall be coordinated through the AFW Project Manager and approved by the airpor�'s ARFF personnel prior to �xecution of such activities. ii. Any afFected ARFF emergency rautes or alert locations sha[I be coardinated in advance with AFW Project Manager, Airport Operations and ARFF. Cantractar shall always provide a minim�m 20-fioot space between barricades along an �n�istruc�ian �afoty and I�Y�asina� P�an � � � edge of pavement ! shoulder closed io aircraft operatians in support of maintaining ARFF access ta the airtiefd d�ring construc�ion. iii. All construction aciiuities shalf be caordinat�d a minimum af 72 haurs in advance af planned work. e, iVotification to ti�e FAA. The contractor shall ensure, thraugh the AFW Project Manage� that an aeranautical study {7460) is perfarmet� on all eonstruction acti�ities (stockpiles, equipment, temporary and perman�nt structures) through the AFW Project Manager and appropriate FAA regional ar district officer prior to any construciion acti�ifies. i. No construction activities shal[ cflmmence on this project without FAA approval of the CSPP, sul�mission and approval of 7�46Ds, and submissian and appro�al of the Cantractor's SPC�. ii. Significant chenges to the GSPP during construction may require �-�submission of 7460s and revisions to the Contractar's SPCD. Any significant changes fo the CSPP will req�ire resubmiftal to FAA for appro�al. 9. In�pee�ion ��quir�rin�n% (��c�i�n 2.14j a. Daily lnspectfons. The contractar shall cor�duct daily inspect�ons to ensure conformance with the C�PP. Cantrac#or shall refer to and utilize Appendix D, Construction Project Daily Safety lnspection Checklisf, of FAA AC 15015370-2G included with and attached to this CSPP as Attachrr3ent C. i. Afl personal shall be checked daily for proper identification and airport badges, safety vests, �ard hats, foot, ear and �ye protec#ion, radio and cellular communication de�ices. ii. All �ehicles shall be checked daily for proper lighting, signage, markings, flagging, and ensure normal operatian including wor�Cing horns, lights, etc. All �ehides sl�all be inspected �n accordance with the contractor's �DD management plan and as describecE in this CSPP. iii. All barricades shall be checked by the contractor for signs of wear and tear daily and shall be repa�nted when deemed appropriate by AirporC �perations. All bar�-icades shal! be water filled and checked daily. 7he condition of lighting units shall be checked daily. All light �ixtures shal! be �erifiet� in operating condition and good working order by th� contractor daily, before the contractor always ceases operaiions for the day and during construction acti�ities. iv. All barr'icades shal[ be mowed at least once each week and the contractar shall sweep accumulated deE�ris and remarre and dispose of fih� debris ofFsite at a� approved disposal facifify in accordar�ce with the cantractor's FOD management plan. The baericades shall ihen be replaced at the appropriate locatian, v. All service road, apran, taxiwa�r and runway pa�rements used far hau�ing and trar�sporting operations, acti�e or temporarily closed, shafl be cleaned continuously, and prior to re-opening closed pavemen#s, by the contractor using ap�ro�ed vacuum tr�cks. m ��nstr��tion �a#e�y �r�d �I�asinc� P#ar� 10. 11, � Zr °� �. - -. +�Ii � _ b. Final Inspections. Closed areas sha[I be insp�;ct�d by the contractor and Airport Operations prior to openir�g to aircraft o�eration. i. AH dust, dirt and debris shall be removed from pavements in accordance with the contractar's FO� management plan. All service road, apron, taxiway ar�d runway pa�ements used for hauling and transporti�g operations, acti�e or t�mporarily closed, shall be cleaned continuously, and prior to re-opening closed pa�ements, by the contractor using appro�ed vacuum trucks. ii, All taxilane, taxiway and runway safety and object free areas sha[I be free of ciebris and exca�ations in excess �f 3-inches and grades mare than 5°l0 corrected prior to re-opening any closed pa�ements. Under�r�und �liiiiti�s (S���ion �'.'Sj a. Undergraund utiNities otherwis� not shown fln the plans to be removed are not [ikely to be encountered during construction, however the contractor shall �erify and locate a{I utility lines prior to the start af work. b. Any utilities encountered nat s�awn on the plans shail be reported by the contractar to the AFW Proj�ct Manager and Airport Operations immediatefy sueh that fhe utility can be identif�ed, logged and filed for later as-built and updates to the airpor�'s ufiifity master pfan. ��n�l�i�s (�ec�ion �.16) a, Any monetary �enalties assessed due to actions by the contractor personnel will �e the responsibility of the contractor. b. Penalties for non-eornpliance with airport safety procedures may include but are no� Iimited to a warning, remo�al of driving �rivileges or loss of access t� the AOA. �p�cial Condit��n� (S�ci�ion 2.9i) a. In the event of an emergency {aircraft accident, s�curity breach, etc.), tha contracfor shall immediately suspend all construction activifies and �acate the construction and staging area as required by the airport. b. Worit impacting FAA NAVAIDs may not proceed during the period from the �riday before the Thanksgi�ing Holiday through .lanuary 1, due to a national morato�'ium observ�d by F'AA Technica[ Operations personnel. �unrn�ay �nd ���iw�� l�i�u�l �ids (S�ctior� �.9�j a. �eneral. The closure of airField pa�ements shalf be ciearly defneated by low profile barricades to creafe a barrier between th� aircraft and vehicle mo�ement areas and construc#ion areas. m C�ns�ru�t�orti Saf�ty arrri F�t�asin� P�an - i1 � y � b. LockoufiJTagout. Any electrical work shall b� performed in accordance with the contractor's approved logout 1 tagout procedures pro�ided in the SF'CD and sY�all be coordinated 72 hours in advance with AFW Project Manager, Airpork Operations, ATCT and Airport Electrical and Maintenance personnel. e. Mar[cings. Temparary marEcings arE not anticipated to be required. Any markings remov�d or damaged because of the Contractors activities shafl be restored tn their origina[ condition at the e�pense af the contractor. Any markings required to be obliferated because of planned continuous closures shalf be restored in accordance with FAA Specification P-fi20. d. LigMting and Visual NAVAIDS. The Confractor shall protect all runway, taxiway, taxilane, and apron edge lighting and guidance signs, and remain clear of the Gfide Slope, ASOS, R7R-A aneE RTR-D critical areas during construction. The Contractar shall either remave and re-insta[I, provide temporary co�erings, �r install temporary circuit jumpers and co�erings of airtield signage and lighting as shown on the plans within and leading to ciosed pauements and shail be appro�ed by AFW Project Manager and Airport Operations in ad�ance of construction activities. T�mporary circuit jum�ers shall be installed in conduit, placed along the barr�cade lines on the pav�ment surface and secured, and shall �e marked with e[ectrical hazard warning ta pe. e. Signage. Temporary airfield guidance signag�, other than construc#ion access and haul route signage, is not anticipafed to be rec�uired for this project. Any guidance sjgns leading ta closed pa�ements sha11 be de-energized and sign legends coverec�. Temporary orange construction signs with black letfering reading "CONS7RUCTION AHEAD" will be e�aluated on a case�by-cas� basis by AFW Airport Operations. Signs will be locafed autside the taxiway safety limits and ahead of construction areas, sa piEots can take timely action. Mandatory signs will take precedence o�er orange construcfion signs. 14, Ac��s� �ou��� — lUl�r�in�s �nd �ign�g� (����i�n Z.19) a. Access to the job site shall be thraugh the designated gates and I�aul routes as shown the plans. Access gates to specific wark areas shall be strictly adherec� to minimize crossing acti�e airfield pa�ements. b. 5ufficient barricades sl�all be pfac�d end-to-end to create a barrier between the aircraft and �ehicle movement areas and canstructian areas. A minimum 12-foot space along the edge of pa�ement 1 shoulder shafl be provided to maintain AR�� access to the airfield and closed pavement areas. °I5. Wazard ��e�king, L��I��in� and �ign�g� (S���i�� �.�0 � �.�') a. Areas Impact�d by Constructian Operatians. i. Sufficient low-profile barricades wi#h red flashing lighting shall be insta[led to iP.� �����#ruc#ian ���ety ar�� Ph�s�n� Pla� � i � � � • 1 d�:lineate the work sife. This Es intended to pre�ent airc�aft from entering tl�e work site and to prevent constr�ction personnel from entering areas open to aircraft. ii. At a minimum, hazard markings and lighting shal! be pro�ided to identify open excavation and stock�i{ed mat�rial. b. Afl vehicles and equipment shalf be identified flashinglrotating amber light beacon, 3 foot by 3-foot square fiag with 1-foot square orange and white checkered board pa�t�rn, and with campany logos on boti� sides of the �ehicfe. Flashing 1 ratating amber lights shall be in operafian during night operations, inclement weather and low�visibility conditions. c. All �all equipment more than 12 feet and cranes shall be equipped with red obstruction fighting, in addition �o the orange and whi�e checked flags, and shall require submission and appro�al af a 7460. All cranes shall be lawered when not in operation. d. Af{ construction siie personnel shall always wear high visibifity warning garments (m�n. Class II) when working in t�e project area. e. l.ightit�g equipm�nt shal[ be pro�ided to adequately illuminate the work area if fhe construction is ta be perforrrled during nighttime hours. L.ight towers shall be positioned and adjusted to aim away from ATCT cabs and active runways ta prevent blinding effects. Nighttime hours of operatian shall be defined as 1 hour before official sunset and 1 hour after officia� s�nrise. 16. �'r�oir���ion �ur�rn�a�+ and ia�i�ray �r�as, Z�ne� and �u�aees (��c�ri�� 2.2�j a. Runway Safety Area (RSAj. Wark within the RSA of any Runway shafl req�ire closure of the runway. Elevated Lighted Runway Closure X's shall be placed at each end of fhe runway, on top of the runway designatians, when the runway is closed to aircraft operations. L.aw-Profile Barricades and Taxiway Closure Markers shall be placed at the holding position on each taxiway connector that leads to a runway when the taxiway is closed, and the ru�way is active. Na work shall be perFormec� in the RSA when the runway is opened to aircraft operations. No equipment or stoc[cpil�s shall be permitt�d in the RSA when the runway is acti�� and opened to aircraft operations. b. Runway �bject Free Area (�OFA]. The work site shall be delineated by barricades or o�her means appro�ed by the airpart. The contractor personnel shall be Eirr�ited to the identified work areas. Work acti�ities within the ROFA shall be limited and caordinated 72 hours in advance with A�W Project Manager, Air�or� Operations and ATCT. No equipment or stockpiles shall be permifit�d in ihe ROFA when the runway is acfii�e and opened to aircraft operations. c. Taxiway Safety Area (TSA). The work site adjacent to the TSA shall be delineated by 13 �4i�s#ruction 5afety �nd �h�sin� Pl�n I ,s 'i i ; • barricades or other means approved by the airpar�. The contractor persor�nel shall be limited to the identified wark areas. Work w�thin the TSA shall require closure of th� taxiway. Na wark shall be perFormed within the TSA when the taxiway is acti�e and opened to aircraf� operatians. No equipment or stackpiles shall be permitted in the TSA wlien the runway is active and opened to aircraft operations. d. Taxiway Object Free Area �TOFAy, 7he work site adjacent to the TO�A shall be defineated by barricades or other means appro�ed by the airport. The cflntrsctor personnel shafl be limit�d fa th� identified work areas. Work activi#ies within �he TOFA s�al{ b� limited and coordinated 72 hours in advance vtirith Airport Operations and ATCT. Nc� work shall be performed within the TO�A when the taxiway is acti�e and opened to aircraft op�rations. e. Obs#acle �ree �one (OFZ). The cont�actor staging areas, haul routes, and wark sites are au#side the OFZ. Haul routes shall �e coardinated in ad�anc� with AFW Project Manager, Airport Operations and ATCT. 7he contractor personnel shall be limited to the identified work areas and shall cross through the OFZ unless under escort by Airport Operafions and appro�al of ATCT. No penetrations ofi the OFZ shall be permitted when the runway is active and opened to aircraft operatians. in the event construction acti�ities are required within the OFZ, cantractor shali caardinate closure of fhe runway with AFW Project Manager, Airport Qperations and ATCT a m�nimurn of 72 hours in ac#vance of planned constructian acti�itEes. Approach and DeparEure Surfaces. The contractor staging area, hau{ route, and work site are outside the approach and departure surfaces. Na work shall be permitted with the approac� or deparkure surFaces when the runway is acti�e and opened to aircraft operations. No penetrations of the approach and departure surfaces shall be permitted. In the e�ent construction acti�ities are required �vithin the approach 1 departure surFac�s, contracior shall cnnrdinat� closure of the runway with AFW Praject Manager, Airport Ope�atians and ATCT a minimum of 72 hours in advanee af planned canstrUction acti�ities. 17. �th�� Limy��iion� �n �on��e�uc�i�n (S��tion �.2�) a. Prohibitians i. Constructian equipment exceeding a height of 12 feet is prohibited unless a 7460-1 determination lefter is issued for a taller equipment and appro�ed by FAA. ii. The use of open flarnes, toreF�ing or welding is not allowed unless a�aproved in advance by ARFF Fire Chief. iii. The use of explosi�es is not allawed. b. Restr�ctions i. A1[ construction oparations, ha�ling, and transporting acrass active runways shal[ be under control of a designated airport operatians escort. Ap radio cammunicatians with ATCT shall be made by tha designated airport operations escort. 14 �o�astruction Safiety and Phasirr� F�lan � �__i I � i� �� I� � _,',,I ii. All cons�ruction acti�ities shall be hafted in th� e�ent weather conditians require SMGCS operations. Constructian acti�ity wil{ be permitted to r�sume at such tirrme weather candiiions are fa�orable far normaf air{�ort opera#ions. 15 ��ns�r�iction �af�ty a��� ��asae�� PlaFr App�ndi� �. �i�p��t �ia�ra�n � P��j��� �xhi�i� _ . � � aocu�r��nt No. 1135tlHd NOISN�1%3 d AVM�fNl uss�. �r.�'Haaonnino-� •an�9 ]oNtllnv Lx� ltrodam aowmnv cuna+A iao� oia E'o3o3ns61 I2N.Y � G� �ifi a �� �z UWµ.� d' �jR O q$ oa� ���o ����s� �m��$� � ���� ���� � � m � � � � �&�a i��� � � � �"'og �r�� ; � � � � � �s. � ���� �'�Nx g o a � � �. � g�<����m� o a o������ {y � ���� W�W 2 n r- [G5� p �.�o� � s � " .� �i �m Z T �OVI � F� � � u �' ry � �4 < � O z�li�� ��Su � N � z $ � � � � q�jF � � F F� y��� � � � � ���� w���9 � � � �wry � a�s` � < i�v� ���� � V=1 .- N ai N 0 � - l ' � I � I� I I I� �� I � '� I '� � li �� I9NJl l I � ��� '�I �I ���I� I Ntnd inoAv� l��raad ar�v zoa.u�o� A�n�ns �� �I — -- 9 Mli I I I I 11 ; i I ill ; �� ,�§• : � ���I � i� I� I� � � �� �� � � il . '' u are ao� � � � p N Y' � ,O� � a N � � �� 4 � � � c �� `� = �� � - �' €! a' — . _ �,ki'� 1, I ' �e I +-' .Miy k.x �� � — � ' � i i ' I �Y' ?ti'k�'rh � -I i I I I I I'I � I ''" , i � �� 1 . . '�';f, 1 i' i �� �� "�.. '� i' ,i .� � '�'�x � ' � � � � ����1 ' � � � _ , � ����j� � �� I � ' �� � I s �I� 1 � �I��. I , i ��� .� �� I � 5'� � I . � . : i'� +; � � __ I � I Ili ���� I�. .�,'— _ µ`�_ „�� _ �� � li� .���„ 3i � � ���� �'L�� �k � I � '�i_'II � I��I; � ��1� p �� � x � , i � I� '� I � 'i�_°�;1��=' �.�� Y�. � �� i i� �,i ,�:� ' �, � � B � �'� ! �# I �� � I �'~?������' -- � � l � � �I i , ._��� �3 � � � I�= ,�I � �� II � ,,�: ' _;i i° ;r' '{�� �' I � I� � f I I II I 'II' � . � f� "°� � I` . � , � � ; I � � � -� i. � � I�' �.� .ii� `�' .J:'+� '�,� .' ��' I —o,wi i—� � :i.wi �I � �' -i i �� .�� I I f I � �Il,. ��� �� . ���_ ` �� �' �' � .�� � �:,��r. _ � --����� ' p� � � i ` '°� � � ;� - � ;;,�;� ,. ' . � � .�� - il . j ; , I , .�. ,� ��_ � I � � 1I �� �� �� . n:. �,��;' ' t, - - � � � �� i � � ��� ��� �: �. _. �i, � r,: �., � � I �,��- =�� � �� � - �{ i �� �i� , 0 r� .� � �� _ ��, �,�� �� � � , � ���,i��, ( � — i \.. f� f � � ��4 �`I ' I If J�� ,�� � j� �� ��r—`�--���; i 1 —���. _� � — ;� ;� . ;�, � � � ��' � � � , � � �, i� ' � ..%,�r�` i i � ---, �;t i �, �. „i r -� , i I,,;�- _ � � , �, �j�'� f J \ i� I t4 III ' 1 I + \� ` I �� ���� _ /� �� o ao o �� � ' II J` f + � � �._�`� r� ' • _�___ _ � --'��' 4 �-� ��� � �°-��:��= ,;, . ,.., ; ,_, �t/ �.;.�.: ;- {• � ~� iF � � �o�st�uction �afet� a��d Phasing Pl��� �ppendix �. �0�� A�rp�rf �ay�u� �lan �- - � �� '� bocurnent Nn. 20086 FORT WORTH ALLIANC�(AFW) AIRP4RY DIA�RAM AL-691S (FAAj FORTWORTH,TEXAS ATIS CAUTION: BE ALERT TO RUNWAY CROSSING CLEARANCES. � 26.q2g READBACK OF ALL RUNWAY HOLDING INSTRIJCTIONS IS A�Q.UIRED. ALLIANCE TOWER 135.15 257.9 F�E�p 120,825 (F{ELICOPT�RSj ELEV GND �ON 723 132,65 3Q6.2 .;,�L� CLhfC D�t x�� �A�� 128.725 ELEV� 33°a�'N � f7 � N N N D b Z7 N O N O N 0 � � N 0 N � 721 � o� � L 0 � ��� i W a� rv�j 4 �Q JANUARY 2020 ANNUAL RATE OF Ch{ANGE 0.1 ° W 32°39'N o %` HANGAR� I � � � � `'K � ' � b ` � ' ; K:� �:.: �� � �, � � .�17''YY; l� � � `I 1 f7 x 1 � � O � :�- �� 0 .� G � U � CARGO .� APRON � � � F DE-ICE�� i � � RWYS 16L-341t,16R-34L PCN 82 R/B/W/T D-2Qb, 2D-440, 2D/2D2-87Q AIRPORi DIAC�RAM 20086 �LEY, b65 TERMINAL � / FEO � Idt=1- I AXI �� � I�ilAh�l� � 836 �� � HANGAR � i � � �,3 �_� o. I-{A�lGARS .� � �� �� � , A ,�; � �': : � �4L 3�R� �LEV , 6b4 FORT WORTH, TEXA5 FOR7 WORTH ALLIANCE(AFW) N 0 N i- a � 0 N a r-� N O N � a ¢ N N N U � ����st��ctiorti �afoi�r and �i��sir�� Pian r4pp�ndi� C. �'�� �� ��f11�37d�2� . ! i flocument No. � U.S. Department of Transportation F�deral A�iatian Administrat➢on 1 � � •. C�r����� Subject: Operational Safety on Airports During ConstrLi.ction 2 3 Date: 12113I2017 AC No: 15015370-2C� Inifiated By: AA5-I00 Change: Purpose. This AC sets forth guidelines far operationaj safety o� airports during construciion. Cancellation. This AC caneels AC 150I5370-2F, Oper�atiortal Safety o�a Airporis during Const�uction, da�ed September 29, 2011. Application. This AC assisis airport operators in cannplying with Title 14 Code of Federal Regulatians (CFR) Part 139, Certifrcafion ofAi�ports. For ihase certificated airports, this AC provides one way, but not the anly way, of ineeting those requirements. The use of this AC is rnandatory far thos� airport constr�ctian projects receiving iunds under the Airpart Improvement Progxa�x�. (AIP}, See Grant Assuranee No. 34, Policies, Standards, and Specifrcations. While we do not require non-certificated airports without grant agreemenis or airports using �'assenger Facility CI�arga (PFC) Prog�rana funds for construction pro�ects to adh�re to f.hese guidelines, vwe recommend that th�y do so to help these airparts m.aintain operatianal safety during construction. 4 Related Docunnents. ACs and Orders refere�ced in the text oi'this AC do not include a revision letter, as they refer to the latest version. Appendix A cantains a Iist of reading material on airport cans�ruction, design, and patential safety hazards during construction, as well as instructions for obtaining these docu�nents. Principal Changes. The AC incorporates the following principaI changes: 1. Notification about impacts ta both airport owned and FAA-owned NAVA,�Ds was added. See paragraph 2.13.5.3, NAVAIDs. 12/13/2017 AC 150/537Q-2G 2. Guidance for the use of orange constructian sig�ls was added. See paragraph 2.18.4.2, Teinporary Signs. 3. Open trenches or exeavatiar�s rnay be permitted in the taxiway safety area while the taxiway is open to aircraft operatians, subject fa restrictions. See paragraph 2,22.3.4, Excavations. 4. Guidance far tezz�porary shaa�tened ��unways and displaced thresholds has heen enhanced. See Fi�ure 2-1 and Figure 2-2. 5. Figures have been irr�proved and a new Appendix F on the p�ac�ment of orange construction signs has been added. Hyperlinks (allowing the reader to ac�ess documents located on ihe ini�rnet and to maneuver within this document} are pror�ided thraughout this docuinent and are identified with underlined text. When navigating within t1�is document, reiurn to the previaysly viewed page by pressing the "ALT" and " F-" keys simultaneously. Figures in this docuinent are sek�ematic representations anc# are not to scale. 6 Use of Metrics. Throughout this AC, U.S. custonnazy units ace Lised faliowed with "soft" {rounded} conversion to mel:ric units. The U.S. cusiamary Units govern. 7 Where to Find this AC. You can �iew a list af all ACs at l�ttp://www.faa.�ov/re�ulations�ojicies/advisor�_circulars/. You can view the Federal Aviation Regulations at htt ://www.faa. ov/re ulations olicieslfaa re latians/. $ Feedback an this AC. I� you have suggestions for imprc�ving this AC, ynu may use the Advisory Circular Feedback form at the and of this AC. � n R. Dermo y Director of Airport Safety and Standards ii 12/13/2017 CONTENTS Paragraph Ac �sa�s3�a-zG Page Chapter 1. Planuing an Airfield Canstruction Pro,jec� ......................................................... l-1 1.1 Overview ....................................................................................................................... 1-1 1.2 Plan %r Safety ...............................................................................................................1-1 1.3 Develop a C�nstz�uction Sa£ety and Phasing Plan (CSPP) ............................................ 1-3 1.4 Who Is Responsible fnr Safety During Construction? .................................................. 1-4 ChapteC 2. Construction Safety and Phasing Plans .............................................................. 2-1 2.1 Ovet�v iew . ......... ................. ............................................................................................ 2-1 2.2 Assurne Respansibiljty .................................................................................................. 2-1 2.3 Submit the CSPP ........................................................................................................... 2-1 2.4 lVleet CSPP Requirements ............................................................................................. 2-2 2.5 Coordination .................................................................................................................2-6 2.6 Phasing .........................................................................................................................2-7 2.7 Areas and 4peratians Af�ected by Canstruction Activity . ........................................... 2-7 2.8 Navigation Aid (NAVAID} Protection ....................................................................... 2-11 2.9 Conttaetor Access . ...................................................................................................... 2-11 2.1Q Wildlife Manageinent . ................................................................................................ 2-15 2.11 Foreign Objeet Debris (FOD) Management . .............................................................. 2-16 2.12 Hazardous Materials (HAZMAT) Mana�ement ......................................................... 2-15 2.13 Notificatian af Canstruction Activiti�s ....................................................................... 2-I6 2.I� Inspection R�quirernents ............................................................................................. 2-18 2.I5 Undexground Utilities . ................................................................................................ 2-19 2.16 Penalties ......................................................................................................................2-19 2.17 Special Con.ditions . ..................................................................................................... 2-19 2.18 Runway and T�iway VisuaI Aids . .......................................................................... 2-19 2.19 Marking and �igns for Access Routes ........................................................................ 2�29 2.20 Hazard Marking, Lighting and Signing . ..................................................................... 2-30 2.21 Work Zone Lighting for Nighttime Construction ....................................................... 2-32 2.22 Pro�ection of Runway and Taxiway Safety Areas . ..................................................... 2-33 2.23 Other Limitations an Construction . ............................................................................ 2-3'1 iii I 2/13/2017 Chap�er 3. �uide[ines for Writing a CSPP ....................... 3.1 General Requir�ments .............................................. 3.2 Applicability of Subjects .......................................... 3.3 Graphical Represet�tations . ...................................... 3.4 Reference Doeuments . ............................................. 3.S Restrictions .............................................................. AC 15015370-2G .......................................... 3-�1 .......................................... 3-1 .......................................... 3-1 ..................................................... 3-1 .................................................. 3-2 .................................................. 3-2 3.6 Coordination .................................................................................... 3-2 3.7 Phasing ..........................................................................................................................3-2 3.8 Areas and Operations Affected by Construction . ......................................................... 3-2 3.9 NAVAID Protection . .................................................................................................... 3-2 3.10 Contractor Access . ........................................................................................................ 3-3 3.11 Wildlife Man.agement . .................................................................................................. 3-4 3.12 FOD Manageinent ......................................................................................................... 3-4 3.13 HA.ZMA,T Manageinent .............................................................................. 3.14 Notification of Construction Activities ....................................................... 3.15 Inspection Requireinents ............................................................................... 3.16 Undergrounci Uti�ities . .................................................................................. ............ 3-4 ............ 3-4 ............ 3-5 ............ 3-5 3.I7 Penalties ........................................................................................................................3-5 3.18 5p�cial Conditions . .......................................................................................................3-5 3.19 Runway and Taxiway VisuaI Aids . .............................................................................. 3-6 3.20 Marking and Signs for Access Rautes . ......................................................................... 3-6 3.21 Hazard Marking and Lighting . ..................................................................................... 3-6 3.22 Worfc Zone Lighting for Nighititne Construction . ............................................ 3.23 Protection of Runway anci Taxiway Safety Areas . ........................................... 3.2q� �ther Limitations on Construction . .................................................................. � 3-7 3-7 Appertdix A. Related ReacEing Material ................................................................................ A-] App�ndix �. Terrns and Acro�yms ........................................................................................B-1 Append'Ix C. Safety and Phasing Plan Checklist .................................................................. C-1 Appendix �. Construction Project Daily Safety Inspection Checklist ............................... D-1 Apperld'Ix �. Sample Operational Effects Table ....................................................................E-1 Appendix �'. Orange Coustruction Signs....... ........................................................... F-1 iv I2113/2a1'i FIC�URES AC 15Q/5370-2G Number Pa9� Figure 2-1. Temporary �'artially Closed Runway ........................................................................2-9 Figure 2-2. Temporary Dispjaced Threshold .............................................................................2-10 Figure 2-3. Marlcings for a Te�nporarily Closed Runway .......................................................... 2-21 Figure 2-4. Teinporary Taxiway Closure ................................................................................... 2-22 Figure 2-5. Temporary Outboard White Thresk�old Bars and Yellovsr Arrowheads .................. 2�24 Figure2-6. Lighted X in Da�ime .............................................................................................. 2-26 Figwre 2-7. Lighied X at Night ................................................................................................... 2-26 Figure 2-S. Interlocking Barriaades ................................................................:.......................... 2-31 Figure 2�9. Low Profile Barricades ...........................................................................................2-32 FigureE-i . Phase I Exam�le .......................................................................................................E-1 FigureE-2. Phase II Example ......................................................................................................E-2 FigureE�3. Phase III Example .....................................................................................................E-3 Figure F-1. Approved Sign Legends ............................................................................................�`-1 Figure F-2. Orange Canstruction Sign E�arnple 1 .......................................................................F-2 Figure F-3. Orange Constructioz� Sign Exarnple 2 .......................................................................�'-� TA��ES Number Table A-1. FAA Publicatzons .......................................................................................... Table A-2. Code of Federal Regu.lati�n ........................................................................... Table B-1. Terms and Acranyms .................................................... Table C-l. CS�'P Checklist ............................................................. Table D-1. Potentially Hazardous Conditions ...... .......................... Tabie E-l. Operational Effects Table ............................................. Table E-2, Runway ancf Taxiway Edga Protecti�n ......................... Page ..... A-1 ..... A-3 ..... B-1 ..... C-1 ..... D-1 ................................... E-4 .............................................E-6 Table E�3. �'rotection Prior to Runway Threshold .......................................................................E-7 u 12/13/20I7 Page Intentionally Blank AC 15015370-2G vi 1 211 312 0 1 7 AC 150/537D-2G CHAPTER �I. PL.ANNING AN AIRFI�LD COIVSTRUCTION PROJECT 1.1 Overview. Airparts are cornplex envirantnents, and procedures an.d conditions associated vvith construetion activities often affect aircraft aperations and can jeopardize operationa� safety. Safety cor�siderations are paramount and may make operational impacts unavoidable. However, care�ui plannir�g, scheduling, and coordination of construction activities can mii�imiz� disruption af normal aircraft operatians and avoid situaiions that compromise the airport's opez�aiional safety. The airport operator must understand how canstruction activities and aircraft operations affeci one another to b� able to develop an effective plan to complete t�e project. While the guidance in this AC is primarily used far consrruction operatinns, the concepts, methods and procedures described may also enhance the day-ta-day airport rnaintenance operations, such as lighting maintenance and snow removal operations. l .2 Pl�n for Safety. Safety, maintaining aircraft operations, and constructzon costs are all interr�iated. Since safety must not 6e compro.�nzsed, the airport operator m�rst strilce a balance be�ween rt�aintaining aircraft operations and construetion costs. This balance will vat'y widely depending on the operational needs and resourc�s of tha airport and will require early coordination wit�i airport users and the FAA. As the project design progresses, the nscessary construction locatians, activities, and associated cosis will be identified and their impact to airport operations must be assessed. Adjustrnents are made to the proposed construetian activities, often b� phasin� the project, andloz to airpart operations ta maintain operational safety. This planning effort will ultiiinately result in a project Constrruction Safefy and Phasing Plan {CSPP). The deve�opment of the CSPP takes place ihrouglt the follov�+ing five steps: 1.2.1 identify Affected Areas. The airporE operator must determine tIae geographic areas an the airport afFected by the construction project. Some, such as a runway extension, will be defined by the project. Others rnay be variable, such as tk�e lacation of haul rautes and material stockpijes. L2.2 Describe Current Operations. Identify the narrnal airport operations in each affecteci area for each phase of ihe project. This becomes the baseiine from which tl�e impact on operations by cansiruction acti�ities can be measured. This should inelude a narrative of the typical users and aircraft operatzng within the aff�cted areas. It should also include information relafied to airpori operations: the Aircraft Approach Categary (AAC) ar�d Airplane Design Group {ADG) of th:e airplanes that aperate on each runway; the �DG and TaYiway Design Group (TDG)� far each affected taXiway; designated approach visibility minimums; � Find Taxiway Design Group information in AC 150/53[1Q-13, Ai�'poi't De.Sign. 1-1 12/13/2017 AC 15Q,�5370-2G available approach ancf d�parttue procedures; most derz�anding aircraft; declaz•ed distances; available air traffic control ser�ices; airport Surface Movez�►ent Guidance �nd Control System (SMGCS) plan; and oihers. The applicable seasons, days and tinnes for certain operations should also be identified as app[icable. 1.2.3 Allow for Teinporar,�anges to Operatians. To the extent practical, current airport operations should be maintained during the construction. In consUltation with airport users, Aircraft Rescue and Fire Fighting (ARF'F) personnel, and FAA Air Traffic 4rganization (ATO) personn.el, the airport op�rator should identify and priaritize th� airport's most �mportant operations. The constructian activities shou�d be planned, through project phasing if necessary, to safely acco�nmodate ihese operations. When ihe construction activities cannot be adjusted to sa�ely �naintain current operations, �egardless of th�ir importance, then the operations must be revised accordingly. A��owable changes include te�nporary r•evisions to appraach procedUres, restricting cerfain aircrafi� to speci�c runways and taxiways, suspension of certain operations, d�creased weights for some aircraft due to shortened runways, and other changes. An example of a tabl� shovving ternporary operations v�rsus current operations is shown in Appendix E. 1.2.4 Take Required Measures to Revise Operations. Once the level and type of aircraft operations to be maintained are idantiified, the airpart operator must determine the zneasures required io safely conduct the plarmed operations during the construction. These rneasures will result in associated cnsts, which can. be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operatzoris. Analysis of costs ixiay indicate a need to reevaluate allowa�le changes ta operations. As aircraft operations and allowable char�ges will vary widely among airparts, this AC presents general guidance on those subjects. 1.2.5 Mana e Safet Risk. The F�A is cor�amitted to incorporating proactive saFety risk management (�RM) tools into its decision-making processes, FAA Order 5200.11, FAA Ai�ports (ARP) Safety Managerraent System (S'MS), requires the FAA to canduct a Safety Assessnnent far certain triggering actions. Certain airport projects may require the auport operatQr to provide a Projec� Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the C�PP. The airport operator must coardinate with the appr�priate FAA Airpa�ts Regional or District Off'ice early in the development of the CSPP to determi�e the need far a Safety Risk Assessment. If the FAA requires an assessment, the airport operator must at a minimum: 1. Notify the appropriate F,AA Airports Regional or Distz�ict 4ffice during the praject "scope developmeni" phase of any praject requiring a CSPP. 2. Provide document,s identified by the FAA as necessary to conduct SRM. 3. Participate in the SRM process for airport projeets. 4. Provide a representative to participate on the SRM panel. 1-2 12I1312017 AC 15QI5370-2G S. Ensure that a�l applicable SRM iden�ified risks eIements are recarded and mitigated wii�in the CSPP. 1.3 Develop a Construcfion Safety and Phasing Plan (CSPP). D�velopment af an effective CSPP will require £amiliarity with many other documants re%renced throughaut this AC. See Appendix A for a list of related reading material. 1.3.1 List Requirements. A CSPP rnust be developed %r each on�airfield construetion proj�el: funded by the Airp�rt Irr;provement Pcogranr� (AIP) ox located an an airport certrf cated und�r Parr I39. For on-airfield construction praJects at Part 139 airports funded without AIP furzds, ihe preparatian of a GSPP rep�esents an acceptable method the certificate hold�r may use to meet Part 139 requir�m�nts durin�; airfield construction acti�ity. As per FAA Order 5200.11, projects that require $afety Assessmenis do not include construction, rehabilitation, or changc of any facility that is entir�ly outside the air operations area, does not invol�e any expansion af the facility envelope ai�d does not invol�e eonstruction equipm�nr, haul routes or placernant of material in locations that req�aire access to the ait• operations area, increase the facility envelope, or impact line-of=sight. Such facilities may include passenger t�r�ninals and parlcing or other structures. However, e�traordinary circumstances may trigger the ne�d for a Safeiy Assessment and a CS1'P. The CSPP is subject to subsequent review and approval under the FAA's Safety Ri�k M�nage�nent procedures {see paragraph 1.. 2•5). 1.3.2 Pr�par� a Safety P1an Compliance Document (�PCD� Tk�e Safety Plan C.ompliance Documeni (SPCD) deiails how tihe contractor vvill cornply with. the CSPP. Also, it will n�t be possible to deterznine alI safety pla� details (for exannp�e speeific hazard equipment and lighting, contractor's points o.f contact, construction equipment heights) during the development of the CSPP. The successful contz�actor n�ust ciefine such details by preparing an SPCD that the airport operator re�riews for appro�val prior to issuanee of a notice-to-proceed. The SPCD is a subsefi of the C��P, si�nilar to how a shop drawing xeview is a subset to the technical specifications. 1.3.3 Assume �tespansilaility for tl�e C�PP. The airport operator is f�esponsibla far establishing and enforcing tk�e CSPP. The airport operator znay use the ser�ices of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be cielegated to the canstruction contractar. Only those details the airport operator determines cannot b� addressed befare contract aw�ard are developed by the contractor and submitted far approval as the SPCD. The SPCD does r�ot restate nor propose diff�rences tn pro�visions already addressed in the CSPP. 1-3 I2/13/20I7 1,4 Who Is Responsible for �afety During Construc�ion? 1.4.1 Establish a S afetv Culture. ac iso�s3�a-zG Everyon� has a role in operational safety on airparts d�arii�g co.itistruction: the airport operator, the airport's consultants, �he construction con.tractor and subcontractars, airport users, airport tenants, ARFk' pe�•soi}nel, Air TrafFic personnel, including Technical Operations personnel, FAA Airports Drvisian persannel, and others, such as military personnel at any airport supporting military operations (e.g. n.ationa� guard or a joint use facility). Close communication and coordination between all affected parties is th� key to maintaining safe operations. Such eommunication and coardinatian should start at the praj�ct scoping meeting and continue thraugh the completion afthe project. The airport operator and contractar should condUct onsite safety inspectians thraughout the project and immediateIy remedy any deficiencies, whether caused by negligence, aversi�;hi, or project seope change. 1.4.2 As,�ess Air ort O�ratnr's Res onsibilities. Att airport operator has averall responsibili�y for alj activities on an aizport, including construction. This includes the predesign, des�gn, preeanstructinn, construction, and inspection phases. Additiona! information on the responsibilities listed below ean be found throughout this AC. The airport operator must: 1-4 S2/I3/2017 AC I50/5370-ZG 1,�.2.1 Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing PIans, and Chapter 3, Guidelines for Writing a CSPP. The airport operatnr may develop the CSPP internally or have a consuItant develop the CSPP fox approval by the aupotfi aperaior. For tenan# sponsored projects, appro�ve a GSPP developed by the tenant or its consuliant. 1.4.2.2 Require, teview and approve the SPCD by the contractar that indicates how it will comply with the CSPP and provides details that cannot be determined befare cantract award. 1.4.2.3 Con�vene a preconstruction meeting wii� the construction c�ntractor, consult�nt, airpart emplayees and, if apprapriate, tenant sponsor and other ienants to review and discuss project safety befare beginning constr�action activity. The appropriate FAA representatives shouid be invited to atiend the meeting. See AC 15015370-12, Quality Management fo� Fede�ally FundedAtrpart Gonstruction P�ajects. (Not� "FAA" refers to the Airports Regional or Disirict Office, the Air Tra,ffic 4rganization, Flight Standards Service, and ather offices that support airport operations, flight regulations, and construetion/enviranmental policies.) X.�.2.� Ensure contact information is accurate far each representativelpoint of contact identified in the CS��' and S�'CD. I.A�,2.5 Hold weekly or, if necessary, daily safety meetin�s with all affected parties to coardinate activities. 1.�.2,6 Notify users, ARFF personnel, and FAA ATD personnel af construction and conditions that may adversely affect tk�e operational safe#y of the airport via Notices to A'trmen (NOTAM) and otYter methads, as appro}��iate. Convene a meetitag for review and diseussion if necessary. 1.4.2.7 Ensure consfiruction personn�l know applicable air�ort procedures and ehanges to those proceduxes that may a�fect their work. l.4.2.$ Ensure that alI temporary canstruction signs are located per the scheduled list for each phase of the project. I.4.2.9 Ensure construction contractars and subcontractors under�o training required by the CSPP and SPCD. 1.4.2.I0 Er�sure vehicle and pedestrian operations addressad in the CSPP and SPCD are coordinated v�ith airport tenants, the airport traffic control to�ver (ATCT), and construction contractors. 1.4.2.1 ] At certi�cated airpoi-�s, ensure each GS�P and S�CD is consistent witl� Part 139. 1-5 12I13/2.017 Ac iso�s3�o-z� 1.4.2.12 Conduct inspections sufficientiy frequently to ensure construc�ion contractors and tenants cainply with tk�e CSPP and SPCD and that there are no altered construction activities that could create poi:ential safeiy� hazards. 1.4.2.13 Talce immediate action ta resalve safety deficiencies. 1.4.2.14 At airpaxts subject io 49 CFR Part I542, �Iirpa�t Secu�ity, ensure construetion access complies with the security rec�uirements of that regulation. 1.4.2.15 Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for e�ample, iznplementatian of law-�visibility operations}. 1.4.2.Ib Ensure prompt submittal of allotice of Proposed Constructiion or AIteration {Forrn 7460-1} for conducting an aeronautical study ofpotential abstructions such as ta11 equipment (cranes, concrete pumps, other), stock piles, and haul route�. A separate form may be f led for each potential obstructian, or one form inay be filed describing the entire construation area and maxinaum equip�r�ent height. In the latter case, a separate forrr� must be filed for any abject beyo�d or higher than the ori.g.inally evalua#ed arealheight. �'he FAA encoucages anline submittal of for�ns for expediency at https:l/oeaaa.faa.�ov/oeaaa/external/portal.'s . The appropriate FAA Airports Regional or District Of�ce can p.rovide assistance in determining which abjec�s reyuira an aeronautical study. 1.4.2.17 Ensure pro.at�.pt tr�nsmis�ion of the Airport Spo�sor Strategic Event Submissian, FAA Form 6000-26, located at https://oeaaa.faa.�av/aeaaa/exiernal/content/AIRPORT SPONSOR STR ATEGIC EVENT SUBMISSIONa�'QRM.�df, to assure proper coardination for NAS Strat�gic Interruption per Ser�ice Level Agr�ernent with ATO. 1.4.2.18 Promptly notify the FAA Airports Regional or District Office of any prapased changes to the CSPP prioc to irnplementation of the change. Changes to the GSPP r�quire review and apprava� by the airport operator and the FAA. The rAA Airparts RegiQnal or District office will determine if further coardination within the FAA. is needed. Caordinate with apprapriate jocal a.nd other federal government ageneies, such as Environmental Prot�ction Agency (EPA), Occupational Safety and Health Administration (OSHA), Transportation Securit� Adminis�ration: {TSA), and the state environmental agency. 1.4.3 Define Construciion Coniractor's Respansibilities. Tl�e contractor i� respansible far complying wiih the CSPP and SPCD. The contractor must: � 1�6 12/13/2017 AC 154/5370-2G I.4.3.1 Su�rnit a Safety 1'Ian CompIiance Document (SPCD} ta the airport operatar describing how il will co�nply wit� tl�e requjremenis of the CSPP and supply any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor, indicating an understandin.g of the operationaI safety requirements of the CSPP and the assertion of compliance with the approved CSPP ancf SPCD unIess written approval is granted by th� airport operator. Any construction practice propased by the cantractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPGD and re-coardination with ihe airport operator and the FAA in advance. 1.4.3.2 Hava available a1: all times copies o� the CSPP and SPCD for referenc.e by the airport operatar and iis representatives, and by su�contractors and cnntractor employees. 1.4.3.3 Ensure that constructinn personnel are familiar with safety pracedures and regulations on the airpart. Provide a point of cantact who will coordinate az�. immediate response to corr�ct any construction�related activity that may ad�ersely affect the operationaj safety of the airport. Many projects will require 24-hour coverage. 1.4.3.� Identify in the SPCD the con�t•ac�or's on-site crnploy�es responsible fo�� manitoring campliance w�th the CSPP and. SPCD during construction. At least one of th.ese ennployees must ba on�site when active construction is taking place, 1.4.3.5 Conduct sufficient inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that coUld create potential safety hazards. 1.4.3.6 Restrict inovement of construction vehic�es and persorineI to permitted construction areas by flagging, barricading, erecting femporary� fencing, or pro�iding escorts, as appropriate, and as speci�ed in the CSPP and SPCD. 1.4.3.7 Ensure t}�at no contractor employees, employees of subcontractors ar suppliers, ar other p�rsons enter a.�y part of the air aperations area (AOA} from the construction site unless authorized. 1.4.3.8 Ensuxe proinpt submittal through tha airport opexator of Form 7460-1 %r ihe �urpose of eonducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, and other equipment), stock piles, and haul routes when diifer�nt fram cases previously iiled by the airport aperator. The FAA encaurages online submiital of fnr�ns for expediency at h.tt s://oeaaa.faa. ov/o�aaa/external/ ortal.'s . 1-7 12/13/2017 AC 150/5370-2G I.4.3.9 Ensuz'e that all necessary saf�ty inii:igatiot�s are understood by alI parties invalved, and any special require��nents of each constructian phase wi11 ba fulfiIled per the approved timeframe. 1.43.10 �articipate in pr�-construction zr►eetings to re�iew constz�uction limits, safety mitigatians, NOT,AMs, and understand all special airpart aperational needs during each phase of the project. 1.4.4 Deiine Tenani's Responsibiiities. If planning construction activities on leased pxoperty, Airpor� tenants, such as airline operators, fixad base operators, and �`AA ATO/Technical4perations spon�oring construction are strongIy encouraged to: 1. Deve�op, or� ha�ve a consultant develop, a prnjec�: specifc CSPP and sUbmit it to the airport operator. The airport operator rr�ay fargo a complete CSPP submittal and instead incorporate appropriate aperational safety prin.ciples and measures addressed in the advisory circular v�rithin their tenant lease agreements. . 2. In coordination with its contractor, deveIop an SPCD and submit it to the airport operator for appro�al issued prior to issuance of a Natice to Proceed. 3. Ensure ihat construction personnel are fat�iliar with safety procedures and regulatians on the airpo�t during all phases of ihe eonstruction. 4. Pravide a point of coniact of who will coordinate an immediate response to cor�rect any construction-related activity that rnay adversely affect the operational safety of the airport. 5. Identify in the SPCD the contractor's oi�-site employees responsible for monitorin� compiiance with the CSPP and SPCD during construction. At least one of these employees must be an-site when active construction is taking pIace. 6. Ensure thai no tenant or contracto.r employees, employees of subcontractors ox suppliers, ar any other persons enter an.y pari ot�the AOA fram the construction site unless authorized. 7. Restz�ict mavement of construction v�ek►icles to construction areas by flagging and barricading, erecting temporary fencing, or peo�iding escorts, as appropriate, as speci£'ied in the CSPP and SPCD. S. Ensure prompt submittal thro�agh the airport operatar oiForrn 7460-1 for co.nducting an aeronautical study of eontractor �quipment such as tall eq�ipment (cranes, concrete pumps, ather), stock piles, a�d haul rautes. The I'AA encourages online submittal of forms for expediency at htt s:/loeaaa.faa. ovloeaaalexternalf ortal.'s . 9. Pa�rticipate in pre-eonstruc�ota meetings to review construction limits, safety rnitigation.s, NOTAMs, and understand ail special airpart operational needs during each phase of the project. 1-8 I2/13/2017 AC 150f5370-2G CHAPT�R 2, CONSTRIlCTION SAF�TY AND PHASING PLANS 2.1 Overview. Aviation safety is the pt•imary consideratian at airports, espe�ially during construction. The airpor� operator's CSPP and the contractor's Safety Plan Compliance DocUment (SPCD) are the pritnary toals to ensure safety coinpliance when coordinating constructian activities with atrport operations. These dacumen�s identify aIl aspects of the construcfion projeot that �ose a potential safety hazard to airpart operations and outline respecfive mitigation procedures for each hazard. They musi provide information necessary far the Airport Operatians departnnent to conduct airfeld ins��ctions and expeditiausly identify a.r�d correct Unsafe condiiians during constructian. AIl aviation safety provisions included within the project dravvings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 2,2 Assume Responsihility. Operatianal safety on tlle airport remains the airpart operatox's responsibility at a11 times. The airport operator must devcIop, certify, and submit for FAA approval eaeh CSPP. It is tlae airport operator's r�sponsibility to apply the requirerr�ents of the FAA approved CSPP. The airport operatar must re�ise the CSPP wl�en conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operatox must also require and approve a SPCD from the project contractar. 2.3 Submit the CSPP. Canstruction Safety and Phasing Plans should be deveIoped coneurrentl}� witn the pro�ect design. Milestone versions o�'the CSPP shouId be submitted for review and approval as foiior�s. VVhile these zn.ilestones are not rnandatory, early subznission will help to avoid delays. Submittals ar� preferred in 8.5 X 11 inch or I I x 17 inch format for compatibility with the FAA's Obstruction E�aluation / Airpori Airspace Analysis (OE 1 AAI�.} process. 2.3.] Submit an Outline/Draft. Sy the time approxiraately 25% to 30% of the project design is compleied, the principal elements of the CSPP should be estabIished. Airpor� operators are encauraged to subrnit an outline or draft, detailing aIl C�PP provisions developed to date, to the FAA for review at ihis stage of the pxoject design. 2.3.2 Submit a CSPP. The C�PP should be farmally submitted fox FAA appraval when the project design is 80 percent to 9Q percent complete. Since provisians in the CSPP will influsnce contract costs, it is important to obtain FAA approval in time to include all such provisions ir� the procuarement cantract. 2-1 I2113/241'7 AC 154/5370-2G 2.3.3 Submit an S�'CD. The contractor should submit the SPCD to t4�e airport operator for appro�al to be issued prior to the Notice to Proeeed. 2.3.�4 Submit CSPP Revisions. All re�isions to a previausly approved CSPP must be re�submitted to the FAA for review and approvaUdisapproval action. 2,4 Meet C�PP Requirements. 2.4.1 To the exteni possible, the CSPP should address the following as outlined in Chapter 3, Guidelines for Writing a CSPP. Details tk�at cannot be deter�ained at this stage are to be included in the SPCD. l. Coordination. a. Contractor progress meetings. b. Scope or schedule changes. c. FAA ATQ coordination. 2. Phasing. a. �'hase elements. b. Construction sa�ety drawings. 3. Areas and operations affected by t�e consfruction activity. a. Identificatia� of afFected areas. b. Mitigation af effacts. 4. Protection of navigation aids (NAVAIDs}. 5. Contractor access. a. Location of siockpiled canstruction matarials. b. Vehicle and pedestrian operations. 6. VlWildlife manageme�t. a. Trash. b. Standing water. c. Tall grass and s�eds. d. Paorly maintained �encing and gates. e. Disruption af existing wildlife habitat. 7. k'oreign Object Debris (FOD) mar�agement. $. Hazardous mafierials {HAZMAT) management. 9. Notif cation of construction activities. 2-2 12/13/2017 AC 15Q/5370-2G a. Maintenance of a list of responsible representativesl points of car�tact. b. NOTAM. c. Emergency natificatian procedure�. d. Coordination with ARFF Personnel. e. Notification to the FAA. 10. Inspection requirements. a. Daily (or more frequent) inspections. b. I'inal inspections. 11. Undergraund utiIities. l2. Penalties. 13. Special conditions. 14. Runway ar�d taxiway visual aids. Marking, lighting, sigzis, and visual NAVAIDs. a. General. b. Markings. c. Ligl�ting and visual NAVAIDs. d. Signs, temporary, including orange eonstruction signs, and per�nanent signs. J S. Marking and signs for access �autes. I6. Hazard marking and lighting. a. Purpose. b. Equipment. 17. l�orlc zone lighting far nighttime construction (if applicabl�). 18. Protection ofrunway and taxiway safety areas, object �i�ee areas, obstacle free zones, and app.roach/departure surfaces. a. Runvvay Safety Area (RSA). b. Runway Ob;ject �'ree Area (ROFA). c. T�iway Safety Area (TSA). Provide details foc any adjustmenfs to Taxi�vay Safety Areawidth to allow eontinued aperation of smaller aircraft. See paragraph 2.22.3. d. Taxiway Ob�ect �'ree Area (TOFA}. Provide details for any continued aireraft operations whila construction occurs within the TO�'A. See paragraph 2.22.4. e. Obstacle �'ree Zone {OFZ). f. Runway approach/departure surfaces. 19. Other limitations on construction. a. Prohibitions. 2-3 12/i3/2017 b. Restrictians. AC 150/5370-2G 2.�.2 The Safaty Plan Compliance Document (Sl'CD) shoL�ld include a general staterr►ent by i;he construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that eould nat be included in ihe CSPP prior to the contract award. The contractor statement should inclUde �he narne of the contractor, the title of the pro�ect CSPP, the approval date of tk�e CSPP, arid a ieference to any supplemental infarmatiion (that is, "I, (Name of Contractor), ha�e read the (Title o�'Project) CSPP, approved on {Date}, and will abide E�y it as written and with ihe following additio�s as not�d:"). The supplemental infarmatian in the SPCD should be v,�ritten tio match ihe fornaat a�the CSPP indicating eaci� sub�ect by corresponding CSPP subject number and title. If no supplemental in%rmatinn is n�cessary for any spec.ific subject, the stateznent, "No supplementa� information," should be written after the corresponding subjeet title. The SPCD s�ould nat duplicate information in the C�PP: 1. Cooz•dination. Discuss details of proposed safeiy meetings witI� the airpart operator and with contractor employees and subeontraciors. 2. Phasing. Discuss prnposed consiruction schedule elements, including: a. Duration of each phase. h, Daily start and finfsl� af construction, including "night nnly" construction. c. Duration af construction activities during.: i. Normal runway operations. ii.. Closed runway operatians. iii. Madified runway "Aircraft Reference Code" Usage. 3. Areas and operations affected by the construction activity. These areas and operations should be identified in ihe CSPP and should not require an entry in ih.e SPCD. 4. Protection oiNAVAIDs. Discuss speci�c rnethods pxoposed to protect operating NAVAIDs. 5. Contractor access. Provide the following: a. Details on how the contractor will maintain the integrity of t�e airpart security fence (gate guards, daily log of construction personnel, and other). b. Listing of indivzduals requiring driv�r training (for certifica�ed airparts and as requested). c. Radio communicatzons. i. T�rpes of radios and backup capabilities. ii. Who wilI be monitoring radios. iii. �Vho to contact if the ATCT canr�ot r�aeh the contractor's desi�nated persan by radio. 2-4 12/13/2017 AC 150/5370-2G d. Details on how the cantractor will escort material delivery �ehicles. 5. WiIdlife managemeni. Discuss the foilowing: a. Methods and procedures to prevent wildlife attraction. b. Wildliferepartingprocedures. 7. Foreign Object Debris (FOD) management. Discuss equipment and methads for control af F'OD, inclUdin.g cnnstrUction debris and dusfi. S. Hazardous Materiais (HAZMA.T) management. Discuss equipment and methods for respanding to hazardous spills. 9. Natificatian of construction activities.l'rovide the following: a. Contr�cto� paints af contact. b. Contractor emergency eontact. c. Listing of tali or other requested equipment proposed for use on the airport and the timeframe for submitiing 746a-1 forms not previously submitted by the airport aperator. d. Batch piant details, including 7�60-1 submiital. 10. Inspaction reyuirements. Discuss daily (or more frequent) inspecfiians and special inspection procedures. 11. Underground utilities. Discuss proposed meihods of identifying and protecti�g underground utilities. � I2. Penalties. Penalties shauld b� identified in the CSPP and should no� r�quire an entry in the SPCD. 13. Special conditions. Discuss �rapased actions for each special candition identified in the CSPP. 14. Runway and taxiway visual aids. Including marking, lighting, signs, and �isual NAVAIDs. Discuss proposed visuaj aids including the following: a. Equipment and methods far covering signage and airfield lights. b. Equipment and met�rods far temparary closure markings (paint, fabric, other}. c. Temporary orange construction signs. d. Typ�s of temporary Visual Guidanee Slope Indicatars {VGSI). 15. Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. 16. Hazard z�acking and lighting. Discuss propo.sed equipment ar�d methods %r identifyin� excavation areas. I7. Work zone lighting %r nighttime constructio�n (if applicable}. Discuss proposec� equipment, locations, aiming, and shielding to prc:vent interference with air traffic control and aircraf� operations. 2-5 1z�r��2o17 Ac xsa�s�7o-2� 1$. P�•ot�ction of runway and taxivvay safety areas, object free areas, obsYacIe free zones, and approach/departure surFaces. Diseuss propos�d methods of identifying, demarcat:ing, and pratecting airport surfaces including: a. Equipment and methods far maintaining Taxiway Safety Area standards. b. Equipnr�ent and methods to ensure thc safe passage of aircraft where Taxiway Safety Area or Taxiway Object Free Area standards ca�not be maintained. c. Equipment and methods far separatior� Qf construction operations from aircraft operations, including details of barricades. 19. Other lir�aitations on construction shaUld be identified in the CSPI' and should not r�quire an entry in the SPCD. 2.5 Coordin�tion. Airport operators, or tenants responsible far design, bidding and conducting construction on their leased properties, shoUld ensure at all project de�elopmental sl-ages, such as predesign, preb�d, and p�•ecanstruction conferences, they capture t�e subseet of airport operationa� safety during construciion (see AC � S0/5370-12, Quality Manager�zent for� Fede�ally �'unded Ai�par�t Construction PNojects). In addition, the following should be caardinated as required: 2.5.1 Pro ess Meetin s. Operational safety s�ould be a standing agenda item for diseussion during progress meetings tHroughout the project developrr�ental stages. 2.5.2 Scope or Sc�edule Changes. Changes in the scope or duration at an.y af �he project siages may require revisians to the CSPP and review and approval by the airport opera�or and the FAA {se� paragraph 1.4.2.17). 2.5.3 FAA AT� C�ordination. Early coordination �t�vith FAA ATO is highly recommer�ded during the design phase and is required for scheduling Technical Operations shutdowns prior to construction. Caordinatinn is critical ta restaz�ts of NAVAID seraices and to the establishnn.ent of any special procedures Ftir the movement of aircraft. Fornnal agreements b�trveen �he a'rrpart aperator and ap�ropriaie FA.A of�ces are recomm�nd�d.l�li relocation Qr adjushnents to NAVAIDs, or changes to final �rades in eritical areas, should be coordinated wiih FAA ATO and may require an k'AA flight inspection prior to restai�ting th:e facility. Flight inspections must be coordinated and sc�.eduIed well in advance of the intended facility restart. Flight inspections may requir� a reimbur�able agreement between the airport aperator and FAA ATO. Reimbursable agreemenfis should be cr�ordinated a minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for required FAA noii�cation regarding �'AA-owned NAVAIDs.) 2-6 12/13/2017 AC 15015370-ZG 2.6 Phasing. 4nce i� has be�n determined what types and levels of air�ort operations wiil he maintained, the nnost efficient seyuence of construction inay noi be feasible, In Yhis case, fihe sequence of construction may be pk�ased to gain maximuin efficiency while allowing fox t�e required operations. The developtncnt of the resuIting eonstruction phases should be coordinated with local Air Traffic personnel and airpot�t usez's. The sequenced co�straction phases established in the C�PP txkust be ineorporated into tlle project design and must ba reflected in the contract drawings and speciiications. 2.6.1 Ph�se Elemenis. �'or each phas� the CSPP should detail: • Areas closed to aircraft operations. � Duration of closures. � T�i routes and/tir areas of reduced TSA �nd 'T'OFA to reflcci ieduced ADG use. � ARFF access routes. � Construction staging, disposal, and cleanout areas. o Construction access and l�aul routes. • Impants to NAVAIDs. � Lighting, marking, and signing changes. � Available runway length andlor reduced RSA and ROFA to reflect reduced ADG use. o Declared distances (if applicable). o Required hazard marking, lighting, and signing. • Work zone lighting for nighttime construction (if applicable}. � Lead times far rec�uired noti�"ications. 2.6.2 Construction Safety Drawin�s. Drrawings specifically indicating operational safety procedures and rnethods in affected areas (i.e., consiruction safety drawings) should be developed fox eack► construciion phase. Such drawings should be iricluded in the CSPP as r�ferenced attachments and should also be included in the contract drawing �ackage. 2,'� Areas and Operations Affected by Canstruction Acfivity. Runways and taxiways should remain in use by aircraft to the maxinium extent possible without campromising safety. Pre-meaiings with the FAA ATO r�vill support operational sirnulations. See AppendiY E for an example of a tabl� showing temporary operat�ons versus eurrent operations. The tables in Appendix E can be use�ul for coordination among all interested parties, �ncluding FAA Lines of Business. 2-7 12/13/2Q17 2.7.1 Identificatian af AfFected Areas. AC 15QIS370-2G Identifying areas and operations affected by the constructiar� helps to determine possible safety prable�ns. The affected areas should be identi�ed in the construction safety drawings for each construction phase. (See paragraph 2.6.2.) Of particular concern are: 2.7.1.1 2.7.1.I.I 2.7.1.1.2 2.7.1.2 2.7.1.3 2.7,I.4 2.7.1.5 2.7.1.6 Closing, or ParEial Closing, of Ru�nways, Taxiways and Aprons, and Displaced Thresholds. When a�unway is partially closed, a portion af the pave�nent is unavailable for any aircraft operation, meaning t�iing, landing, nr takeoff in either direction on that pavement is prohi�iied. A displaced th�•eshold, by contrast, is established tn ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is normally available far take-off in the direction of the displacetr�ent and for landing and takeoff in the opposzte direction. IWlisunderstanding this difference, rnay result in issuance of an inaccurate NOTAM, and can lead to a hazardous coxtdition. Partially Closed Runways, Th� temporarily closed partion of a partially closed runway will generalIy eXtend from i�e threshold to a taxiway fhat �nay be used %r entering and exiting the runway. If the closed portion extends to a point between taxiways, pilots vvill have to baek-taxi on the runway, which is an undesirable operation. See Fi u�re 2-1 for a desirable configuration. Dis laced Thresholds. Since the portian of the runway pavetnent bei:ween the permanent threshold and a standard displaced threshold is available for takeofF anci for landing in tne opposite direction, the temporary displaced threshold need not be lacated at asi e�tran.ce/exit taxiway. S�e Fi�ure 2-2. Glosing of aircraft rescue and �ire fghiing access routes. Closing of access routes usec� l�y airpart and airline support vehicle�. Interruption of utilities, including wat�r supplies for fire fightin�. Approach/d�parture s�rfaces affected by heights of objects. Construction areas, storage areas, and acc�ss routes near runways, taxiways, aprons, or helipacls. 2-S 12/13/2017 Figure 2-1. Temporary Partially CCosed Ruoway AC l5�/5370-2G / CFEANGE LENSES AS NEGESSARY OBLITERATEAIMING � POINT MARKING COVER �ISTAhICE f��MAINIF�lGS3GN `�� IN THIS OIRECTION � INSTALL SIGN AT BQ7H ENbS OF THE RLiN WAY (OPTIO�fALf ..1 J u!i1i� _1 7f1s1 CIHA�f � *Ji I� I :9 �I n-3�rk"A � �iYiY%� I — —_a � ��� �� ��� —OBLITERATETAXIWAY � CENTERLINE MARKIN.GS� � TO CLDSE� AREAS �i � , I �,�, I� �;1 I f .�Pa ti, 3� � ii �;� � I. z �.. � �r INBTALLTEMPDaARY RUNWAY THRESHOL�lEND LI6HTING #dSiALLTEMPORARY � �1�'Q'�PS � � . TAXIWAYCLOSE� � MARKING � .� ..I..... ��.F''.. - - I BL45TF'ENCET�PROTECT � \��. CONSTRUCTION ZONE (MAY '�= f'�� FLOW ROOFIL�EBARRIOA�ES� � � � LOW PRpFII.� BARRIGlWES 4MTH FLASHERS SEENOTEI OBLITERATE RUNWAY p�SIGiVATION AND CENTERLINE MARKINGS � � \ oISC4NNECilCC3VER 7AXtWAY bIRECTI0IV SIGNS � �� L15E OECLARE� pf5TkNC�S T� PROUI�E RSA ANd CLEAlZ APPROACH ANI7 b�PAR7l1RE SURFACE INSTALLTEMPORARY RUNWAY tiESIGNATION ANO THRESHOLo. BAR INSTALLTEM�P�RARY REIL (OPTIO�JAL} 08LITERATE TpUCHaOWN 7A{JE MARKING INSTALL 7EMF'OftARY CHEVRONS RUNWAY SAFECY AREA �XT�NpS REQII[RE� �ISTANCE f'RlOR 7Q THRESH�LD NOTES; 1. PLACE LOW PROFILE BA�RRICAf)ES AT ALL ACC�SS POIN7S 70 CLOSECI SEC710N pF RUNWAY. 2. THIS FIGURE �5 A SCHEMATIC REPRESEN7ATION AN� NOT INTEFf�EQ FOR INSPEC7IC}N PURPOSES. REFER TO THE APPLICABLE ACs FOR G111�ANCE. 3. THIS FIGl1RE �EPICTS A TYP[CAL TEMPORARY PARTIALLY CL65E0 RIJIVWAY. THE AGTIfAL TEMPORRRY MEASL{RES WILL VARY PER EACH SPECIFIC SITUATION. 4. DISCONNECTlCOVER LiGHTS IN CLO:SED AREAS. 5. Qf1RING CO'NS i RLICTION VA51 AN� PAAI SY5TEM5 SHOl1L� BE TP,KEN Ol1T OF $ERVICE, �ISCONNECTICOVER TAXIWAY �IRECT[ON SIGN � CONSTRL1C710N AREA � D[SCDNNECT LIGI-iT5 ('TYPICAL) � OBLITERATEiHRESHOLD MARKINGS ,_, ^, NOT TD SCALE 2-9 1 2/1 3120 1 7 Figure �-�. Temporary Disp[aced Thres�o�d Eyi:,� k Q9LITER POINT MARKiiVG `� I p r INSTALL TEtJI PORARY RUNWAY DESIGNATfON, ARRONhiFAo& ANb �15PLACE� THRESHnL� 6AR INSTALLTEMP�RARY RfJNWAY THRESHOLD IJGFil1NG (IIVBQAR� LJGHT IS `(ELLOWlGREEN, ALL OTHERS ARE BI.AN�KLGREEN) EN57ALLT�MPORARY � � - - ARROIN5 TQ FXIST7NG � CENTERLINE MARKING, SEE NOTE Tl1�RN CENTERLINE LIGHTS dFF fF 171SPWCEMENT OF TNR�SHOL� I5 NIORE 7MAN 70D' p9LITERA7E R�UNWAS' ❑ESIGNATfON M1fiARKING � CMANG� �XlSTINQ UGHTS TO YELLOWlREd � �G��; I �'k Y � INSTALL � TEMPORARY REIL (O�PTIONAL} a Q.r � � � OBLITERATE 74UCHoqWrizoN� kNP C�NT�RI.INE MARKING AC 150/5370-2G 115E OECLAREA DISTANCES T� PROVIDE RSA AN� CLEAR APPRDACMlDEPARTUStE Sl1RFACE RUN WAY SAFEfY AREA EX7�N[]� RE(lUIREG QISTANCE PRIOii TO THR�SH6LI7 PB[JTERA7� THRESl10LP MARKINGS 'F � � • .,..5 � �i�:ai ..�.I . . - - - — r,( � ENSTALL RE�lREi] LIGHTS NOT�5: 1. THIS FIGURE IS A SCHEMATIC�REPRF_5ENTATIpN BLAST FENCE 011T51�E ANO NOT IiJTEN�E� FDR INSPECTION PURROSES, ����RUCTION RREA � T�FA TO PROTEC7 REFER TO THE APPLICASI.E ACs FpR 6L11dANC�. CONSTRUCTI4N Z.ONE (MAY 6E REQl11RE�) 2. THIS FIG4IRE DIPfCFS A 3'YPICALT�hAPOR�ARY �ISPIACED THRESHpL4. TM� AC7LfALTEMP6RARY MEASl1R�S VNLL VARY PER EACH SP�C€FIE si�uAT,oN. NO7 70 SCALE 3, pURING CdNSTRUCTIQN VA51 AN6 PAPI SYSTEMS- 5HOUL0 BE 7AKEN OUT 6F SERVICE. Note: See paragraph 2.18.2.5. 2-r o 12/13/2017 AC 1 SQ/5370-�,G 2.7.2 Mitigatioz� of Ef�ects. Esta6lishment of speeifie procedures is necessary to maintain the safety and effciency af airpoi�t operations. The CSPP must address: 2,'7.2.1 Temporary changes to runway and/or taxi operations. 2.'1.2.2 Detours for AR�'F and other airport vehicles. 2.7.2.3 Maintenance oF essentia] utilities. 2.7.2.4 Temporary cha�nges to air �raffc cnntrr�l proeedures. Sueh changes must be coordinated with the ATO. 2.8 Navigation Aid (NAVAID) Protection. Before cornmencing constructinn activity, parking �ehicles, or storing construction equipment and �naterials near a NAVAID, caordinate with the appropriate FAA ATO/Technical Qperations office ta avaluate the effect af construc�ion activity and the required distance and direction frorr� t�e NAVAID. (See paragraph 2.13.5.3.) Construction activities, mat�rialslequipment storage, and vehicle parking near electronic NAVAIDs require special cansideration since they may intez-fere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD inusi show an understanding of the "critical area" associated with eac� NAVArD and describe how it wzll be proteeted. Where applicable, t�e operational critical areas of NAVAIDs should be graphically delineated on the project drawings. P'ay particular attention to stocicpiling material, as well as to movement and parking af equipinent that inay interfere with Iine of sight from th.e ATCT or �vith elactronic emis�ions. Intez•ference from canstruction equipment and activities may require NAVAID shutdown nr adju�tment of in.strument approach mininnums far Iaw visibility operations. This candition requires that a NOTAM be filed (see paragraph 2.13.2�. Constructian activities and materials/equipznent storage near a NAVAID must not obstruct acc�ss tn the equipment ar�d instruments for main�enance. 5ubmittal oi a 7460-1 form i� required for construction �ehicles operating near FAA NAVAIDs. (See paragraph 2.13.5.3.) 2.9 Contractar Access. The CSPP mUst detail the areas tn which the eontrractor must have access, anc� explain how contractor p�rsonnel will access thQse areas. Speci�calIy address: 2.9.1 Location of Stockpiled Canst�uction Materials. Stockpiled ma#�rials and equipment storage are not per�nitted within the RSA and OFZ, and if passible should not be permitted within the Object �'ree Area (OFA) of an aperational runvvay. Stockpi�ing material in the OFA requires submittal af a 7�60-1 forrn and justification �rovided to the apprapriate FAA Airports Regional or District Of�ce for approvaL The azrpoz-t operator mus� ensure that stockpiled naaterials and equipment adjacent td these areas a�•e prominently marked and lighted during. ho.urs of restricted visibility or darkness. {See paragraph 2.1$.2.) This includes determining and 2-ll 12l13/2417 AC 15DI5370-2G verzfying lhat materials ate stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and �'o�•eign abject damage fram biowing ar traciced rnaterzal. See paragraphs 2. r 0 and 2.11. 2.9.2 Vehicle and Pedest�ian Operatians. T�e CSPP should include specifc vehicle and pedesta•ian requiremei�ts. Vehicle and p�dcstrian access routes for airport constructian projects must 6e controlled to prevent inadvertent or unauthorized �ntry of persons, vehicles, or animals onta the AOA. The airport operatar should coordinate requirem�nts for vehicle operatians with airport tenan.ts, contractars, and the FAA air traffic manager. In regard ta vehicle and pedestrian operations, the CSPP shouId include the following, with associated trainii�g requirezner�ts: 2.9.2.I Construction Site Parking. Designate in advance �ehicle parking areas for contractor ernployee� to prevent any unauthorized entry of persons or vehicles anto the AOA. These areas should provide reasonable contractor employee access to the job site. �.9.2.2 Const�-ucfion Equipm.ent Parking. Contraetor employees must park and ser�ice al1 const�uction vehicles ii1 an area designated by ihe airport operator outside the OFZ and never in the safety area of an aative runr�vay or taxiway. Unless a complex setup procedure malces movement af specialized �quipment infeasible, inactive eyuipment must not be �arked on a closed taxiway or runway. If it is necessary to leave specialized equipm�ni nn a closed taxiway ar runway at night, the equipment must be well lighted. Ernplayees should also park construction vehicIes outside the OFA when not in use by construction persannel (%r e�ample, overnig�t, on weekends, or dUring other periods when constructioza is nat active). Parking areas must not abstruct �he clear Iine of sight by the ATCT to any taxsways or runways tiinder air traff'�c eantrol nor obstruct an� runway visnal aids, signs, or na�igation aids. The �AA must also study thnse areas to determine eff�cts on airport design criteria, �urfaces established by I�4 CFR Part 77, Safe, Ef£'icient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Insirument Approach Yrocedur�s (IAP}. See parag7rap� 2.13:1 for further information. 2.9.2.3 Access and I3au1 Roads. Determine the consiruction cant�ractor's access to the construction sites and haul roads. Do not permit the construction contractar to use any access or haul roads other than thase approved. Access routes used by contractor ve�icles must be clearly marked to prever�t inadvertent entry to areas open to airport operatio�s. Pay special att�ntion to ansure that if construction iraffic is to share or cross any ARF� routes that ARFF right af way is nnt irnpeded at any time, and that construction traf�c on haul 2-12 12/1312D17 AC IS(1/5370-2G roads does not interfere with. NAVAIDs or approach surfaces of operational runways. Address whether access gates will be blocked ar inaperative or if a rally point wzll lae biocked or inaccessible. 2,9.2.4 Marlcing and ligh�ng of vehicles in accordarice with AC 150/5210-5, Painting, Marking, and �ightfng of Tjehicles Used on an Airpart. 2.9.2.5 D�scription of proper vehicIe operations on various a�eas under normal, lost corz�rxaUnications, and emergency conditions. 2.9.2.6 Required escQrts. 2.9.2.7 Training Require�nents for Vehicle Drivers ta Ensure Compliance wif� the Air��rE Operator's Ve�icle Rules and Regnlatia�s. Specific txaining should be pro�ided to vehicle aperators, including those providing escorts. See AC 150/5210�20, G�ound Vehicle ��eraCiorrs on Air�po�ts, for information Qn training and recards maintenance rec�uirements. 2.9.2.8 Situational Awareness. Vehicl� drivers must con�rm by person�l nbservaiion that no aircraft is approaching their pQsition (either in the air or on the ground) when g�ven clearattce to cross a runway, taxiway, or any other area open to airport operatians. In addition, it is the respansibijity oithe escort �ehicle driver to verify the movemen�lpositinn a�' all escorted �ehicles at any given time. At nar�-towered airports, a�l aircraft movements and f7ight operations rely on aircrafi: operators to self-report their positions and intentions. However, there is no requirernent for an. aircraft ta have radio coinmunications. Because aircraft do not always broadcast their posit�ons ar intentions, visual checking, radio monitoring, and situatinnaI avvareness of tlae stitrroundings is critieal to safe�y. 2.9.2.9 Two-Way Radio Communication Procedures. 2.9.2.9.1 General. The airpart aperator must ensure that tenant anc� cnnstruction contractor personnel engaged in activities involving unescorted aperation on airci•aft zno�ernent areas observe the praper procedures for cammunications, including using appropriate radin fr�quencies at airparts with and without ATCT. When operating vehicles on or near op�n runways or taxiways, construction personnel must understand the exitical impflrtance of maintaining radio contact, as directed by th� airport operator, witl�: 1. Aitport apera�ions 2. ATCT 2-13 12/13/20I7 AC 150/5370-2G 3. Cnmmon Traffic Advisory ��•eauency (CTAF), which may incIude UNICOM, MULTICQM. A�. Automatic T�rminal Infarmation Service (ATIS}. This frequency is useful for �nonitoring conditions on the airport. Loca� air traffic will broadcast information regarding construction related rUnvvay elosuZes and "shorteneci" runways on the ATIS frequency. 2.9.2.9.2 Areas Rec�uirin� Two-Way Radio Co�munication with the ATCT. Vehacular tt•af�c crossing active rnovemeni areas must be controlled either by two-way radin with the ATCT, escort, £lag�nan, signallight, or other �neans appra.priate for the pai�icular airport. �.9.2.9.3 Frequencies to be_Used. The airport operator will specify the frequencies to be used by the con�ractor, which may include the CTAP for moniioring of aircraft operations. �'requencies may also be assigned by the airpo�rk operator for other communications,: including any radia frequency in compliance with FederaI Communications Commission requirements. At airparts with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between conteactar vehieles and tl�e ATCT. 2.9.2.9.4 Froper radio usage, including read back requirements. 2.9.2.9.5 Proper phraseology, including tha International Phonetic Alphabet. 2.9.2.9.6 Li t Gun Si na1a. Even though radio co�nmunication is rnaintained, escort vehicle drivers mus� also familiarize theznsel�es with ATCT light gun signals in the event of radio failure. See the FAA safety plxcard ``Ground Vehicle Guide to Airporr Signs and IVlarkings." This sa%ty placard may be downloaded through the Runway Safety Program Web site at http://www.faa. o� v/airpartslrunwaX safetyCpUblicatiionsl (see "Signs & Markings Vehicle Dashboard Sticicer") or obtained frana the FAA Airports Regional Office. 2.9.2.10 Maintenance of the secur�d area of the airpowt, including: 2.9.2,10,1 Fencin� and Gates. Airport operators and contractors must take care to nlain.tain security c�uring canstruction when access points are created in the security fencing to perrnit the passage of construction vehicles or persannel. Temporary gates shauld be equipped so they can be sacurely closed and Ioc�ed to prevent access by animals and unauthorized peopie. Pracedures should be in place to ensure that only authorized persons and vehicles have aceess to the AOA and to prohibit "piggybacking" behind anather person or v�hicle. The Departnaent of Transportation (DOT) document DOTIFAA/AR- 2-14 12/13/2�17 �C 150/5370-2G 00152, Recommended Security G�cadelines for Ai�po�i Planning and ConstNuctian, provides mare specific information on fen�ing. A copy of this document can be obtained from the Airpor� Cansultiants Council, Airports Council International, or Amarican Association of Airport Executives. 2.4.2.10,2 Bad�in� Requiremen.ts. Airports subjeet to 49 CFR Part 1542, Ai�popt Security, inust meet standards far access caaitrol, movement of ground �ehicles, and identification o��' construction contsactor and tenant personnel. 2.10 Wildlife Management. The CSFP and SPCD tx�.us� be in accordance with the airport operator's vvildlife hazard rz�anagement plan, if applicable. See AC 15015200-33, Hazardou�s �Yildlife Attractants On or Nea� Ait�ports, and GertAlert 98-05, G�asses Att�active to Hcrzar�dous Wildlife. Construction contractors must carefully controI and cont�nuously rernove waste ar loose materials that might attract �vildli%. Contractor personnel must be avvare of and avaid construction activiti�s that carj create wiIdlifa hazards on airpoz-ts, such as: 2.10.1 Trash. Food scraps must be collected frarri coi�struction personnel actsvity. 2.10,2 Standin Water. 2.10.3 Tall Grass and Seeds. R�quirements for turf establishment can be at odcis with requircments for wi]dlife cantrol. Grass seed is attractive to birds. Lower quality seed mi�tures ean contain seeds of plants {such as claver) that attract larger w'rldlife. Seeding should comply with the guidance in AC I50/5370-10, Standar�ds for Specifying Construction ofAirports, Item T�901, Seeciing. Contact �he Iocal office of tY�e United Sates Department of Agriculture �oi1 Conservation �ervice or the State Universi�y Agriculturaj Extension Servica {County Agent or equivalen�) for assistance and recomrnettdations. These agencies can also provide liming and fertilizer recommendations. 2.10.4 Ponrly Maintained Fencing and Gates. See paragraph 2.9.2.10.1. 2.10.5 Disruption of E�istin WiIdlife Habitat. While this will frequently be unavaidable due to the nature of the ptoject, the CSPP shoulci specify under what circumstances (loeatian, wildlife type) contractar personnel should immediate3y notify the airport operator of wildlife sightings. 2-15 1211312p 17 2.11 Foreign Object Debrrs (FOD) Managenr�ent. AC 150/5370-2G Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft Ianding gears, p�•opelle�•s, and jefi engine�. Co�nstruction contractors must not leave or place FOD on or near active aircraft znovernent areas. Materials capable of crea�ing FOD n�ust be continuously r�mnved during the canstruction praject. Fencing (other than security fencing) or eovers inay be n.ecessary ta contain material that can be carried by wind into areas where aircraft operate. See AC 15a/5210-24, Foreign Object Deb�is (FOD)1Ylanagenaent. 2.12 Hazardous Materials {HAZMAT) Mana�ennent. Contractors operating construciion �+ehicles and equipment on the airpo.rt must be prepared ia expeditiously contain and clean-ug spills resul�ing from fual or hydraulic fluid leaks. Transport and handling of other hazardoUs nnaterials an an airport also requires special proeedures. See AC Z 50/5320-15, Mancrgement of.4irpo�t I�dustrial Wast e. 2.13 Notification of Construction Activitres. The GSPP and SPCD must deiai� pracedures for tbe i�nmediate notification of airport users and the FAA of any condifion.s adversely affecting the operationa� safety af the airport. It must address th� natification actions described belaw, as applicable. 2.13.1 List of Responsible Represez�tatives/paints af contact for alI involved parties, and procedures for contacting each nf them, including afier hours. 2.13.2 NOTAMs. Only the airpo� opera�or may initiate or eancel NOTAMs on airpart conditions, and is the only entity that can close or open a runv�+ay. The airport opera�or must coordinate the issuance, ma�ntenance, and cancellation of NOTA1VIs about airport canditians resulting fro�n construction activities with tenants and th� loca� air traffic facility {control tower, appraach control, or air traf�c control center), and tx�ust either enter the NOTAM into NOTAM Manager, or provide information on closed or hazardous conditions on airpo��t movement areas to the FAA Flight Service �ta.tion (�'SS) sa it oan issue a NOTAM. The airport operator must file and maintain a Iist afauthorized representati�es with the FSS. Refer to AC 150/5200�28, Nutaces to Ai�nxen (1VOTAMs) forAirport Opercrtors, far a sample NOTAM �orm. Only the FAA may issue ar car;cel NOTAMs on shutdown or irregular aperaiion of FAA owned facilities. Any persan having reason to believe that a NOTA.M is nnissing, incomplete, or inaccurate rnust notify the airport operator. See paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways with displaced thresholds. 2-16 i2�i ��ao i � Ac r so�s��o-ZG 2.13.3 Emergency natification procedures for medical, �re ftghting, and police response. 2.13.4 Cnordination with ARFF. The CSPP �nust detaiI procedures fox coordinaLing through tk►e airport sponsor with ARFF personnel, mutua� aid providers, and ofiher em�rgency services if construction requires: 1. The deactivation and subsequent reactivation of water lines or iire hyd�•ants, or 2. The reroUting, blaclung and restoratron of emergency aceess routes, or 3. The usa of hazardous rnaterials at� the airiield. 2.13.5 Notification to the �`AA. 2.13.5.1 Part 77. Any person proposing nonstructian or alteration of objects fhat affect navigable airspace, as def ned in Part 77, must notify the FAA. This inc�udes canstruction aquipment and proposed parldng areas for this equipment (i.e., cranes, graders, ather equipment} on airports. FAA Form 7�60-1, Natice af PNoposed Construciion o�^ Alteration, can be used for this purpose and subrr�itteci to the appropriate FAA Airports Regional or Districfi Oifice. S�� Appendix A to download the forrn. Fui�th�r guidance is available on the FAA web site at oeaaa.faa.gov. 2.13.5.2 Part 1�'i. W ith some exceptions, Title I� CFR Part � 57, Notice af Construction, Alteration, Activatio�a, and Decrctivatian of Airports, rec�uires that the airport operator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airporC; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or assaciated taxiway; ar the deactivation or abandoning of an entire airport. Notification involves subrnitting FAA Farm 7480-1, Notice af Landin�A�ea Proposal, to the nearest FAA Airports Regional ar District Office. See Append� A�o do�,+nload the form. 2.13.5.3 NAVAIDs. Far emergency (short-notice) notif cation aboui impacts to both airport owned and FAA owned NAVATDs, contact: 866-432-2622. 2.13.5.3.1 Airport OwnedIFAA Maintained, If construction operations reguire a shutdown of 24 hours ar greater in duration, or more tl�an 4 hours daily on consecutive days, af a NAVAID owned by the airport but rnaintained by the FAA, provida a 45-day m.ini.nnum no�ice �a FAA ATOITechnical Opez'ations prior to facility shutdawn, using Strategic Event Coordinaiion {SEC) Form 6a00.26 contained within FAA Order 6000.15, Gene�al Maintenance Handbook f'or Natfonal A�rspace System (NAS) Facirities. 2-17 12/13/2017 2.13.5.3.2 FAA �vvned. AC 15Q/537�-2G 1. The airport operatar must notzfy the appropriate �'AA ATO Service Area Planning and Requirements {P&R) Group a minimum of 45 days prior to implementing an event that causes impacts t� NAVAIDs, using SEC F'orm 6000.26. 2. Coordinate wark for an FAA owned NAVAID sk�utdown with the local FAA ATOITechnieal Operations offiee, including any necessary reimbursable agreements and fligk�i checics. Detail pzocedures that address unanticipated utility outages and cabie cuts that could impact FAA NAVAIDs. Re%r to aafive Service �.e�el Agreement with ATO for speci�ics. 2.14 Inspection Requirements. 2.I4.1 Dailv Inspections. Inspections should be conducted at least daily,. but naore freqUeniIy i� �ecessary to ensuxe confoxmance with the CSPP. A sarnple checklist is provided in App�r�dix D, Constaruction Project Dailv Safetv Inspection Checklist. See also AC 15Q/520�-18, AirpoYt Safety Self-Inspectian. Airport opera#ors holding a Par� 139 c��tificate are required to con.duct self inspections during unusual canditions, such as constructian aciivities, tha� may affect safe air carrier operatians. 2.14.2 �teri�n Inspe�tions. Inspections should be conduct�d of alI areas to be (re}opened to aircraft traffic to ensure the proper operation of lights and sig�ns., fox carrect markings, and absence of F4D. The contracior shoUld conduct an inspection of t}�e work area with airport operations personnel. TIae contx�actor should ensure that all construction rnaterials have been s�cured, alI pavement surfaces har�e been sr�rept clean, all transition ramps have been properly constructed, and tk�at surfaces have been appropriately marked for aircraft to operate safely. Only if all iteins on the list meet with tl�e airpo�t operator's approval should ihe air tra££ic contral tower be notified to open ti�e area to ai�craft operatio.ns. The contractor should be required 1:o retain a suitabla v�orkforce and the necessary equipz�aerat at the work area for any last minute cleanup that may be requested by the airport operator prior to opening the a�ea. 2.14.3 Final Ins ections. New runways and extended z'unway closures inay requi�e sa%ty inspections �.fi certi�icated airports prior to allowing air carrier service. Coardinate wzth the FA.A. Airport Certification Safety Inspector (ACSI) to determine i� a final ins�ectian will be necessary. 2-18 12/13/20I7 2.15 Underground Util'rties. AC 15015370-2G The CSPP and/or SPCD musi incltiide procedures for locating and protectir�g existing und�rground utili�ies, cables, wires, pipelines, and flther undergraund facilities in excavation areas. This may invol�e coordinaLing with public u#ilitzes and FAA ATO/Technical Operat�ons. Nate that "One Call" or "Miss Utility" services do not include FAA ATQ/TechnicaI Operations. 216 Penalties. The CSPP should detail penalty provisians for noncompliance with airport rules aald regulations and lhe safeiy plans (for exarnple, if a vehicle is involved in a runway incursion). Sueh penalties typically inciude rescission of dri�ing p�ivileges or access to the AOA. 2.17 Special Conditions. The CSPP must detail any special conditions that affect the operatian of the airpor� and wiIl require the activation qf any spacial procedures (for example, low�vi.sibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring cons�ruction suspensionlresumption). 2.18 Runway and Taxaway Visual Aicis. This includes marking, lighting, signs, and visual NAVAIDs. The CSPP must ensure that areas where aircraft wiIl be aperating are clearly and visibly separated irom construction areas, inciuding clased runways. Throughout the duratian of the construction project, verify that these areas remain clearly marked and vzsible at all times and tl�at mar�ing, ligh#ing, signs, and visual NAVAIDs that are �o continue to per%rm their functions during construction remain in place and opecatianal. VisuaI NAVAIDs thai are not serving their intended functian during construction must be terr�porarily disabled, cavered, or rnodified as neeessary. The CSP�' must address the following, as appropriate: 2.1$.1 General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be seeured in place to pre�ent movement by prop wash, jet blast, wing vortices, and other r�vind currents and construeted of materials that will minimize damage to an aircraft in the e�ent af inad�ei�ten.t contact. [tems used to secure s�ich markings must be of a color similar to the marking. 2.18.2 Mackin�,�. During the course of con�truction projeets, teix�porary pavement markings are aften required to allow for aircraft operations during or b�tween worlc periods. During the design phase of the project, the designer should caardinate witl� the project manager, ��iL: 121T312D17 AC 150/5370-2G airport operatinns, airport users, the FAA. Airports pzoject nnanager, and Airport Certi�cation �afety Inspeetor for Pa�t 139 airports to determine minimum te�nporary rr�arlcings. The FAA Airports project mana�er will, where�e�• a runway zs closed, coorciinate with th.e appropriate FAA Flight Standards Office and disseminate findin.gs to all pa�ties. WY�ere possible, the temporary markings on fnish grade pa�ements should be placed to nnirror ihe di��ez�sions of the fnal �narkings. Ma�•kings must be in compliance r�vith the standards af AC 15Q/5340-1, Standards for Airpo�t Markings, e�cept as noted herein. Runways and runway exit taxiways closed to aircraft operations are rnarked with a yellow X. Th� preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.2. T .2 ) 2.18.2.1 Closed Runvc�ays and Taxiways. 2.1$.2.1.1 Permanently Closed RUnways. For runways, obliterate the threshold inarlting, runway designation rnarkzng, and touchdown zone markings, and place an X at each end and at 1,000-foot (300 m) intervals. �`or a multiple runway environment, ifthe lighted X on a desig�ated number will be located in the RSA of an adjacent active runway, locat� th� lighted X farthar down the closed runway to clear the R5A of the active rUnway. In addition, ihe closed runway numbers located in the RSA of an active runway rc�ust he marked with a flat yellow X. 2.1$.2.1.2 Tem oraril Clased Runwa s. For runvsrays that have been iemporarily closed, place an X at each end of the runway directly on ar as near as practicable to the �unway designatian numhers. For a multiple runway environment, if the lighted X on a designated number will be lacated in the RSA of an adjacent active runway, locate the lighted X farther down t�ae clased runway to clear the RSA of the active runvuay. In addition, the clos�d runway nurnbers located in the RSA of an active runway must be marked with a flat yeIlow X. See Fi ru e 2-3. See a�so paragraph 2.18.3.3. 2.18.2.13 Partially Closed Runways and Dispiaced Thresholds. When threshold marlcings are needed to identify the ternporary baginning nf the run�t�vay that is available for landing, the markings must comply with �C 150/5340-1. An X is not used on a partially closed runway or a iunway with a dispIaced threshold. Sae paragraph 2.7.1.1 for t�e difference between partially closed runways and runways with displaced thresholds. Because oFthe temporary nature of thresk�old displacement due to construction, it is nat necessary to re-adjust the existing runway cenierline markings to meet standard spacing for a runway with a visual approach. Some af the requirements be�ow may %� waived in the cases of law�activity airporis and/or short duratxan changes th.at are measUred in days rather than weeks. Consider wh�ther the presence of an airpoi�t traffic 2-2D 12/13I2017 AC 15015370-2G contral tower allows fo�• the deveiopment of speezal procedures. Contact the appropriate FAA Airports Regional or Distrief O�fice far assistance. Figure 2-3. Markin�s for a Temporarily Closed Runvvay r = ��- -- _ - ::a <iw�=.+�`:.=:' . - . —��'� ' r�. .�y'�{.,'��' _ . . ,��'Jw �'Y--�_:'*.K<. •ry_ ' ;�n � ' „� � �'�- .- ` -- � _ �� _ � --< < .' ~ �,1 ^ � - 1 �'�+ - � � �� — � , � — � J �� . - _ �.-- j�' ,� � `�- � - - _�. _ - �_ . :�""""�� -� -- - —�=--�' - - 1, Partially Closed Runways. Pavement markings f�r temporary clased portions of the runvway consist of a runway threshold t�ar, runvvay designation, and yellaw che�rons to identify pavezxient areas that are unsuitable for takeoff or landing (see AC 150/5340-1). Obliterate or cover markings prior to tl�e moved threshold. Existing tauchdown zone ;narkings beyond the rr�oved threshold may remain in pIace. Obliterate airning poini markings. Issue appropriate N4TAMs regarding any nonstandard marlcings. Se.e Figure 2-4. 2. Displaced Thresholds. Pavement ma�rkings for a displaced threshold consist of a runway threshold bar, runway designation, and �c�vhite arrowheads vvith and without arrow sY�a£ts. These markings a�e required to identify tk►e portion of the runway b�fore the displaced threshold to provide centerline guidance for pilots during approaches, tak�o££s, and landing rollouts from the �ppasite direction. See AC 150/5340-1. Obliterate markings prior tQ t,h.e displaced threshold. E�isting tauchdown zone rnarkings beyond the displaced threshald may remain in place. Obliterate aian ing point markings. Issue appropriate NOTAMs r�garding any nonstandard markings. See Fi�ure 2-2. 2-21 12/13/2D17 AC 150/5370-2G 2.18.2.1.4 Taxiways. 1. Perma�ently Closed Taxiways. AC 1501530�-13 Airport Design, notes that it is preferrable to reinove the paveme�t, but for pav�znent that is to remain, place an X at the entrance to both en.ds of the closed sectian. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. See k'i ur� e 2-�. Figure �-4. Tempora�-y Tazciway Clasure -------- � ` � a��rrt�� �t t4�r�-ta�� �:, cEr�rE�ur:� �o� �����=a c:�s��� '.I, , . � � �Ax��N��' .+ . - �. Ci.OS41RF. _ . . � • �� Mfi��#iC�R . I � . � � �-- FSA ��JL�Nk7�,F#Y -� - ' , CL�S�6TAXIVdAY ii�l i��h��:� iF{}$S i I O h} ed 14:� I;I �f., t_=__= . - ��wr��?c?I�Gi.F,' Hr�I�RiCr1f�F5 �k,l'I'wl i�La51�iE�lS — 1 - — — � - —_ — d A � _' .. .- ti. L;.�t�� PROFIh L'- a+�iRIC�OES ' - �. _ _ - _ I 4�Tfl�l J'LFSii�Fk$ • . ' � - — _ � TSn 50UN�,1RY , - � . � f � �'� I . . . '� . �� , � ..-- _-- —!� z-zz 12/1312417 AC 150/537D-2G 2. Temporarily Closed Ta�iways. Place barricades outside L-he safety area of in�ersecting ta�ivvays. For runway/taxivvay intersections, place an X at the entrance to the closed taxiway froin the runway. If the t�iway wiIl be closed for an extended period, obliierate taxiway centerline mat•kings, including run.way leadoff Iines and taxiway to ta�tiway turns, leading to the closed section. Always ob.literate runway lead-off lines for high speed e�its, regardiess of the duration of the closure. If the centerline markings will 6e i•eused upon reoper�ing the taxiway, it is pre�e�•abie ta paint over the nnarking. This will result in less damage to the pavement when th� upper layer of paint is ultimately removed. See Figure 2-4. 2.18.2.1.5 Tein oraril Closed Air ort. When the airport is closed temporarily, mark all the runways as clased. 2.18.2.2 If unahle to paint temporary m�rkings on fhe pav�m�n�, construct th�m from any of the following matezials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must b� �roperly configur�d and appropriately secured ta prevent movement by prop wash, jet blas#, or other wind currents. Items used to secure sUch markings must b� nf a color similar to the marking. 2.18.2.3 It may be necessary �o remove or cover runway maxkings, including but not limitecE to, runway designation markings, thresbold markin.gs, centerline rnarkings, edge stripes, iouchdown zone rnarlcings and aiining point marl�ings, depending on the length af canstruction and type of activity at the airport. When removing runway markings, apply the same tre�iment to areas 6etween stripes or numbers, as the cleaned area will appear to pilots as a marking in tne shape of the treated area. 2.18.2.4 If it is not possible to install threshald bars, che�rons, and areows an the pavem:ent, "temporary outboard white threshold bars and yellow ar�owheads", see Figure 2-5, may be used. Locate them outside of the rurzway pavem.ent surface on both sides of the runway. The dimensions mUs� be as shown in Figure 2-5. Ii tke markings are not discernible an grass or snow, apply a bIack bac�Cground w'rth appropriate material over the ground to ensure they are clearly �isible. 2.1$.2.5 The application rate of paint to mark a short-term temporary runway and t�iway markings may deviate irom the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10), bui the dimensions must ineet the e�isting sta�dards. When applying temporary markings at night, it is recommended that the fas� curir�g, Type II paint be used to help offset the higher humidity and cooler temperatures oft�n experieneed at night. Diluting the paint will substantially inarease cure ti�ne and is nat recommended. Glass beads are nat recommended for t�mporary ma.rkings. Striated markings may als�o be used for certain temporary marking;s. A� 2-23 I2/13/2017 AC 150/5370-2G 150/5340-1, StarrdardsforAiNpa�t Ma�kings, has additional guidance on ten:tporary markings. Figure 2-5. Tempora�y Outboard Whete Threshold Bars and Yellpw Arro�vvheads n INSTALLTEflAPQRARY WHITE TNRESHOLD BARS AN❑ YELLqW ARROWHEADS ON BQTH SIDES SEE �ETAIL SELOW CLOSE� PORTION OF RUNWAY YELLOW ARROWHEAD DETA[t 2�2� � ��r ;;Jf,t - � # � �v�� - -, � � 12113/�017 2.18.3 Lightin� and Visual NAVAIDs. AC'� 5015370-2G This paragraph refers to star�dard runway anci taxiway Iighting systerns. See below for hazard lighting. Lighting installation musi be in conformance with AC ] S4/53�0-�Q, Design and InsCcrllatio�a Details for Ai�pori Visual �1ids, and fixture design in conformaz�ce with AC 150/53�5-50, Specifrcation,for Portable Runway and Tcr�ciwc�y Lights. When disconnecting runway and taxiway [ighting fixtur�s, disco�nect the assaciated zsolation trans:formea°s. �ee AC ISO/53�0-26, Maintenance afAiYpart Visudl Aid Facilities, �or disconnect pracedures and safety precautions. Alternately, cover the light fixture in such a way as to prevent light Iea[cage. Avaid removing the lamp from energized �ixtur�s because an exc�ssive number nf isniation transforrners wi1:h open secandaries may damage the reg�xlators and/or increase the current abo�e its notrnal value. Secure, identify, and place any above ground temporary �wiring in conduit to prevent electrocution and fire ignition sources. Maintain mand�tory hold signs to operate normally in any situation where pilots or vehicle drivers could mistakenly be in that location. At towered airports certificated under Part 139, holding pasition signs are required to be illuminated on o�en taxiways crossing to closed or inactive runways. If the holding pasitit�n sign is installed on the runway eircuit far the closed runway, install a jumper to tl�e taxiway cir�uit to pravide power ta the holding position sign for nightti�rrxe aperations, Where it is not possible ta maintain power to szgns that would normally be operational, instal.l barricades to exelude aircraft. Fi ru e�2�1, Fi ure 2-2, �`i urg e 2-3, and Figure 2-� illusfirate tempdrary changes to Iighting and visual NAVAIDs. 2.18.3.1 Pernnanently Closed Runways and Ta�iways. For runways and taxiways that have been permanently closed, di,scon�ect the lighting circuits. 2.183.2 Temporarily Clnsed Runways and Ner�v Runr�vays Not Yet Open to Air Traf�c. If avaiIabl�, use a[ighted X, both at night and during the day, placed at each end of the runway o.n or near the rur�way designation numbe�s iacing the approach. (Not� thai the lighted X must be illuminated at all times thai it is on a runway.) The use of a Iighted X is required i� n.igh� r�or� requires runv,ray lighting to be nn. See AC 150/5345-55, Specif cation for L-893, Lighted Visual Aid to 1'ndicate Tem�orary Runway Closupe. For runways that have been tempararily ciosed, but for an extended period, and for thase with pilot eontrolled lighting, disconnect the lighting circuits ar secure switches to prevent inadvertent activation. For runways tY�at will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports vvithout an ATCT, the airport operator. Activat� stop bars if a�ailable. Fi ure 2-6 shows a lighted X by day, �`i ur�e 2-7 sfiows a lighted X at night. 2-25 12/13/2017 Figure 2�6. Ligh�ed X in Daytime AC 15015370-2G 2.18.3.3 Partially Clased Runways and Di�splaced T�rexholds. When a runv�ay is partially closed, a portion of the pavernent is unavailable for anq aircraft operation, meaning taxiing and landing or taking off in either direction. A displaced ihreshold, by contrast, is put in place to ensure abstacle elearance by landing aircraft. The pavement prior to the displaced threshold is avai�able for �akeoff in the direction of the displacem�nt, and for landing and takeoff in the opposite directinn. Misunderstanding this difference and issuance of a subsequently inaccurata NOTAM can result in a hazardnus situation. For both partially 2-26 - �: - - �► - �. ' �;—. y _ � - - - Figure �-7. Lighted � at NigE�� T 2/1 3120 1 7 Ac iso�s3�a-zG closed runways and displaced thresholds, approactn lighting systems at the affected end �nust he placed out of service, 2.18.3.3.1 Partialiy Closed Runwa,ys. Discnnnect edge and threshold lights on that part of the runway at and behind the threshald (�hak is, the portzon of the runv�ay that is closed). Alternately, cover the light ��tures in such a way as to prevent light leal�age. See Fi ur�. 2.18.3.3.2 Temporary Displaced Thresholds. Edge lightitag in the area of th� displacement emits red light in the directian of approach. and yellow laght {white for visual runways) in �he opposite direction. Iithe displacemant is 700 feet or less, blank out centerIine lights in the direction of approach or place the centerline lights out of service, If the dispiac�inent is over 700 feet, place the cen�erline lights ou� of service. See AC 150/53q0-30 for details an lighting displaced threshalds. See Fi ru e�2-2. 2.1$.3.3.3 Ternporary runway thresholds and runway ends must be li�hted if the runtivay is lighted and i� is the intended threshold foz' night landings or instrument meteoro�ogicaI conditians. 2.18.3.3.4 A temparary threshold on �n unlighted runway may be marked by r�troreflective, elevated martcers in addi#ion ta maxkings noted in paragraph 2.18.2.1.3. Markers seen by aircraft on approa�h ar� green. Markers at the z•ollout end of the runway are red. At certificated airports, teinporary elevat�d threshold marl�ers must be maunted with a frangible fit�ing {see 14 CFR Part 139.309). At non-certificated airports, the temparary elevated tltreshold markings m.ay either be mounied r�vith a frangible fitting or be flexible, See AC 150/5345-39, Specification for L- 853, Runwcry and Taxiway Xetrorefleciive MaYke�s, 2.18.3.3.5 Temporary threshold lights and runway end lights and related visual NAVAIDs are instailed outboard of tk�e edges of t�e full-strength pavement onIy when they cannot be installed on the pavemerzt. They are installed wi�h bases at grade [eve.l or as Iow as possible, bUt not more than 3 inch (7.6 crn) above ground. (The standard above ground height for airport 1igliting fixtures is 14 inches (3S em}). When any portion of a base is abo�e grade, place properly compacted fill around t�e base to minimize fihe rat� of gradient change so airrcraft ean, in an ernergency, cross at nornaal landing or takeofi spe�ds without incurring signi£'tcant darnage. See AC 150/5370-1fl. 2.18.3.3.6 Maintain thresbold and edge lighting color and spacing standards as described in AC 1501534�0-34. Batteiy powered, solar, or portable lights that meet the criteria in AC 15015345-50 may be used. Tk�ese systems are intended prirnarily for visual flight rules (VFR) aircraft operations b�t may 2-27 1 2/1 3120 1 7 AC i 5p/5370-2G b� used for inst�•ument flight rules �IFR) aircrait operatinns, upon indzvidual approval from the Flight 5tandards Division oFthe applicable FAA Regional Office. 2.18.3.3.7 When rw�iway tl�'esholds are tempa�rarily displaced, recon�gure yellow lenses (caution zone), as necessary, and place �he centerlin� lights out of service. 2.l 83.3.8 Relocate the Visual Glide Slope Iildicator (VG.SI), suc� as Visual Approach Slope Indicaior {VASI) and Precisian Approach Path Indicatar (PAPI}; othes• airpo�t lights, such as Runway End Identifier Lights �REIL); and approach lights to identify the temporary threshold. An.other option is to disabie the VGSI or any equipment ihat would give misleading indieations ia pilots as to the new thrashnld jocation. Installation of tenaporary visuaI aids may be necessary to pz:avide adeqtaate guidance to pilots on approach to the affected runway. If the FAA ovt+ns and operates the VGSI, coordinate its installation ar disablizag with the 1flcaI ATOITechnical Dperatians Office. Rel�cation nf such visua! aids will depend on t�e duration of the project and the benefits gained from th� relocation, as this can resuit in great expense. See FAA J� 6850.2, Visual Guidance Lighting Systerns, far installatiar� criteria for FAA owned and nperated NAVAIDs. 2.18.3.39 Issue a NOTAM ta inform pi�ots of ternporazy lighting canditio�s. 2.1$.3.4 Temporarily CIosed Taxir�vays. If possible, deactivate the taxivvay lighting circuits. Wl�en deactivatinn is not po�sible (far exaznple other taYiways on the same circuit are io rernain open), cover the light fxture in a way as to prevent light leakage. 2.18.A- Signs• To the extent possible, signs must be in canformance with AC 150/53�5-��, Specifacatian far Runivay and Taxiway Signs, and AC 150/5340-1$, ,Standcr�d for� Aar^port Sign Systems. 2.1$.4.1 Exisfing Signs. Runway exit signs are ta be covered for closed runway exits. Outbound destination signs are to be covered %r closed nanways. Any time a sign does not serve its normal function or would provide conflicting information, it m:ust lae cavered or removed ta prevent misdirecting pilots. Note that in�ormation signs identifying a c�•ossing taxiway con�inue to perform their normal function even if the crossing taxiway is closed. �'o�• long term construction projects, consider relacafirag signs, especially runway distance remaining signs. 2-2$ 12/I3/2017 2.18.4.2 Temporary Sign�. AC 15DI5370-2G Orange canstruction signs comprise a inessage in black on an orange bacltground. Orange consfiruction signs may help pilots be aware of changed conditions. The airport oper�tor may choase to intraduce tl�ese signs as part af a znovement area eonstruction project to increase situational awareness when needed. Locaie signs outside the taxiway safety liznits and ahead oi constructian ar�as so pilots can take timely action. Use temporary signs judiciously, striking a balance between the need fo� infarmation and the inc�ease in pilot vvorkload. W�en there is a concern of pilat "infor�nation o�erload," the applicability of mandatory hold signs must take precedence over qrange construction signs recommended during construction. Ten�porary signs mus� meei the standards far such signs in Engin�ering Brief 93, Guidance for the Asssmbly and Installation of TempoNary �ran�e Const�ccfian Signs. Many criteria in AC 15015345-44, Specification for Ru�way and Tu,xi�vay Sig�s, ar� referenced in th.e Engineering Brie£ Permissible si�n [egends are: I . GONSTRUCTION f1.HEAD, 2. CONSTRUCTION ON RAMP, and 3. RWY XX TAKEOFF RUN AVAILABLE XXX FT. Phasing, 5upported by drawings and sign schedule, for the installation of orange construction sign.s must be included in the CSPP or SPCD. 2.18.4.2.1 Takeoff R�n Avaiiabie (TORA) si� Recommended: W�.ere a rur�way has been short�ned for talLeoff, instalI orange TORA signs we�l before the ho�d lines, such as an a parallel taxiway prior to a tuzn to a runway hold positinn. �ee �B 93 for sign size and location. 2.1$.�.2.2 Sign legends are shown in Fi . z-� e�'-1. Note: See Figure E-1, Figure E-2, Figure E-3, Figure F�2, and Figure F-3 �or examples of oran�e constrUctian sign Iocations. 2.19 Marking and Signs far Acce�s Rou#es. The CSPP should indicate that pavenlent markings and signs for construction p�rsannel will conform to AC 150/53�0-18 and, to the extent practicable, with the �'ederal Highway Administratian Manual on Uniforim Traffic Gontrol Devices (MUTCD} and/ar State highvvay specifica�ions. �igns adjacent to areas u�ed by aircraft must camply with the frangibility requirements of AC 150/5220 23, Frangtble Connectaans, vvhich may require modif�cation to size and hei�hi guidance in the MUTCD. 2-29 tzii�izn�� 2.20 Hazard Marking, Lighting and Signing. AC 150/5370-2G 2.20.1 Hazard marlcing, lighting, and signing prevent piiots from entering areas clased to aircraft, and prevent constzuction personnel from entering areas open to airc�aft. The CSPP must specify prominent, comprehensible warning indicatars fnr any area affected by const�•uciion that is normally aecessible to aircraft, personnel, ar�ehicles. Hazard maa•lcing and lighting must also be specified to identi£y apen manholes, small areas under repair, siocicpiled material, waste areas, and areas subjeet to jet blast. Also consider less obvious canstruction-related hazards and include markings to identify FAA, airport, and National Weather Service faci�ities cables and pawer lines; instrument landing systetn (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to rr�alce it easier for contractor personnel to avoid tl�ese areas. 2.20.2 Equipment. 2.20.2.1 Barricades. Low peofile barricades, including traffic cones, (weig�ited ar sturdily attached to the surface) are acceptable methods us�d in identify and defne the limits of construction and l�azardous areas on aixports. Careful cnnsideration rnust be given to selecting equiprnent that poses the ieast danger to aircraft but is sturdy enough to remain in place when subjeciad ta typicai winds, prop wash and jet blast. The spacing of barricades must be such that a breach is ph�sically prevented barcing a deliberate act. For examp}e, if baz�ricades are intended to exclude aircraft, gaps between barricades must be smallar than the wingspan of the smaIlest aircraft to be excluded; if barricades are inter�ded to exclude vehicles, gaps between barricades must be smaller than the width of the exeluded vehicles, generally 4 feet (1.� meters). Provision must be made for ARFF access if necessary. If barricades are intended to e�clude pedestrians, they must he continuously linked. Continunus linking may be aecorz�plished thraugh ihe use of rop�s, securely attached to prevent �'4D. 2.20,2,2 Lights. Lights must be red, either steady buz�taing or flashing, and must meet the luminance requirements of the �tate Highway Department. Batteries powering lights will last longer if lighfs flash. Lights must be maunted on barricades and spaced at no more than IO feet (3 metez•s). Lights must be �perat�d between sunset az�d sunrise and during periods of 1ow visibility� whenever the airport is open for operatians. They may be operated by photocell, but this may require that the contractor turn them on rnanually during periods af low visibility during daytime hours. 2.20.2.3 Supplement Barricades with Sig�s (for example) As Necessary. Examples are "No Entry" and "No Vehicles." Be awa�•e af the increas�d effectis of wind and jet blast on b�rricades with attached signs. 2-30 12/13/20I7 �.20.2.4 Air Operations Area -- General. Ac r sais3�ro-2G Barricades are noi permitted in any active safety area or on the runway side of a runway hold line. Within a runway or ta��way object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as nated abooe, highly refleciive collapsible barricades mar�ed with diagonal, alternal:ing orange and white stripes; andlor signs to separate alI construction/maintenance areas from the movement axea. Barricades rnay be supplemented vvith alternating orange and white flags at least 20 by 20 inch (50 by 50 cm} square and securely fastened ta eliminate r�D. All barricades adjacent to any open runway or taxiway 1 taxziane sa�ety area, or apron must be as 1ow as possible ta tha graund, and no more than. 1 S inches high, �xclusive of supplementary lights and flags. Barricades must be of low mass; easiIy coi�apsible upon contact �witil an aircraft or any of its components; and weigk�ted or sturdily attached ta the surFace fio prevent displacement fram prop wash, jet bIast, wing vort�x, and other surface wind currents. If affixed to the sur�ace, they must be frangible at grade le�el or as lov� as possible, but not to exceed 3 inch (7.6 cm) above the �ound. Fi urre 2-8 az�c� Fi ur� e 2-9 shaw sample barricades �vith praper caloring and flags. ` _�: `� � Fi�nre �-S. Interlocliing Barricades � _ � � - 2-31 1 211 312 0 1 7 Figure 2-9. Low Profile Barricades -�� �,. �.:�,,� - �' � `�: � ,�� �. . �����,k-� � ;��� > �_�. . � .. �_ - _ -. _� ,.� �_ � :�r►`��: - AC 150/5370-2G �� 2.Z0.2.5 A.ir Operations Are� — Runway/Ta�way Intersections. Use highly reflecti�e baericades with lights to close ta�iways leading to closed rtanways. Evaluate all o}�erating factors when det�rminin.g how to rrzark tert�poraty closures that ean last from 10 to IS minutes to a much longer p�riod oftime. However, even for closures of relati�ely shart duration, close all fiaxiway�/runway intersections witI� barricades. The use of traffic cones is appropriate for short duration closures. 2.20.2.6 Air Operations A.�rea — Other. Beyond run�ay and taxiway object free areas anci apron.s, barricades intended far construction vehicles and per�onnel t�ay be rnany different shapes and made from various materials, incIuding railroad ties, sawhorses, jersey barri�rs, nr barrels. 2.24.2.7 Maintenance. The constructian specifcations must include a provision reqUiring the contractor to have a person on cal124 hours a day �or enaergenc}� rnaintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airpot�t operator. �,ighting should be cnecked far proper operation at least ance per day, preferably at dusk. 2.21 Worl� Zone Li�hting far Nighttinae Construction. Lighting equipment must adequately illunninafe the warlc area if the construction is to be performed durir�g nighttime hours. Refer to A� 15015370-10 for minimurn illurnination levels for nighttime paving projects. Additionally, it is reco�nmended that all support equipment, except haul trucks, be equipped with arti�cial illumination to safely 2-32 12/13/2017 AC 15Q/5374-2G illuininate the area irnmediately surraundi�ag their work areas. The lights should be pasitioned ta provide the mosi naturaI color il�umination and contrast with a miniinum of shadows. The spacing �nust be determined by trial. Light towers should be positioned and adjusted to aim away from ATCT cabs and active runways to pzevent blinding effects. Shielding may be necessary. Light towers should be remnved f'r�m the const�vctioi} site when the area is reopened to aircraft operations. Construction lighting units sha�ld be identified and gei�er�lly �aeated on the construction phasing plans in relaiionship to the ATCT and active runways and ta�iways. 2.22 Protection of Runway and Ta�ivvay Safety Areas. Runway and taxiway sa%ty areas, OFZs, OFAs, and approach stufaces are described in AC 150/5300-13. Protection of these areas includes liinitations an th� Iacation and height af equipment and stoekpilecl material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Offic:e if there is any doubi as to requirements or dirnensions (see paragraph 2.13.5 as soon as the location and height of materials or equiprz�ent are known. The CSPP should includc drawings showing alI safety areas, object free areas., obstacle free zones anci approach departure surfaces affected by construetion. 2.22.1 Runwa,�t,y Area {RSA�. A runway safety area is the defined surface surraunding tl�e runway prepared or suitable %r reducing the ris�C nf damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway (see AC 150/53Q0-I3). Construction activities within the existing RSA are subject to the following canditio:ns: 2.22.I.1 No constructian may occur witl�in the existing RSA �hile the runway is open for aircraft operafions. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring az� RSA, that is equaI io the RSA width and length beyond t�e runway ends available during construetion. {S�e AG 150/530Q-13 . The temporary use af declar�d distances andlor partial runway closures may provide the nece5sary RSA under certain ciroumstances. Coordinate with the appropriate FAA Ajrports Regianal or District Office to have de.clared di,stances infarmatian pubIished, and appropriate NOTAMs issued. See AC 150/5300-13 for guida�tce on the use oi declared distances. 2.22.1.2 The airpc�rt operatol musi coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or Disirict 4ffice and the local FAA air traffic manager and issue a NOTAM. 2.22.I.3 The CSPP and �PCD mus# provide procedures for ensuring adequate distance far prot�ction f'rom blasting operations, if required by operational considerations. 2-33 12/13/2017 2..22..1.4 Excavat�ons. AC 15Ql5370-2G 2.22.1.4.1 4pen trenches or excavations are not perinitted within the RSA wh�le the rumr+ay is open. Bacicfill trenches before the runway �s opened. If backfiiling excavations before the runway must be opened is impracticable, cover the excavations apprapriately. Cnvering for open trenches must be designed to allow Che safe operation of the heavi�st aircraft operating on the runway across the trench without damage to the aircraft. 2.22.1.4.2 Canstruction contractors must pranninently mark open trenches and excavations ai the constructian site r�ith red or orange flags, as approv�d by the airport operator, and light thern with red lights during haurs of resiricted visibiIity� nr darkness. 2.22.1,5 Erosion Contral. Soil erasion must be conirolled to maintain RSA standards, that is, �he RSA inust be cleared and gradecf and have no potentially hazardous ruts, humps, depressians, or other surface variations, and capable, under dry conditions, of supporting snow removal equipment, aircraft rescue and fre fighting equipmer�i, and the occasional passage of aircraft withoui caUsing siructural daznage to the aircra�t. 2.22.2 Runt�vay Object Free Area (ROFA� Construction, inciuding excavations, may be permitted in tha ROFA. However, equipment must be removed frorrm tl�e ROFA when not in use, and material should not be stockpiled in the ROFA if not necessary. StockpiIing material in the OFA requiures submittal of a'1460-1 form and justi�cation provided to the appropriate FAA Airports Ragional ar District Dffice far approval. 2.22.3 Taxiway Safety Area (T�A). 2.223.1 A taxiway safety area is a defned surface alongside the taxiway prepared or suitable fox r�duci�t� the risk of damage to an airplane unintentionally departing the ta�iway. (See AC 15D/530Q-13.) Since the width of the TSA as equal to the wingspan of the design aircraft, no eonstruction may oecur within the TSA while �e taxiway is open for aircraft operations. �'he TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to t�e TSA width available during construction. Give special cansideration to TSA dimensions at t�iway turns and intarsections. {see AC 150/53Q0-I3). 2.22.3.2 The airport operator must coot•dinate the adjustment of the T�A widih as permztted abo�e with the appropriate FAA Airports Regional or District Ot'fice and the FAA air traffic ma�ager and issue a NOTAM. 2-34 12/13/2017 AC 15015370-2G 2.22.3.3 The CSPP and SPCD tnust provide procedures foc ensuring adequate disiance for protection from l�lasting operatians. 2.2Z.3.4 Excavations. 1. Curves. Open trenches ar e�cavations are not permitted within i:he TSA while the taxiway is open. Trenchas should be backfilled before the taxiway is apened. If backfilling excavations before the iaxiway must be op�ned is impracticable, cn�er the excavation.s apprapriately. Co�ering for open trenches must be designed to aIlow the safe operation af the heaviest aircraft operating on the taxiway ac�•ass the trench without damage to the aircraft. 2. Straight Seciions. Open fre�ches or excavatians are not permitted witl�in the TSA whi�e the taxiway is open for unrestricted aircraft operations. Trenches should be bacicf"illed before the taxiway is apened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations to allow the safre passage of ARF'�' equipment and of �he heavies� aireraft bperating an the taxiway across the trench without causing damage io the equipment o.r aircraft. In rare circumstances where the section of taxiway is indispensable for aircraft movement, open t�enches or e�cavations may be permitted in the TSA while the t�iway is npen to aircra�t operations, s�bject to the following restrictions: a. Taxiing spe�d is lirnited to 10 mph. b. Appropriate NOTAMs are issued. c. Marking and lighting meeting f.he provisions of paragraphs 2.1 S and 2.20 are implemented. d. Low mass, low-profile lighted barricades are installed, e. Appropriate tetr�po.rary arange construction signs are instaIled. 3. Canstruction contractors must prominently mark open trenches and excavations at the consi,ructioza site with red �r orange flags, as approved by the airport operator, and light them with red lights during hours o#'restricted vz,s.ibility ar darlrness. 2.22.3.5 Erasion contral. Soil erosion must be controlled to maintain TSA standards, that is, the TSA must be cleared and graded and have no potentially i�azardous ruis, humps, depressions, or other surface variatians, and capable, under dry conditions, of supporting snnw removal equipment, aircrafi rescue and frefighting equipment, and the occasional passage of airci•aft without causing structural damage to the aircraft. 2-35 ] 2/13/2017 2.22.4 Taxiway Object Free Area (TOk`A� AC 150153�'D-2G Unlilce tl�e Runway Object Fre� Area, aireraft wings reguIarly penetrate the taxiway object free area during normal operations. Thus, the a•estrictions are inore stt•ingent. Except as provided below, no consiruction may occur within t11e taxiway object free area while the taxiway is open for aircraft operations. 2,22.�.1 The taxiway object free area dirnensions may be temporari�y adjusted if ihe taxiway is restricted to aireraft operations requiring a ta�iway object free area that is eqval to the iax.iway object free area width a�allable. Give special eonsideration to TOFA dimensians at taxiway tut-ns a�d intersections. 2.22.4.2 Offset iaxiway cenierline an.d edge pavement markings (do not use glass beads) may be used as a temporary measure to pro�ide the reyuired taxiway object free az•ea. Where offset taxiway pavement rr�arlcings are provided, cent�rlin� lighting, centerline reflectoxs, ortaxiway edge reflectors are reyuired. Existing lighting that does not caincide with the temporary markings must be taken out of ser�+ice. 2.22.4.3 Construction activity, including open excavations, may ba accomplished without adjusting the width of the taxiway ob�ect free area, subject to the following restrictions: 2.22.4.3.1 Taxiing speed is limited to IO mph. 2.22.4.3.2 NOTAMs issued advising taxiing pilots of hazard and recommending reduced fiaxiing speeds on the ta�iway. Z.22.43.3 Marking and lighting meeting the provisions nfparagraphs 2.18 and 2.20 are implemez�ted. 2.22.43.4 If desired, appropciate arange construction signs are installed. See paragr�.ph 2.18.4.2 and Appendix F. 2.22.4.3.5 Fi�ve-foot clearance is maint�ineri between ec�uipment and materials and any part of an aircra�C (includes win�tip o�erhang). If such clearance can anly be maintained if an aircraft does not have full use of the entire taxiway widih (with its main landing gear at the edge of the usable pa�+ement), then it will be necessary io mave personnel and equi�ment for the passage ofthai aircraft. 2.22.43.6 Flagg�rs furnished by the contractor must be used to direct and control constr�action �quipment and personnel to a pre-esta6lished setback distance for safe passage of aircraf�, and airIine and/or airpor� personnel. Flaggers rnust also be used to direct taxiing aircraft. Due to liability issues, tk�e airport a�erator should require airlines to provide flaggers far directing taxiing aircraft. 2-36 1 211 312 0 1 7 2,22,5 Obstacle F�'ee Zone {OFZ). AG 150/5370-2G In general, personnel, material, and/or equipment may not penetrate the OFZ wk�ile the runway is opezt for aircraft aperatians. If a penetratian to the OFZ is necessary, it may be possible to centinue aircraf� operations ihrough aperationaI re�trictions. Coordinata with the �'AA through the appropriate FAA Airports Regional ar District Office. 2.22.6 Run�way A�proach/Departure Areas and Clearwa,vs. All personnel, materials, andJor equipinent inust rernain clear of the applicable thresl�old siting surfaces, as defined in AC 150/5300-13. Objects that do not penetrate tlaese surfaces may stiIl be abstructians to air navigaiion and may affect standard instrumeni approach procedures. Coordinate with the FA.A. tl�rou.gh the appropriate FAA Airpoirts Regional or District Qfiice. 2.22.6.1 Construction activity in a runway apprQachlcieparture area may result in the need ta partially close a runway or displace the existin� runway threshold. Partial runway closure, displace�ent of the runway threshold, as well as closure of the complete runway and other portions of the movement area also requixe coordination through the airporl- operatdr �uith the appropriate FAA air traiiic manager (FSS if non-towered) and ATO/Teehnical Operations {for affected NAVAIDS) and airport us�rs. 2.22.6.2 Cautian About Partial Runway Cloaures. When filing a NOTAM for a partial runway closure, clearly stat� that ihe partion of pavement locat�d prior to the threshold is not available for Ianding and departing txaffic. In this case, tl�e �hresliold has been rnoved for both landing and takeaff purposes (this is different than a displaced threshold). Tk�ere may be situations where the portion of closcd runway is available for ia.�iing only. If so, the NOTAM must reflect th.is condition). 2.22.63 Caution About Displaced Thresholds. Implementation of a displaced threshold affects runway length available for aircraft landing over the displacernent. Depending on the reasan fQr tl�e displacement (to provide obstruction clearance ar RSI�.}, such a displacement may also req�ire an adjustment ir� the landing distance availabl� and acceleraie-stop distance available in ihe opposite direction. Ifproject scope includes pexsonnel, equipment, excavation, or otk�er work within the existing RSA of any usable runway end, do not i�x�plenr�ent a displaced threshold unless arrivals and departures toward th� construction activity are prohibited. Instead, implement a partial closuxe. 2.23 Other Limita�ions on Construction. The CSPP must specify any ot�er lirnitations on canst�uctzon, including but nat limited to: 2-37 12/1312Q17 2.23.1 Prohibitions. 2.23.1.1 AC 150/5370-2G Na use of tall equipment (cranes, concrefe pumps, and so an) unless a 7460-1 determination letter i� issued far such equipment. 2.23, l.2 Na use of open flame welding or torches unl�ss �ire safety precautions are provided and the airport operator has approved their Use. 2.23.1.3 Na use of electrical blasting eaps on or within 1;000 fe�t (300 ineters) of the airport property. See AC 150/5370-10. 2.23.2 Restricfions. 2.23.2.1 2.23.2.2 2.23.23 Canstructiort suspension required during sp�cific airpart operations. Areas that cannot be wocked on simultaneausly. Day or night consiruction re�trictions. 2.23.2.4 Seasonal construction restrictions. 2.23.2.5 Temporary signs not approved by the airport aperator. 2.232.6 Grades changes that cauld result in unpl�nned effects on NAVAIDs. 2-38 121I3/2017 AC 150i5370-ZG CHAPT�R 3. GUIDELINES FOR WRI7lNG A GSPP 3.I General Requiremenfs. The CSPP is a standalane document written to eorrespond with the subjects ouiIined in paragraph 2_4. The CSPP is organized by numbered sections correspanding to each subject listed in paragraph 2�4, and describeci in detail in paragraphs 2.5 - 2.23. Each section number and title in the CS�'P matches the eorresponding st�bject outlined in paragraph 2.4 (for exarnpie, 1. Coordination, 2. Phasing, 3. Az'eas and Operations Affected by the Constructi.on. Activity, anci so on}. With the exception of the project seope af work outlined in Sec�ion 2. Phasing, only subjeets specific to aperationa! safety during canstruetian should be addressed. 3.2 Applicability of Subjects. Each section should, to the e�tent practical, focus on the specific subject. Where an averlapping requirement spat�s several sections, ihe requirercaent shauld be explainad in detail in the most applicable sectian. A reference to fiha� s�ctinn should be included in all other sections where the requirement may apply. For example, the requirement to protect exisiing underground FAA ILS cables during trenching operations could be considered FAA ATO coordination (Coordination., paragraph 2.5.3), an area and operation affected by the construction activity (Areas and Operations Affected by tk►e Construction Actiait�+, paragraph 2.7.1.4 , a protection af a NAVAID {Protection of Navigational Aids (NAVAIDs), paragraph 2`S), or a noti�ication to the FAA of construction activities (Notificatian of Constructian Activities, paragraph 2.13.5.3.2 . However, it is niore specifically an underground utility requirement (Underground Utilities, paragraph 2.15). The pr�cedure for pratecting undergraund ILS cables during trenclain.g operations should therefote be described in 2.4.2.I 1: "The coatractor must coordinate with the local FAA. System Support Center (SSC) to marlc exisiing ILS cable routes along Runway 1'1-35. Ti�e ILS cables will be located by han.d digging whene�er the trenching operation moves within l 0 feei of the cable markings." ALl other applicable seetians should include a raference to 2.4.2.1 l: "ILS cables shall be icientii�'ied and protecied as described in 2.�4.2.11" or "See 2.4.2.11 for ILS cable iden.ti�cation and protection requir�;ments." Thus, the CSPP shoulci be cansidered as a r�hole, �vith no need to duplicate responses to reIated issues. 3.3 Graphical Representations. Gonstruction safety drav�in�s should be included in the CSPP as attachrn�nts. When other g�•aphical representations wiI1 aid in supporting written stateznents, the dcawings, diagrams, and/or photographs should alsa be attached to the CSPP. References should be rx�ade in the CSPP to each gra�hical attachment and inay be tnade in multzple sectians. 3-1 1 211 3/20 1 7 3.� Reference Documents. AC 150/537Q-2Cr The C�PP must not incor}�axate a document by reference unIess � eproduction of the material in �hat documeni is prohibited. In that case, either copies of or a source far ihe referenced document m.ust be provided to the contractor. Where tk�is AC reeammends referenees {e.g. as in paragraph 3�9} the intent is to include a reference to the corresponding section in the CSPI', not ta this Advisory Cir�ular. 3.5 Res�rictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mentian o�p�rmanent ("as-buili") features sueh as paveinents, marlcings, signs, and lighting, except when such features are intended to aid in maintaining aperatianal safety during the constructio�. 3.6 Coordination. IncIucie in this section a detailed descriptian of conferences ar�d meetings tn be held bnth before and during the project. Include appropriate inforination fi•orn AC 15015370- 12. Discuss caordination procedures and schedules for each required FAA ATO Technical Operations �hutdown and re�tart and aIi required flight inspectians. 3.7 Phasing. Include in this section a detailed scQpe af work description for the project as a whole and each phase af woric cover�d by the CSPP. Tk►is includes all locatior�s and durations of the work �roposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the prapased constructian. Include a reference to paragraph 3_8, as appraprial-e. 3.$ Areas and �peratioa�s Affected by Constr�ction. Focus in this section on identifying the areas and operations affected by the COIlStPUCt10I1. Describe corresponding mitigation that is not covered in detail eisewhere in the CSPP. Include references to paragrapY�s below as appropriate. Attach drawings as necessary ta graphically d�scribe affected areas and mechanisms propased. See A��endix F for sample operational effects tables and �gures. 3.9 NAVAID Protection. List in this section alI NAVAID facilities that wi11 be affected by the construction. Ideniify NAVAID faciliiies that wilI be placed out of service at any time prior to or ciuring construction activities. Identify individUals responsible for coordinating each shutdown and when each facility will be out af service, Include a refer•ence io para�raph 3.6 %r FAA ATO NAVAID shutdown, restart, and flight inspectian coordination, Outline in detail procedures to protect each NAVAID facility remaining in service from interf�rence by constructi�n acti�ities. IncIude a reference to parag�raph 3.1� for the 3-2 i2�r3�2o17 AC 1 Sfl/5370-2G issuance ofNOTAMs as required. Include a reference ta paragraph 3.X6 for the protectian of un.dergroUnd cables and piping servi�g NAVAIDs. If temporary visual aids are proposed to replace or supplement e�isting facilities, include a re�erence to paragraph 3.19. Attach. drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 3.10 Contractor Access. This wi�l necessarily be the most exfensi�e section of tha CSPP. Provide sufficient detail so that a contxactor not experienced in warking an airports wilI �nderstand the unique restrictions such work wiIl require. Due to tY�is extent, ii s�ould be broken down into subsections as described below: 3.10.1 Lacation of Stockpiled Const-ruction Mater'rals. Describe in this section specific locations for stackpiIang material. Note any height restrictions on stockpiles. Include a reference to pa3ragraph 3.21 for hazard marking and [ighting devices used to ideniify stockpiles. Include a referei�ce to paragraph 3.I 1 for provisinns to prevent stqckpile material from beco�nizag wildlife attractants. Include a. reference to paragraph 3.I2 for provisions to prevent stockpile material from becoining FOD. Attach cirawings to grap�ically indicate the stocl�pzle locations. 3.10.2 Vehiale and Peclest�ian Operations. While there ar� many items to be addressed in this inajor subsection of the CSPP, a11 are concerned with one ►x�ain is,�ue: keeping people and vehicles from areas of the airport where they don't b�lang. This includes preventing ur�authorized entry to the AOA and preventing the unpraper n�ovement o.f pedestrians or vehicles on the airport. ln this seetion, focus on mechanisms to pxevent consfiruction vehicles and workers txaveIing to and frorn the worlcsite from unautharized entry into moverrment areas. Specify locations of parking for boih employee vehicles and co�struction equipment, and rautes �or access and haul roads. In most cases, this will best be accomplished by attaching a drawing. QuoLe frorn AC l SOI5210-5 specifte rcquirements for cantractar vehicles rather than referrzng to tlae AC as a whale, and inelude special requirements for identifying HAZMAT vehicles. Quota frarn, rather than inearporate by reference, AC 150/5210-20 as apprapriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airpart's recordlceeping system listing au�horized vehiele ope�'ators. 3.1Q.3 Two-Way Radio Cammunications. Include a special section to identify all individuals who are required to maintain camrnunications with Air Traf�c (AT) at airpor�s with active towers, or monitor CTA�' at airports wi�hout or with closed ATCT. Include training requirements for all individuals required ta coinmunicate with AT. Individuals required to monitor AT frequencies should also be identifted. If cqnstructian ernployees are also required to co�x��unicate by radio with �irport Operations, this procedure should be described in deta�l. Usage of vehicle rnounted radios andlQr portable radios shoulcf be addressed. Conaznunication procedures for the event of disabled radio communication {that is, light 3-3 12l] 312017 A� i50/5370-2G signals, teIephone numbers, others) must be included. All radio frequenci�s shoiiId by identiiied (Tower, Ground Contt•ol, CTA�, UNICOM, ATIS, and so on). 3.I0.4 Airport Security. Address security as it applies to vek►icle and pedestrian operations. Discuss TSA requirementis, security badging requirements, periineter fence integrity, gate securi�y, and other needs. Attach dxawings to gfaphically indicate secured and/or Security Identification Display Ar�as (SIDA), perirr�eter fencing, and a�ailable access paints. 3.11 Wildlife Management. D'zscuss in this section wildlif� managem�nt procedures. DescriEae the rnaintenance of existing v�+ildlife mitigation devices, such as perimefier fences, and procedures to limit wildlife ail:ractants. Include procedures io naiify Airport Operations of wildlife encounters. Incjude a reference to paragraph 3.10 far security (vvildlife) fence integrity maintenance as requixed. 3.12 FOD Ma�aagement. In this section, discuss methads to control and monitor FOD: worksite hausekeeping, groUnd vehicle tire inspections, runway sweeps, and so on. IncIude a reference to paragra.ph 3.15 for inspection requirements as required. 3.13 HAZMAT Management. Describe in this section HAZMAT managernent procedures: fuel daliveries, spill reco�ery procedures, Safety Data �heet (SDS), Material �afcty Data Sheet (MSDS) or Praduct Safety Data Sheet (PSDS} availability, and oth.er considerations. Any specific airport HAZMAT restrictions should alsa be identified. Include a reference to paragraph 3.10 for HAZMAT vehicle identification requirements. Quate from, rather than incorporate by reference, AC IS015320-15. 3.14 Notification of Con,�trucfion Activities. List in this section the names and telephone numbers of points of contact for all parties a�fected by the construction project. We recommend a sin�le list that includes all telephone numbers required under this section. include err�erg�ncy noti�'ication procedures far all representatives of all parties �otentially im.pacted by the constr�action. Id�ntify individual representatives — and at leas� one alternate -- far each party. List both on-duty anci aff-riuty cantaci infarmatian for eacb indi�idual, including indi�iduals responsible for ernergency maintenance of airport construction hazard li�hting and baz'ricades, Describe procedures to coordinate unmediate respanse to events that might adversely affect the operational safety of the airport {such as interrupteci NA�AID service), Explain �equir�ments for and the procedures for the issuanc.e of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 an.d in the event of affected NAVAIDs. For NOT.AMs, identify an individual, and at least ane alternate, re�ponsible For issuing and cancelIin� each specific type of Notice to 3-4 ] 2/13/2017 AC 150/5370-2G Airm�n (NOTAM) required. Detail ilotification methods for police, fire fighting, and medzcal emergencies. This may include 911, but should also include direct phone nurnbers of Iocal police departments and nearby haspitals. Identi�y tl�e E91 I address of the airport and the emergency acceas route via haul roads to ihe construction site. Reqt�ire the contractt�r to have this information available to all workers. The local Poison Contral n.umber shauld be Listed. Procedures re�arding notificaiion of Airport Operaiior�s and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergeney noti�cation, include a reference to par�,graph 3.�10. Differentiate between emergency and nonenaergency notification of ARFF personnel, the latter including activities that aifect ARFF vvater supplies and access roads. Identify fihe primary AR�k' contact person and af least one alter�ate. If noiification is to be made through Auport Operations, then detail this procedure. Include a rnethod of confirmation from the ARFF department. 3.15 Inspecfion Requirernents. Describe in this section inspection requirements to ensure airfield safety compliance. Xnclude a requirement far routine inspections by the resident engineer (RE} or other airport operator''s representative and the constructian contractors. If the engineering consulta�ts and/ar contractors have a�afety Officer v�ho will co�duct �uch inspections, identify this individUal. Describe procedures %r special inspections, such as il�ose required to reopen areas for aircraft operations. Part I39 requiares daily aixfield inspections at certificated airpQrts, but these may need to be mare frequent whe� constructian is in progress. Discuss �he role of such inspections on areas u�der constructinn. IncIude a raquiremeni to immediately remedy any deficienci�s, whether caused by negligence, oversight, a�• projeat scope change. 3.16 Underground �[ltilities. E�plain how existing underground utilities will be loeated and protected. Identify each utility nrrTner and include contact information for each company/agency in the master Iist. Address emergency response procedures far damaged or disrupted utilities. Include a ref�rence to paragraph 3.14 for natification a�' utility nwners of accidental utility disruptian as required. , 3.17 Penalties. Describe in this section speci�c penalties imposed for noncompliance with airport rules and reg�alations, including the CSPP: SIDA violations, VPD, and nthers. 3.18 Special Conditians. Identify any specia! conditions that may triggex specific safety mitigation actions outlined in this C��'P: low visibility operations, sn.ow removaI, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspensionlresurx�ption. Include a reference to paragraph 3.1Q for campliance with airport safety and security maasures and for radio communications as requir�d. Include 3-5 12/13/20I7 Ac �so�s��a-ZG a reference to paragrapn 3.I4 for arnergency �otification of all in�olved partie�, including policefsecurity, ARFF, and medical services. 3.1.9 Runw.�y and Taxiway Visual Aids. Include zx�arkin.g, Iighting, signs, and visual NAVAIDS. Detail temporary runway and taxiway marking,lighting, signs, and visual NAVAIDs required for the canstruction. Discuss existing marking, lighting, signs, and visuaI NAVAIDs that are terr�tporarify,. aI�ered, abliterated, or shut down. Consider non-federal facilities and address requixetnents for reimbursable agreements necessary �or alteration of �AA facilities and %r necessary flight checics. Identify temporary TORA. signs ar runway distance rez�aining signs if appropriate. Identify required ternporary vi5ual NAVAIDs such as REIL or PAPI. Quote from, rather than incorparate by reference, AC 15015340-1, StandaYc�s fop Airport Ma�kings; AC 15015340-18, Standa�ds fo� Az�port Sign Systems; and AC 150l5340-3Q as required. Attac� drawings to graphically in,dicate proposed marking, lighting, signs, and �isual NAVAIDs. 3.20 Marking and Signs for Acees� Rvutes. Detail plans for marking and signs for vek�icle acness roul:es. To the extent possible, signs should be in confarrnance with th� Federal Highway Administration MUTCD andlor State highway speci�cations, not hand lettered. Detail any modificatians to the guidanee in the MUTCD nacessary to meet frangxbijitylheighfi requirernents. ' 3.21 Hazard Marking and Lighting. �pecify aIl marlcing and lighting equipment, including when and where eacl� type of device is to be used. Specify 1na.ximum gaps betw�aen t�arricades and the nnaxirnurn spacing of hazard Iighting. Identify one individual and at least one alternate responsil�le for rnaintenance of hazard marking and Iighting equipmeni in the master telephone list. Include a refarence to paragraph 3.14. Attach dra�vings to graphically indicate the placementt of Hazard marlcing and lighting equipment. 3.22 Work Zone LigE�ting far Nighftime Construction. If work is to be conducted at night, speciiy all lighting equipment, including when and where each type o� device is to be used. Imdicate the direction lights are to be airtied and any directions tk►at aiming of lights is prohibited. Specify any shielding necessazy in instances where aiming is not sufficient to prevent interference with air trafF'ic control and aircraft operations. Attac� drawings to graphically indicate ihe placernezrt and aiming of lighting equipment. Where the plam only indicates direc�ions that airriing of lights is prohibited, the placement and positioning of portable lights r�ust be pz'oposed by the Contractor and approved by the airport operator'� repx�sentatir+e each time lights a�•e z'elocated or repositianed. � 1 211 3/20 3 7 3.23 Protection of Runway a�d Taxiway �afety Areas. a.c r sais��a-ZG This section should focus exclusively on procedures for protecting all safety areas, including those aliered by the constructian: methads af demarcation, Irmit of access, movement vvithin safety areas, stocicpiling and trenching restrictions, and so on. Reference AC 150/5300-13, as required. Include a re%rence to paragraph 3.10 for procedures regarding vehicle a.rid personnel movement within safety areas. Include a reference to paragraph 3.1 Q for material stocl�pile restrictians as required. Detaii requirements for trenching, excavat.ions, and bac1cfi11. Include a reference ta paragtaph 3.21 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are propased to proteci safety areas, ar if teinporary displaced thresholcis andlar revised declared distances are used to prt�vide the required Runway Sa%ty A.rea, include a reference to paragz�aphs 3.1 � and 3. I9. Detail procedures �o.r protecting the rUnway OFZ, r�inway OFA, taxi�ay OFA and runway approach surfaces incIuding those altered by the canstz�uction: methods of de�narcation, limit of cranes, storage of equipment, and so o.�. Quote from, rather than incorporate by r�ference, AC 1501530a-13, as required. Include a reference to paragraph 3.24 for height (i.e., crane) restrictions as requited. One way to addr�ss the height of equipment ihat will rrtove during the project is to establish a three-dimensional "box" wi�in which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 3.24 Ot�er Lia�t�itahons an Construction. This section should describe what li�x�itafzo�s must be applied to each area of work and when each limitation will be applied: Iimitations due to airport operations, height (i.e., crane) restriction.s, areas wh.ich cannot be worked at simultaneously, day/nighi work restrictions, winter constructian, and ather limitations. Include a reference to para�raph 3_7 for project pk�asing requiz•e�nents based an consiruction limitations as reqUired. 3-7 12/13/2017 Page Intentionally B1ank AC 150/5370-2G 3�8 12/13/2017 APPENDIX A. RELaTED READING MATERIAL AC 15fl/537Q-2G Appendix A Obtain the latest v�rsion of the following free publications from the FAl� on its We� site at httn:/Iwww.faa. o�v/airports/. Table A-1. FAA Publications Number Tif1e and Description AC 1501520Q-28 1Votices to Aarmen (NC)TAMs) fop flirpo�t Operaiors Guidance for vsing the NOTAM System in airport reporting. AC 15�/52(}0-30 Airport Field Condition Assessments and Winte� Operatiofz,s Safety Guidance far airport owners/operators an the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/52�0-33 Hazardous Wildlife Attt�actants On ar 1Vear Airports Guidance fln lo�ating certain land uses tl�ai might attract hazardous wildlife ta pubIic-use airports. AC 150/5210-5 Painting, 1lfarking, and Lighting of Yehicles Used �n an Ai�port Guidance, specifications, and standards for painting, marking, and lighting v�hicl�s operating in the airport air operations areas. AC I 50/5210-20 G�ound Ye�hicle Ope�Ations to include Ta�ciing or Tov�ing an Aircraft� an Airpo�ts Guidance to airport operators on da�eloping ground vehicle aperation training programs. AC 15Q/5300-13 AirportDesign FAA standards and reco�nmendatians for airport design. Establishes approach visibili�ty minitnums as an airport design parameter, and contains the Objeet �'ree area and �he obstacle f'ree-zone ci�iteria. AC 150/521Q-24 Airpo�t Fat^eigtta Object Deb�is (FOD) Ma�aagemeret Guidanee for developing and managing an airport forei�n object deY�tis {FOD) program A-1 12/13/201'7 AC 1501537Q-2G Appendix A Numb�r Tit1e and Description AC iS0/532fl-IS ManageraaentofAi�port�ndust�ial Wasfe Basic information on the charaeteristics, mariagem�nt, and regulations of industrial wastes g�n�rated at airports. Guidance for developing a Storm Water P�llution Prevention Plaz� {5WP1'P) t4�at applies best management practices to eliminate, prevent, or reduce pollutants in stori�n water r�anoff with particular airpart industrial acti�i�ies. AC 150/53A��-1 Stc�nda�dsfo�AirporlMarlcings �AA standards for the siting and installatian of si�ns on airport runways and taxiways. AC 15D/5340-1 S Stcandards for Airpo�t Sign Syste.ms FA.A. sta�dards for the siting and installation of signs on airport runways and ta�iways. AC 15�15345-28 Precision Approach Pat�a Indicator (PAPI� Systems FAA standards far PAPI systerris, whick� provide pilots with visual glide sla�ae guidance during approach for Ianding. AC I 50/5340-30 De�sign and Installation �etailsfor Ai�po�t Visual Aids Guidance and recommendatior�s on the installation of airport visual aids. AC 15�/5345-39 Specification fo� L-8S3, Runvvay and Taxiway Retroreflecfive Markers AC 150/5345-44 Specification for Runway and Taxiwuy Signs FAA specifications for unlighted and Iighted signs for taxiways and runways. AC 150/5345-53 Ai�po�t �ighting Equaprnent Certification Pragram DetaiIs on the Airport Lighting Equipment Certificatioza Pragrarn (ALECP). AC 150/5345-50 Specificaiio�a for PoNlable �unway and Taxitivay Lights �AA star�dards %r portable r�anway and taxi�ay lights and runway end idennfier lights for temporairy use ta permit continued aircraft operations while all or pari of a. runway lightiing system is inoperative. AC 15Q/5345-55 Specafication for L-893, Lighted Visual Aid 10 Indicate Ternpora�y �unway Closure A-2 12/13/2p 17 AC I 501537a-2G Appendix A Numb�r Tit[e and Description AC 1501537Q-10 5tanda�ds fo� Spec�ing Canst�uctio�x ofAirports Standards far constructian of airports, including earthwarlc, drainage, paving, twrfing, lighting, and �ncidental construction. AC 1.Sa/537fl-12 Quality Managementfor F'ede�ally Fa�ndedAi�po�t Construction PrajecPs EB 93 Guidance foN the Assembly and Installation of Texnpora�y O�ange �onstYuction Signs FAA Order 5200.11 FAA Air�orts (ARP� Sa�eiy Managernent S�stem �MS� Basics far irnplementing SMS within ARP. Includes roles and responsibi�ities of ARP management and staff as well as other FAA lines of business that contribute ta the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazcrrdous Wfldlife Guidanee on grass manag�ment and seed selection. F.A.A. Forrrr� 7460-1 Notice of �'roposed Construction or Alteration FAA Form 7480-1 Noiice of Landin� Area Prapasal FAA Farm 6000.26 National NA� Strategic Interruption Service Level Agreement, Strategic Events Coordination, Airport Sponsor Form Obtain t�e latest version of the fo�Iowing free publications fro�nn: the Electronic Code of �'ederaI Regulations at http://www.ecfr.go�l. Table A-2. Code of Federal Regnlation Number Tiile 14 CFR Part 77 TitIe 14 CFR Part 139 Titie 49 iCFR Part 1542 Title Safe, Eff'iczenf Use and Preservation of the Na�igable Airspace Certif cation of Airports Airport Security Obtain the latest versi.on o�the Manual dn Uniform Traffic Control Devices from fihe Federal Highway Administration at http:l/mutcd.fhwa.dot. _o�v/. A-3 12113/2Q17 Pag� IntentionaIty Blank AC 15015370-2G Appendix �4 A-4 12113I2017 APPENDIX B. TERiilIS AND ACRONYMS AC 15015370-2G Appendix B �lable li-1. �lerms anA ACron ms Term Definition Form 7460-1 Notice af Prqposed Canstruction or Alteration. For on-airport projects, the forin submitted ta the FAA r�gianai or air�aorts division affice as forinal written notiiication of any kind of construction or alteration of objects that affe�t navigable airspace, as de�n�d in 14 C�'R Part 77, Safe, Effic�ent Use, and P�ese�valion of the Navigable Alrspace. (See guidance available on the �'AA web site at htt s://oeaaa.faa. ov.) The form rnay be down.loaded at htt :Ilwww.faa. a�/air orts/3'esources/forrnsl or filed electronicaily at: https:l/oeaaa.faa.�. Farm 7480-1 Notice of Landing i-lrea Propo.sal. Farm submitted to the �'A!� Airports Regional Division Office or Airpoi�s District O��ce as formal wriiten notification whenever a project without an airport layout plan on �le with the FAA involves the const�•uction oi a new airport; the construction, realigning, altering, activating, or abandonmg.of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an er�tire airpnrt The form may be downloaded at http:f/www.faa. �ov/airpoi�tslres aurces/forms/. Form 6�OQ-26 Airport 5ponsor 5trategic Ewent Submission Form AC Ad�isory Circular ACSI Airport Certification Safety Inspeetor ADG Airplane Design Group AIP Airport Improveinent Prc�gram ALECP Airpor•t Lighting Equipment Certification Frograrn ANG Air National Guard AOA Air Operaiians Ar�a, as de�ned in 14 CPR Part 107. Means a portion of an airpoi�t, specifieci in tha airport security program, in which securiiy measures are carried out. This area includes aircraft movement areas, aircraft parking areas, loading ramps, and safety areas, and any adjacent areas (such as general aviatlon areas) that are not separated by adequate security systems, measures, or procedures. This area does not include the secured area of the airport terminal building. ARF�' Aircra.#� Rescue and Fire Fighting ARP F1�A Oiiice ofAirpo�rts ASDA Acr.�lerate-Stop Distance Available AT Air Traffic ATCT Airport `I'raffic Contral Tawer ATIS Automatic Terminal In%rmation Service ATO Air Traf�'ic �rgaruzation Ce��tificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under : 12/13/2017 AC 150/53']0-2G Appendix B Terrn Definition the auihority of 14 CFR Part 139, Certificat�on of AiYports. CFR Code of Federal Regulations Canstrcfctia� The presence of construction-related personneI, equipment, and materials in any lacatian that could infringe upon the movement of aircraft. CSPP Construction 5afety and Phasing Plan. The overalI plan for sa%ty and phasing of a construction project developed by the aii�por� operatoi•, or developed by the airpoi�t operator's consullant and approved by the ai�-pot't operato�'. It is included in the invitation fo�• bids and beco�nes part oithe project speGi�cations. CTAF Common Traf�ie Advisory Frequency Displaced A threshold that is located at a paint on the runway other than the designat�d Threshold beginning of the runway. The portion af pavement hehind a displaced threshold is aYailable for takeoffs in either direction or landing from the opposiYe direction. DOT Departzr�ent nf Transportation �PA Environmental Prot�ction Agency FAA Federal Aviation Administration FOD Foreign Objact Debris/Damage FSS Flight Service Station GA General Aviat�on HAZMAT HazardaLrs Materials FIMA Hat Mix Asphalt TAP Instrument Approach Procedures IFR Insfrument �'light Rules ILS I��strument Landing System LDA Landing Distance Available I,QC Localizer antenna array Movement A�•ea The runways, taxiways, and other areas of an airport that are useci ior taxiing nr hover taxiing, air taxiing, takeoff, and landing oi aircraft, exclusive of ldading; aprons and aircraft parking areas (reference 14 CFA Par� 139), MSDS Material Safety Data Sheet MLTTCD Manual on Uniforin Traffie Control Devices NAVAID Navigation Aid NAVATD Critical An. area af defined shape and size associated with a NAVAID that must remain Area clear and graded fo avoid interference with the electronic signal. Non-Movement The area inside the airport security fence exclusive of the Mavement Area. it is Area important ta note that the non-movament az•�a includes pavament traversed by aircraft. I� 12/13I20I7 AC 150/5370-2G Appendix B Tarm De�niLion NOTAM Notices to Airmen Obstruction Any objectlobstacle exceeding tl�e ohstruction standards specified 6y l�l CFR Part 77, subpart C. OCC Operations Con�ral Center OE I AAA Obstructian �valuation I Airport �1.irsgace Analysis OFA Object Free Ar�a. An area on the ground centered on the runway, t�iway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft grauiad maneuvering purpases. (5ee AC 15D/5300-13 for additional guidance on OFA standards and wingtip clearance criteria.) OFZ 4bstacle Free Zone. The airspace below I50 f� (45 rn) above the established aizport elevation and along the runway and axtended runway centerline that is required to be clear nf all objects, exc�pt %r frangible visual NAVAIDs that need to be Iocated in the DFZ because of their functian, in arder to provide cleacance pratection for aircraft Ianding ar taking aff fro�n the runway and foi• missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational 5afety and Health Adminis#ration OTS OuY af Service P&R Planning ar�d Requirements Group NPI NAS Planning & Integration PAPI Precision ,Approach Path Indicatar PFC Passenger FaciIity Charge PLASI �'ulse I.ight Apprdach Slape Indicatnr Projeci Proposal A clea�• and concise description of the proposed project or change that is the object Summary of Safety Risk Management. RA Reimbursable Agreement RE Resident Engine�r REIL Runway End Identifier Lights RNAV Area Navigation RO�'A Runway Object Free Ar�a RSA Ranway Safet� Area. A defined surface surrounding the runway prepared or suitable far reducing the risk of da�nage to a�rplanes in the event Qf an undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-I3. SDS Safety Data Sheet SIDA Security Identif cation Display Area SMS Safety Management System : I2113120T'1 AC 150/5370-2G Appe��dix B Term Definition SPCD 5afety Plan Compliance Dacu�nent. Details developed and submitt�d by a contractoz' to the airparl operator for appraval providing details oz� how the perfort�nance af a cnnstrnction project wiil co�nply with the CSPP. SRM Safety Risk Manageme�t SSC System S�apport Center Ta�ciway Safety A defined surface alongside the taxiway prepared ar suitabl� for reducing the risk Area af daznage fo an airplane uninteiitioiially departing the taxiway, in accordance with AC 1SQ/53Q0-13. TDG Taxiway Design Group Temporary Any candition that is not zntended ta be permanent. Temporary Runway Tl3e beginning of that portion of the runway available for Ianding and taking off in End one direction, and for Ianding in the other diraction. Note the difference from a displaced thrashold. Threshold The beginning of that portion of the runway a�aiIable for landing. In some instances, the landing tlu�sltold tnay be displaced. TODA Talceoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runwa.y lass any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 1 SQ/5300-1� for �uidanCe on declared distances. TSA Taxiway Safety Area, or Transporta�ion Security Administration UNICOM A radio commurucations systezn af a type used at small airports. VASI Visual Appi•oach Siope Indicator VGSI Visual Glide Slope Indicator. A de�ice that pravides a visual glide siope indicator to landing pilots. These systems includ� precision approach �a#h indicator (PAPI), visual approach slope indicator (VASI), and pulse light approach sloge indicator (P�ASI}. VFR Visual Flig�tt Rules VOR Very High Frequency Omnidirectiouai Radio Range VPD Vetzicle 1 Pedestrian Deviation M: �! 12/13/2017 APP�NDIX C. SAF�TY AMD PHASING PLA�! CHECKLIST AC 15QI5370-2G Appendix C This appendix is keyed to Chapter 2. In the electronic version of tbis AC, clicking on tk�e paragraph d�sigl�atian in the Reference calumn will access �he applicable paragraph. There may be instances wk�ere the CSPP requires pro�isions thai are not covered by the list in this appendix. This checiclist is intended as an aid, not a required subinittal. Tabte C-1. CSPP Checl�l�ist Coordination Re�'erence Addxessed? Remarizs Yes No NA General Consid+�rations Requirements �or predesign, prebid, 2.5 and preconstruction conferences to introduce the sub�ect of airpart operatior�al safety during constructior� are specified. Operational safety is a standing 2.5 , agenda itenn for construction progress meetings. Scheduling of the construction phases 2.6 is properIy addressed. Any formal agreements arc 2.5,3 establisl�ad. Areas and Operations Affected by Constractio� Acfivity Drawings showing affected areas are 2.7.1 included, Closed or pat�ially closed runways, 2.7.1.1 taxiways, and aprons are depicted on drawings. Access routes used by ARFF vehicles 2.7.I .2 affected by ihe project are addyressed. Access routes used by airport and 2.7.1,3 airline support �ehicles affected by the projeci are addressed. Underground utilities, including 2.7.1.4 water suppIies for frefighting and drainage. GI 1 211 3/20 1 7 AC I50/5370-2G Appendix C Coordinatian Reference Addressed? Remarks Yes No NA Approacl�/departure surfaces affected 2.7.1.5 by heights of temporary objects are addressed. Construction areas, siorage areas, and 2.7.1 access rou#es near run�vays, taxiways, aprons, or helipads are properly depicted on dravvings. Temporary changes fQ taxi operations 2.7.2.1 are addressed. Detours for ARFF and other airport 2.7.2.2 vehicles are ide�tified. Maintenance of essentiai utilities and 2.'7.2.3 underground infrastructure is addressed. Temporary changes to air traffic 2.7.2.4 control procedures are addressed. NAVAIDs Critical areas fnr NAVAIDs are 2.8 depicted on drawings. � Effects af construction activity on t}�e 2_g performance ofNAVAIDS, including unanticipated power outages, are addr�ssed. 1'rotection of NAVAXD facili�ies is 2•g addressed. The requir�d distance and direction 2^,8 frann each NAVAID to any cnnstruction activity is depicted an drawings. Procedures for coardinaiion with 2_8,. 2.13.1, FAA ATO/Technical Operations, 213.5.3.1, including identification of points of 2.1 &.1 contact, are included. Cantracior Access The CSPP addres�es areas to which 2.9 contractor will have access and havv C-2 1211.3/2017 AC 150/5370-2G Appendix C Caordinafion. Reference Addressed? Re�tx�arl�s Yes No NA the areas will be accessed. The applieation oi 49 CFR Part 1542 29 Airport �ecurity, where appropriate, is addressed. The locaiion oF stockpiled 2.9.1 construction materials is depicted an drawings. The requirement �or stockpiles in the 2.9.1 ROFA ta be approved by FAA is inclucied. Requirements for proper stockpilit�g 2•9• I of materials are included. C.oastructian site parking is 2.9.2. J. adciressed. Construction equipment par�Cing is 2.g•2•2 addressed. Access and haul roads are addressed. 2.9.2.3 A requireinent for marking and 2.9.2.4 lighting af vehicles to camply with AC 15Q/5210-5, Painting, Marking a�d Lightin� of Vehicles Used on an Ai�por�t, is included. Proper vehicle operations, including 2.9.2.5, 2.9.2.6 requireznents for escorts, are describe�. Training requirem�nts for vehi�le 2•4•2•7 drivers are ac�clz-essed. T�vo-way radio communications 2,9.2.9 procedures are deserib�d. Maintenance of the secured area o� 2.9.2.10 the airport is addressed. WildIife Management The airport operaior's wildlife 2.1fl management procedUres are addressed. C-3 12/13/2Qi7 AC 15Q/5370-2G Appendix C Coordination Reference Addre�sed? Remarks Yes No NA Foreig� Ob,ject Debris Management The airport operator's rOD 2.11 �nanagement procedui�es are addressed. Hazardnus Materials Ma�agement The airport operatox•'s hazardous 2• 12 materials management procedures are addressed. Notifcation of Construction Aetivities Procedures %.r the irnrnedi�te 2.I3 notifieation of airport user and �ocal F�,A oi any conditions adversely affecting the operational safety of the airpart are detaited. Maintenance of a Iist by the airport 2.13.1 operator of the responsible representatives/points of contact far a�I involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. A lisi af lncal ATO/Technical 2.I3.I Operat�ons �aersonnel is included. A list of ATCT managers o�. duiy �s 2.13.1 included. A list af authorized representatives to 2.13.2 the OCC is included. Procedures for coordinating, issuing, 2_8, 2.13.2> inaintaining and cancelling by the 2.18.3.3.9 airpori operator ofNOTAMS about airport conditions resulting fram constr�xction are included. Provision oi information on closed or 2.13.2 hazardous canditians on airpart movement areas by the airport operatoz' to the OCC is speeified. Emergency noti�cation procedures 2.133 for medical, fire fightin , and olice G4 12/13/2017 AC 15015370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA respanse �re addressed. Coordir�ation with ARF� personneI 2.13.4 for non-emergency issuas is addressed. Notification to the FAA unc�er I4 2.13.5 CFR par�s 77 and 157 is addres�ed. Reimbursable agre�ments for flight 2.13.5.3.2 checks and/or design and cQnstructian for FAA own�d NAVAIDs are addr�ssed. Inspection Requirernents Daily and interim inspections by bath 2.14.1, 2.I4.2 the airport operator and cantractor are specified. F'inal inspectio.ns at certificated 2.14.3 airports are specifiad whan required. Underground Utilities Pracedures for protecting existing 2.15 underground facilities in excavation areas az�e described. Penalties Penalty proVisions for noneompliance 2.16 with airport rules and regulations and the safety plans are detailed. Special Conditions Any special conditions that affect the 2.17 operation of the airpart or require the activation of any special procedures are addressed. RunvQay and Taxiway Visual Aids - Marking, Lighting, 5igns, and Visual NAVAIDs The proper securing of Cemporary 2.I S.1 airport markings, lightin.g, signs, and visual NAVAIDs is addressed. FrangihiIity oiairport markings, 2.15.1, 2.I8.3, iighting, signs, and visual NAVAIDs 2.18.4.2, is specified. 2.2�.2.4 C-5 12/13/2017 AC 150/537Q-2G Appendix C Coordination Reference Addressed? Remarks Y+es No NA The requirement for markings to be 2.I8.2 in coz�apliance with AC 1 SO/5340-1, Standards for AiNport Markf�ags, is specified. Detailed specifications for rnaterials 2.I8.2 and methods for temporary markings a.�e provided. The requirernent for lighting to 2.18.3 conform to AC 150/5340-30, Design and Installation Details fo� Airport l'isual Aids; AC 150/534S-5Q, �pecification for Po�table Runway and Taxitivay Lights; and AC 150/5345-53, Airpa�t Lightin�; Certifacation P�ogYam, is specified. The use of a Iighted X is specified 2.1$.2..1.2, where appropriate. 2.18.3.2 The requiremenf for signs to confarm 2.18.4 to AC I 50/5345-44, Spec�cation fo� Runway and Taxiway Signs; AC 50/5340-18, StandcrrdsforAi�part Sign Systerras; and AC l 50/5345-53, Ai�^port Lighting Certificatiorr P�ogra�n, is speci�ed. Marking and �igns For Access Routes The C5PP specifies that pavement 2.18.4.2 rr�arkings and signs intended for cnnstruction personnel should eonform to AC 150/5340-15 and, to th� extent practicable, with the MUTCD andlor State highway speci�cations. Hazard Marking and Lighting Prominent, comprehensible warning 2.20.1 indicatars for any area affected by canstruction thai is narmally accessible to aircraft, personnel, oz vehicles are specified. C-6 12/13/2017 AC 150/5370-2G Appendix C Coordination Reference Add.ressed? Remarks Yes No NA Hazard marking and Iighting are 2.20.I specafied to identi�y open manholes, smal! areas under repair, stockpiled material, and waste areas. The CSPP considers less obvious 2.20.1 construction-relaied hazards. Equipmen.t that poses the least danger 2.2.0.2.I to aircraft but is stvrdy enough to remain in place when subjected to iypicaI winds, prap wash and jei bIast is specified. The spacing of barricades is specifi.ed 2.20.2.1 such thai a breach is physieally pre�ented 6arring a deliber�te act. Red lights mee�ing the Iuminance 2.20.2.2 requiremenfs of the State Highway Department are speeified. Barricades, ter�porary rnarkers, and 2.20.2.3 other objects placed and left in areas adjacentto any open runway, taxiway, taxi 1ane, or apron are speci�ed to be as �ow as possible to the gr�und, an.d no more than l 8 inch high. Barricades are specified to indicate 2.20.2.3 constructioz� locations in vvhich na par� of an aircraft may enfer. HighIy reflective barriers with lights 2.20.2.5 are specified tfl barricade taxiways 2eading to closed runways. Markings for temporary closures are 2.20.2.5 sp.ecif ed. The pravision af a cantractor's 2.Zfl.2.7 representative on call 24 hours a day for am�rgency maintenance of airport hazard lighting and barricades is specified. C-7 12I13/2017 AC 154/537Q-2G App���dix C Coordination Reference Addressed? Remarks Yes Na NA Work Zone Lighting for Nighttime Construction If �work is tio be conducted at night, 2.21 the CSPP identi�ies construation lighting un'rts ar►d their gen�ral laeations and aim.ing in relaiionship to the ATCT and acti�ve runways and taxiways. Protection of Runv�ay and Taxiway Safety Areas The CSPP clearly states that no 2.221.1, construction naay occuz• within a 2.22.3.1 safety area while the associafied runway or taxiway is apez� for aircraft operations. Tk�e CSP� specifies t1�at the airport 2.22.1.2, operator eaordinates the adjustment 2.22.3.2 of RSA or TSA dimensions with the ATCT and the appropriate FAA Airparts RegionaI or Disbrict Office and issues a focal NOTAM. Procedures for ensuring adequate 2.22.33 dzstance for protection froin blast�ng op�rations, if required by operational consideratians, are detailed. Tne CSPP specifies ihat open 2.22.1.4 trenches or excavations are not permitted witlain a safet� area while �he associated runway or taxiway is open, subject to approved e�ceptions. Appropriate covering of excavations 2.22.1.4 in. the RSA or TSA t.�at cannot be backfilled before the associated rur�way or taxiway is op�n is detailed. `I`he CSPP includas provisions far 2.22.1.4 prominent marking of open trenche.s and excavations at the construction srte. Grading and soil erosion control to 2.223.5 r�aaintain RSA/TSA standards are C-8 12/1.3/2017 AC 15015370-2G Appendix C Coordination Reference Addressed? Remarks Yes No NA ac[dressecf. The CSI'P speerfies that equipment is 2.22.2 to be remo�ed from tk�e R4k`A when not in use. T�e CSPI' clearly states that no 2.22.3 construction may o�cur �vithin a taxiway safety area while the taxiway is apen for aircraft operations. Appxopriate details are specified for 2.22.� any constx�uction work to be accomplished in a taxiway object free area. Measures to ensure that perst�nnel, 2.22,4.3.6 material, ar�d/or equiprr�ent do nat penetrate the OFZ or thresha�d siting surfaces while the rUnw�y is open for aircraft operations are included. Provisions for protection of runway 2.22.6 appraachldepar�ure ar�as and clearways are included. Ot�er Limitations on Construction The CSPP prohibits the use of op�n 2.23.1.2 flame welding or tarches u7nless adequate fire safety precautions are provided and the airport operator has approved their use. The CSPP pro�tibits #he use of 2.23.1.3 electrical blasting caps on ar within 1,00� ft(�00 nn) of the airpart property. C-9 12/13/2�l'7 AC I5015370-2G Appendix D APPENDfK D. CONSTRIJCTION �ROJECT DAILY SAFETY INSPECTION CHECKLIST The siivatians identi£ied belaw are potentially hazardous conditions t.hat may occur during airport cons�-uction projects. Safety ai•ea e�croachments, unautharized and improper gro�and vehicle operatians, and umnarlced or unco�ered hoIes and trenches near aircraft operating surfaces posa tha most prevalent threats to airport operationaI safe#y during sirport construction projects. The list below is one iool that tl�e airport operator or contractor may use to aid in id�ntifying and correciing potentially hazardous conditions. It should be custamized as appropriate for each project including in%rrnaiion sUch as the date, time and name of ihe person annducting the inspection. Table D-1. Pote�ntialIy Hazardous Conditions No Actian �tem Actian Required (Describe} Required (Check) Exca�ation adjacent to runways, taxiways, and aprons improperly backf"i11ed. Mounds of earth, construction materials, tempotary structures, and other obstacles near any open runway,. taxiway, or taxi lane; in the related Object Free ar�a and aircraft approach or departure areas/zanes; ar obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 inch (7.6 cm} firom pavement edges and ends. Heavy equipment (statio.nary or mol�ile) operating or idle near AOA, in runway approaehes and departures ar�as, or in OFZ. Equipment ar material near NAVATDs that may degrade or ifx�pair radiated signals and/or the mnnitoring o�' navigation az�d visual aids. Una�ihorized ar improper vehicle aperations in localizer or glide slope critical areas, resulting in electronic inierference and/or facility shutdawn. Tall and especially relatively low �isibility units (that is, equipment with slim profiles) — cranes, drills, anci similar objects — lacated in cxitical areas, such as OFZ and D-1 I211 3120 1 7 AC 15DI537�-2G Appendix D No Action Item Action Required (Describe) Required (Check) approach zones. _ Improperiy positioned or maliunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, ar open taxi lan� ar in a reIated safety, approach, or departure area. Obsta.cles, loose pavemeni, trash, and other debris c�n ar near AOA. Construction debris (gravel, sand, mud, paving materials} on airport pavements ma.y resu�t in aircraft propaller, turbine engine, or tire ciarnage. Alsa, loose materials may blow about, potentialIy causing personal injury or equzpment damage. Znapprppriate or paorly maintained fencing during constructian intended to deter human and animal intrusions into the AOA. Fencing and other markings ihat are inadequate to separate construction areas from open AOA create aviation k►azards. Irnproper or inadaquate marlcing or lighting of runways {especially thresholds that have been displ�ced or runways that have been clos.ed) and taxiways fi.hat could cause pilot confusiori and pra�vide a patential for a runway incursion. Inadequate or improper methods o� marking, barricading, and lighting of temporarily closed portions of AOA creaie aviation hazards. Wildlit'e attractants -- such as t�ash (food scraps not collected frozn canstruction personnel activiiy), grass seeds, tall grass, or standing water — on or near airporhs. Obliterated or iaded tetnpa.rary rnarlcings on active aperational areas. Misleading or maIfunctioning obstruction lights. Unlighted or unmar�ed obstructians in the approacY� t� any open runway pose aviation hazards. D�2 I2/1312017 AC 15Q/5370-2G Appendix D No Action I#em Ac��on Required (Describe) Required (Check) Failure to issue, update, or cancel NOTAMs about airport or runway clnsures or other constx�uctian related airparl conditions. Failure to mark and identi�y utilities ar power cables. Damage to utilities and po�er cables during cons�ruetion activity can result in the loss of runway / taxiway lighting; loss of na�igation, visual, or approach aids; disruption of weather reporting servic�s; al�d/or loss of cammunications. Rastrictions on ARFF access from fire stations ta the runway / t�iway system or airport buildings. Laek of radio communications with constructian vehicles in air}�ort movement areas. �bjects, regardless oi whether th�:y are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilats during aircraft operatinns. W�ter, snow, dirt, debris, or �ther contaminants that temporarily obscUre or derogate the visibility af runway/t�iway marking, iighting, and. pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage £z'o�nn vehicles (gasoline, diesel iuel, oiI} on active pa�ement areas, such as runways, taxiways, aprons, and airport roadways. Failure tn maintain drainage system integrity during canstruc�ion (iar example, no temporary drainage provided when �vorl�zng on a drainage system). D-3 i�ii��zor� AC 150/5370-2G A���«d� D No Actio� Item Action Reqnired (Describe) Required (Checl�} Failure to pravide for pxoper electrical iocicnut and tagging procedures. At larger airparts with multiple maintenance shifts/workers, construction contracfiors should ma.ke provisians for coordinating �work on circuits. Failure to control dust. Consider limiting the amount af a.�ea from which the cnntractor is allnwed to strip turf. Exposed wiring that creates an electrocutian or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. Site burning, which can cause possible obscuratian. Construction wark taking place outside of designated work areas and out of phase. D-4 12/13/2017 AC 1 5015 3 7 0-2G App�ndix E APPEN�IX �. SAMPLE OpERATIONAL EF'F'ECTS 7ABLE E.1 Project Descrip�ion. Runvva� 15-33 is currently 7820 feet Long, with a 50� foot stopway on the north end. This praject will rema�e the stapway and extend the runway 1000 %et to the nor�h and 500 feet to the south. Finally, the existing portion of the runway will be repaved. The runway 33 glide slope wiIl be relocated. The new runway 33 localizer �ias already been installed by FAA Technical Operations and only needs to be switched on. Runway 15 is currently served only b}� a�ocalizer, which will remain in operation as it will be beyond the future RSA. Appropriate NOTAMS will be issued throughout t11e pxoject. E.1.1 During Phase I, the runway 15 threshold will be displaced 1000 �e�t to keep construction equipment below the approach surface. The start af r�anway 15 takeoff and the departure end of runway 33 will aIso be moved 500 feet to protect workers from jet blast. Declared distances fQr runway 33 wilI be adjusied to pravide the required RSA and applicable departure surface. Excavation rlear Taxiway G will requir� its AD�i to be reduced from TV to IIL See Fi ur� e E-1. t,OPO 500 � 500 F* (e � 1 (SECLIRE� TO BARRICAbESj �+�+ Figure E-l. Phase r Example 7,320 (TDRA, T4�A} — 7,320 [TORA, TO�A, ASQA) 6,820 (AS�A,. L�A) 6,82D (LDAj � RUNWAYI5-33 7AX{WAY G TF.XIWAY � , J ,_� _ I NEW�CpNSTRI[GTION ��.-- ���V�� CLDSEO 4 L�GEND 4 i �� I � -_ � GGOSEA FOR LAN�ING - �ISPLACE� T►{RESHpLp Note 1: Wh�re hold signs are installed on both sides of a taxiway, install the TOItA sign on the left side of the. taxiway befQre the final turn tn the runway in#ersection. Note 2: Based on the declared distances for Runway 33 departures, the maxim�am equipment height in the cnnstr�ction area is 12.5 faei (SOQ/40 = 12.Sj. NORTH � E-1 12/I3i2D17 RUNWAY 15-33 TAXI WAY G E.2 During �'k�ase II, the runway 33 threshald will be displaced 1 a40 feet to k�ep construction equipment bel.ow the approach surface. The siart of runway 33 takeaff and the depa�rture end af runway 15 wiI1 also be moved 500 fee� ta protecfi worlcers from �et blast. Declared distances far runway 15 will be adjusted to provide the required RSA a�d applicable departure s�atfac�. See Fi ur�. Fig�re E-�. Phase II Exam�ie -7,820 FEET (ASPA, Lq.4) - 6,320 (fDRA, iOd4, A54A) —6,320 (7ORA, TOOA) — 7,820 (LDA) � . �� 4r �. � NORTH � � NEW CONSTRUCTI�N AC 150/5370-2G Appendix E 500 �r 500 sao � � - / � � TAXIWAY I % y H 1 � (SECURE� TO BARRICR�E) I � GLOSE� - CL65E�FOR LAN6ING - oI5PLAG�b 7HRESHaLo LEGEND Note 1: Where hold signs are installed on both sides of a taaciway, instalL the TORA sign on tkre leii side of the #axiway befote the fiinal turn to the runway intersection. Note 2: Basad an the declared distances foe Runway 15 depariures, the maximum equipment height �n the construction area is 12.5 feet (SQ4/4Q =�2.5}. E-2 12/13/2017 AC 150/5370-2G Appendix E E.3 During Phase III, the e�isting portion of the runway wilI be repaved with Hot Mix Asphalt {HMA) arid the runway 33 glide slope will be relneated. Construciion wili be acco�nplished between the hours of 8:�� pm and 5:00 arra, during which the runway �vill be closed to operations. Figure E-3. Pha�e III Exarnple s,3za RaR.a, rooA, nson, L�n� s,axo (roaq, roon, nson, �oA) 4 . -,z ,�' a- - �itiiN�V�Y i�s`. s� ,-'CxSZ�r' �. . , , _ . . . . . . . � .. . . � _ . . . . . . . . . . . .. . . - - - TAXIWAY G . . -�-.. �-- ' ,r�*-�� --- --- � � � �MP (9RRRiCR0E3�WITN 5lGN INSTAiiEP �UR3NG HOL1R5 OF CONSTRUCTlON) NORTN � tsEcuaEv To snaasono�f N47E 1NSTALL LIGHTE� "X" OR YELLOW "X" ON NUMBER3 ANP REINOVE WHEN RUNWAYS AR� OPEN FtlR OPERAT30N5. �I PlEW CONSTRUGTION CLOSE� CLOSE6 FOR i FANPIKG - p15plACEp THRESHOLO L�GEND E-3 12113/2QY 7 Table E-1. Qperatinnal Effec�s Table AC 150/5370-2G Appendix E Project Runway 15-33 �gtension and Repaving p�a�� Norm�al Pf�ase I: Extend Phase II: E�tend Phase �II: Re�av� (E�cisting) Runway 15 �nd Runway 33 End Runway Scope af Worl� N/A �xiend Runvvay Extenci Runway Repave existing 15-33 1,000 ft on 15-33 50p ft on runway with HMA north end with Hot south end vvith Relocate Runway Mix Asphaltic Hot Mix Asphalric 33 Glide Slope Concrete {HMA). Concrete (I-IMA}. Effects of N/A Existing North Existing Soutk► Run.way c�osed Canstrucfion SQQ t't closed 500 ft closed between 8:00 pm Operations and 5:00 am Edge lighting out of service Construcfion Pi�as� NIA Phase 1 Phase II Phase III (Anticipated} (Anticipated) (Anticipated) Runway I5 Average Ca��rier: 52 Carrier: 40 /day Carrier: 45 /day Carri�r: 451 day Airc�raft Operations �day GA: 26 /day GA: 26 /day GA: 2Q / day GA:2b Miliiary:0lday Miiitary:5/day Military:0/day /day Military: 11 /day Runv�vay 33 A�+erage Carrier: 40 Carrier: 3Q /day Carrier: 2S Iday Carrier: 201day Aircraft Operations ��ay GA: 18 Iday GA: I S/day GA: 5/day GA: 1$ Military: 0/day Military: S lday Military: 0/day Iday 1Wlilitarry: 10 /day Runway l.a-33 C-�V C-IV C-IV GIV Aircraft Categnry Runway I5 1 rnite 1 mile 1 mile 1 mile Approach Visibi[ity Minimums Runway 33 3/� mile '/4 mile 3/4 mile 1 mile Approach Visibiliiy Minimums Note: �'rQper eaordination with Flight Procedures group is necessary to maintain instrument approach procedures during construction. E-4 1 211 3/20 1 7 AC 15015370-2G Appendix E Praject R�nway 15-33 �xtension and Repaving Phase Normal Phase I: Extend Phase II: E�tend Phase IIX: Repave (�xisting) Runway 1 S End Runway 33 End Runway Runway 15 TORA 7,820 7,32Q 8,320 9,320 Declared Dis�ances TODl� 7,820 7,320 8,320 9,320 ,A�DA 7,820 7,320 7,820 9,320 LDA 7,820 6,$20 7,820 9,320 Runwa� 33 TORA 7,82Q 7,320 8,32d 9,320 Declared Distances TODA 7,820 7,32Q 8,320 9,320 A,SDA 8,320 6,82� 8,320 9,32Q LDA 7,820 G,820 7,820 9,320 Runvvay 15 LOC onIy LOC only LOC only LOC only Appraach ���7' RNAV RNAV RNAV Procedures VOR VOR VOR VOR Runway 33 ILS IL� ILS LOC only Approach �AV RNAV RNAV RNAV Pracedures VOR VOR VOR VOR Run�vay 15 LOC �DC LOC LOC NAVAiDs Runway 33 ILS, ILS, MALSR ILS, MALSR LOC, MALSR NAVAIDs MALSR Taxiway G ADG IV III N N Taxiway G TDG 4 4 4 4 ATCT (hours open) 24 hours 24 hours 24 hours OS00 - 2000 ARFF Index D D D D E-S 12/13/2017 AC 150/5370-2G Appendix E Project Runway 15-33 E�ension and Repa�ving Phase Normial P�ase X: Extend Phase II: Extend Phase III: Repave {Existing} Runwa� 15 End Runvc�ay 33 End Runway Special Canditious Air ALI military aircraft Some Iarge AlI mifitary aircraft National relocated ia military aircrafi r�loeated to Guard alternate ANG arelocated. ta al�ernate ANG (ANGj Base alternate ANG Base rnilitar� Base operatians Informaiion for Refer above far Refer above fnr Refer above for NOT�Ms applicable applicable applicable declaxed distances. declared distances. declared distaz�ces. Taxiway G Airport closed limited to I I8 f� 2000 — 0500. wingspan Runway I S glide slope OTS. Note: This iable is one example. It may be advantageous to develop a separate tab�e far each project p�ase andlor ta address the ap�raiionai status of ttie associated NAVAIDs �aer construction phase. Complete the follawing chart far each phase to determine the area that must be protected along the runway and taxiway edges: Table E�2. Runway and Taxiway Edge Protection Aircraft Approach Airplane Design Runway/Taxiway Category* Groupx Safety Area Wrdfh in Feet Divided by �x A,B,C,orD I,II,III,orYV *See AC 15D/53QQ�13 to compiete the chart for a specific runway/taxiway. E-f 12/I3/2D17 AC 150153'10-2G Appendix E �omplete the �ollowing claa�t for each phase �o deter�nine the area that musi be protected be�ore the �•unr�+ay threshald: Table E-3. Prntection Prior to Runway Threst�old Airp[ane Aircraft Desegn Minimum Minimum Distaace to Runway End x Approach Safe Area Number Group' Categoryx prior to the Threshold Based on I, II, III, or Threshold* Required Approach 51ope'� IV A, B, C, or D ft ft :1 ft ft :1 � ft ft 1 ft ft : 1 *See AC 150/5300�13 to complete the chart for a specific runway. �-'� 1 211 3/20 1 7 Page Intentionally Blank AC 15Q/537D 2G Appendix E E-8 12113/2�17 AC 150/5370-2G Appendix F APPENDIX F. ORANG� CONSTRUCTION 51GNS Figure F-1. Approved Sign LegeRds LR����RCJ����� �� � ; � ������������ �� ���� � �i�������� .�����1 �t11All�A�L� �,7�� �`� F-i xz�i3�z.a1� Ac �so�s��azG Appendix F Figure F-2. Orange Constructibn Sign �xample 1 IVO ENTRY SIGN � I� 1 � LDW PROFILE I \ BARRICADE WITH FLASHERS ` =}� -- �- --. _ � �� " `a ����.��l���l�� �� ����� ��. � u� � � �� � IN7ERMEbIA7E HOLDING POSITION MARKING Note: Far proper placemen.t of signs, refer to EB 93. F-2 12/13/20I7 Figure F-3. Orange Construction Sign Example � AC IS0/5370-2G Appendix F � � I I I I COiVSTRUCTI�N AREA i I 1 I �_._� TAXiWAY CENT�RLINE T�MPORARILY R�LpCATE❑ ������������ ����� u u Note: k'or proper placement of signs, refer to EB 93, F-3 12/13/20I7 Page Intentionally B.lanlc AC 150/537D-2G Appendix F P-4 Adviso�-y Circnlar Feedback If you �nd an error in this AC, have recommendatians for irnproving it, or have suggestions for new iteznslsubjects to be added, you may let us Icnow by (1) nlailing this form to Man.age�•, Airport Engineering Division, �'ederal Aviation Administration ATTN: AAS-I00, 800 Independence A�enue 5W, Washingkon DC 20591 or (2) faxin� it to the attention of the �ffice of Airport Safety and Standards at (202) 267-5383. Subject: AC 150/53�0-2G Date: Please check alI appr�opriate line items: ❑ An error (procedural or ty�ograp�iicaI} has been noted in paragxaph on page ❑ Recoi�nmend paragraph __ � on page be changed as follows: ❑ In a�uture change to this AC, please cover the follovving subjeci: (Briefly describe �vhat yoa� want added.) ❑ Oiher comm�nts: ❑ I would like to dis�uss the above. Please contact me at {phone number, email address}. Submitted by: Date: 1'age Intentioilally Blank �onstructioM� �afe�y �e�d �has�r�g �lan �pp�ndix �. C�F'P' D�ar�vin�� _ +' ,., ,�, oocument Na. Iiaswualloiss[�ix3.dAveMxni & Rg� � � ¢ ee�v s�'Hu�orniam N7ld �NIS'dHd llV2I�A0 � � s� "� 'an�e avNnniv �uz iaoaaivaormraxiawniaoe � ��� .- m ,_�,_ �fL i�I li*i�� � �8�� w � .. �r s � � O �� z �� $ i �� a: e� � � � a� � ��.� � e.0 ��� � � R n � �����€€g�a�� � z � I i � I' a -_ - � " j. . _x' �l I � ., rrt�p.� � w.�. �� n � - � .�F. `��,� ••-` � �, � �� � � � �% 1; , 1F� . , ��� � � � ��1 I � i.. i � � ..q ...—..�,q�, ;R �� ',- `� � �� � .I 'f �� T � � '' I' '°'P � � � �I ~ I � �' s�� r ' !�I , + _-� , i � �,r � �� . „ �;�. ��! , �� � ,�- II �� , ... __I r� � : � ��i �ii� �, . � � f � i � �'! � -- � . � ("��- � � � ' ��� ,�- � �'=� �I�J �i�i a� 1 �$ �'.� I� I il I I � il. � �r 'lil�{ , ' I — "�:. ;ir �` � I , I � -���YJy ' 1 - ' ! � k III 'll � f� � , . . ' �� � � 0 N � � .i n n � � � � ��� � � /�' �� �Fr � f^IT_'-- ,= A� I:,I ._-.. _ ` _ � ---r I — -- � . _�: �� i � � f�s• �� l�._. � + �I �� - ..'I�i. _� � _ ,, � � 1 � "�� � * ` � ���� �� � F � � I4 � _ �� ,B"�'/ g � t I ' ��/ I ' � � ���, ��� ` � . � , I � � � :�, �� � e � � � «� � R � � � � i t � �� - "��-"'� ��� ,• � � , �� � �� � � .� � i� : , . . .� ; �*�' � � � � ' � Ii! I' . �=�j ' � s � � ' I _ ' ' ��� � ��^f ; + � T � s ��-�f=�---_�-?�.� . � � � I -'� � 'T � ^�, � . - _�,.�.�.. ....:!, �' .� � i � ��� , . �' � � -„ � —; � .y . �� , � _, . _ � _ . �:w:,� � i --- �� i .. �+� . � �l � i � . I . i,,..,.,._�._ JF .- �� �- �,� I. � a �I �`�� ' 1 j �4 , �'" �l � � �;,.:. }.'s � ,�.,,� ` � a i .;i � _ � � I I3µ-, I �, ' .� , �, � � ��...I;�, � ;_ii:,, .�-_ � �—� - r �k a ' .r i j ` ; �a �il�_�:��i t�� - � :��+� , 4_.:_ � �f /��" . /�/x/ !df / � " '`: • � � �� = — � � ��' �' ��� n :�� ��;' � � ; � � � ` ' _ � � �`_ ������ '���s� -��k Y�,�� � � I � � _ . ' ` I'�^' II .- ,�-, ��� l ;��x • ,-.��� , - � ���� � - �' .:i i r�:::.�, }'� � lg�J- ��� � � �� s � - � r � �. � . ��: ,� � �, �' � � . � �'��� � `�`�� •.«� Eil i � , F"n Li�l� '.� I . __— �� 4 r�1�r �. ..................�.r �. , i , d'/ a�� � i ' ;� ��. 1N �,��' � .. . ,.� r.i ' �:' �;- 'q3Atlbin9�HaenY'rtcc680M0 g � �� ���� ? � � � � � � � � � � � � � � �� � ���� �a�Jg.� ��.��g Z �� �d� y�a'� �'����+ g �$i� Q �}$������ �`�°��'������� 3����� d a-pd d�-Yd 3 a d.; �_�id< 0 0 11364'Hd No1sN311c3 d AtlhN%vl lLl9L 7f1'H1noM1Ef9r1 �ame �am�v �rzz .�aoeaiv aauvl'nv uiaw�n �ni fCl[9 35H8) 6 35VHd � � � � o � � � � � ' � � � � � � � � � � � a �� �'* � a i� � �:� ., ,� E e, .� =� � �, �= ��� .- � � � ,w��:� � � � , � '��� ���,�� � � � � � 1 � I � � � ��,li. � c �� � � � �� � � i � � �I .,� � I � � I � ' � � '� . �. �i i � 'I .1 //J I ��. � .k � 3M1VA� • / � I� I I . . � 1 . ' � �Ii �� �` � � ;1 � � '. � ����_��t��,� �_. ' �� �' . � ; ,�, � � �� � � ;�� ! � � �:� � � , �;� � � � � � � � � �M . � � '� � i � �.� � � � � I � i � $ ;� ; I i I �� �` _ = �� � � 4� �%�,�5 & � r � f � � �� � 1 � � � � �I � � � .' ! � �� � ' �I �� � �� ; � � � � ' i , ; r 1 ti ; `� �� � , _ .....................__._...._.. - ' � _ _„ q.-I / �g a.wi I� I � � � �� r��r' l,, , � ! � I f`, %����,�I� � � � i � , , � � �� � � � � � I � I �! � , �� � � , I ,. , r � � � �� i � � � F I i � i � ;� �� � �rl � , � � . f C i� � ' � ti �� � �� I� ; r � � � � i � �� ' � I� ! � F I I��� i M � � 6 �'.� S � , � � �� � � �� � � i d �� � � � g� �_.�; � - � �Q � �� � ��� i � ��1� '� I , � � � �� �. �` � , � r+ � � :� ,. ° � �I � I�.. �-.�� ..� ti � _ �� . ` , § � � d,�. • �` � - � - g ,,.� r _ � . x ' � � � � � � � � : � � - � . •. � � ,osz ,� �' -'i e , � ,_ ��� _ . � . ;=` �--.,..,i.,..,..,.,, 1�� � �l . � � f � 1 i � I. f °oe j, � �� ,� i� I I I ` Il �� � _._ ;� �- �_- , �1 � t are ao� ry o S ��� 4 � � � g 3 I '\ � �/�/. � , , ��, , i���. �_._ �_...�.__ ,..�......____.._. i : �.::- I ���� � � � � I�I III � � _.:---- I r � � �,�� � � i � �. � ' ' � i �' �� ; � � � r � � :��7�7�'�'Iti "�� ,� I I � � � � � I � I � � �°� , �11 113Stl4L! NOISNd1X3dAVfN%1!1 ,` 114B1'X.L'Hl,L0�5AliiGJ � r 3 � �. �anisa�x+nnv�¢a �L 1lH 0187 Z �SV�Ed � � � - e laodarv�a�rm�vtuaauuai ��' $�� .� — � _ _ ����i�i� � `a�^ ... _ _ t � �Qg h �b€ > � M o � ���� ���� �, a _ �� � � � o 0 `d ��� �� �� � ���„� � � � � � � � W r��� mE� �� �� ��m.� � � p � .3 �9 � � � � Z ��� �� �W �� ��� � � 9 � � � � � W ��?F� . � G�g� W % �� �f � � � � Sg����� ���$g��� � s, '1 � � Q. � NeL i� Nd :dS � �.1 - / I ` � � � ,� _ _ r___ _�__ r �_ ...� \i � r ��� +i' , � { �\ / � � • � .� v , �� � . �� , � � � ...___..._...... 4 il , � '�____..�_..���_ ---- � �� � � � � � � , ��� i � � � � � �. ` � � � �; i ; , - _ _ — � � � � i. ,�� �' � � M� . - -._ � x _� _�"_� ' � I I '� i � i � � � 09E I • I �I � I i I , I � � � � � j I � � ' � ;' ' os � � I � I I� � � I 8 � � � ��� � � �I � � II I I ��� �� �--' r � ; �', � I ��3�Y � � '� � /� �- I � � su� - � k ��`��4�������5� �/ � i lj � � i I ������������ � � .� # � � 5 � � � � � � � � � S. � C � ��� `'� ' � ���.'� ; , I ������������� I!'I� �- � k � - � � I 3��$���.a.������ � ��l � ' �'� w � � � � �������������� � , s � ' � � i � . .i . �� .__... ���� g������w i # { � I I i `�1W3 � � R � � � R � � � R � � r • � � � --� -- � e � � ..........� � �.. r �� � I .,; _� ����������`��� . a� i n` � u ':, � � � � � a������a���� p� � � � � ,� � � �, - , ,. 3 �� ������������� ��� � j � �. � � �. I ������������� # ��q �� � � �� ' I � I I I¢ ' ��� � '� � • �� I i �...._=�r I � ��- e �� � ° � �I� IlI; � . a � e� , i 4 I a . •�f . LL �� . . . . �i I ` ............. ..... ' ..._..... � .._•1i .�_ '� �� � , I � _ I "_�j _ J � y� ff, � � � • za u {� �� � � � � i I z I � F � � E 's r ' . .._ � 'I , � � B � i. � . . � i I r � ' � � I I � I � I 1 �. , i � ,� � � ' � l � a I � � � � I � � � � I � I � I � � � � � I i! � � � ,��, � � ' � '� I j � � % i i � � �' .� � �II� ' � .�,, j , � � .. �� .���� : . .��_�� �__-.,-.� , ��-_.. - ; � oreda�o3nss < d �d � ��� � ° ��� � � � � `d � �� �o��d �� ����� p � � � � � 3�� � �a�� W � � � s�� ��� c���� z � ��Y�� �� �� �� � � m �k ��, �������k� m _ ���3���� �������� � - � a � da.��,a .: a�:�: a 0 � � � � � a m � � � � � � � � �e� � r� II 35UHd NPlspgly� d AVNJw^!1 11�91 �ru �u�oM �cu (Z 1ltl fl181 E 35'dH d 'an'7e 3aN m�v «z laoaea a�rnmviudau laa� aie ao� a3nssi $ N k � o `�� � v � s � o '^ � � f, � I i zd �� a_ un � � �. �'/ I � � � � i i � � � �' \''''z�'i'�''�ii' f �h i � I �� \ �'�'� I\�/ / � � I� � I i I I €II � i i � I �� �- n, $ � ' � y_` ._.. ; ... \ i i ,{ � , i f I � I E\ �� �� � � � i I i � i f - I Pi � I� . I � � i� � I� i i.,.. il � �i I E_,.,. I I � i f j ��, I I�I �,..,... , � I -'s, I i� � �I , I il�. i �' , � a � g , ,, � � � � � �.�:. I, � ��i � �� � i I �� � , . 4� I d�� ��� � I I� I� � � I I � 3 �� � , .� � x , � � �$ I I��I �� , � � i °' ; I� � � � l i , �. i � � � ' a I L � �- 'S � � _� ��u � �, l� - �� � E� � I I r�f '; ' 4 � � �� � i �—�� ; ,�n��� _ j�I � I r � � .� ' I � �._ ., : s �€. I�I �^ lil 1 lll _ � �..._ ,� . �" i ; r� % 3 i� � ; � � � �;� �' i� �����H�.$� ��s��.� � � I i � � ' ,� � i g � g � � g � g � _� _ � I � '�, � ,I � �� $�� � �� �� �� � I ` � i I � � � � � � � � o fll ,(��' � ���-�+ � � �g�� ���"������ � I'd.'lt Ip '�;. � �� * ���������� � �' � � �' � m � � a � x �',„� _ �� �,�� �I�I� :� � � � ��������.�� ,� '„'�� � � �� � $�g����� li�'� k < fi � l I� ���������� , 1 �� t},I' � ��������� LL � �j . �� ' € � q � '� o'^�. : �B � —N t__ � , � _ i 1 I � • I �' � .R� � � �� � � �. - � ,� ! � I �' ..��-� �� �' � ��������� ; � E I ' � ��! � ��; � �I� � � I � .-r -��-, ! �� ��� , � � : � -. �� � ' �.��1 1�1 � ��._..._� � x � � � � ' � � � } � ' ..—_T - � I I � ' ..I � � � i ; � � I � � �rt, ��� , �� � �, r lllg III� �� �f � ' � ' I � �= ,� ;��. i , � � � � � ,, � �...._ � - �, ;�f. , � .�� , � �` � � .i � �� � ' � �� � �� � � "`$ � •� �.� J` ��. ��I � � � � � � �..�..� � � ! � � � �� � _.� � , . / � �' ��� ff� � j/—� � F,f _�� � ..- a ..,.�a � : ,. , I ' " � � . I � � � i ; --, — I �� i' �'�\ � ; i�i � ir !l � �'� � . � ,� � � � u � � �ansiructiar� �aFeky �i�d P17�s3n� PI�ir7 App�ndix �. ����t�+ �nd ��curi�ry fdo��� _ ' � � '` , _ DQcument No. II 3S.NHd ryO�sN31.'%3 d h4N11Cd1 ll LBL 'NJ. �HINOAM1 1H6J 'OAIB 3�Ntlff7tl IZLL 1NOdNItl 3�NqIlIV N1NOM 1tlLL� 5310N 93+l1SVHd %001 � F s � � � x � � 0 �� K$p h a w� t� �� �� �o �� ng �� �s � F W F � ��� �� ��� ��� �� ��� s p� za.m �� ��� �W� � ��� K ��� �s Z�� ��� ;� "_� � �a� �� � ��z� ��� r�G o �S�w¢ �J�� �� € ���z a�� �a� m �a�x a�� �� � ��� ��8 ��� � �� � q —�` m ��a ��'� �O i f F� F �Saa �g ��tt dp a�� 4'phyt� �rc � ���� ��q � � � � � gi ({ � a (} U��� �Q qa4 a��� ��� �s� 0 � a��� �Z� r�F � ���� d�m ' � � s=r €s � � > y q a � ��� � ��� � ��� � ��� � q�� w �� d � 4 � �o�� ��c ����F d �w Y � < �� � ����w � � qxa� � �p���� �0�g�y11�3 � qW��ll� qaR'Fs � �ga�F p� �ow�> A�po$ �'���������€ �� 0 q�����m��>�c' oJ 4 �zJ��C[� q� z�g��o�� � w< 0 ����� �� °�� �� ���m�d�"e� �� �.oa��¢�w�.�� �� '�or`-�G� �d+�� � q �. p $��#c� �����&� ww 4sWw���.��� a �y���z����g �� �d ��� �� 'ga�a��� S�"S� -f ��rso �o �y a�n�S�dia��e$��`fi � 4 �a �� O� a W Y � � � � o� E��N � � �� � % �W ��oq a � �F � LL� � �� � �ry�S � m � � l � Z � � ��a� � o �2�� O � m j � �J �j�� � � R� a�8g y 4� a� ���5 a � �< �� $�°�s �" � afl ��a� � �� �� �� ���� � y >° �� ���s � ����ag�� z.� w��E�{zj � m� '°rc �� 4W.'',�Y�� �o o�z��� � �i-�i����i�w m3 ai Op }Y)} N 46�' �<��� ����$�������,���� a aa�ny P���� �w �w.�"�www�LL.� �� �ga�J �q€���q�����a��p�� �ou� ��3a �w ac3s� � �� � � n N n d �d �anstructi�n �af�#� and Pha�i�g Plan �pp�ndix �. J�t �la�t �xl�ibit � � #� Document No. p3wps3xs��u nY'rzp�sgnKO -- __I= � � � Z w � � � � � � F ^ � � g. m � 1135tlHd NOISN31]i3 d AtlMI%Vl LLL91 'XL'H1tloMlaCli 'UAl9 3�iJVl I fY IZYi .fk41NIY 3�NYI75V HAN4M AN� �lalKx� lstrla l�r � � � _� � � I E � �' ��� � .�'' �� I� ,,�'� � - � � . � �I �� J � . � . _ -- � � a . �— ��� � � .� � ,-- „- � � j j � � . � . x I 1 _ . � � . � I �� "1 ` ' . .,..,.. � �• _ �._ . � j .. �� ����� � � �4 I _'� � I I I � � " � i I � I � � { � II I' � i � � � ��� l � ;� ��������e ���� � � �i I �I _..�..,..�.I^ F��„ :/ ; � ,� I[ il t... f ; �� 1 ; � li II 'I }::�:::.:::-::� �� a.::.y� .. � 5 �_ , � r - � /� �11 � , �r . ---�- �� $ � �_.. � ; �, �I� x----- �.. ,;���,� � ---- . . �,----- , � ._............ x ---...�� � 1._.,�---- - � � � . � : � I � ; , �vuiwans �ss N � O i 0 a � —_ ' . � I I _ 1 I I":. —w....o.., .N�.:�w,..�. I � :'�_m1 � �-, . ; �. � . �-��_ _, f� �:?� � I