HomeMy WebLinkAboutContract 60497�'QRT �VO�RTH
CONTRACT
FOR
THE CONSTRUCTION OF
���i' �cCRF".�Rl'
C`���:3�'�AGT �+t0. �QyCI'� _,,,,_
TAXIWAY PAPA, PHASE III
AT PEROT FIELD FORT WORTH ALLIANCE AIRPORT
City Project No. 103668
Mattie Parker
Mayor
Roger Venables
Director, Aviation Department
Prepared for
The City of Fort Worth
Aviation Department
August 2023
Issued for Bid
_`�.���ii
� �CE �F T�11
,► S�P .............�95+�
r �
r*.' � '.*i,
� *: �.,r /
............................... �
% THOMAS L. MILLS III �
I.................................�
�// �, 103660 .����
r
,��'P ' ��CENSE��•G���..
li;�...A..� ; �
� ������
08�Pf�1023
Jacobs Engineering Group
777 Main Street
Fort Worth, TX 76102
Texas PE Firm 2966
�_..d, �.�7R.:
s—a. J..'��
; � ,�� ��������� '
a �� �����p ��
�_.__.�.,.
David Cooke
City Manager
_�����\�t�
' E ...... rF� �
I
%*= '•.*�I
�. * ..:.......................:. .*.. �
/ M. B. SZABO /
� .....: .............................�
�/ �j'-. ,A 82776 O • �i
/� fc�,�, F����, .\��,�
+� � ° °o�: � �G� /23
08/�
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised April 2, 2021
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 07/19/2021
00 21 13 Instructions to Bidders 11/02/2021
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form 09/30/2021
00 43 13 Bid Bond 09/30/2021
00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021
00 45 11 Bidders Pre-qualifications 08/13/2021
00 45 12 Prequalification Statement 09/30/2021
Omitted
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 10/27/2021
00 52 43 Agreement 08/22/2022
00 61 13 Performance Bond 07/01/2011
00 61 14 Payment Bond 07/01/2011
00 61 19 Maintenance Bond 07/01/2011
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 08/23/2021
00 73 00 Supplementary Conditions 03/09/2020
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 07/01/2011
01 31 19 Preconstruction Meeting 08/17/2012
01 31 20 Project Meetings 07/01/2011
01 32 16 Construction Progress Schedule 08/13/2021
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Submittals 12/20/2012
01 35 13 Special Project Procedures 03/11/2022
01 45 23 Testing and Inspection Services 03/11/2022
01 50 00 Temporary Facilities and Controls 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 58 13 Temporary Project Signage 07/01/2011
01 60 00 Product Requirements 03/09/2020
01 66 00 Product Storage and Handling Requirements 07/01/2011
01 71 23 Construction Staking and Survey 02/14/2018
01 74 23 Cleaning 07/01/2011
01 77 19 Closeout Requirements 03/22/2021
01 78 23 Operation and Maintenance Data 12/20/2012
01 78 39 Project Record Documents 07/01/2011
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised April 2, 2021
FAA General Provisions
Section 10 Definition of Terms 12/21/2018
Section 20 Proposal Requirements and Conditions 12/21/2018
Section 30 Award and Execution of Contract 12/21/2018
Section 40 Scope of Work 12/21/2018
Section 50 Control of Work 12/21/2018
Section 60 Control of Materials 12/21/2018
Section 70 Legal Regulations and Responsibility to Public 12/21/2018
Section 80 Execution and Progress 12/21/2018
Section 90 Measurement and Payment 7/19/2019
Federal Contract Provisions
FCP-1 Access to Records and Reports 1/29/2016
FCP-2 Breach of Contract 1/29/2016
FCP-3 General Civil Rights Provisions 6/19/2018
FCP-4 Civil Rights – Title VI Assurances 6/19/2018
FCP-5 Clean Air and Water Pollution Control 1/29/2016
FCP-6 Contract Work Hours and Safety Standards Act Requirements 1/29/2016
FCP-7 Copeland “Anti-Kickback” Act 1/29/2016
FCP-8 Davis-Bacon Requirements 1/29/2016
FCP-9 Certification of Lower Tier Contractors Regarding Debarment 1/29/2016
FCP-10 Disadvantaged Business Enterprises 12/12/2017
FCP-11 Texting When Driving 1/29/2016
FCP-12 Energy Conservation Requirements 1/29/2016
FCP-13 Equal Opportunity Clause 1/29/2016
FCP-14 Standard Federal Equal Employment Opportunity Construction
Contract Specifications 1/29/2016
FCP-15 Certification Regarding Lobbying 1/29/2016
FCP-16 Prohibition of Segregated Facilities 1/29/2016
FCP-17 Occupational Safety and Health Act of 1970 1/29/2016
FCP-18 Procurement of Recovered Materials 1/29/2016
FCP-19 Certification of Offerer/Bidder Regarding Tax Delinquency and
Felony Convictions 12/12/2017
FCP-20 Termination for Convenience (Construction & Equipment
Contracts) 1/29/2016
FCP-21 Veteran’s Preference 1/29/2016
Technical Specifications
Item C-100 Contractor Quality Control Program (CQCP) 2/15/2019
Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation
Control 12/21/2018
Item C-105 Mobilization 12/21/2018
Item C-110 Method of Estimating Percentage of Material Within Specification
Limits (PWL) 12/21/2018
Item G-145 Temporary Fencing, Barricades, and Facilities ---
Item P-101 Preparation/Removal of Existing Pavements 12/21/2018
Item P-151 Clearing and Grubbing 12/21/2018
Item P-152 Excavation, Subgrade, and Embankment 4/30/2020
Page 3 of 4
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised April 2, 2021
Item P-153 Controlled Low-Strength Material (CLSM) 4/30/2020
Item P-155 Lime-Treated Subgrade 12/21/2018
Item P-209 Crushed Aggregate Base Course 4/30/2020
Item P-304 Cement-Treated Aggregate Base Course (CTB) 6/26/2020
Item P-403 Asphalt Mix Pavement Surface Course 6/26/2020
Item P-501 Cement Concrete Pavement 8/19/2020
Item P-602 Emulsified Asphalt Prime Coat 12/21/2018
Item P-603 Emulsified Asphalt Tack Coat 12/21/2018
Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018
Item P-605 Joint Sealants for Pavements 12/21/2018
Item P-606 Adhesive Compounds, Two-Component for Sealing Wire and
Lights in Pavement 12/21/2018
Item P-610 Concrete for Miscellaneous Structures 2/15/2019
Item P-620 Runway and Taxiway Marking 6/26/2020
Item D-751 Manholes, Inlets, Catch Basin, and Inspection Holes 12/21/2018
Item T-900 Temporary Irrigation System ---
Item T-904 Sodding 12/21/2018
Item T-905 Topsoil 12/21/2018
Item L-100 General Provisions - Electrical ---
Item L-108 Underground Power Cable for Airports 12/21/2018
Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018
Item L-111 Airfield Electrical Installation Testing 12/21/2018
Item L-115 Electrical Manholes and Junction Structures 12/21/2018
Item L-125 Installation of Airport Lighting Systems 12/21/2018
Appendix
GC-4.02 Subsurface and Physical Conditions
END OF SECTION
City of Fort
Worth
Division 00
General Conditions
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 11/14/23 M&C FILE NUMBER: M&C 23-0968
LOG NAME: 55AFW TAXIWAY PAPA EXTENSION PHASE III CONSTRUCTION
SUBJECT
(CD 10) Authorize Execution of a Construction Contract with Mario Sinacola and Sons Excavating, Inc., in an Amount Up to $7,993,069.09 for
the Construction of Phase III of the Taxiway Papa Extension Project at Perot Field Fort Worth Alliance Airport and Adopt Appropriation Ordinance
RECOMMENDATION:
It is recommended the City Council:
1. Authorize execution of a construction contract with Mario Sinacola and Sons Excavating, Inc., in an amount up to $7,993,069.09 for the
construction of Phase III of the Taxiway Papa Extension project at Perot Field Fort Worth Alliance Airport (City Project No's.103668, 105121
& 105122); and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Alliance Airport Capital Fund, from
available funds, in an amount of $1,317,439.00 for the purpose of funding the AFW Discretionary and Entitlem project (City Project No.
105121).
DISCUSSION:
The Aviation Department is seeking City Council approval to authorize execution of a construction contract with Mario Sinacola and Sons
Excavating, Inc. (Sinacola), in an amount up to $7,993,069.09 for the construction of Phase III of the Taxiway Papa Extension project (Project) at
Perot Field Fort Worth Alliance Airport (Airport).
On August 9, 2023 and August 16, 2023, the Project was advertised in the Fort Worth Star-Telegram. On September 7, 2023, the City received
five sealed bids for the Project. The bids received are as follows:
BIDDER NAME BID
SCHEDULE 1
BID
SCHEDULE 2 TOTAL BID
Mario Sinacola and Sons
Excavating, Inc.$7,711,234.09 $281,835.00 $7,993,069.09
GDS, LLC dba Ambrozi
Contracting $8,276,900.00 $624,560.00 $8,901,460.00
Flatiron Constructors, Inc.$8,938,347.40 $377,557.92 $9,315,905.32
DDM Construction Corporation $9,435,129.00 $437,558.00 $9,872,687.00
Webber LLC $9,870,399.00 $443,085.00 $10,313,484.00
After review and evaluation of the bids, Sinacola was determined to be the most qualified bidder and selected for the Project.
The location of this Project is on the west side of the Airport (see attached map), and will extend Taxiway Papa north approximately 675 feet, as
well as connect Taxiway Papa to Runway 16R/34L at Taxiway Foxtrot. This taxiway extension will continue to provide greater ease of access
to tenants on the west side of the Airport and allow for better overall operational efficiency. This Project also provides additional public protection
along the west perimeter of the Airport by providing a larger protection zone that will enhance the margin of safety on airport property in
accordance with Federal Aviation Administration (FAA) Advisory Circulars. This Project is being funded by FAA Discretionary, Entitlement and
Bipartisan Infrastructure Law (BIL) Grant funding.
Staff proposes funding the entire cost of the Project from FAA Discretionary, Entitlement and BIL grant funds, a portion of which is not anticipated
to be received until later this fiscal year.
Approval of this Mayor and Council Communication (M&C) would allocate $1,154,264.26 from the Fiscal Year 2021 (FY21) Discretionary grant
(City Project No. 103668), $2,299,009.98 from the Fiscal Year 2023 (FY23) Discretionary/Entitlement grant (City Project No. 105121), and
$3,222,356.00 from the Fiscal Year 2023 (FY23) BIL grant (City Project No. 105122). The remaining $1,317,438.85 is expected to be paid out of
the Fiscal Year 24 (FY24) BIL grant, if received.
Since an award has not yet been received from the FY24 BIL grant, this M&C includes an appropriation from available funds of up to
$1,317,439.00 within the Alliance Airport Capital Fund to fill the funding gap and provide interim financing for the remaining costs of the Project.
Another M&C will be completed to authorize the application and acceptance of the FY24 BIL grant, if awarded, as well as allocation of funds to this
Project.
If the FY24 BIL grant is awarded, another M&C will be completed and include an appropriation ordinance to "undo" the $1,317,439.00 increase in
appropriations being recommended today so that those dollars can be returned to fund balance/available fund (City Project No. UNSPEC) within
the Alliance Airport Capital Fund for future use. If FY24 BIL grant funding is not received, the funds appropriated from the Alliance Airport Capital
Fund, as discussed above, will remain in place to cover a portion of the costs of the Project.
Mario Sinacola and Sons Excavating, Inc. is in compliance with the City's DBE Program by committing to 20% DBE participation on this Project.
The City's DBE goal on this Project is 20%.
Since no City salaries will be charged to this grant, indirect cost recovery does not apply.
Perot Field Fort Worth Alliance Airport is located in COUNCIL DISTRICT 10.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified-All Funds project within the Alliance Airport Capital Fund and
upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds are available in the Muni Airport Grants
Federal Fund for the G72 AFW TWY Papa Ext Ph III, AFW Discretionary and Entitlem and 55AFWFY23BILAIRPORTINFRASTRUCT projects and
will be available in the Alliance Airport Capital Fund for the AFW Discretionary and Entitlem project to support the above recommendations
and execution of the contract. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of
funds.
Submitted for City Manager's Office by: Dana Burghdoff 8018
Originating Business Unit Head:Roger Venables 6334
Additional Information Contact:Tyler Dale 5416
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 00 05 15
ADDENDA
00 05 15 - 1
ADDENDA
Page 1 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 1 City Project No. 103668
Page 1 of 5
Perot Field Fort Worth Alliance Airport (AFW)
AFW Taxiway Papa, Phase III
Addendum 1
August 23, 2023
This Addendum No. 1 contains revisions to the Bid Proposal Workbook, IFB Drawings, IFB Specifications,
Solicitation Questions and Answers, Pre-Bid Meeting Minutes, Pre-Bid Meeting Sign in Sheet, and Pre-Bid
Meeting Questions and Answers.
Bid Proposal Workbook has been replaced in its entirety in Addendum 1 and has been uploaded into the
project folder on the City’s website via Addendum 1.
Summary of IFB Drawing Revisions:
1. GN004 Summary of Quantities – Revised Base Bid Table
2. CP501 Paving Details – Revised Joint Details
3. CP502 Paving Details – Revised Joint Details
Summary of IFB Specification Revisions:
1. 00 41 00 Bid Form – Added descriptions to Bid Schedule 1 and Bid Schedule 2, Deleted Bid
Schedule 3
2. 00 42 43-1 Proposal Form – Base Bid has been replaced in its entirety in Addendum 1 and has been
uploaded into the project folder on the City’s website via Addendum 1
a. Revised Description of Bid Item 12
b. Deleted Bid Item 19
c. Bid Items 20 through 69 have been renumbered to Bid Items 19 through 68
d. Revised Description and Bid Quantity for Bid Item 19
e. Revised Unit of Measure for Bid Item 66 to an allowance and added Bid Value
3. Section 80 Execution and Progress – Added Liquidated Damages for Bid Schedule 2
4. L-125 Installation of Airport Lighting Systems – Revised 2.14 description, added 5.2 under Basis of
Payment, changed pay item L-125-5.22 to an allowance
Solicitation Questions and Answers:
Number Question Answer
1
Is there a planholder’s list that
accompanies this project? If so,
could I please get a copy?
Please see the attached sign-in sheet for the Pre-Bid
Meeting held on 08/21/2023. This has also been
uploaded into the project folder on the City’s website
via Addendum 1. The following companies have also
reached out and requested to be put on a distribution
list - ConstructConnect, Webber, and DDM Construction.
2
Is there an estimated cost value
associated with this project? This is not being shared.
00 05 15 - 1
ADDENDA
Page 2 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 1 City Project No. 103668
Page 2 of 5
Number Question Answer
3
Has a start date been determined
for the work yet? Is there an
approximate date of completion?
Estimated start date is November of 2023; however,
that is subject to change, pending receipt of FAA grant
funding for the Project and completion of City of Fort
Worth policies and procedures. Contract time is 228
calendar days as stated in the contract documents.
4
Is it possible that signs S-5 and S-
11 got switched on module
numbers? S-5 is listed as 2
modules but it requires 3;
subsequently S-11 is listed as 3
modules but it only requires 2.
The number of modules are correct based on design
documents. Sign S-11 is specified as a 3 module to
accommodate a future P right arrow legend when
Taxiway P is extended toward the north. Note 4 on
drawing EL601 addresses potential different module
requirements based on the manufacturer and will be
reviewed during the submittal process.
5
TB-S52 requires new panels. Who
is the sign's OEM? Does the sign
only require new directional
panels (<-P & P->), or does it also
require the location panel? Please
note that FAA AC 44K, 3.2.5.10,
subsection e states: When
replacing sign panels due to
damage or taxiway/runway re-
designation, the entire message
element must be replaced. This
will avoid panel-to-panel color
changes that may be distracting
to pilots.
Sign OEM is ADB Safegate, Size 3, 3-Mod Sign (SR33-
7143130). Pay item is being changed to an Allowance
pay item as part of this Addendum. Pay item is to
replace sign panel array. A sign panel array consists of
all panels on one side of a sign (location and direction
panels).
6
Note 6 on the sign detail (EL509)
states Retroreflective, Self-
Adhesive Vinyl. Lumacurve does
not recommend self-adhesive
vinyl as it may become FOD.
Rather Lumacurve has 2"
numbers, black on yellow
background, that are screwed into
the surface of the sign end panel.
Is the alternative acceptable?
Alternative screwed on sign identification labels will be
reviewed as part of the submittal process.
7
On DWG CS001, Sheet 30 of 63
Typical Section, the P-209
Crushed Aggregate Base Course
shows a 20” thickness. Bid Item
12, Crushed Aggregate Base
Course has a 21” thickness. Can
you verify which thickness is
correct?
The 20” thickness on the typical section sheet CS001 is
the correct thickness. The shoulder thickness will match
the pavement thickness of 20”. The bid item description
has been updated to show 20”. The quantity will be
similar due to being measured in square yards.
00 05 15 - 1
ADDENDA
Page 3 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 1 City Project No. 103668
Page 3 of 5
Number Question Answer
8
On DWG CP501, Sheet 38 of 63,
the Type A Thickened Edge
Isolation Joints, Type C Doweled
Contraction Joints and Type E
Doweled Construction Joints
show using a Compression Joint
Seal. DWG CP502, Sheet 39 of 63
call out the Construction Joints
and Contraction Joints to use P-
605 Silicone Joint Seal. Can you
verify which joint sealing method
is correct?
Poured silicone joint seal (P-605) will be used for Type
C, Type E, Type A, and Type G joints. The details and the
quantities will reflect change from compression joint
seal to poured silicone joint seal. Compression joint seal
P-604 will not be used and the line item 19 on the
quantities has been removed. The bid items in the
quantities table has been renumbered to reflect the
change with the deletion of line item 19.
9
If AFW does not issue Badges how
will security be handled for access
to AOA, to AFW property, material
deliveries, etc.? What method is
the contractor (gate guards) to
use to verify that the employees
have received the proper training
and passed security.
Refer to the CSPP and Construction Phasing Plans for
requirements. AFW Operations will provide the
Contractor with a list of personnel that have completed
the AFW On-line Training and In-Person Training.
Updates to this list will be provided as available.
10
Does the plant site mentioned at
the Pre-Bid Meeting meet the
requirements of Note 4 on Sheet
7 of 63 (GN103) Standard Notes
on Requirements for the concrete
material stockpiles? If not what
defines a paved area? Concrete,
Asphalt, Gravel?
Paved stockpile surface on note 4 in drawing GN103 is
defined as either concrete, asphalt, or well-placed,
graded, and rolled dirt surface. Materials placed on this
paved stockpile surface and must still meet the
specified requirements when placed.
11
The excel bid form that was
supplied has up to 10 decimal
places for the quantities. Can you
please round those off to the
nearest 10th or 100th place for
bidding purposes?
Bid Proposal Workbook quantities values have been
updated to whole numbers.
12
What value will be used for basis
of award, base bid or base bid +
alternate?
As stated in the Invitation to Bidders, “The City will
award a contract to the Bidder presenting the lowest
price, qualifications and competencies considered."
13
Will the DBE be calculated on just
the base bid or the total awarded
contract? Total awarded contract.
14
At what point will the low bidder
be awarded the add alternate? If
we turn in DBE for 20% of the
base bid, and alternate is awarded
later, the contractor could have
problems meeting the DBE
requirements.
The winning bidder will be awarded the add alternate
with the base bid, if the add alternate is awarded. The
winning bidder should plan to turn in DBE
documentation for both the base bid and add alternate
at the same time.
00 05 15 - 1
ADDENDA
Page 4 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 1 City Project No. 103668
Page 4 of 5
Number Question Answer
15
For the project mentioned above,
is the pre-bid meeting sign in
sheet available? Please attach or
forward.
Pre-Bid Meeting Sign in Sheet is included in Addendum
1.
Pre-Bid Meeting Questions and Answers:
Number Question Answer
1
Is there a proposed project
budget?
The City of Fort Worth has prepared an Engineers
Estimate of Probable Construction Cost. This is not
being shared.
2
Will the contractor be allowed to
setup a portable concrete plant?
Yes, portable concrete plant can be setup in the
Temporary Laydown Area shown on GC102. The exact
location and height of the portable concrete plant is
subject to approval by the FAA through the submission
of a 7460-1. Current FAA review time for the 7460-1 is
60 days. The 7460-1 can be found at
https://oeaaa.faa.gov/oeaaa/external/portal.jsp.
POST MEETING CLARIFICATION - Portable concrete
plant can be setup in the Existing Soil Stockpile &
Staging Area shown on GC101.
3
What classifies as unsuitable
material and how the material be
disposed?
Unsuitable materials is classified in P-152-Sec. 1.3.
Rock excavation is also classified as unsuitable
materials in Sec 2.2 in the Undercutting section. The
disposal is currently under review with the Airport and
will be responded to and addressed in a future
addendum.
4
What are the requirements for
runway closures?
Refer to the CSPP and Construction Phasing Plans for
requirements.
5
What is the total closure duration
of Runway 16R-34L during Phase
III-B?
The closure of Runway 16R-34L during Phase III-B may
not exceed 58 calendar days. Minimum work
requirements during the closure of Runway 16R-34L
are 10 hours/day; 6 days per week. 24 hours/day; 7
days per week is acceptable but is not required.
6 Who is responsible for QC?
Refer to Item C-100 CONTRACTOR QUALITY CONTROL
PROGRAM (CQCP) for QA/QC requirements.
7
Section 00 41 00 BID FORM lists
3 Bid Schedules, which will be
used to evaluate the bid?
Refer to revised Section 00 41 00 BID FORM issued in
Addendum 1.
8
Has a start date been established
for the project?
Contractor NTP is tentatively scheduled for
11/06/2023; however, that is subject to change,
pending receipt of FAA grant funding for the Project
and completion of City of Fort Worth policies and
procedures.
00 05 15 - 1
ADDENDA
Page 5 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 1 City Project No. 103668
Page 5 of 5
Number Question Answer
9
How much soil is available for use
from the Existing Soil Stockpile? Approximately 250,000 CY.
10
Does AFW have recycled material
such as concrete and asphalt
pavement available for the
contractors use? No.
00 05 15 - 1
ADDENDA
Page 6 of 90
----SUMMARY OF QUANTITIES
J. GATMAITANGN004 S. CHILDERS T. MILLSJ. GATMAITANFILENAME:PLOT DATE:PLOT TIME:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0PROJDATEDATENO.
DSGN DR CHK APVDSHEETDWG AISSUE FOR BIDAUGUST 2023OF 63WFXP7010FORT WORTH, TX 76177
13901 AVIATOR WAY
PEROT FIELD FORT WORTH ALLIANCE AIRPT.
TAXIWAY P EXTENSION PHASE III8/23/202310:58 AMWFXP7004-GN004APVDBY
JACOBS 2023. ALL RIGHTS RESERVED.JACOBS AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF JACOBS.
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:c
ORTHWORTF 08/04/20230 ISSUE FOR BID BID LISTITEM NO.DESCRIPTIONSPECIFICATIONSECTION NO.UNIT OFMEASUREBID QUANTITY1CONTRACTOR QUALITY CONTROL PROGRAM (CQCP)C-100-14.1LS12TEMPORARY EROSION CONTROLC-102-5.1LS13 MOBILIZATIONC-105-5.1LS14TEMPORARY FENCING, BARRICADES, AND FACILITIESG-145-5.1LS15PAVEMENT REMOVAL, ASPHALTP-101-5.1SY 2,1876 REMOVE INLET AND CAP RC PIPEP-101-5.2EA17CLEARING AND GRUBBINGP-151-4.1AC98UNCLASSIFIED EXCAVATIONP-152-4.1CY 12,5009 ROCK EXCAVATIONP-152-4.2CY 25010 LIME-TREATED SUBGRADEP-155-8.1SY 20,13911 LIMEP-155-8.2TON 1,05712CRUSHED AGGREGATE BASE COURSE, 20-INCH THICKNESSP-209-5.1SY 6,52613CEMENT-TREATED BASE COURSE, 6-INCH THICKNESSP-304-8.1SY 13,62214ASPHALT MIXTURE SURFACE COURSEP-403-8.1TON 1,7801519-INCH CONCRETE PAVEMENT, UNREINFORCEDP-501-8.1SY 10,8571619-INCH CONCRETE PAVEMENT, REINFORCEDP-501-8.2SY 2,54417EMULSIFIED ASPHALT PRIME COATP-602-5.1GAL 50618 EMULSIFIED ASPHALT TACK COATP-603-5.1GAL 50619 JOINT SEALANT FOR CONCRETE PAVEMENTSP-605-6.1LF 14,74220 SURFACE PREPARATIONP-620-5.1SF 12,84521MARKINGP-620-5.2SF 12,84522REFLECTIVE MEDIA, TYPE I, GRADATION AP-620-5.3LB8423REFLECTIVE MEDIA, TYPE IIIP-620-5.4LB 1,15524MARKING REMOVALP-620-5.5SF 2,01825 LOWER EXISTING INLETD-751-5.1EA126INSTALL MANHOLE COVER ON EXISTING STRUCTURED-751-5.2EA227TEMPORARY IRRIGATION SYSTEM INSTALLATIONS AND REMOVALST-900-9.1LS128 WATER FOR IRRIGATIONT-900-9.2CCF 4,00029 SODDINGT-904-5.1SY 24,00030TOPSOIL, 4-INCH THICKNESST-905-5.1SY 24,00031NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUITL-108-5.1LF 12,00032 NO. 6 SOLID CU COUNTERPOISE INST. W/GROUND RODS AND CONNECTORSL-108-5.2LF 5,45033 NO. 6 STRANDED CU GROUND INST. W/GROUND RODS AND CONNECTORSL-108-5.3LF 42034NO. 8 L-824C 5KV TEMP JUMPER CABLE, INCL. COUNTERPOISE W/GROUND RODS AND CONNECTORS,TRENCH AND BACKFILL, CONDUIT OR OTHER PROTECTION, INSTALLED AND REMOVEDL-108-5.4LF 3,500352" SCH. 40 PVC CONDUIT, DEB, INCL. TRENCH AND BACKFILLL-110-5.1LF 700362" SCH. 40 PVC CONDUIT UNDER NEW FULL STRENGTH PVMT., INCL. TRENCH AND BACKFILLL-110-5.2LF 1,900372" SCH. 40 PVC CONDUIT UNDER NEW SHOULDER PVMT., INCL. TRENCH AND BACKFILLL-110-5.3LF 2,350382" SCH. 40 PVC DRAIN CONDUIT, INCL. TRENCH AND BACKFILLL-110-5.4LF 230394W-4" DUCT BANK, INCL. TRENCH AND BACKFILLL-110-5.5LF 25040DEMO DUCT BANK, INCL. CABLEL-110-5.6LF 615412" HDPE DIRECTIONAL BORE, COMPLETEL-110-5.7LF 21542DEMO HANDHOLE/JUNCTION CAN/LIGHT BASE IN EARTHL-115-5.2EA343 AIRCRAFT RATED 4'X4'X4' MANHOLEL-115-5.3EA244JUNCTION CAN IN EARTHL-115-5.4EA145REMOVE FIXTURE AND TRANSFORMER, DISPOSE OF OFF SITEL-125-5.1EA246REMOVE LIGHT BASE BLANK LID, RETURN TO OWNERL-125-5.2EA947REMOVE SIGN AND TRANSFORMER, RETURN TO OWNERL-125-5.3EA148 DEMO SIGN FOUNDATIONL-125-5.4EA149REMOVE ELEVATED RETROREFLECTIVE TAXIWAY EDGE MARKER, RETURN TO OWNERL-125-5.5EA450 FURNISH AND INSTALL L-867 BASE IN NEW SHOULDER PVMT.L-125-5.6EA3951 FURNISH AND INSTALL L-867 BASE IN EXISTING SHOULDER PVMT.L-125-5.7EA352 FURNISH AND INSTALL L-868 2-PIECE BASE IN NEW FULL STRENGTH PVMT.L-125-5.8EA4253 FURNISH AND INSTALL L-867 BLANK LIDL-125-5.9EA1154 FURNISH AND INSTALL L-868 BLANK LIDL-125-5.10EA2255 FURNISH L-850C RWY SEMIFLUSH EDGE FIXTURE AND TRANSFORMERL-125-5.11EA356FURNISH L-852C(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERL-125-5.12EA1957FURNISH L-852D(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERL-125-5.13EA858FURNISH L-861T(L) TWY EDGE FIXTURE AND TRANSFORMERL-125-5.15EA3759FURNISH AND INSTALL L-853 ELEVATED RETROREFLECTIVE TAXIWAY EDGE MARKERL-125-5.17EA660 INSTALL FIXTURE AND TRANSFORMERL-125-5.18EA6061FURNISH AND INSTALL L-858(L) 1 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.19EA262FURNISH AND INSTALL L-858(L) 2 MOD, DOUBLE FACE SIGN, INCL. FOUNDATIONL-125-5.20EA263FURNISH AND INSTALL L-858(L) 3 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.21EA164FURNISH AND INSTALL L-858(L) 4 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.22EA265 RELOCATE DISTANCE REMAINING SIGN AND TRANSFORMER ON NEW FOUNDATIONL-125-5.23EA166REPLACE SIGN PANEL ARRAY, COMPLETEL-125-5.24AL167PAVEMENT BLOCKOUT FOR LIGHT BASE, COMPLETEL-125-5.25EA168ALCMS GRAPHIC MODIFICATIONS, COMPLETEL-125-5.26AL1BASE BIDALTERNATE BIDBID LISTITEM NO.DESCRIPTIONSPECIFICATIONSECTION NO.UNIT OFMEASUREBID QUANTITY1MOBILIZATIONC-105-5.1LS12TEMPORARY BARRICADESG-145-5.1LS13 NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUITP-101-5.1LF 9,0004REMOVE FIXTURE AND TRANSFORMER, DISPOSE OF OFF SITEP-604-6.1EA 1955REMOVE LIGHT BASE BLANK LID, RETURN TO OWNERP-605-5.1EA36 FURNISH AND INSTALL L-868 BLANK LIDT-900-9.1EA727FURNISH L-852C(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERT-904-5.1EA578FURNISH L-852D(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERT-905-5.1EA819 INSTALL FIXTURE AND TRANSFORMERL-108-5.3EA 12610BROKEN BOLT REPAIR, COMPLETEL-110-5.7EA 30011WELD GROUND STUD IN EXISTING LIGHT BASE, COMPLETEL-115-5.2EA5012P-606 AROUND LIGHT FIXTURE OR BLANK LID, COMPLETEL-115-5.3EA 17013 FIELD INVESTIGATION OF TAXIWAY CENTERLINE CIRCUITRYL-115-5.4LS11108/23/2023 ADDENDUM 11111
4STATE OF TEXASPROFESSIONAL ENGI
N
E
ERLICENSED THOMAS L. MILLS III10366008/23/2023
----PAVING DETAILS
J. GATMAITANCP501 S. CHILDERS T. MILLSJ. GATMAITAN GENERAL NOTES:1. THE COST OF ALL JOINT CONSTRUCTION IS INCIDENTAL TOCONCRETE PAVEMENT PAY ITEM.2. CONTRACTOR MAY INTERCHANGE CONSTRUCTION JOINTS ANDCONTRACTION JOINTS PER OWNER APPROVED SHOP DRAWINGSWITH ENGINEER'S APPROVAL.3. SEALANT RESERVOIR SHALL BE SIZED TO PROVIDE PROPER SHAPEFACTOR, WIDTH/DEPTH, PER MANUFACTURER'SRECOMMENDATION.4. BACKER ROD MUST BE COMPATIBLE WITH THE TYPE OF LIQUIDSEALANT USED AND SIZED TO PROVIDE THE DESIRED SHAPEFACTOR. DIAMETER OF BACKER ROD SHALL BE AT LEAST 25%LARGER THAN JOINT GROOVE WIDTH. BACKER ROD SHALL BE PERITEM P-605.5. JOINT SEALANT MATERIAL AND CONSTRUCTION SHALL BE PER ITEMP-605.6. WHERE PAVEMENTS OF DIFFERING THICKNESS MEET, Te SHALL BEBASED OFF OF THE THICKER PAVEMENT.DRILLING AND INSTALLING DOWEL BAR NOTES:1. DRILLING METHOD SHALL BE CAPABLE OF MAINTAINING DRILLHOLES PARALLEL TO THE CONCRETE SURFACE AND NORMAL TOTHE JOINT LINE. DRILL HOLES SHALL BE ACCURATELY LAID OUT INACCORDANCE WITH SPECIFICATION SECTION P-501. DRILL HOLEDIAMETER TO BE OF SUFFICIENT SIZE TO ACCEPT THE TYPE ANDSIZE DOWEL REQUIRED.2. AFTER DRILLING IS COMPLETE AND PRIOR TO INSTALLATION OFTHE DOWELS, THE HOLES SHALL BE THOROUGHLY CLEANED TOREMOVE DRILLING DUST, CONCRETE CHIPS, AND ANY OTHERMATERIAL DETRIMENTAL TO DEVELOPING A BOND.3. EPOXY MORTAR SHALL BE INSERTED INTO THE BACK OF THEDOWEL HOLE BY INJECTION NOZZLE AND SUFFICIENT MORTARPLACED IN THE HOLE SO THAT A SLIGHT AMOUNT OF MORTAR WILLBE FORCED OUT WHEN THE DOWEL IS INSERTED AND TAPPED TOTHE CORRECT POSITION. SMALL WEDGES MAY BE USED TOSUPPORT THE DOWEL IN THE CORRECT ALIGNMENT UNTIL THEMORTAR HARDENS.4. EPOXY OPERATION TO BE PERFORMED IN A MANNER THAT ALLVOIDS AROUND THE BAR ARE COMPLETELY FILLED WITH EPOXY.DOWEL BASKET NOTES:1. BASKETS SHALL BE FIRMLY ANCHORED TO BASE.2. ALL WIRE SIZES SHOWN ARE MINIMUM SIZES.3. DOWELS SHALL BE HELD FIRMLY IN THE WELDED ASSEMBLY ASSHOWN.T/2
T
TTeSEE NOTE 3NEARESTJOINT BUTNOT LESSTHAN 10'-0"1CP5022CP5023"3"T T/2 1EDGE ISOLATION JOINTNTS3SILICONE JOINT SEALSNTS6(TAXIWAY PAVEMENT)NTSTYPE A - THICKENEDCONSTRUCTION JOINT7-NON-EXTRUDING PREMOLDEDCOMPRESSIBLE MATERIALEPOXY COAT ENTIREDOWEL AND OIL ONEEND OF DOWEL1-1/2" x 20" SMOOTH DOWELON 18" (MAX) CENTERSJOINTJOINTTYPE E - DOWELEDT3"PLANSECTIONEND LAP/SIDE LAP3"18" LAP#4 BARS, 12" O.C. BOTH WAYSOR D6 x D6, 6" O.C. BOTH WAYSFOR 23" PCC, REINFORCING SHALLBE D7 X D7, 6" O.C. BOTH WAYS7WELDED WIRE FABRIC DETAIL (TAXIWAY PAVEMENT)NTSCONCRETE PAVEMENT THICKNESS TABLET/2TTeTYPET/319" 9.5"FULL STRENGTHPCC PAVEMENT6.333"3.0'
(TYP)90°8JOINT DOGLEGNTSREINFORCED PAVEMENT SEENOTE
23.75"T/2T
3CP5022SILICONE JOINT SEALSNTSCONTRACTION JOINT1-1/2" x 20" SMOOTH DOWELON 18" (MAX) CENTERSEPOXY COAT ENTIRE DOWELAND OIL ONE END OF DOWELTYPE C - DOWELED1/2 THE SLAB THICKNESSNOTE:1. ANY PORTION OF THE BASKET IN CONTACT WITH THE SUBGRADE,INCLUDING CTB OR BOND BREAKER, SHALL BE EPOXY COATED.5TYPICAL DOWEL BASKET ASSEMBLYNTS1-1/2" Ø 20" LONG DOWELSON 18" (MAX) CENTERSEPOXY ENTIRE DOWEL#1/0 GA (0.307) Ø WIRE1-1/8"1/2"±1/16"AC PAVEMENTCRUSHED AGGREGATEBASE COURSENOTES:1. ASPHALT SHOULDER ELEVATION AT PCC JOINT SHALL BE 0" TO 1/16" BELOW PCCEDGE ELEVATION. HOWEVER, THE P-401 GRADE TOLERANCES SHALL STILL APPLY.2. P-605 HOT-POURED SEALANT SHALL BE FLUSH WITH TOP OF THE ASPHALT.PCC PAVEMENT SURFACE4BETWEEN PCC AND AC SHOULDER PAVEMENTNTSTYPE G - CONSTRUCTION JOINTP-605 HOT-POUREDSEALANTNOTE:1. REINFORCING SHALL BE PLACED AT APPROXIMATELY THE MIDPOINT OF THEPANEL. IT MAY BE MOVED UP TO DECONFLICT WITH DOWELS, TO A MAXIMUM OFT/1+1" FROM THE TOP OF SLAB.DOWEL BASKETFILENAME:PLOT DATE:PLOT TIME:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0PROJDATEDATENO.
DSGN DR CHK APVDSHEETDWG AISSUE FOR BIDAUGUST 2023OF 63WFXP7010FORT WORTH, TX 76177
13901 AVIATOR WAY
PEROT FIELD FORT WORTH ALLIANCE AIRPT.
TAXIWAY P EXTENSION PHASE III8/23/202310:21 AMWFXP7004-CP501APVDBY
JACOBS 2023. ALL RIGHTS RESERVED.JACOBS AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF JACOBS.
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:c
ORTHWORTF 08/04/20230 ISSUE FOR BID 1108/23/2023 ADDENDUM 11
38STATE OF TEXASPROFESSIONAL ENGI
N
E
ERLICENSED THOMAS L. MILLS III10366008/23/2023
----PAVING DETAILS
J. GATMAITANCP502 S. CHILDERS T. MILLSJ. GATMAITAN1/4"1/4"41/4 - INCH CHAMFERNTSJOINTPCC PAVEMENTSURFACE1/4" CHAMFER1/8"T/3TO BE CONSTRUCTEDBY SAWING INITIALSAWCUT TO PREVENTRANDOM CRACKING
1/4" CHAMFER (EACH SIDE)1AND POURED SEALANTNTS2CONSTRUCTION JOINTNTS3CONTRACTION JOINTNTS4_4_1/4" CHAMFER (EACH SIDE)P-605 SILICONE JOINT SEALANT(SEE NOTE 1)P-605 SILICONE JOINT SEALANT(SEE NOTE 1)3/4" ±1/8"SEALANT MATERIAL 1/4" TO 3/8"BELOW SURFACE, USE SILICONEBETWEEN CONCRETE PANELSAND HOT-POURED SEALANTBETWEEN ASPHALT AND CONCRETEPAVEMENTS P-605NON-EXTRUDED PREMOLDEDMATERIAL P-501-SEC 2.5PAVEMENT SURFACEJOINT WALLBACKER ROD3/4" ±1/8"ISOLATION JOINT WITH FIBERBOARD1/4" BELOW SURFACERIGHT AT CHAMBER1/4" BELOW SURFACERIGHT AT CHAMBERBACKER ROD(SEE NOTE 2)BACKER ROD(SEE NOTE 2)1/2" ± 1/16"1/2" ± 1/16"NOTES:1. DEPTH PER MANUFACTURER'S GUIDELINES (BASED ON THE WIDTH).2. BACKER ROD MATERIAL MUST BE COMPATIBLE WITH THE TYPE OFSEALANT USED AND SIZED TO PROVIDE THE DESIRED SHAPE FACTOR.NOTES:1. DEPTH PER MANUFACTURER'S GUIDELINES (BASED ON THE WIDTH).2. BACKER ROD MATERIAL MUST BE COMPATIBLE WITH THE TYPE OFSEALANT USED AND SIZED TO PROVIDE THE DESIRED SHAPE FACTOR.FILENAME:PLOT DATE:PLOT TIME:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0PROJDATEDATENO.
DSGN DR CHK APVDSHEETDWG AISSUE FOR BIDAUGUST 2023OF 63WFXP7010FORT WORTH, TX 76177
13901 AVIATOR WAY
PEROT FIELD FORT WORTH ALLIANCE AIRPT.
TAXIWAY P EXTENSION PHASE III8/23/202310:21 AMWFXP7004-CP501APVDBY
JACOBS 2023. ALL RIGHTS RESERVED.JACOBS AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF JACOBS.
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:c
ORTHWORTF 08/04/20230 ISSUE FOR BID 4_1/4" CHAMFER (EACH SIDE)11108/23/2023 ADDENDUM 11
39STATE OF TEXASPROFESSIONAL ENGI
N
E
ERLICENSED THOMAS L. MILLS III10366008/23/2023
TO:
200 Texas Street
2.1.
2.2.
2.3.
2.4.
2.5.
2.6.
a.
b.
c.
Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the
purposes of this Paragraph:
"corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
"fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding
process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to
deprive City of the benefits of free and open competition.
FOR:
City Project No.:
Construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport
103668
"collusive practice" means a scheme or arrangement between two or more Bidders, with or without the
knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels.
Bidder has not solicited or induced any individual or entity to refrain from bidding.
Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
SECTION 00 41 00
BID FORM
2. BIDDER Acknowledgements and Certification
In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in
the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and
within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents.
Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a
valid insurance certificate meeting all requirements within 14 days of notification of award.
Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or
entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization,
or corporation.
The Purchasing Manager
1. Enter Into Agreement
City of Fort Worth, Texas 76102
c/o: The Purchasing Division
Units/Sections:Department of Aviation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised March 9, 2020
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 10 of 90
d.
a.
b.
c.
d.
4.1.
a. For Base Bid and Alternate Bid, within 228 calendar days after the date when the Contract
Time commences to run as provided in Paragraph 2.03 of the General Conditions;
4.2.
a.
b.
c.
d.
e.
f.
g.
h.
6.1.
Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the
General Conditions.
Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space
provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at
the bid opening.
Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
DBE Forms (optional at time of bid)
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
This Bid Form, Section 00 41 00
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors:
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
"coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to
influence their participation in the bidding process or affect the execution of the Contract.
3. Prequalification
4. Time of Completion
The Work will be complete for Final Acceptance as follows:
Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work
{and/or achievement of Milestones} within the times specified in the Agreement.
Prequalification Statement, Section 00 45 12
Conflict of Interest Statement, Section 00 35 13
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
Proposal Forms, Section 00 42 43-1 and Section 00 42 43-ALT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised March 9, 2020
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 11 of 90
6.2.
6.3.
Title:
Company:
Address:
Email:
Phone:
Initial
Addendum No. 1:
7. Bid Submittal
$0.00
It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to
verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated
quantities shown in this proposal and then totaling all of the extended amounts.
Evaluation of Bid Schedules (only one Bid Schedule will be awarded):
$0.00
Your Email Address Here
Your Phone Number Here
State Here
Address Here
Title Here
Respectfully submitted,
Month Day, Year by the entity named below.This Bid is submitted on
City, State Zip Code Here
State of Incorporation:
Bid Schedule 2 (Base Bid + Alternate Bid)
By:____________________________________________
Receipt is acknowledged of the
following Addenda:
Address Here or Space
Addendum No. 3:
Addendum No. 4:
(Printed Name)
(Signature)
Printed Name Here
Corporate Seal:Company Name Here
Addendum No. 2:
END OF SECTION
Bid Schedule 1 (Base Bid)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised March 9, 2020
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 12 of 90
1 Contractor Quality Control Program (CQCP)C-100-14.1 LS 1
2 Temporary Erosion Control C-102-5.1 LS 1
3 Mobilization C-105-5.1 LS 1
4 Temporary Fencing, Barricades, and Facilities G-145-5.1 LS 1
5 Pavement Removal, Asphalt P-101-5.1 SY 2,187
6 Remove Inlet and Cap RC pipe P-101-5.2 EA 1
7 Clearing and Grubbing P-151-4.1 AC 9
8 Unclassified Excavation P-152-4.1 CY 12,500
9 Rock Excavation P-152-4.2 CY 250
10 Lime-treated subgrade P-155-8.1 SY 20,139
11 Lime P-155-8.2 TON 1,057
12 Crushed Aggregate Base Course, 20-inch thickness P-209-5.1 SY 6,526
13 Cement-Treated Base Course, 6-inch thickness P-304-8.1 SY 13,622
14 Asphalt Mixture Surface Course P-403-8.1 TON 1,780
15 19-inch Concrete Pavement, Unreinforced P-501-8.1 SY 10,857
16 19-inch Concrete Pavement, Reinforced P-501-8.2 SY 2,544
17 Emulsified Asphalt Prime Coat P-602-5.1 GAL 506
18 Emulsified Asphalt Tack Coat P-603-5.1 GAL 506
19 Joint Sealant for Concrete Pavements P-605-5.1 LF 14,742
20 Surface Preparation P-620-5.1 SF 12,485
21 Marking P-620-5.2 SF 12,485
22 Reflective Media, Type I, Gradation A P-620-5.3 LB 84
23 Reflective Media, Type III P-620-5.4 LB 1,155
24 Marking Removal P-620-5.5 SF 2,018
25 Lower Existing Inlet D-751-5.1 EA 1
26 Install Manhole Cover on Existing Structure D-751-5.2 EA 2
27 Temporary Irrigation System Installations and Removals T-900-9.1 LS 1
28 Water for Irrigation T-900-9.2 CCF 4,000
29 Sodding T-904-5.1 SY 24,000
30 Topsoil, 4-inch thickness T-905-5.1 SY 24,000
31 No. 8 L-824C 5kV Cable Inst. In Duct Or Conduit L-108-5.1 LF 12,000
32
No. 6 Solid CU Counterpoise Inst. w/Ground Rods And
Connectors L-108-5.2 LF 5,450
33
No. 6 Stranded CU Ground Inst. w/Ground Rods And
Connectors L-108-5.3 LF 420
34
No. 8 L-824C 5KV Temp Jumper Cable, Incl.
Counterpoise w/Ground Rods And Connectors, Trench
And Backfill, Conduit Or Other Protection, Installed And
Removed L-108-5.4 LF 3,500
35 2" Sch. 40 PVC Conduit, DEB, Incl. Trench And Backfill L-110-5.1 LF 700
36
2" Sch. 40 PVC Conduit Under New Full Strength Pvmt.,
Incl. Trench And Backfill L-110-5.2 LF 1,900
37
2" Sch. 40 PVC Conduit Under New Shoulder Pvmt.,
Incl. Trench And Backfill L-110-5.3 LF 2,350
38 2" Sch. 40 PVC Drain Conduit, Incl. Trench And Backfill L-110-5.4 LF 230
39 4W-4" Duct Bank, Incl. Trench And Backfill L-110-5.5 LF 250
40 Demo Duct Bank, Incl. Cable L-110-5.6 LF 615
41 2" HDPE Directional Bore, Complete L-110-5.7 LF 215
42 Demo Handhole/Junction Can/Light Base In Earth L-115-5.2 EA 3
43 Aircraft Rated 4'x4'x4' Manhole L-115-5.3 EA 2
44 Junction Can In Earth L-115-5.4 EA 1
45 Remove Fixture And Transformer, Dispose Of Off Site L-125-5.1 EA 2
46 Remove Light Base Blank Lid, Return To Owner L-125-5.2 EA 9
Bid ValueDescriptionUnit PriceBidlist
Item No.
Specification
Section No.
Unit of
Measure
Bid
Quantity
SECTION 00 42 43-1
PROPOSAL FORM - BASE BID
UNIT PRICE BID BIDDER'S APPLICATION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 13 of 90
Bid ValueDescriptionUnit PriceBidlist
Item No.
Specification
Section No.
Unit of
Measure
Bid
Quantity
SECTION 00 42 43-1
PROPOSAL FORM - BASE BID
UNIT PRICE BID BIDDER'S APPLICATION
47 Remove Sign And Transformer, Return To Owner L-125-5.3 EA 1
48 Demo Sign Foundation L-125-5.4 EA 1
49
Remove Elevated Retroreflective Taxiway Edge Marker,
Return To Owner L-125-5.5 EA 4
50 Furnish And Install L-867 Base In New Shoulder Pvmt.L-125-5.6 EA 39
51
Furnish And Install L-867 Base In Existing Shoulder
Pvmt.L-125-5.7 EA 3
52
Furnish And Install L-868 2-Piece Base In New Full
Strength Pvmt.L-125-5.8 EA 42
53 Furnish And Install L-867 Blank Lid L-125-5.9 EA 11
54 Furnish And Install L-868 Blank Lid L-125-5.10 EA 22
55
Furnish L-850C Rwy Semiflush Edge Fixture And
Transformer L-125-5.11 EA 3
56
Furnish L-852C(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.12 EA 19
57
Furnish L-852D(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.13 EA 8
58 Furnish L-861T(L) Twy Edge Fixture And Transformer L-125-5.14 EA 37
59
Furnish And Install L-853 Elevated Retroreflective
Taxiway Edge Marker L-125-5.15 EA 6
60 Install Fixture And Transformer L-125-5.16 EA 60
61
Furnish And Install L-858(L) 1 Mod, Single Face Sign,
Incl. Foundation L-125-5.17 EA 2
62
Furnish And Install L-858(L) 2 Mod, Double Face Sign,
Incl. Foundation L-125-5.18 EA 2
63
Furnish And Install L-858(L) 3 Mod, Single Face Sign,
Incl. Foundation L-125-5.19 EA 1
64
Furnish And Install L-858(L) 4 Mod, Single Face Sign,
Incl. Foundation L-125-5.20 EA 2
65
Relocate Distance Remaining Sign And Transformer On
New Foundation L-125-5.21 EA 1
66 Replace Sign Panel Array, Complete L-125-5.22 AL 1 $1,600.00 $1,600.00
67 Pavement Blockout For Light Base, Complete L-125-5.23 EA 1
68 ALCMS Modifications, Complete L-125-5.28 AL 1 $77,000.00 $77,000.00
$78,600.00Total Base Bid
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171109
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 14 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-1 City Project No. 103668
SECTION 80 EXECUTION AND PROGRESS
80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor
shall at all times when work is in progress be represented either in person, by a qualified superintendent, or
by other designated, qualified representative who is duly authorized to receive and execute orders of the
Resident Project Representative (RPR).
The Contractor shall perform, with his organization, an amount of work equal to at least 50 percent of the
total contract cost.
Should the Contractor elect to assign their contract, said assignment shall be concurred in by the surety,
shall be presented for the consideration and approval of the Owner, and shall be consummated only on the
written approval of the Owner.
The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on
the project. As a minimum, the information shall include the following:
Subcontractor's legal company name.
Subcontractor's legal company address, including County name.
Principal contact person's name, telephone and fax number.
Complete narrative description, and dollar value of the work to be performed by the
subcontractor.
Copies of required insurance certificates in accordance with the specifications.
Minority/ non-minority status.
80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time
commences. The Contractor is expected to commence project operations within 10 days of the NTP date.
The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins.
The Contractor shall not commence any actual operations prior to the date on which the notice to proceed
is issued by the Owner.
80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated
construction schedule showing all work activities for the RPR’s review and acceptance at least 10 days
prior to the start of work. The Contractor’s progress schedule, once accepted by the RPR, will represent the
Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the
Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that
status of the Contractor's performance. The Contractor shall provide sufficient materials, equipment, and
labor to guarantee the completion of the project in accordance with the plans and specifications within the
time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPR’s
request, submit a revised schedule for completion of the work within the contract time and modify their
operations to provide such additional materials, equipment, and labor necessary to meet the revised
schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the
RPR at least 24 hours in advance of resuming operations.
The Contractor shall not commence any actual construction prior to the date on which the NTP is issued by
the Owner.
00 05 15 - 1
ADDENDA
Page 15 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-2 City Project No. 103668
The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program
Evaluation and Review Technique (PERT), or other format, or as otherwise specified. It shall include
information on the sequence of work activities, milestone dates, and activity duration. The schedule shall
show all work items identified in the project proposal for each work area and shall include the project start
date and end date.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress
schedule on a monthly basis, or as otherwise specified in the contract. Submission of the work schedule
shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all
work to comply with the requirements of the contract.
80-04 Limitation of operations. The Contractor shall control their operations and the operations of their
subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air
operations areas (AOA) of the airport.
When the work requires the Contractor to conduct their operations within an AOA of the airport, the work
shall be coordinated with airport operations (through the RPR) at least 72 hours prior to commencement of
such work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary
temporary marking, signage and associated lighting is in place as provided in Section 70, paragraph 70-08,
Construction Safety and Phasing Plan (CSPP).
When the contract work requires the Contractor to work within an AOA of the airport on an intermittent
basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant
communications as specified; immediately obey all instructions to vacate the AOA; and immediately obey
all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey
instructions shall be cause for suspension of the Contractor’s operations in the AOA until satisfactory
conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP)
and as listed below, cannot be closed to operating aircraft to permit the Contractor’s operations on a
continuous basis and will therefore be closed to aircraft operations intermittently as follows:
Runway 16L-34R and Runway 16R-34L may not be closed concurrently.
Runway 16L-34R may not be closed between November 8 and January 3.
Runway 16L-34R and Runway 16R-34L may not be closed during, or the week preceding,
NASCAR and Indycar events at the Texas Motor Speedway (three per year).
No construction operations are permitted within the AOA during, or during the week preceding,
the Alliance Air Show that is not yet scheduled.
The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational
Safety on Airports During Construction and the approved CSPP.
80-04.1 Operational safety on airport during construction. All Contractors’ operations shall be
conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the
Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC
150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract
documents conveys minimum requirements for operational safety on the airport during construction
activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with the
requirements presented within the CSPP.
The Contractor shall implement all necessary safety plan measures prior to commencement of any work
activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project.
The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and
SPCD and that they implement and maintain all necessary measures.
00 05 15 - 1
ADDENDA
Page 16 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-3 City Project No. 103668
No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing
by the Owner. The necessary coordination actions to review Contractor proposed modifications to an
approved CSPP or approved SPCD can require a significant amount of time.
80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ
sufficient labor and equipment for prosecuting the work to full completion in the manner and time required
by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and in the
operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations
or operational safety requirements and, in the opinion of the RPR, does not perform his work in a proper
and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed
immediately by the Contractor or subcontractor employing such person, and shall not be employed again
in any portion of the work without approval of the RPR.
Should 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 orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical
condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment
used on any portion of the work shall not cause injury to previously completed work, adjacent property, or
existing airport facilities due to its use.
When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed
in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in
conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use of certain methods and equipment, such methods and equipment shall
be used unless otherwise authorized by the RPR. If the Contractor desires to use a method or type of
equipment other than specified in the contract, the Contractor may request authority from the RPR to do so.
The request shall be in writing and shall include a full description of the methods and equipment proposed
and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the
Contractor will be fully responsible for producing work in conformity with contract requirements. If, after
trial use of the substituted methods or equipment, the RPR determines that the work produced does not
meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment
and shall complete the remaining work with the specified methods and equipment. The Contractor shall
remove any deficient work and replace it with work of specified quality, or take such other corrective action
as the RPR may direct. No change will be made in basis of payment for the contract items involved nor in
contract time as a result of authorizing a change in methods or equipment under this paragraph.
80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work
wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or
other conditions considered unfavorable for the execution of the work, or for such time necessary due to
the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the
contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen
cause not otherwise provided for in the contract and over which the Contractor has no control, the
Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No
allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective
date of the written order to suspend work to the effective date of the written order to resume the work.
00 05 15 - 1
ADDENDA
Page 17 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-4 City Project No. 103668
Claims for such compensation shall be filed with the RPR within the time period stated in the RPR’s order
to resume work. The Contractor shall submit with their own claim information substantiating the amount
shown on the claim. The RPR will forward the Contractor’s claim to the Owner for consideration in
accordance with local laws or ordinances. No provision of this article shall be construed as entitling the
Contractor to compensation for delays due to inclement weather or for any other delay provided for in the
contract, plans, or specifications.
If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in
such manner that they will not become an obstruction nor become damaged in any way. The Contractor
shall take every precaution to prevent damage or deterioration of the work performed and provide for
normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide
for traffic on, to, or from the airport.
80-07 Determination and extension of contract time. The number of calendar days shall be stated in the
proposal and contract and shall be known as the Contract Time.
If the contract time requires extension for reasons beyond the Contractor’s control, it shall be adjusted as
follows:
80-07.1 Contract time based on calendar days. Contract Time based on calendar days shall consist of
the number of calendar days stated in the contract counting from the effective date of the Notice to Proceed
and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the
effective dates of the Owner’s orders to suspend and resume all work, due to causes not the fault of the
Contractor, shall be excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost of
the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.
Such increase in the contract time shall not consider either cost of work or the extension of contract time
that has been covered by a change order or supplemental agreement. Charges against the contract time will
cease as of the date of final acceptance.
80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that
any work remains uncompleted after the contract time (including all extensions and adjustments as provided
in paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the contract and
proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor
or their own surety. Such deducted sums shall not be deducted as a penalty but shall be considered as
liquidation of a reasonable portion of damages including but not limited to additional engineering services
that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in
their contract.
Schedule Liquidated Damages Cost Allowed Construction Time
Bid Schedule 1 $6,000 per day 228 Calendar Days
Bid Schedule 2 $6,000 per day 228 Calendar Days
Only one bid schedule will be awarded, depending upon available funding. Permitting the Contractor to
continue and finish the work or any part of it after the time fixed for its completion, or after the date to
which the time for completion may have been extended, will in no way operate as a wavier on the part of
the Owner of any of its rights under the contract.
80-09 Default and termination of contract. The Contractor shall be considered in default of their contract
and such default will be considered as cause for the Owner to terminate the contract for any of the following
reasons, if the Contractor:
a.Fails to begin the work under the contract within the time specified in the Notice to Proceed, or
00 05 15 - 1
ADDENDA
Page 18 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-5 City Project No. 103668
b.Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure
completion of work in accordance with the terms of the contract, or
c.Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d.Discontinues the execution of the work, or
e.Fails to resume work which has been discontinued within a reasonable time after notice to do so, or
f.Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g.Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
h.Makes an assignment for the benefit of creditors, or
i.For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Owner consider the Contractor in default of the contract for any reason above, the Owner shall
immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the RPR of the facts of such delay, neglect,
or default and the Contractor’s failure to comply with such notice, have full power and authority without
violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may
appropriate or use any or all materials and equipment that have been mobilized for use in the work and are
acceptable and may enter into an agreement for the completion of said contract according to the terms and
provisions thereof, or use such other methods as in the opinion of the RPR will be required for the
completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under contract,
will be deducted from any monies due or which may become due the Contractor. If such expense exceeds
the sum which would have been payable under the contract, then the Contractor and the surety shall be
liable and shall pay to the Owner the amount of such excess.
80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof
by written notice when the Contractor is prevented from proceeding with the construction contract as a
direct result of an Executive Order of the President with respect to the execution of war or in the interest of
national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the contract
price or as mutually agreed for items of work partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included
in the contract) and moving equipment and materials to and from the job will be considered, the intent being
that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in
the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by
receipted bills and actual cost records at such points of delivery as may be designated by the RPR.
Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities
for the completed work nor shall it relieve their surety of its obligation for and concerning any just claim
arising out of the work performed.
00 05 15 - 1
ADDENDA
Page 19 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-6 City Project No. 103668
80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from
the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air
operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall
plan and coordinate work in accordance with the approved CSPP and SPCD.
END OF SECTION 80
00 05 15 - 1
ADDENDA
Page 20 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-1 City Project No. 103668
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with
this specification, the referenced specifications, and the applicable advisory circulars (ACs). The
systems shall be installed at the locations and in accordance with the dimensions, design, and details
shown in the plans. This item shall include the furnishing of all equipment, materials, services, and
incidentals necessary to place the systems in operation as completed units to the satisfaction of the
RPR.
EQUIPMENT AND MATERIALS
125-2.1 General.
a.Airport lighting equipment and materials covered by Federal Aviation Administration (FAA)
specifications shall be certified per AC 150/5345-53, Airport Lighting Equipment Certification
Program (ALECP) and listed in the ALECP Addendum. FAA certified airfield lighting shall be
compatible with each other to perform in compliance with FAA criteria and the intended operation.
If the Contractor provides equipment that does not performs as intended because of incompatibility
with the system, the Contractor assumes all costs to correct the system for to operate properly.
b.Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide
materials in accordance with these specifications and acceptable to the RPR. Materials supplied
and/or installed that do not comply with these specifications shall be removed, when directed by the
RPR and replaced with materials, which do comply with these specifications, at the sole cost of the
Contractor.
c.All materials and equipment used shall be submitted to the RPR for approval prior to ordering
the equipment. Submittals shall be in accordance with the provisions of Item L-100, General
Provisions – Electrical. The Contractor shall be responsible for delays in the project accruing directly
or indirectly from late submissions or resubmissions of submittals.
d.The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with
the plans and specifications. The Contractor's submittals shall be submitted in electronic PDF format,
tabbed by specification section. The RPR reserves the right to reject any or all equipment, materials
or procedures, which, in the RPR’s opinion, do not meet the system design and the standards and
codes, specified herein.
e.All equipment and materials, with the exception of LED light fixtures, furnished and installed
under this section shall be guaranteed against defects in materials and workmanship for a period of at
least twelve (12) months from final acceptance by the Owner. LED light fixtures, with the exception
of obstruction lighting (AC 150/5345-43) must be warranted by the manufacturer for a minimum of
four (4) years after date of installation inclusive of all electronics.” Obstruction lighting warranty is
set by the individual manufacturer. The defective materials and/or equipment shall be repaired or
replaced, at the Owner's discretion, with no additional cost to the Owner.
EQUIPMENT AND MATERIALS
125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground
Electrical Duct Banks and Conduits.
00 05 15 - 1
ADDENDA
Page 21 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-2 City Project No. 103668
125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108
Underground Power Cable for Airports.
125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88
respectively, as manufactured by 3M Company or an approved equal.
125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of
Underground Cable for Airports.
125-2.6 Retroreflective Markers. Retroreflective markers shall be type L-853 and shall conform to
the requirements of AC 150/5345-39.
125-2.7 Runway And Taxiway Lights. Runway and taxiway lights shall conform to the
requirements of AC 150/5345-46. Light fixtures shall be of size and type indicated in the fixture
schedule on the plans, or as required by fixture manufacturer for each lighting fixture required under
this contract. Filters shall be of colors conforming to the specification for the light concerned or to the
standard referenced. The airfield lighting systems are designed using the fixtures indicated on the
plans. Other approved airfield lighting fixtures are permissible provided the Contractor assumes all
costs for the redesign of the airfield lighting and necessary power distribution systems and all costs
incurred furnishing and installing any additional equipment. In no case shall the Contractor be
allowed to reduce the size of the constant current regulators or the power distribution systems.
125-2.8 Runway And Taxiway Signs. Runway and Taxiway Guidance Signs shall conform to the
requirements of AC 150/5345-44. Signs shall be of the size and type indicated in the sign schedule
and as detailed on the plans.
125-2.10 Precision Approach Path Indicator (PAPI). Refer to Item L-131, Precision Approach
Path Indicator (PAPI).
125-2.12 Light Base And Transformer Housings. Light bases shall conform to the requirements of
AC 150/5345-42. Light bases shall be of the type, class, and size as indicated on the plans or as
required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter
plates shall be provided to accommodate various sizes of fixtures.
125-2.13 Isolation Transformers. Isolation Transformers shall be of the type and size as required
for each installation. Transformers shall conform to AC 150/5345-47.
125-2.14 Fixture Hold Down Bolts. Semiflush fixture and mulithole adapter hold down bolts and
installations shall adhere to the following requirements: Bolts shall be all-thread, fluoropolymer
coated, SAE Grade 5, in accordance with FAA Engineering Brief No. 83. All other bolts shall be all-
thread, 18-8, Type 304 stainless steel. Bolt information shall be submitted for approval of the
Engineer. Submittal shall specifically identify, as a minimum, the bolt material, dimensions, and
threading. Bolt material shall be readily identifiable in the field by appropriate ASTM markings on
the bolts or by having material identified on bolt packaging, as approved through the Engineer.
Stainless steel bolts shall receive anti seize compound. Grade 5 coated bolts shall not receive any
anti-seize compound or lubricant.
125-2.15 High Performance Non-Shrink Grout. Where specified in the plans, a high performance
non-shrink grout shall be used for backfill around light bases and conduit. This high performance
non-shrink grout shall be Delpatch Elastomeric Concrete by D. S. Brown of North Baltimore, Ohio,
Telephone No. 419-257-3561, or approved equivalent. Contractor shall use this product in accordance
00 05 15 - 1
ADDENDA
Page 22 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-3 City Project No. 103668
with the manufacturer’s recommendations and warnings. The RPR may require that Contractor have a
representative of the manufacturer onsite to demonstrate the proper use of the product if Contractor
cannot demonstrate prior experience.
INSTALLATION
125-3.1 Installation. The Contractor shall furnish, install, connect and test all equipment,
accessories, conduit, cables, wires, buses, grounds and support items necessary to ensure a complete
and operable airport lighting system as specified here and shown in the plans.
The equipment installation and mounting shall comply with the requirements of the National
Electrical Code and state and local code agencies having jurisdiction.
The Contractor shall install the specified equipment in accordance with the applicable advisory
circulars and the details shown on the plans.
a. General Cable Installation Requirements. The primary cable shall enter the light base and
transformer housing as shown on the plans. Primary cable slack shall be provided inside the
light fixture base as specified in Item L-108. In general, enough slack shall be left in the
cable to permit installation aboveground of the connections between the primary cable and
the isolating transformer primary leads. A similar length of primary cable slack shall be
provided for any unconnected cable installed in a fixture base can. When more than one (1)
circuit is installed within the lighting base, each cable shall bear its appropriate circuit
identification marker. The transformer secondary leads shall be connected to the lamp leads
with a disconnecting plug and receptacle. The secondary connection shall not be taped; the
cable connections to the isolating transformer's leads shall be made as specified in Item
L-108. Ends of cables shall be sealed with heat shrinkable tubing until the splice is made to
prevent the entrance of moisture.
b. Installing Light Fixtures at Existing Bases. At locations indicated on the plans, the
Contractor shall install light fixtures at existing fixture bases. This shall include providing
the following items, as required and directed by the RPR.
(1)Remove and salvage existing base cover plates.
(2)Refurbish and prepare the base flange with flange rings or spacer rings, as
required and directed by the Engineer, in order to properly install the
specified light fixture.
(3)Clean out and refurbish the interior of the bases, including conduits.
(4)Install primary airfield lighting circuit cable.
(5)Install fixture isolation transformers of proper specified rating and wattage.
(6)Install L-823 connectors and fixture ground.
(7)Install specified fixtures.
c. Fixture Ground Requirements. All fixtures shall be bonded to the light base internal ground
lug via a #6 AWG stranded copper wire rated for 600V with green XHHW insulation or a
braided ground strap of equivalent current rating. The ground wire must be of sufficient
length to allow the removal of the light fixture from the light base for routine maintenance.
Light fixture manufacturer shall provide a means to attach the ground conductor to the
fixture or fixture base plate, as applicable.
d. Demolition. At locations noted on plans, existing light fixtures, bases, signs, foundations,
cables and other materials shall be removed. Payment for demolished lights and signs,
00 05 15 - 1
ADDENDA
Page 23 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-4 City Project No. 103668
inclusive of bases and foundations, shall be made under this item as provided herein.
Salvageable materials shall be delivered to the Owner salvage area or disposed of as
directed by the Owner.
e. Light Installations In New Concrete Pavement. Install light fixture bases in accordance
with the general requirements of paragraph 125-3.1, as shown on the plans, and as noted
below. Conduit and base trench shall be filled with a concrete slurry of well graded
aggregate mix with a top size aggregate of one inch. This concrete shall have a minimum
28-day compressive strength of 4,000 psi. The aggregate and other material shall meet the
requirements of P-610, Concrete For Miscellaneous Structures. See applicable details
shown in the plans. Light base setting and leveling jig shall not be removed for 24 hours
after placing the encapsulation or until a hard set has occurred when using a high
performance grout encapsulation. After installation of the light fixture, the azimuth of the
light beam shall not vary more than +1/2 degree from the required direction. The
elevation of the light fixture outside edge shall be flush with the surrounding surface
elevation such that the elevation of the fixture is not more than +0 inches higher than nor -
1/16 inch lower than the elevation of the pavement. If this tolerance is not met, the
Contractor shall, at its own expense, remove and replace the light base extension (top
section) to the satisfaction of the Engineer. In concrete light bases shall have one, two or
more 2 inch threaded metallic hubs for all required conduit entrances, as indicated on the
plans. Grommeted conduit entrances are strictly prohibited except where shown on the
plans.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and
receptacle conforming to AC 150/5345 26 without taping the joint. Install a lamp of the
proper rating in the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125 3.1.
f.Light Installations In Existing Concrete Pavement. Install light fixture bases in accordance
with the general requirements of paragraph 125-3.1, as shown on the plans, and as noted
below. The pavement core and backfill is included as part of base installation pay item.
Conduit trench and base core shall be backfilled in accordance with applicable details shown
in the plans.
After installation of the light fixture, the azimuth of the light beam shall not vary more than ½º
from the required direction. The elevation of the light fixture outside edge shall be flush with
the surrounding surface elevation such that the elevation of the fixture is not more than +0 inch
higher than or -1/16 inch lower than the elevation of the pavement. If this tolerance is not met,
the Contractor shall, at its own expense, remove and replace the fixture to the satisfaction of
the Engineer.
In-pavement light bases shall have one, two, or more hubs for all required conduit entrances,
as indicated on the plans. Grommeted conduit entrances are strictly prohibited except where
shown on the plans.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and
00 05 15 - 1
ADDENDA
Page 24 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-5 City Project No. 103668
receptacle conforming to AC 150/5345 26 without taping the joint. Install a lamp of the
proper rating in the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125 3.1.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and receptacle
conforming to AC 150/5345-26 without taping the joint. Install a lamp of the proper rating in
the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125-3.1.
125-3.2 Testing. Because certain components may be inaccessible after final installation, lighting
shall be tested concurrently with installation. The airfield electrical installations shall be tested in
accordance with the requirements of Item L-111. Systems Tests shall also be conducted as specified
in Item L-111. Any system installation errors or unacceptable discrepancies of installation shall be
corrected to the satisfaction of the RPR.
a. Elevation And Alignment. Light unit installation procedures shall be checked during
construction and after the system has been completed to determine that the recommended
fixture elevation and alignment is in accordance with design and manufacturer's installation
requirements.
b. Securing Screws Or Bolts. All fixture securing screws or bolts shall be tightened in
accordance with the manufacturer's recommendations.
c. Light Channels And Lenses. Each light fixture shall be checked to determine that the lenses
and the channels in front of the lenses are clean and that the glassware is properly oriented.
All lights shall be fully tested by continuous operation for not less than 24 hours as a completed
system prior to acceptance. The test shall include operating the constant current regulator in each step
not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate
properly during each portion of the test.
125-3.3 Shipping And Storage. Equipment shall be shipped in suitable packing material to prevent
damage during shipping. Store and maintain equipment and materials in areas protected from
weather and physical damage. Any equipment and materials, in the opinion of the RPR, damaged
during construction or storage shall be replaced by the Contractor at no additional cost to the owner.
Painted or galvanized surfaces that are damaged shall be repaired in accordance with the
manufacturer’s recommendations.
125-3.4 Elevated And In-Pavement Lights. Water, debris, and other foreign substances shall be
removed prior to installing fixture base and light.
A jig or holding device shall be used when installing each light fixture to ensure positioning to the
proper elevation, alignment, level control, and azimuth control. Light fixtures shall be oriented with
the light beams parallel to the runway or taxiway centerline and facing in the required direction. The
outermost edge of fixture shall be level with the surrounding pavement. Surplus sealant or flexible
embedding material shall be removed. The holding device shall remain in place until sealant has
reached its initial set.
00 05 15 - 1
ADDENDA
Page 25 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-6 City Project No. 103668
METHOD OF MEASUREMENT
125-4.1 The measurement of existing items demolished, including all removal, offsite disposal and
site restoration, to be paid for shall be the number per each for every item demolished,
completed and accepted by the RPR.
125-4.2 The measurement of existing items removed and returned to Owner to be paid for shall be the
number per each for every item removed and returned, completed and accepted by the RPR.
125-4.3 The measurement of items furnished and installed to be paid for shall be the number per each
for every type of item furnished and installed, completed and accepted by the RPR.
125-4.4 The measurement of items furnished to be paid for shall be the number per each for every
type of item furnished and accepted by the RPR.
125-4.5 The measurement of items installed to be paid for shall be the number per each for every type
of item installed and accepted by the RPR.
125-4.6 The measurement of items established, maintained and removed to be paid for shall be the
number per each for every type of item established, maintained and removed and accepted by
the RPR.
125-4.7 The measurement of items replaced to be paid for shall be the number per each for every type
of item replaced and accepted by the RPR.
125-4.8 The measurement of the field investigation of taxiway centerline circuitry shall be paid for by
a lump sum amount.
BASIS OF PAYMENT
125-5.1 Payment will be made at the contract unit price for each complete unit demolished, including
all removal, offsite disposal and site restoration, by the Contractor and accepted by the RPR. Payment
will be made at the contract unit price for each complete unit removed and returned to Owner by the
Contractor and accepted by the RPR. Payment will be made at the contract unit price for each
complete unit furnished and installed by the Contractor and accepted by the RPR. Payment will be
made at the contract unit price for each complete unit furnished by the Contractor and accepted by the
RPR. Payment will be made at the contract unit price for each complete unit installed by the
Contractor and accepted by the RPR. Payment will be made at the contract unit price for each
complete unit established, maintained and removed by the Contractor and accepted by the RPR.
Payment will be made at the contract unit price for each complete unit replaced by the Contractor and
accepted by the RPR. Payment will be made at the lump sum contract price for field investigation of
taxiway centerline circuitry. These prices shall be full compensation for furnishing all materials and
for all preparation, assembly, and installation of these materials, where applicable, and for all labor,
equipment, tools, and incidentals necessary to complete these items.
125-5.2 The costs to Replace Sign Panel Array, Complete, will be paid from a not-to-exceed
allowance. Actual payment will be based on actual costs incurred by the Contractor or
Subcontractor(s) upon submittal of original paid receipts for materials. The Contractor’s effort and
expense for removal and installation shall be incidental to the work.
00 05 15 - 1
ADDENDA
Page 26 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-7 City Project No. 103668
Payment will be made under:
L-125-5.1 Remove Fixture And Transformer, Dispose Of Off Site - per each
L-125-5.2 Remove Light Base Blank Lid, Return to Owner – per each
L-125-5.3 Remove Sign And Transformer, Return to Owner - per each
L-125-5.4 Demo Sign Foundation – per each
L-125-5.5 Remove Elevated Retroreflective Taxiway Edge Marker, Return To Owner – per each
L-125-5.6 Furnish And Install L-867 Base In New Shoulder Pvmt. – per each
L-125-5.7 Furnish And Install L-867 Base In Existing Shoulder Pvmt. – per each
L-125-5.8 Furnish And Install L-868 2-Piece Base In New Full Strength Pvmt. - per each
L-125-5.9 Furnish And Install L-867 Blank Lid - per each
L-125-5.10 Furnish And Install L-868 Blank Lid - per each
L-125-5.11 Furnish L-850C Rwy Semiflush Edge Fixture And Transformer - per each
L-125-5.12 Furnish L-852C(L) Bidirectional Twy Centerline Fixture And Transformer - per each
L-125-5.13 Furnish L-852D(L) Bidirectional Twy Centerline Fixture And Transformer - per each
L-125-5.14 Furnish L-861T(L) Twy Edge Fixture And Transformer - per each
L-125-5.15 Furnish And Install L-853 Elevated Retroreflective Taxiway Edge Marker - per each
L-125-5.16 Install Fixture And Transformer - per each
L-125-5.17 Furnish And Install L-858(L) 1 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.18 Furnish And Install L-858(L) 2 Mod, Double Face Sign, Incl. Foundation - per each
L-125-5.19 Furnish And Install L-858(L) 3 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.20 Furnish And Install L-858(L) 4 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.21 Relocate Distance Remaining Sign And Transformer On New Foundation - per
each
L-125-5.22 Replace Sign Panel Array, Complete - per eachallowance
L-125-5.23 Pavement Blockout For Light Base, Complete - per each
L-125-5.24 Broken Bolt Repair, Complete - per each
00 05 15 - 1
ADDENDA
Page 27 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-8 City Project No. 103668
L-125-5.25 Weld Ground Stud in Existing Light Base, Complete - per each
L-125-5.26 P-606 Around Light Fixture Or Blank Lid, Complete - per each
L-125-5.27 Field Investigation Of Taxiway Centerline Circuitry - per lump sum
L-125-5.28 ALCMS Modifications, Complete - per allowance
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-18 Standards for Airport Sign Systems
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective
Markers
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings,
Junction Boxes, and Accessories
AC 150/5345-44 Specification for Runway and Taxiway Signs
AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures
AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport
Lighting Systems
AC 150/5345-53 Airport Lighting Equipment Certification Program
END OF ITEM L-125
00 05 15 - 1
ADDENDA
Page 28 of 90
August 21, 2023 AFW Taxiway Papa, Phase III
Jacobs Engineering Group Inc. Pre-Bid Meeting
Page 1 of 2
Perot Field Fort Worth Alliance Airport (AFW)
AFW Taxiway Papa, Phase III
Pre-Bid Meeting
Date/Time August 21, 2023 / 10:00AM CDT
Location Perot Field Fort Worth Alliance Airport
Spirit of Alliance Conference Room
13901 Aviator Way
Fort Worth, Texas 76177
Meeting Minutes
1. Introductions and Roles
2. Bidding Procedures
a. Sealed bids need to be delivered to the City of Fort Worth Purchasing Office, 200 Texas Street, Fort
Worth, Texas 76102.
b. Bids will be received until 1:30PM CDT, Thursday, September 7, 2023, opened publicly and read aloud at
2:00PM CDT in the City Council Chambers.
c. Technical questions concerning the plans and specifications should be directed to Thomas Mills, PE at
thomas.mills@jacobs.com.
d. Deadline for questions is 12:00PM CDT on Thursday, August 31, 2023. Answers will be issued via an
addendum and uploaded into the Project Folder on the City’s website by 5:00PM CDT on Thursday,
August 31, 2023.
e. Prequalification:
i. Bidders or their designated subcontractors are required to be prequalified for the work types
requiring prequalification as per Section 00 45 11 BIDDERS PREQUALIFICATIONS and Section 00
45 12 PREQUALIFICATION STATEMENT.
ii. Prequalification requirements for this contract are:
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
iii. Firms seeking pre-qualification must submit the documentation identified in Section 00 45 11 by
completing Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days
prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder
on Section 00 45 12 must be prequalified for the appropriate work types. Subcontractors must
follow the same timelines as Bidders for obtaining prequalification review.
iv. Prequalification requirement work types and documentation are available by accessing all
required files through the City’s website at https://apps.fortworthtexas.gov/ProjectResources/.
3. DBE Requirements
a. The DBE goal is 20.0%.
b. As stated in Section 00 45 40 BUSINESS EQUITY GOAL, DBE documentation must be received no later
than 2:00PM on the third City business day after the bid opening date.
c. DBE documentation may be submitted in person via sealed delivery to the City of Fort Worth Purchasing
Division or via email to the City of Fort Worth Project Manager. Both submission methods are
recommended but not required.
4. Federal Provisions
a. Contractor shall follow all Davis Bacon Wage Rate Requirements.
b. Contractor shall submit certified payrolls weekly to the City Project Manager.
00 05 15 - 1
ADDENDA
Page 29 of 90
August 21, 2023 AFW Taxiway Papa, Phase III
Jacobs Engineering Group Inc. Pre-Bid Meeting
Page 2 of 2
c. Contractor shall follow all Buy America clauses.
5. Contract Time, Phasing, and Liquidated Damages
a. Contract Time:
i. Base Bid – 228 Calendar Days
ii. Bid Alternate – No Added Time, Concurrent with Base Bid
b. Phasing:
i. Phase III-A – Work outside of the Runway 16R-34L Safety Area (RSA)
ii. Phase III-A1 Night (Bid Alternate) – Lighting work inside of the Runway 16L-34R Safety Area
(RSA)
iii. Phase III-A1 (Bid Alternate) – Lighting work outside of the Runway 16R-34L Safety Area (RSA)
iv. Phase III-A2 (Bid Alternate) – Lighting work outside of the Runway 16R-34L Safety Area (RSA)
v. Phase III-B – Work inside of the Runway 16R-34L Safety Area (RSA)
vi. Phase III-B (Bid Alternate) – Lighting work inside of the Runway 16R-34L Safety Area (RSA)
c. Liquidated Damages – $6,000 per day
6. Project Information
a. Airport Safety & Security:
i. AFW will be operational throughout the project, review Construction Safety and Phasing Plan
(CSPP) for requirements.
ii. The Airport Operations Area (AOA) Fence shall remain secure at all times.
iii. AFW does not issue Security Identification Display Area (SIDA) Badges.
iv. Employees that will perform work in the AOA will be required to complete On-line Training and
In-Person Training facilitated through the AFW Operations Manager.
On-line Training typically requires 4 hours to complete, and In-Person Training typically
requires 2 hours to complete. In-Person Training may be completed the same day that
field work begins and will not require a separate trip.
b. Project Scope:
i. Construction of Taxiway Papa, Phase III, including approximately 11,000 square yards of Portland
Cement Concrete pavement, stabilized subbase, lime-treated subgrade, asphalt shoulders,
taxiway edge and centerline lights, airfield signs, airfield pavement markings, temporary and
permanent erosion and sedimentation controls.
7. Pre-Bid Meeting and Site Visit Questions
a. Pre-Bid Meeting Questions and Responses will be recorded in ADDENDUM 1
00 05 15 - 1
ADDENDA
Page 30 of 90
00 05 15 - 1
ADDENDA
Page 31 of 90
00 05 15 - 1
ADDENDA
Page 32 of 90
00 05 15 - 1
ADDENDA
Page 33 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 2 City Project No. 103668
Page 1 of 5
Perot Field Fort Worth Alliance Airport (AFW)
AFW Taxiway Papa, Phase III
Addendum 2
August 28, 2023
This Addendum No. 2 contains revisions to the Bid Proposal Workbook, IFB Drawings, IFB Specifications,
Solicitation Questions and Answers, and Pre-Bid Meeting Questions and Answers.
Bid Proposal Workbook has been replaced in its entirety in Addendum 2 and has been uploaded into the
project folder on the City’s website via Addendum 2.
Summary of IFB Drawing Revisions:
1. GN004 Summary of Quantities – Updated Bid Quantities
2. GN101 General Notes – Deleted General Requirements 13.F.
Summary of IFB Specification Revisions:
1.00 00 00 Table of Contents – Updated Revision Dates
2.00 35 13 Conflict of Interest Statement – Replaced in its entirety with Current Version
3.00 41 00 Bid Form – Replaced in its entirety with Current Version
4.00 42 43 Proposal Form – Added to Contract
5.00 42 43-1 Proposal Form – Base Bid – Deleted from Contract
6.00 42 43-ALT Proposal Form – Alternate Bid – Deleted from Contract
7. 00 43 13 Bid Bond – Replaced in its entirety with Current Version
8.00 43 37 Vendor Compliance to State Law Non Resident Bidder – Replaced in its entirety with
Current Version
9.00 45 12 Prequalification Statement – Replaced in its entirety with Current Version
10.00 45 40 Business Equity Goal – Updated links
11.P-152 Excavation, Subgrade, and Embankment – Added 152-1.2.c. Over Excavation and updated
152-3.2
12.P-155 Lime-Treated Subgrade – Updated 155-3.1 Soil-lime mixture
Solicitation Questions and Answers:
Number Question Answer
16
Is there anyway that you could
provide an editable version of the
bid proposal?
Updated Bid Proposal Workbook is included in
Addendum 2.
17
The general notes call out a 36”
tall safety fence. Will this be
required? If yes, can you indicate
on the plans where it should go
and what type of fence it is?
The note stating temporary safety fence to delineate
RSA and TSA has been removed. Low profile barricades
are to be used. Temporary safety fence or approved
equal is to be installed for any FAA facilities as per note
4B and 4C on drawing GN104.
00 05 15 - 1
ADDENDA
Page 34 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 2 City Project No. 103668
Page 2 of 5
Number Question Answer
18
Why is there a Rock Excavation
bid item when there is no rock
shown in the bore logs?
During the Phase II construction of Taxiway P, rock was
encountered despite not being shown on the bore logs.
The rock excavation is an estimated quantity of the
probable rock excavation for Phase III construction of
Taxiway P.
19
Per the General Notes 20 states
the minimum of 1 sweeper
vacuum landside and 2 airside or
more as directed by AFW Based
on the Scope of the project, and
will not be paid separately but be
considered in the overall contract
price. The Question is can the
Vacuum be considered the Escort? No, the vacuum cannot be considered an escort.
20
If No to question above, are we to
follow FAA circular that requires
an escort vehicle first with 3
vehicles in trail followed by a
vacuum truck to cover FOD?
As per Note 18 on drawing GN101:
THE CONTRACTOR MUST MAKE SURE ALL TAXIWAYS,
RUNWAYS, ROADS, AND APRONS THAT ARE USED OR
CROSSED BY CONSTRUCTION VEHICLES ARE KEPT
CLEAR OF FOD AT ALL TIMES FOR THE DURATION OF
THIS CONTRACT.
21
Is it mandatory that a batch plant
be moved to the site for this small
amount of Concrete? No.
00 05 15 - 1
ADDENDA
Page 35 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 2 City Project No. 103668
Page 3 of 5
Number Question Answer
22
THE CONTRACTOR MUST KNOW
THAT THE WORK WILL BE
PERFORMED ON AN OPERATING
AIRFIELD/CARGO FACILITY
WHICH ROUTINELY UTILIZES THE
FOLLOWING SUBSTANCES:
POTASSIUM ACETATE FOR DE-
ICING, GLYCOL FOR DE-ICING, JET
FUEL, VARIOUS OILS AND
OPERATING/MAINTENANCE
FLUIDS NORMAL TO AIRCRAFT
AND VEHICLE OPERATION.
CONTRACTOR MUST EXPECT TO
ENCOUNTER ANY AND ALL OF
THESE SUBSTANCES DURING HIS
WORK. STORM WATER MAY HAVE
TRANSPORTED THESE
SUBSTANCES INTO STORM
SEWERS, BASINS, OIL-WATER
SEPARATORS AND SOILS.
CONTRACTOR BID MUST INCLUDE
COSTS FOR WORKING IN THIS
ENVIRONMENT. ANY SPILLS,
WHETHER AS A RESULT OF THE
CONTRACTOR'S ACTIONS OR
NOT, MUST BE REPORTED TO THE
AFW OPERATIONS IMMEDIATELY.
Who is performing the testing for
this? If encountered will this
material be stockpiled in the
airport property of need to be
hauled off site and disposed of?
Encountered material will be required to be hauled off
site and should be taken to a landfill or disposal facility
capable of accepting the material. The Contractor is
responsible for testing and mitigation efforts for any
event determined to be the result of the Contractor's
actions at the Contractor's expense. The Contractor will
be reimbursed for testing and mitigation efforts for any
event determined to not be the result of the
Contractor's actions.
23
What is the cost and time frame
for getting employees trained in
the AFW Movement & Non-
Movement Area Training?
On-line Training typically requires 4 hours to complete,
and In-Person Training typically requires 2 hours to
complete. In-Person Training may be completed the
same day that field work begins and will not require a
separate trip. AFW Operations will provide training at
no cost to the Contractor. The Contractor is responsible
for all costs associated with their personnel completing
the training including but not limited to labor, mileage,
etc.
24
Is there Room at the Stockpile
location for the milled-out
Asphalt, Demoed Conc, and
Excess Excavation, and Rock
Excavation?
No, refer to specification P-101
PREPARATION/REMOVAL OF EXISTING PAVEMENTS for
requirements.
00 05 15 - 1
ADDENDA
Page 36 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 2 City Project No. 103668
Page 4 of 5
Number Question Answer
25
Is the Airport Stockpile location
considered to be the approved
locations haul off site? Or does
this material need to be taken to a
Landfill?
No. The Airport Soil Stockpile location is NOT
considered an approved off site haul location. Material
required to be hauled off site should be taken to a
landfill capable of accepting the material.
26
Drawing CD301 detail 1
undermined Pavement
Reconstruction, Does this exist
anywhere on the jobsite
currently? How is this to be paid?
As per Note 6 on drawing CD101:
CONTRACTOR SHALL PROTECT PAVED AREAS TO
REMAIN, DEMOLITION ACTIVITIES SHALL BE
CAREFULLY CONTROLLED TO PREVENT DAMAGE TO
ADJACENT CONCRETE PAVEMENT, THE UNDERLYING
MATERIAL, OR EXISTING STRUCTURES TO REMAIN IN-
PLACE, ANY DAMAGE TO THE EXISTING STRUCTURES
SHALL BE IMMEDIATELY REPORTED TO THE RPR AND
REPAIRED WITH APPROVED MATERIALS AND
PROCEDURES AT THE CONTRACTOR'S EXPENSE.
We are not aware of any place that this condition occurs
naturally on the airport. Payment is addressed in Note
1:
IF RECONSTRUCTION OF UNDERMINED PAVEMENT IS
EXPERIENCED, IT SHALL NOT BE MEASURED OR PAID
FOR SEPARATELY, BUT SHALL BE CONSIDERED
INCIDENTAL TO PAVEMENT CONSTRUCTION.
27
Please provide the conversion
number used to determine the
lime quantity. TxDOT typically
provides the density conversion
factor Lb/Cy or Ton/Cy.
Example - TxDOT Item 260 Lime
(Quicklime): 120 lb./cu. Yd.
Refer to updated specification P-155-3.1 Soil-lime
mixture.
28
Please provide the conversion
number used to determine the
prime coat quantity. TxDOT
typically provides the density
conversion factor Gal./ Sq. Yd.
Example - TxDOT Item 310 Asph
Mat'l: 0.20 gal/sq. yd.
Refer to specification P-602-3.3 Application of
emulsified asphalt material. The project quantity has
been updated.
00 05 15 - 1
ADDENDA
Page 37 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 2 City Project No. 103668
Page 5 of 5
Number Question Answer
29
Please provide the conversion
number used to determine the
tack coat quantity. TxDOT
typically provides the density
conversion factor Gal./ Sq. Yd.
Example - TxDOT Item 3077 Tack
Coat - CSS-1P: 0.20 gal/sq. yd.
Refer to specification P-603-3.3 Application of
emulsified asphalt material. The project quantity has
been updated.
30
Please provide the conversion
number used to determine the
asphalt quantity. TxDOT typically
provides the density conversion
factor Lbs./SY/In.
Example - TxDOT Item 3076 Hot
Mix (All Types): 115 lb./sq. yd.-in. Asphalt density is 150 LB/CF.
31
The links to the forms for
Business Equity Utilization in
Section 00 45 40, Submittal of
Required Documentation, do not
seem to be working. Can you
provide an electronic copy or a
valid link?
Updated specification 00 45 40 Business Equity
Utilization is included in Addendum 2.
32
Page two of the bid form for this
project shows Concrete Paving
and Asphalt Paving as the only
two scopes of work that need to
be prequalified with the City of
Fort Worth. Will electrical
contractors need to be
prequalified? No.
Pre-Bid Meeting Questions and Answers:
Number Question Answer
3
What classifies as unsuitable
material and how the material be
disposed?
Unsuitable materials is classified in P-152-Sec. 1.3.
Rock excavation is also classified as unsuitable
materials in Sec 2.2 in the Undercutting section. The
disposal is currently under review with the Airport and
will be responded to and addressed in a future
addendum.
ADDENDUM 2 CLARIFICATION - Updated P-152 is
included in Addendum 2.
00 05 15 - 1
ADDENDA
Page 38 of 90
----SUMMARY OF QUANTITIES
J. GATMAITANGN004 S. CHILDERS T. MILLSJ. GATMAITANFILENAME:PLOT DATE:PLOT TIME:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0PROJDATEDATENO.
DSGN DR CHK APVDSHEETDWG AISSUE FOR BIDAUGUST 2023OF 63WFXP7010FORT WORTH, TX 76177
13901 AVIATOR WAY
PEROT FIELD FORT WORTH ALLIANCE AIRPT.
TAXIWAY P EXTENSION PHASE III8/28/20239:10 AMWFXP7004-GN004APVDBY
JACOBS 2023. ALL RIGHTS RESERVED.JACOBS AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF JACOBS.
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:c
ORTHWORTF 08/04/20230 ISSUE FOR BID BID LISTITEM NO.DESCRIPTIONSPECIFICATIONSECTION NO.UNIT OFMEASUREBID QUANTITY1CONTRACTOR QUALITY CONTROL PROGRAM (CQCP)C-100-14.1LS12TEMPORARY EROSION CONTROLC-102-5.1LS13 MOBILIZATIONC-105-5.1LS14TEMPORARY FENCING, BARRICADES, AND FACILITIESG-145-5.1LS15PAVEMENT REMOVAL, ASPHALTP-101-5.1SY2,1876 REMOVE INLET AND CAP RC PIPEP-101-5.2EA17CLEARING AND GRUBBINGP-151-4.1AC98 UNCLASSIFIED EXCAVATIONP-152-4.1CY12,5009 ROCK EXCAVATIONP-152-4.2CY25010 LIME-TREATED SUBGRADEP-155-8.1SY20,13911 LIMEP-155-8.2TON1,05712CRUSHED AGGREGATE BASE COURSE, 20-INCH THICKNESSP-209-5.1SY6,52613CEMENT-TREATED BASE COURSE, 6-INCH THICKNESSP-304-8.1SY13,62214ASPHALT MIXTURE SURFACE COURSEP-403-8.1TON1,7801519-INCH CONCRETE PAVEMENT, UNREINFORCEDP-501-8.1SY10,8571619-INCH CONCRETE PAVEMENT, REINFORCEDP-501-8.2SY2,54417EMULSIFIED ASPHALT PRIME COATP-602-5.1GAL1,89918 EMULSIFIED ASPHALT TACK COATP-603-5.1GAL44319 JOINT SEALANT FOR CONCRETE PAVEMENTSP-605-6.1LF14,74220 SURFACE PREPARATIONP-620-5.1SF12,84521MARKINGP-620-5.2SF12,84522REFLECTIVE MEDIA, TYPE I, GRADATION AP-620-5.3LB8423REFLECTIVE MEDIA, TYPE IIIP-620-5.4LB1,15524MARKING REMOVALP-620-5.5SF2,01825 LOWER EXISTING INLETD-751-5.1EA126 INSTALL MANHOLE COVER ON EXISTING STRUCTURED-751-5.2EA227TEMPORARY IRRIGATION SYSTEM INSTALLATIONS AND REMOVALST-900-9.1LS128 WATER FOR IRRIGATIONT-900-9.2CCF4,00029 SODDINGT-904-5.1SY24,00030TOPSOIL, 4-INCH THICKNESST-905-5.1SY24,00031NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUITL-108-5.1LF12,00032NO. 6 SOLID CU COUNTERPOISE INST. W/GROUND RODS AND CONNECTORSL-108-5.2LF5,45033 NO. 6 STRANDED CU GROUND INST. W/GROUND RODS AND CONNECTORSL-108-5.3LF42034NO. 8 L-824C 5KV TEMP JUMPER CABLE, INCL. COUNTERPOISE W/GROUND RODS AND CONNECTORS,TRENCH AND BACKFILL, CONDUIT OR OTHER PROTECTION, INSTALLED AND REMOVEDL-108-5.4LF3,500352" SCH. 40 PVC CONDUIT, DEB, INCL. TRENCH AND BACKFILLL-110-5.1LF700362" SCH. 40 PVC CONDUIT UNDER NEW FULL STRENGTH PVMT., INCL. TRENCH AND BACKFILLL-110-5.2LF1,900372" SCH. 40 PVC CONDUIT UNDER NEW SHOULDER PVMT., INCL. TRENCH AND BACKFILLL-110-5.3LF2,350382" SCH. 40 PVC DRAIN CONDUIT, INCL. TRENCH AND BACKFILLL-110-5.4LF230394W-4" DUCT BANK, INCL. TRENCH AND BACKFILLL-110-5.5LF25040DEMO DUCT BANK, INCL. CABLEL-110-5.6LF615412" HDPE DIRECTIONAL BORE, COMPLETEL-110-5.7LF21542DEMO HANDHOLE/JUNCTION CAN/LIGHT BASE IN EARTHL-115-5.2EA343 AIRCRAFT RATED 4'X4'X4' MANHOLEL-115-5.3EA244JUNCTION CAN IN EARTHL-115-5.4EA145REMOVE FIXTURE AND TRANSFORMER, DISPOSE OF OFF SITEL-125-5.1EA246REMOVE LIGHT BASE BLANK LID, RETURN TO OWNERL-125-5.2EA947REMOVE SIGN AND TRANSFORMER, RETURN TO OWNERL-125-5.3EA148 DEMO SIGN FOUNDATIONL-125-5.4EA149REMOVE ELEVATED RETROREFLECTIVE TAXIWAY EDGE MARKER, RETURN TO OWNERL-125-5.5EA450 FURNISH AND INSTALL L-867 BASE IN NEW SHOULDER PVMT.L-125-5.6EA3951 FURNISH AND INSTALL L-867 BASE IN EXISTING SHOULDER PVMT.L-125-5.7EA352 FURNISH AND INSTALL L-868 2-PIECE BASE IN NEW FULL STRENGTH PVMT.L-125-5.8EA4253 FURNISH AND INSTALL L-867 BLANK LIDL-125-5.9EA1154 FURNISH AND INSTALL L-868 BLANK LIDL-125-5.10EA2255 FURNISH L-850C RWY SEMIFLUSH EDGE FIXTURE AND TRANSFORMERL-125-5.11EA356FURNISH L-852C(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERL-125-5.12EA1957FURNISH L-852D(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERL-125-5.13EA858FURNISH L-861T(L) TWY EDGE FIXTURE AND TRANSFORMERL-125-5.15EA3759FURNISH AND INSTALL L-853 ELEVATED RETROREFLECTIVE TAXIWAY EDGE MARKERL-125-5.17EA660 INSTALL FIXTURE AND TRANSFORMERL-125-5.18EA6061FURNISH AND INSTALL L-858(L) 1 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.19EA262FURNISH AND INSTALL L-858(L) 2 MOD, DOUBLE FACE SIGN, INCL. FOUNDATIONL-125-5.20EA263FURNISH AND INSTALL L-858(L) 3 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.21EA164FURNISH AND INSTALL L-858(L) 4 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.22EA265 RELOCATE DISTANCE REMAINING SIGN AND TRANSFORMER ON NEW FOUNDATIONL-125-5.23EA166REPLACE SIGN PANEL ARRAY, COMPLETEL-125-5.24AL167PAVEMENT BLOCKOUT FOR LIGHT BASE, COMPLETEL-125-5.25EA168ALCMS GRAPHIC MODIFICATIONS, COMPLETEL-125-5.26AL1BASE BIDALTERNATE BIDBID LISTITEM NO.DESCRIPTIONSPECIFICATIONSECTION NO.UNIT OFMEASUREBID QUANTITY1MOBILIZATIONC-105-5.1LS12TEMPORARY BARRICADESG-145-5.1LS13 NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUITP-101-5.1LF9,0004REMOVE FIXTURE AND TRANSFORMER, DISPOSE OF OFF SITEP-604-6.1EA1955REMOVE LIGHT BASE BLANK LID, RETURN TO OWNERP-605-5.1EA36 FURNISH AND INSTALL L-868 BLANK LIDT-900-9.1EA727FURNISH L-852C(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERT-904-5.1EA578FURNISH L-852D(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERT-905-5.1EA819 INSTALL FIXTURE AND TRANSFORMERL-108-5.3EA12610BROKEN BOLT REPAIR, COMPLETEL-110-5.7EA30011WELD GROUND STUD IN EXISTING LIGHT BASE, COMPLETEL-115-5.2EA5012P-606 AROUND LIGHT FIXTURE OR BLANK LID, COMPLETEL-115-5.3EA17013 FIELD INVESTIGATION OF TAXIWAY CENTERLINE CIRCUITRYL-115-5.4LS11111121 08/23/2023 ADDENDUM 1
2 08/28/2023 ADDENDUM 2
STATE OF TEXASPROFESSIONAL ENGI
N
E
ERLICENSED THOMAS L. MILLS III10366008/28/2023
GENERAL REQUIREMENTS:1. APPLICABLE DEFINITIONS:·ROFA - RUNWAY OBJECT FREE AREA (400 FEET FROM RUNWAY CENTERLINE; 1,000 FEET BEHIND RUNWAY END,OR AS NOTED IN THE PLANS)·RSA - RUNWAY SAFETY AREA (250 FEET FROM RUNWAY CENTERLINE; 1,000 FEET BEHIND RUNWAY END, OR ASNOTED IN THE PLANS)·TOFA - TAXIWAY OBJECT FREE AREA (GENERALLY 142.5 FEET FROM TAXIWAY CENTERLINE FOR ADG V;GENERALLY 167.5 FEET FROM NORMAL WIDTH TAXIWAY CENTERLINE FOR ADG VI), SEE PLANS FOR ACTUALLOCATIONS).·TSA - TAXIWAY SAFETY AREA (GENERALLY 107 FEET FROM TAXIWAY CENTERLINE FOR ADG V; GENERALLY 131FEET FROM NORMAL WIDTH TAXIWAY CENTERLINE FOR ADG VI, SEE PLANS FOR ACTUAL LOCATIONS)2. THE PROJECT MUST BE CONSTRUCTED IN ACCORDANCE WITH THE CONTRACT DRAWINGS AND SPECIFICATIONS ANDANY RULES, REGULATIONS, STANDARDS, OR SPECIFICATIONS REFERENCED THEREIN. THE PROJECT IS SUBJECT TOINSPECTION BY REPRESENTATIVES OF THE PEROT FIELD FORT WORTH ALLIANCE AIRPORT (AFW), THE FEDERALAVIATION ADMINISTRATION (FAA), AND OTHER GOVERNING AGENCIES.3. THE CONTRACTOR MUST COMPLY WITH ALL FEDERAL, STATE, AND LOCAL SAFETY REGULATIONS AS WELL AS THOSESPECIFIED IN THE CONTRACT DRAWINGS AND SPECIFICATIONS.4. THE CONTRACTOR MUST ADHERE TO ALL AIRPORT SECURITY AND SAFETY REQUIREMENTS AS SPECIFIED IN THE CSPPAND THE SPCD.5. THE CONTRACTOR IS ADVISED THAT CERTAIN RULES AND RESTRICTIONS, AS CONTAINED IN THE FAA AC 150/5370-2(CURRENT EDITION) OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION, FAA AC 150/5300-13B (CURRENTEDITION) AIRPORT DESIGN, AIRPORT CERTIFICATION MANUAL, AND FAR PART 139 AND AUGMENTED BY THESEDRAWINGS AND SPECIFICATIONS, WILL APPLY TO THE WORK. THE CONTRACTOR MUST MAINTAIN ALL AREAS OFWORK IN COMPLIANCE WITH THESE REQUIREMENTS AT ALL TIMES. THIS EFFORT IS INCIDENTAL TO THE CONTRACT.PAYMENT WILL BE WITHHELD FOR NON-COMPLIANCE.6. PROCEDURES AND CONDITIONS ASSOCIATED WITH CONSTRUCTION ACTIVITIES OFTEN AFFECT AIRCRAFTOPERATIONS AND CAN JEOPARDIZE OPERATIONAL SAFETY. CAREFUL PLANNING, SCHEDULING, AND COORDINATIONOF CONSTRUCTION ACTIVITIES CAN MINIMIZE DISRUPTION OF NORMAL AIRCRAFT OPERATIONS AND AVOIDSITUATIONS THAT COMPROMISE THE AIRPORT'S OPERATIONAL SAFETY. EVERY ON-AIRFIELD CONSTRUCTIONPROJECT FUNDED BY THE AIRPORT IMPROVEMENT PROGRAM (AIP) OR THE PASSENGER FACILITY CHARGE (PFC)PROGRAM OR LOCATED ON AN AIRPORT CERTIFIED UNDER PART 139 IS REQUIRED TO HAVE A CONSTRUCTIONSAFETY AND PHASING PLAN (CSPP). AFW (OR ITS DESIGNEE) IS RESPONSIBLE FOR DEVELOPING AND SUBMITTING THEPROJECT CSPP IN ACCORDANCE WITH FAA AC 150/5370-2 (CURRENT EDITION).7. IN SUPPORT OF THE CSPP, THE SUCCESSFUL CONTRACTOR IS REQUIRED TO PREPARE AND SUBMIT TO AFW OR ITSREPRESENTATIVE, A SAFETY PLAN COMPLIANCE DOCUMENT (SPCD), DETAILING HOW THE CONTRACTOR WILL COMPLYWITH THE CSPP AT LEAST 30 DAYS PRIOR TO THE START OF WORK. AS IT WILL NOT BE POSSIBLE TO DETERMINE ALLSAFETY PLAN DETAILS (FOR EXAMPLE: SPECIFIC HAZARD EQUIPMENT AND LIGHTING, CONTRACTOR'S POINTS OFCONTACT, CONSTRUCTION EQUIPMENT HEIGHTS, ETC.) DURING THE DEVELOPMENT OF THE CSPP, THE SUCCESSFULCONTRACTOR MUST DEFINE SUCH DETAILS IN HIS SPCD, FOR REVIEW AND APPROVAL BY AFW AND FAA PRIOR TOISSUANCE OF THE NOTICE-TO-PROCEED. THE SPCD IS A SUBSET OF THE CSPP.8. AFW WILL BE IN OPERATION WHILE CONSTRUCTION UNDER THIS CONTRACT IS TAKING PLACE. TIMING ANDCOORDINATION OF THE WORK IS AN ESSENTIAL FEATURE OF THIS CONTRACT AND THE AFW OR ITS REPRESENTATIVEWILL REQUIRE THE COMPLETION OF ALL WORK HEREIN SPECIFIED SO AS TO OFFER THE LEAST OBSTRUCTION AND/ORIMPEDIMENT TO THE AIRPORT TRAFFIC AND THE GENERAL OPERATION OF THE AIRPORT. ALL EXISTING UTILITIESSERVING THE AIRPORT MUST REMAIN IN CONTINUOUS OPERATION DURING THE EXECUTION OF THE WORK, UNLESSREMOVED UNDER THIS OR A SEPARATE CONTRACT. AFW OR ITS REPRESENTATIVE RESERVES THE RIGHT TO PLACESECTIONS OF THE WORK REQUIRED UNDER THIS CONTRACT IN USE AS SOON AS POSSIBLE AND/OR UPONCOMPLETION.9. IN ESTABLISHING THE SCHEDULE FOR THIS CONTRACT, THE CONTRACTOR MUST CONSIDER THE FOLLOWING: NOADDITIONAL COMPENSATION OR EXTENSION OF TIME FOR COMPLETION OF THE PROJECT, OR ANY PHASE OF THEPROJECT WILL BE ALLOWED DUE TO THE PHASING OF THE WORK, OR DUE TO WEATHER CONDITIONS WHICH MAYIMPEDE THE PROGRESS OF THE WORK, EXCEPT AS ALLOWED IN GP 80-07 OF THE SPECIFICATIONS. THECONTRACTOR MAY WORK SEVEN (7) DAYS PER WEEK 24 HOURS A DAY AS REQUIRED IN ORDER TO COMPLETE THEENTIRE PROJECT AS SPECIFIED HEREIN.10. CONTRACTOR MUST BE AWARE OF AFW LIMITATION OF OPERATIONS DEFINED IN SECTION 80-04. CONTRACTOR MUSTBE AWARE OF THE FAA HOLIDAY BLACKOUT DATES DURING THANKSGIVING AND CHRISTMAS THAT MAY AFFECT WORKACTIVITIES IN DESIGNATED AREAS. FAA WAIVERS ARE REQUIRED FOR ANY/ALL PROJECT ACTIVITIES DURING THEBLACKOUT DATES THAT: (1) INTERFACE WITH POWER AND/OR LIVE FAA FIBER, (2) TAKE PLACE INSIDE COMMISSIONEDFAA FACILITIES, OR (3) ARE EXECUTED WITHIN 50 FEET OF AN ACTIVE FAA FACILITY OR LIVE FAA SERVICES INCLUDINGFOTS MANHOLES AND DUCTBANKS THAT CARRY LIVE FIBER. ON HARD BLACKOUT DATES, ABSOLUTELY NO WORK INOR NEAR FAA FACILITIES WILL BE ALLOWED AND FAA WAIVERS ARE NOT VALID.A. THANKSGIVING BLACKOUT DATES - TYPICALLY ABOUT 11 DAYS (LATER WEEKS OF NOVEMBER) OF WORK STANDDOWN, WORK ONLY PERMITTED WITH APPROVED FAA WAIVER. FIVE DAYS WITHIN THIS PERIOD WILL BE HARDSTAND MORATORIUM - ABSOLUTELY NO WORK IN OR NEAR FAA FACILITIES.B. CHRISTMAS BLACKOUT DATES - TYPICALLY ABOUT 20 DAYS FROM MID DECEMBER TO FIRST WEEK OFJANUARY.C. THE ACTUAL DURATION AND START/END DATES OF THE BLACKOUT DATES WILL VARY DEPENDING ON THEYEAR. AFW WILL PROVIDE NOTICE TO THE CONTRACTOR ON THESE DATES.11. UNDERGROUND NOTIFICATION CHECKLIST ("DIG BOOK") - PRIOR TO COMMENCING ANY EXCAVATION AND/OR UTILITYWORK, THE CONTRACTOR AND OAR SHALL ESTABLISH SPECIFIC WORK AREAS AND TYPE OF WORK SO THAT THEUNDERGROUND NOTIFICATION CHECKLIST ("DIG BOOK") CAN BE CREATED AND FINALIZED. THE "DIG BOOK" IS ADOCUMENT THAT ENSURES ALL UPFRONT UTILITY INVESTIGATION IS PERFORMED: UTILITY MEETINGS ARE HELD;PRE-ACTIVITY MEETINGS ARE HELD; UTILITY LOCATES ARE PERFORMED, ALL EXISTING UTILITIES ARE LOCATED ANDPROPERLY MARKED, ETC. THE CHECKLIST MUST BE COMPLETELY EXECUTED PRIOR TO THE COMMENCEMENT OF ANYEXCAVATION AND/OR UTILITY WORK WITHIN A SPECIFIC WORK AREA. THE CONTRACTOR SHOULD ANTICIPATE THATTHIS PROCESS WILL TAKE APPROXIMATELY 21 CALENDAR DAYS. WORKING CLOSELY WITH THE OAR, THECONTRACTOR WILL PROVIDE THE PRIORITY AND REQUIRED DATES FOR WHEN THE "DIG BOOK" NEEDS TO BEAPPROVED TO BEGIN SCHEDULED WORK ACTIVITIES. THE DATES MUST ALLOW FOR 7 DAYS OF REVIEW AFTER THECHECKLISTS ARE SUBMITTED . THE OAR, WITH ASSISTANCE OF THE CONTRACTOR, WILL BE RESPONSIBLE FORPREPARING THE "DIG BOOK" AND COMPILING ALL NECESSARY INFORMATION AS DESIGNATED IN THE CHECKLISTS.THE "DIG BOOKS" MUST BE APPROVED BY THE FAA (FOR AIRSPACE REQUIREMENTS WITHIN AOA), AFW OPERATIONSAND OTHER AGENCIES CONCERNED. UNDERGROUND WORK CAN BEGIN AFTER THE APPROVED "DIG BOOKS" AREDISTRIBUTED AND RECEIVED BY THE CONTRACTOR. THE CONTRACTOR MUST KEEP A COPY OF THE "DIG BOOK" ATTHE SITE AT ALL TIMES SO THAT THE EMPLOYEES INVOLVED IN THE WORK ARE INFORMED OF THE PRELIMINARYINVESTIGATION EFFORTS AND THE LOCATION OF EXISTING UTILITIES.12. THE CONTRACTOR MUST COORDINATE WITH ALL OTHER CONTRACTORS DOING WORK ON OR ABOUT THE PROJECTSITE, TO THE MUTUAL BENEFIT OF ALL, IN COMPLETING THEIR RESPECTIVE WORK. THE CONTRACTOR MUST UTILIZEHIS MACHINERY AND EQUIPMENT SO THAT AIRCRAFT AND VEHICLES USING THE AIRFIELD WILL NOT BE SUBJECT TOHAZARDS DUE TO THE CONSTRUCTION OPERATION. IN NO CASE WILL THE CONTRACTOR BE PERMITTED TO OPERATEAND PARK VEHICLES/EQUIPMENT OR STORE MATERIALS ON ANY AIRFIELD PAVEMENT. THIS REQUIREMENT WILLAPPLY WHETHER THE PAVEMENT IS OPENED OR CLOSED TO AIRCRAFT TRAFFIC. ALL CONFLICTS WILL BE MEDIATEDBY AFW OR ITS REPRESENTATIVE.13. CONSTRUCTION WORK ADJACENT TO OPERATIONAL RUNWAYS AND TAXIWAYS WILL BE SUBJECT TO THE FOLLOWINGRESTRICTIONS:A. THE CONTRACTOR MUST UTILIZE HIS MACHINERY AND EQUIPMENT SO THAT AIRCRAFT AND VEHICLES USINGTHE AIRFIELD WILL NOT BE SUBJECTED TO THE HAZARDS OF CONSTRUCTION OPERATIONS. MATERIAL ANDEQUIPMENT WILL NOT BE PERMITTED TO BE PARKED OR STAGED ON ANY AIRFIELD PAVEMENT. IN AREAS OFEXTENDED CLOSURES OF RUNWAYS OR TAXIWAYS, EQUIPMENT THAT CANNOT BE READILY MOVED, SUCH ASLARGE EARTH MOVING MACHINES, DRILLING RIGS, OR PAVING EQUIPMENT MAY BE PERMITTED TO PARK ONCLOSED PAVEMENTS SUBJECT TO PRIOR APPROVAL FROM AFW OPERATIONS. LIGHT WAGONS ARE TO BEPOSITIONED SO THEY DO NOT IMPAIR SIGHT OF PILOTS OPERATING AIRCRAFT OR THE AIR TRAFFIC CONTROLTOWERS.B. AT NO TIME WILL ANY CONSTRUCTION VEHICLE OR EQUIPMENT BE PARKED OR STAGED WITHIN OBJECT FREEAREAS (OFA'S); CRITICAL DIMENSIONS OF OFA'S AND OTHER SAFETY RELATED AREAS, MEASURED FROM BOTHDIRECTIONS OF THE CENTERLINE ARE AS FOLLOWSC. WORK IS PERMITTED WITHIN THE ROFA UP TO THE RSA OF AN OPERATIONAL RUNWAY ACCORDING TO THECSPP, UNLESS HEIGHT RESTRICTIONS OTHERWISE DISALLOW THE CONSTRUCTION ACTIVITY. ON PAVEMENT,CONSTRUCTION ACTIVITY IS ONLY PERMITTED UP TO THE HOLD BAR OF AN ACTIVE RUNWAY REGARDLESS OFTHE DISTANCE FROM CENTERLINE, I.E., MORE THAN 250’. AT THE END OF THE WORK DAY, ALL EQUIPMENT,STOCKPILES, AND MATERIALS MUST BE REMOVED FROM THE AREAS CONSISTENT WITH 13.B ABOVE.D. WORK IS NOT PERMITTED WITHIN THE TOFA OF AN OPERATIONAL TAXIWAY, UNLESS SPECIFIED IN THEDOCUMENTS AND CONSTRUCTION SAFETY PHASING PLAN (CSPP), AND APPROVED BY FAA AND AFW. AT NOTIME WILL EQUIPMENT, MACHINERY, AND MATERIALS BE ALLOWED WITHIN THE TAXIWAY OBJECT FREE AREA(TOFA) OF AN OPERATIONAL TAXIWAY DURING WORK AND NON-WORK HOURS. AT THE END OF THE WORK DAY,ALL EQUIPMENT, STOCKPILES, AND MATERIALS MUST BE REMOVED FROM THE AREAS CONSISTENT WITH 13.BABOVE.E. AT THE COMPLETION OF THE WORK DAY ALL EQUIPMENT AND STOCKPILES MUST BE MOVED OUTSIDE THETOFA. EXCAVATIONS ARE PERMITTED UP TO THE EDGE OF THE TSA PROVIDED THEY ARE ADEQUATELYBARRICADED.F.14. THE CONTRACTOR IS ADVISED THAT THERE MAY BE ADVERSE IMPACTS TO THE INTEGRITY OF THE NAVAID SIGNALSREQUIRED FOR APPROACHES TO OPERATING RUNWAYS 34R-16L CAUSED BY CONSTRUCTION OPERATIONS WHICHMAY NOT BE IDENTIFIABLE PRIOR TO THE START OF CONSTRUCTION. ANY SUCH ADVERSE IMPACTS MUST BEMITIGATED AS NECESSARY TO THE SATISFACTION OF AFW OR ITS REPRESENTATIVE AND THE MUTUAL BENEFIT OFTHE CONTRACTOR AND THE AIRPORT. CONTRACTOR PERSONNEL AND EQUIPMENT MUST VACATE ALL APPROPRIATENAVAID CRITICAL AREAS AND OPERATIONAL SURFACES WHEN SO DIRECTED BY THE AFW OR ITS REPRESENTATIVE.15. IF AFW SUSPENDS WORK, THE CONTRACTOR MUST REMOVE FROM THE PROJECT SITE, ALL EQUIPMENT, MACHINERYAND MATERIALS. ANY EQUIPMENT, MACHINERY AND MATERIALS ALLOWED TO REMAIN MUST BE BARRICADED ANDLIGHTED AS MANDATED BY AFW. ALL BARRICADE LIGHTS WITHIN THE AOA MUST BE RED WITH 360 DEGREESVISIBILITY.16. SOME OF THE WORK UNDER THIS CONTRACT IS IN RESTRICTED AREAS. THE CONTRACTOR CANNOT CROSS ANYACTIVE RUNWAY OR TAXIWAY UNDER ANY CIRCUMSTANCES UNLESS UNDER ESCORT BY AFW OR CMAE. THECONTRACTOR'S ATTENTION IS CALLED TO THE FACT THAT ACCESS TO CERTAIN CONTRACT AREAS MAY BE LIMITEDAND/OR REFUSED FOR LIMITED PERIODS OF TIME. THE CONTRACTOR MUST COOPERATE WITH AIRPORT OPERATIONSTO KEEP THE AIRPORT IN OPERATION. THE CONTRACTOR MUST COORDINATE WITH AFW, THROUGH ITSREPRESENTATIVES, TO ESCORT THEIR VEHICLES IN RESTRICTED AREAS.17. ALL TAXIWAY AND RUNWAY CLOSURES AND NAVIGATIONAL AID IMPACTS MUST BE COORDINATED 30 DAYS INADVANCE WITH 7 DAYS NOTICE FOR SCHEDULE CHANGES PER NOTE 28 ON THIS SHEET. AFW OR ITSREPRESENTATIVE MUST BE NOTIFIED NO FEWER THAN 48 HOURS IN ADVANCE OF ANY MEETING AT WHICH THECONTRACTOR WISHES TO COORDINATE WORK.18. THE CONTRACTOR MUST MAKE SURE ALL TAXIWAYS, RUNWAYS, ROADS, AND APRONS THAT ARE USED OR CROSSEDBY CONSTRUCTION VEHICLES ARE KEPT CLEAR OF FOD AT ALL TIMES FOR THE DURATION OF THIS CONTRACT.19. CONTRACTOR GENERATED DEBRIS, WASTE, AND LOOSE MATERIAL CAPABLE OF CAUSING DAMAGE TO AIRCRAFTMUST NOT BE LEFT ON ACTIVE MOVEMENT, SAFETY OR CRITICAL AREAS. THE CONTRACTOR MUST REMOVE SUCHMATERIAL WITHIN THESE AREAS IMMEDIATELY AND CONTINUOUSLY DURING WORKING HOURS NOT COINCIDING WITHAIRCRAFT OPERATIONS IN THE IMMEDIATE VICINITY OF THE WORK DURING THE DURATION OF THE CONTRACT.20. THE CONTRACTOR MUST HAVE A SUFFICIENT NUMBER OF OPERATING VACUUM POWER SWEEPERS AND OPERATORSON THE JOB SITE AT ALL TIMES. AIRPORT OPERATIONS AND THE OAR WILL DETERMINE THE ADEQUACY AND NUMBEROF SWEEPERS REQUIRED. A MINIMUM OF ONE (1) SWEEPER FOR LANDSIDE WORK AND TWO (2) SWEEPERS FORAIRSIDE WORK ARE REQUIRED AT ALL TIMES WHILE THIS PROJECT IS IN PROGRESS, FOR THE DURATION OF THISCONTRACT. ADDITIONAL SWEEPERS MAY BE REQUIRED AS DIRECTED BY AFW OR ITS REPRESENTATIVE BASED ONTHE SCOPE OF THE PROJECT WORK. COSTS FOR THE SWEEPERS AND OPERATORS WILL NOT BE PAID FORSEPARATELY, BUT WILL BE CONSIDERED INCLUDED IN THE OVERALL CONTRACT PRICE.21. THE CONTRACTOR MUST COMPLETE CLEAN UP AND RESTORATION OF THE ENTIRE PROJECT AREA, INCLUDINGSTAGING AND STORAGE AREAS, AS APPROVED BY AFW OR ITS REPRESENTATIVES WITHIN THIRTY (30) DAYS OF THECONTRACT COMPLETION DATE. ANY AREA DAMAGED WITHIN THE AOA DURING CONSTRUCTION MUST MEET FAR PART139 AND BE IMMEDIATELY RESTORED TO ITS ORIGINAL CONDITION BY THE CONTRACTOR AT HIS OWN EXPENSE.22. THE CONTRACTOR'S SUPERINTENDENT MUST BE ON THE CONSTRUCTION SITE AT ALL TIMES DURING THE WORKINGHOURS WHILE THIS PROJECT IS IN PROGRESS. THE CONTRACTOR'S SUPERINTENDENT MUST BE THE DESIGNATEDRESPONSIBLE CONTRACTOR REPRESENTATIVE AND MUST BE AVAILABLE IN CASE OF EMERGENCIES ON ATWENTY-FOUR (24) HOUR BASIS.23. THE CONTRACTOR'S PROJECT MANAGER AND FIELD SUPERINTENDENT MUST ATTEND A WEEKLY PROJECT PROGRESSMEETING WITH THE OAR. THE CONTRACTOR'S PROJECT MANAGER MUST SUBMIT A THREE WEEK ROLLINGSCHEDULE, FROM THE CURRENT APPROVED CRITICAL PATH METHOD (CPM) SCHEDULE, AT THE MEETING SEESPECIFICATION FOR REQUIRED ELEMENTS.24. THE CONTRACTOR MUST INVESTIGATE THE AVAILABILITY OF AN ADEQUATE SUPPLY OF SUITABLE WATER, MAKE ALLARRANGEMENTS (PERMITS) FOR THE PURCHASE OF THE WATER, AND PROVIDE NECESSARY FACILITIES TO FURNISHWATER FOR USE DURING CONSTRUCTION, SOLELY AT THE CONTRACTOR'S EXPENSE.25. THE CONTRACTOR MUST BE AWARE OF HEIGHT RESTRICTIONS ON THE PROJECT. FAA AIRSPACE STUDY MUST BECOMPLETED PRIOR TO THE START OF CONSTRUCTION ACTIVITY. CONSTRUCTION EQUIPMENT MUST NOT EXCEED20 FEET IN HEIGHT WITHOUT PRIOR APPROVAL FROM AIRFIELD OPERATIONS. IF THE CONTRACTOR IS PERMITTED TOPENETRATE FAR PART 77 IMAGINARY SURFACES, THE PENETRATIONS WILL BE LIMITED IN HEIGHT AND TIME DURATIONAS DIRECTED BY AFW OR ITS REPRESENTATIVE AND DURATION OF ACTIVITIES MUST BE COORDINATED.26. ON BEHALF OF THE CONTRACTOR, AFW WILL SUBMIT FAA FORM 7460-1 INCLUDING ALL HEIGHTS AND LOCATIONS OFANTICIPATED EQUIPMENT TO BE USED FOR CONSTRUCTION. ANY CONTRACTOR MODIFICATIONS TO THE 7460-1 MUSTOBTAIN FAA APPROVAL PRIOR TO BEGINNING CONSTRUCTION. DURATION FOR FAA APPROVAL OF MODIFICATIONSTO THE 7460-1 IS APPROXIMATELY 45 CALENDAR DAYS.27. NO REQUIREMENTS OF THIS CONTRACT WITH RESPECT TO PRECAUTIONS REQUIRED OR OMITTED WILL BE DEEMEDTO LIMIT OR IMPAIR ANY OBLIGATIONS ASSUMED BY THE CONTRACTOR UNDER OR IN CONNECTION WITH THISCONTRACT, AND THE CONTRACTOR MUST AT ALL TIMES MAINTAIN ADEQUATE PROTECTION TO SAFEGUARDAIRCRAFT, THE PUBLIC, AND ALL PERSONS ENGAGED IN THE WORK AND MUST TAKE SUCH PRECAUTIONS AS WILLACCOMPLISH SUCH END, WITHOUT INTERFERENCE TO AIRCRAFT, THE PUBLIC, OR MAINTENANCE AND OPERATION OFTHE AIRPORT.28. COMMUNICATION BETWEEN ALL PARTIES INVOLVED IN THE WORK IS OF THE UTMOST IMPORTANCE. THECONTRACTOR, AND AFW AIRPORT OPERATIONS PERSONNEL MUST BE IN CONSTANT COMMUNICATION TO ENSURESAFE OPERATIONS ON THE AOA. THE CONTRACTOR MUST NOTIFY AFW 30 DAYS PRIOR TO REQUESTING THE CLOSINGOF ANY AREA WITH 7 DAYS NOTICE FOR EACH DATE CHANGE SO THAT THE AIRPORT OPERATIONS PERSONNEL CANPROPERLY COORDINATE THE ACTIVITIES OF THE AIRPORT AND CONTRACTOR. UNDER NO CIRCUMSTANCES IS THECONTRACTOR ALLOWED TO COMMUNICATE WITH FAA AIR TRAFFIC CONTROL PERSONNEL. EXISTING NAVAID SIGNALOPERATIONS MAY REQUIRE THE CONTRACTOR TO RESTRICT THE USE OF COMMUNICATION DEVICES. THERE WILL BENO ADDITIONAL COMPENSATION TO THE CONTRACTOR DUE TO ANY RESTRICTIONS ON HIS/HER COMMUNICATIONDEVICES.29. OPEN TRENCHES OR EXCAVATIONS ARE NOT PERMITTED WITHIN THE RSA OR TSA WHILE THE RUNWAY OR TAXIWAY ISOPEN. BACKFILL TRENCHES BEFORE THE RUNWAY OR TAXIWAY IS OPENED. IF THE RUNWAY OR TAXIWAY MUST BEOPENED BEFORE EXCAVATIONS ARE BACKFILLED, COVER THE EXCAVATIONS APPROPRIATELY; COVERING MUST BEDESIGNED AND CERTIFIED TO ALLOW THE SAFE OPERATION OF THE HEAVIEST AIRCRAFT OPERATING ON THERUNWAY OR TAXIWAY ACROSS THE TRENCH WITHOUT DAMAGE TO THE AIRCRAFT.30. OPEN TRENCHES AND EXCAVATIONS ARE PERMITTED WITHIN THE ROFA TO THE EDGE OF THE RSA (OR TOFA UP TOTHE EDGE OF THE TSA). THE CONTRACTOR MUST PROTECT ALL EXCAVATIONS IN THIS AREA WITH LOW PROFILE, LOWMASS BARRICADES INTERCONNECTED TO EACH OTHER AND FILLED WITH WATER OR WEIGHTED DOWN WITHSANDBAGS. BARRICADES IN THESE AREAS CANNOT EXCEED 18" IN HEIGHT (EXCLUDING LIGHTS AND FLAGS). ALLBARRICADES MUST HAVE RED OBSTRUCTION LIGHTS (NO FLAGS).SURVEY MARKING LATHE AND UTILITY MARKERS ARE NORMALLY NOT PERMITTED WITHIN THE RSA OR TSA. IF IT ISCRITICAL TO MARK, IDENTIFY OR LOCATE AN OBJECT OR POINT WITHIN A SAFETY AREA THE FOLLOWING CRITERIAMUST BE FOLLOWED:" PRIOR APPROVAL FROM AFW OPERATIONS BEFORE LEAVING ANYTHING WITHIN AN RSA OR TSA." UTILITY LOCATING FLAGS CAN BE USED SPARINGLY, SURVEY MARKING WHISKERS ARE RECOMMENDED." IF SURVEY HUBS OR LATHE ARE USED THEY CANNOT BE HIGHER THAN 3 INCHES FROM THE SURROUNDINGELEVATION.AS BEST AS POSSIBLE, THE CONTRACTOR SHOULD MAINTAIN NO ELEVATION CHANGES WITHIN THE RSA AND TSA. AMAXIMUM DROP OFF OF TWO (2) INCHES WILL BE ALLOWED FROM A RUNWAY PAVEMENT EDGE. THE MAXIMUM HEIGHT OF ANY TEMPORARY PROTRUSION FROM GRADE WILL BE TWO (2) INCHES. FULL DEPTH TRENCHES AND EXCAVATIONSOUTSIDE OF TSA OR THE RSA MAY EXCEED 3 INCHES SUBJECT TO THE APPROVAL OF AFW OR ITS REPRESENTATIVE AND MUST BE PROVIDED WITH APPROPRIATE SAFETY DELINEATION MARKING THROUGH BARRICADES AND LIGHTING.BARRICADES TO PROTECT EXCAVATIONS WITHIN THE ROFA OR TOFA MUST BE LOW PROFILE, LOW MASS BARRICADES AND MUST NOT EXCEED 18" IN HEIGHT. CONCRETE BARRICADES ARE NOT PERMITTED WITHIN ANY ROFA OR TOFA.31. WHERE REQUIRED IN THE EXECUTION OF THE PROJECT, THE CONTRACTOR MUST FURNISH BARRICADES INACCORDANCE WITH THE DRAWINGS. THE CONTRACTOR MUST PROVIDE, PLACE, AND MAINTAIN ALL BARRICADES, ANDAVIATION TYPE LIGHTS, AND MUST MAINTAIN ALL SIGNS REQUIRED TO CONTROL CONSTRUCTION AND AIRCRAFTTRAFFIC AS REQUIRED IN PARAGRAPH 15.A OF FAR PART 139 REQUIREMENTS, HEREUNDER. THE EXACT LOCATION,NUMBER, AND SPACING OF ALL BARRICADES AND LIGHTS WILL BE DETERMINED BY THE AFW AIRPORT OPERATIONS.ALL BARRICADES AND LIGHTS MUST BE TURNED OVER TO AFW OR ITS REPRESENTATIVE IN GOOD WORKINGCONDITION AND WITH NEW BATTERIES AND DELIVERED TO A LOCATION ON AFW AIRPORT PROPERTY. BARRICADES,LIGHTS, LAMPS, BATTERIES, TRANSPORTATION, AND HANDLING AND MAINTENANCE WILL NOT BE PAID FORSEPARATELY, BUT CONSIDERED AS PART OF MOBILIZATION.PROPER PLACEMENT AND OPERATION OF BARRICADES IS CRUCIAL TO THE SAFETY OF THIS PROJECT AND AIRCRAFTOPERATIONS. BARRICADES PROVIDE A DISTINCT POINT TO IDENTIFY TO PILOTS OF CLOSED AOA PAVEMENTS OR THATHAZARDS EXIST. BARRICADES ALSO IDENTIFY TO CONSTRUCTION WORKERS THE LIMITS OF THE CONSTRUCTIONPROJECT. BARRICADES MUST BE PLACED SUCH THAT AT LEAST ONE OPENING OF 15 FEET MINIMUM WIDTH ISPROVIDED FOR ARFF ACCESS, AS SPECIFIED IN THE DRAWINGS OR BY AFW IN THE FIELD. UNDER NOCIRCUMSTANCES ARE CONTRACTORS TO DRIVE PAST AN AOA BARRICADE LINE UNLESS UNDER AUTHORIZED AFWESCORT.STANDARD NOTES ON GENERAL REQUIREMENTSADGITEMVRSA250 FTROFA400 FTTSA107 FTTOFA142.5 FT----GENERAL NOTES
J. GATMAITANGN101 K. COOLEY T. MILLSJ. GATMAITANFILENAME:PLOT DATE:PLOT TIME:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0PROJDATEDATENO.
DSGN DR CHK APVDSHEETDWG AISSUE FOR BIDAUGUST 2023OF 63WFXP7010FORT WORTH, TX 76177
13901 AVIATOR WAY
PEROT FIELD FORT WORTH ALLIANCE AIRPT.
TAXIWAY P EXTENSION PHASE III8/25/20235:17 PMWFXP7004-GN101-GN104APVDBY
JACOBS 2023. ALL RIGHTS RESERVED.JACOBS AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF JACOBS.
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:c
ORTHWORTF 08/04/20230 ISSUE FOR BID2
2 08/28/2023 ADDENDUM 2
STATE OF TEXASPROFESSIONAL ENGI
N
E
ERLICENSED THOMAS L. MILLS III10366008/28/2023
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 05 15 - 1
ADDENDA
Page 41 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised April 2, 2021
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 07/19/2021
00 21 13 Instructions to Bidders 11/02/2021
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form 09/30/2021
00 43 13 Bid Bond 09/30/2021
00 43 37 Vendor Compliance to State Law Non Resident Bidder 09/30/2021
00 45 11 Bidders Pre-qualifications 08/13/2021
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Bidder Prequalification Application 08/13/2021
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 10/27/2021
00 52 43 Agreement 08/22/2022
00 61 13 Performance Bond 07/01/2011
00 61 14 Payment Bond 07/01/2011
00 61 19 Maintenance Bond 07/01/2011
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 08/23/2021
00 73 00 Supplementary Conditions 03/09/2020
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 07/01/2011
01 31 19 Preconstruction Meeting 08/17/2012
01 31 20 Project Meetings 07/01/2011
01 32 16 Construction Progress Schedule 08/13/2021
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Submittals 12/20/2012
01 35 13 Special Project Procedures 03/11/2022
01 45 23 Testing and Inspection Services 03/11/2022
01 50 00 Temporary Facilities and Controls 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 58 13 Temporary Project Signage 07/01/2011
01 60 00 Product Requirements 03/09/2020
01 66 00 Product Storage and Handling Requirements 07/01/2011
01 71 23 Construction Staking and Survey 02/14/2018
01 74 23 Cleaning 07/01/2011
01 77 19 Closeout Requirements 03/22/2021
01 78 23 Operation and Maintenance Data 12/20/2012
01 78 39 Project Record Documents 07/01/2011
00 05 15 - 1
ADDENDA
Page 42 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised April 2, 2021
FAA General Provisions
Section 10 Definition of Terms 12/21/2018
Section 20 Proposal Requirements and Conditions 12/21/2018
Section 30 Award and Execution of Contract 12/21/2018
Section 40 Scope of Work 12/21/2018
Section 50 Control of Work 12/21/2018
Section 60 Control of Materials 12/21/2018
Section 70 Legal Regulations and Responsibility to Public 12/21/2018
Section 80 Execution and Progress 12/21/2018
Section 90 Measurement and Payment 7/19/2019
Federal Contract Provisions
FCP-1 Access to Records and Reports 1/29/2016
FCP-2 Breach of Contract 1/29/2016
FCP-3 General Civil Rights Provisions 6/19/2018
FCP-4 Civil Rights – Title VI Assurances 6/19/2018
FCP-5 Clean Air and Water Pollution Control 1/29/2016
FCP-6 Contract Work Hours and Safety Standards Act Requirements 1/29/2016
FCP-7 Copeland “Anti-Kickback” Act 1/29/2016
FCP-8 Davis-Bacon Requirements 1/29/2016
FCP-9 Certification of Lower Tier Contractors Regarding Debarment 1/29/2016
FCP-10 Disadvantaged Business Enterprises 12/12/2017
FCP-11 Texting When Driving 1/29/2016
FCP-12 Energy Conservation Requirements 1/29/2016
FCP-13 Equal Opportunity Clause 1/29/2016
FCP-14 Standard Federal Equal Employment Opportunity Construction
Contract Specifications 1/29/2016
FCP-15 Certification Regarding Lobbying 1/29/2016
FCP-16 Prohibition of Segregated Facilities 1/29/2016
FCP-17 Occupational Safety and Health Act of 1970 1/29/2016
FCP-18 Procurement of Recovered Materials 1/29/2016
FCP-19 Certification of Offerer/Bidder Regarding Tax Delinquency and
Felony Convictions 12/12/2017
FCP-20 Termination for Convenience (Construction & Equipment
Contracts) 1/29/2016
FCP-21 Veteran’s Preference 1/29/2016
Technical Specifications
Item C-100 Contractor Quality Control Program (CQCP) 2/15/2019
Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation
Control 12/21/2018
Item C-105 Mobilization 12/21/2018
Item C-110 Method of Estimating Percentage of Material Within Specification
Limits (PWL) 12/21/2018
Item G-145 Temporary Fencing, Barricades, and Facilities ---
Item P-101 Preparation/Removal of Existing Pavements 12/21/2018
Item P-151 Clearing and Grubbing 12/21/2018
Item P-152 Excavation, Subgrade, and Embankment 4/30/2020
Item P-153 Controlled Low-Strength Material (CLSM) 4/30/2020
00 05 15 - 1
ADDENDA
Page 43 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised April 2, 2021
Item P-155 Lime-Treated Subgrade 12/21/2018
Item P-209 Crushed Aggregate Base Course 4/30/2020
Item P-304 Cement-Treated Aggregate Base Course (CTB) 6/26/2020
Item P-403 Asphalt Mix Pavement Surface Course 6/26/2020
Item P-501 Cement Concrete Pavement 8/19/2020
Item P-602 Emulsified Asphalt Prime Coat 12/21/2018
Item P-603 Emulsified Asphalt Tack Coat 12/21/2018
Item P-604 Compression Joint Seals for Concrete Pavements 12/21/2018
Item P-605 Joint Sealants for Pavements 12/21/2018
Item P-606 Adhesive Compounds, Two-Component for Sealing Wire and
Lights in Pavement 12/21/2018
Item P-610 Concrete for Miscellaneous Structures 2/15/2019
Item P-620 Runway and Taxiway Marking 6/26/2020
Item D-751 Manholes, Inlets, Catch Basin, and Inspection Holes 12/21/2018
Item T-900 Temporary Irrigation System ---
Item T-904 Sodding 12/21/2018
Item T-905 Topsoil 12/21/2018
Item L-100 General Provisions - Electrical ---
Item L-108 Underground Power Cable for Airports 12/21/2018
Item L-110 Airport Underground Electrical Duct Banks and Conduits 12/21/2018
Item L-111 Airfield Electrical Installation Testing 12/21/2018
Item L-115 Electrical Manholes and Junction Structures 12/21/2018
Item L-125 Installation of Airport Lighting Systems 12/21/2018
Appendix
GC-4.02 Subsurface and Physical Conditions
END OF SECTION
00 05 15 - 1
ADDENDA
Page 44 of 90
00 05 15 - 1
ADDENDA
Page 45 of 90
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
Form CIQ (Conflict of Interest Questionnaire) (state.tx.us)
https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDDER:
By:
Signature:
Title:
The referenced forms may be downloaded from the links provided below.
CONFLICT OF INTEREST STATEMENT
SECTION 00 35 13
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 2020
AFW Taxiway Papa, Phase III
City Project No. 103668
TO:
2.1.
2.2.
2.3.
2.4.
2.5.
2.6.
a.
b.
c.
Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
The Purchasing Manager
1. Enter Into Agreement
200 Texas Street
City of Fort Worth, Texas 76102
c/o: The Purchasing Division
Units/Sections:Department of Aviation
FOR:
City Project No.:
Construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport
103668
2. BIDDER Acknowledgements and Certification
In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
"collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
Bidder has not solicited or induced any individual or entity to refrain from bidding.
Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
"corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
"fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
SECTION 00 41 00
BID FORM
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 46 of 90
d.
a.
b.
c.
d.
e.
f.
g.
h.
4.1. 228
4.2.
a.
b.
c.
d.
e.
f.
g.
h.
-
-
-
-
"coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
3. Prequalification
-
-
4. Time of Completion
The Work will be complete for Final Acceptance within
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
MWBE Forms (optional at time of bid)
days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
Prequalification Statement, Section 00 45 12
Conflict of Interest Affidavit, Section 00 35 13
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
Any additional documents that may be required by Section 12 of the Instructions to Bidders
This Bid Form, Section 00 41 00
Proposal Form, Section 00 42 43
Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 47 of 90
6.1.
6.2.
6.3.
Title:
Company:
Address:
Email:
Phone:
Addendum No. 3:
Addendum No. 4:
(Printed Name)
(Signature)
Corporate Seal:
State of Incorporation:
Bid Schedule 2 - Alternate Bid $
By:____________________________________________
Receipt is acknowledged of the
following Addenda:
Addendum No. 1:
Respectfully submitted,
by the entity named below.
$
Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
Bid Schedule 1 - Base Bid
Initial
This Bid is submitted on
END OF SECTION
6. Total Bid Amount
It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
Evaluation of Bid Schedules (Bid Schedules awarded are contingent upon receipt of FAA grant funds):
$
Addendum No. 2:
7. Bid Submittal
Total Bid
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 48 of 90
1 Contractor Quality Control Program (CQCP)C-100-14.1 LS 1
2 Temporary Erosion Control C-102-5.1 LS 1
3 Mobilization C-105-5.1 LS 1
4 Temporary Fencing, Barricades, and Facilities G-145-5.1 LS 1
5 Pavement Removal, Asphalt P-101-5.1 SY 2,187
6 Remove Inlet and Cap RC Pipe P-101-5.2 EA 1
7 Clearing and Grubbing P-151-4.1 AC 9
8 Unclassified Excavation P-152-4.1 CY 12,500
9 Rock Excavation P-152-4.2 CY 250
10 Lime-Treated Subgrade P-155-8.1 SY 20,139
11 Lime P-155-8.2 TON 1,057
12 Crushed Aggregate Base Course, 20-Inch Thickness P-209-5.1 SY 6,526
13 Cement-Treated Base Course, 6-Inch Thickness P-304-8.1 SY 13,622
14 Asphalt Mixture Surface Course P-403-8.1 TON 1,780
15 19-inch Concrete Pavement, Unreinforced P-501-8.1 SY 10,857
16 19-inch Concrete Pavement, Reinforced P-501-8.2 SY 2,544
17 Emulsified Asphalt Prime Coat P-602-5.1 GAL 1,899
18 Emulsified Asphalt Tack Coat P-603-5.1 GAL 443
19 Joint Sealant for Concrete Pavements P-605-5.1 LF 14,742
20 Surface Preparation P-620-5.1 SF 12,485
21 Marking P-620-5.2 SF 12,485
22 Reflective Media, Type I, Gradation A P-620-5.3 LB 84
23 Reflective Media, Type III P-620-5.4 LB 1,155
24 Marking Removal P-620-5.5 SF 2,018
25 Lower Existing Inlet D-751-5.1 EA 1
26 Install Manhole Cover on Existing Structure D-751-5.2 EA 2
27 Temporary Irrigation System Installations and Removals T-900-9.1 LS 1
28 Water for Irrigation T-900-9.2 CCF 4,000
29 Sodding T-904-5.1 SY 24,000
30 Topsoil, 4-inch thickness T-905-5.1 SY 24,000
31 No. 8 L-824C 5kV Cable Inst. In Duct Or Conduit L-108-5.1 LF 12,000
32 No. 6 Solid CU Counterpoise Inst. w/Ground Rods And
Connectors L-108-5.2 LF 5,450
33 No. 6 Stranded CU Ground Inst. w/Ground Rods And
Connectors L-108-5.3 LF 420
34
No. 8 L-824C 5KV Temp Jumper Cable, Incl.
Counterpoise w/Ground Rods And Connectors, Trench
And Backfill, Conduit Or Other Protection, Installed
And Removed
L-108-5.4 LF 3,500
35 2" Sch. 40 PVC Conduit, DEB, Incl. Trench And
Backfill L-110-5.1 LF 700
36 2" Sch. 40 PVC Conduit Under New Full Strength
Pvmt., Incl. Trench And Backfill L-110-5.2 LF 1,900
37 2" Sch. 40 PVC Conduit Under New Shoulder Pvmt.,
Incl. Trench And Backfill L-110-5.3 LF 2,350
38 2" Sch. 40 PVC Drain Conduit, Incl. Trench And
Backfill L-110-5.4 LF 230
Unit of
Measure
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Bid Schedule 1 - Base Bid
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 49 of 90
Unit of
Measure
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Bid Schedule 1 - Base Bid
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
39 4W-4" Duct Bank, Incl. Trench And Backfill L-110-5.5 LF 250
40 Demo Duct Bank, Incl. Cable L-110-5.6 LF 615
41 2" HDPE Directional Bore, Complete L-110-5.7 LF 215
42 Demo Handhole/Junction Can/Light Base In Earth L-115-5.2 EA 3
43 Aircraft Rated 4'x4'x4' Manhole L-115-5.3 EA 2
44 Junction Can In Earth L-115-5.4 EA 1
45 Remove Fixture And Transformer, Dispose Of Off Site L-125-5.1 EA 2
46 Remove Light Base Blank Lid, Return To Owner L-125-5.2 EA 9
47 Remove Sign And Transformer, Return To Owner L-125-5.3 EA 1
48 Demo Sign Foundation L-125-5.4 EA 1
49 Remove Elevated Retroreflective Taxiway Edge Marker,
Return To Owner L-125-5.5 EA 4
50 Furnish And Install L-867 Base In New Shoulder Pvmt.L-125-5.6 EA 39
51 Furnish And Install L-867 Base In Existing Shoulder
Pvmt.L-125-5.7 EA 3
52 Furnish And Install L-868 2-Piece Base In New Full
Strength Pvmt.L-125-5.8 EA 42
53 Furnish And Install L-867 Blank Lid L-125-5.9 EA 11
54 Furnish And Install L-868 Blank Lid L-125-5.10 EA 22
55 Furnish L-850C Rwy Semiflush Edge Fixture And
Transformer L-125-5.11 EA 3
56 Furnish L-852C(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.12 EA 19
57 Furnish L-852D(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.13 EA 8
58 Furnish L-861T(L) Twy Edge Fixture And Transformer L-125-5.14 EA 37
59 Furnish And Install L-853 Elevated Retroreflective
Taxiway Edge Marker L-125-5.15 EA 6
60 Install Fixture And Transformer L-125-5.16 EA 60
61 Furnish And Install L-858(L) 1 Mod, Single Face Sign,
Incl. Foundation L-125-5.17 EA 2
62 Furnish And Install L-858(L) 2 Mod, Double Face Sign,
Incl. Foundation L-125-5.18 EA 2
63 Furnish And Install L-858(L) 3 Mod, Single Face Sign,
Incl. Foundation L-125-5.19 EA 1
64 Furnish And Install L-858(L) 4 Mod, Single Face Sign,
Incl. Foundation L-125-5.20 EA 2
65 Relocate Distance Remaining Sign And Transformer On
New Foundation L-125-5.21 EA 1
66 Replace Sign Panel Array, Complete L-125-5.22 AL 1 $1,600.00 $1,600.00
67 Pavement Blockout For Light Base, Complete L-125-5.23 EA 1
68 ALCMS Modifications, Complete L-125-5.28 AL 1 $77,000.00 $77,000.00
Total Bid Schedule 1 - Base Bid
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 50 of 90
Unit of
Measure
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Bid Schedule 1 - Base Bid
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
1 Mobilization C-105-5.1 LS 1
2 Temporary Barricades G-145-5.1 LS 1
3 No. 8 L-824C 5kV Cable Inst. In Duct Or Conduit L-108-5.1 LF 9,000
4 Remove Fixture And Transformer, Dispose Of Off Site L-125-5.1 EA 195
5 Remove Light Base Blank Lid, Return To Owner L-125-5.2 EA 3
6 Furnish And Install L-868 Blank Lid L-125-5.10 EA 72
7 Furnish L-852C(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.12 EA 57
8 Furnish L-852D(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.13 EA 81
9 Install Fixture And Transformer L-125-5.16 EA 126
10 Broken Bolt Repair, Complete L-125-5.24 EA 300
11 Weld Ground Stud In Existing Light Base, Complete L-125-5.25 EA 50
12 P-606 Around Light Fixture Or Blank Lid, Complete L-125-5.26 EA 170
13 Field Investigation Of Taxiway Centerline Circuitry L-125-5.27 LS 1
*Total 1 = Bid Schedule 1: $
*Total 2 = Bid Schedule 1 + Bid Schedule 2: $
END OF SECTION
Total Bid Schedule 2 - Alternate Bid
*Note: The City Reserves the right to select either Total 1 or Total 2.
Bid Schedule 2 - Alternate Bid
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 51 of 90
designated as
day of , 2023.
BY:
ATTEST:
NOW, THEREFORE,the condition of this obligation is such that if the City shall award
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
Construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport
duly authorized to do business in the State of Texas, known as “Surety” herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as “City” herein, in the penal sum
of five percent (5%) of Bidder’s maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with
the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to
execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required
for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between
Principal’s total bid amount and the next selected bidder’s total bid amount.
PRINCIPAL:
Signature
Name and TitleWitness as to Principal
SECTION 00 43 13
KNOW ALL BY THESE PRESENTS:
BID BOND
, known asThat we,
"Bidder" herein and a corporate surety
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 52 of 90
Address:
SURETY:
BY:
Address:
Attach Power of Attorney (Surety) for Attorney-in-Fact
*Note:
END OF SECTION
Signature
Name and Title
If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety’s physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract
is awarded.
Witness as to Surety Telephone Number:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 53 of 90
00 05 15 - 1
ADDENDA
Page 54 of 90
A.
B.
By:
Title:
Date:
(Signature)
statute is attached.
SECTION 00 43 37
END OF SECTION
The principal place of business of our company or our parent company or majority owner is
BIDDER:
, our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
in the State of Texas.
are not required to underbid resident bidders.
, our principal place of business,
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident’s principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
Nonresident bidders in the State of
Nonresident bidders in the State of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 55 of 90
BIDDER:
By:
Title:
Date:
END OF SECTION
(Signature)
Address
Asphalt Paving
Construction/Reconstruction
(LESS THAN 15,000 square
yards)
-
-
-
Address
City, State Zip Code
-
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
-
Company Name
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Concrete Paving
Construction/Reconstruction
(LESS THAN 15,000 square
yards)
-
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 56 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised October 27, 2021
SECTION 00 45 3940
Minority Business Enterprise Specifications
APPLICATION OF POLICY
If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs).
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
Firms when applicable, in the procurement of all goods and services. All requirements and regulations
stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to
this bid.
BUSINESS EQUITY PROJECT GOAL
The City's Business Equity goal on this project is 20% DBE of the total bid value of the contract (Base
bid applies to Parks and Community Services).
METHODS TO COMPLY WITH THE GOAL
On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
ordinance through one of the following methods: 1. Commercially useful services performed by a
Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
of Business Equity prime services and Business Equity subcontracting participation, 4. Business
Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6.
Prime contractor Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall
EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or
Department Designee. Documents are to be received no later than 2:00 p.m., on the third City
business day after the bid opening date, exclusive of the bid opening date.
The Offeror must submit one or more of the following documents:
00 05 15 - 1
ADDENDA
Page 57 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised October 27, 2021
1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
2.Good Faith Effort Form and Utilization Form, including supporting documentation, if
participation is less than stated goal, or no Business Equity participation is accomplished;
3.Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
all subcontracting/supplier opportunities; or
4.Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-
Protégé participation.
These forms can be found at:
Business Equity Utilization Form and Letter of Intent
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization
Form_DVIN 2022 220324.pdf
Letter of Intent
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN
2021.pdf
Business Equity Good Faith Effort Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort
Form_DVIN 2022.pdf
Business Equity Prime Contractor Waiver Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
Waiver-220313.pdf
Business Equity Joint Venture Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture_220225.pdf
00 05 15 - 1
ADDENDA
Page 58 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised October 27, 2021
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE
WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND
THE BID REJECTED.
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR
OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING
DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE
BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Division of the Department of Diversity and
Inclusion at (817) 392-2674.
END OF SECTION
00 05 15 - 1
ADDENDA
Page 59 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-1 City Project No. 103668
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
DESCRIPTION
152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits
of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as
other areas for drainage, building construction, parking, or other purposes in accordance with these
specifications and in conformity to the dimensions and typical sections shown on the plans.
152-1.2 Classification. All material excavated shall be classified as defined below:
a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of
all material, regardless of its nature.
b. Rock excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in
unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be
removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic
yard (0.4 m3) will be classified as “rock excavation.”
c.Over Excavation. Over-Excavation shall consist of the removal and disposal of deposits of
mixtures of soils and organic matter not suitable for subgrade material. This shall also include
excavation and disposal of material from soft spots encountered in the subgrade. Such over
excavation shall not include material created by the Contractors failure to properly drain the grade
or due to over-application of water during subgrade preparation. This item shall also include the
replacement of the over-excavated material with embankment from excess unclassified
excavation compacted as required and brought to grade. Material suitable may be used for
embankment in areas outside of pavement areas when approved by the RPR. Prior to excavation,
areas identified as unsuitable shall be reviewed and approved by the RPR. Over excavation will
be paid under unclassified excavation. Unsuitable material shall be removed and disposed of off-
site.
152-1.3 Unsuitable excavation. Unsuitable material shall be disposed in designated waste areas as shown
on the plans. Materials containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall
be considered unsuitable for use in embankment construction. Material suitable for topsoil may be used on
the embankment slope when approved by the RPR.
CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area
shall be cleared or cleared and grubbed in accordance with Item P-151.
The suitability of material to be placed in embankments shall be subject to approval by the RPR. All
unsuitable material shall be disposed of in waste areas as shown on the plans. All waste areas shall be
graded to allow positive drainage of the area and adjacent areas. The surface elevation of waste areas shall
be specified on the plans or approved by the RPR.
When the Contractor’s excavating operations encounter artifacts of historical or archaeological
significance, the operations shall be temporarily discontinued and the RPR notified per Section 70,
paragraph 70-20. At the direction of the RPR, the Contractor shall excavate the site in such a manner as to
preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra
work.
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-2 City Project No. 103668
ADDENDA
Page 60 of 90
Areas outside the limits of the pavement areas where the top layer of soil has become compacted by hauling
or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), to loosen and
pulverize the soil. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will
not be permitted in the top 6 inches (150 mm) of the subgrade.
If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or
similar underground structures, the Contractor shall be responsible for and shall take all necessary
precautions to preserve them or provide temporary services. When such facilities are encountered, the
Contractor shall notify the RPR, who shall arrange for their removal if necessary. The Contractor, at their
own expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may
result from any of the Contractor’s operations during the period of the contract.
a. Blasting. Blasting shall not be allowed.
152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor
and the RPR has obtained from the Contractor, the survey notes of the elevations and measurements of the
ground surface. The Contractor and RPR shall agree that the original ground lines shown on the original
topographic mapping are accurate, or agree to any adjustments made to the original ground lines.
Digital terrain model (DTM) files of the existing surfaces, finished surfaces and other various surfaces were
used to develop the design plans.
Volumetric quantities were calculated by comparing DTM files of the applicable design surfaces and
generating Triangle Volume Reports. Electronic copies of DTM files and a paper copy of the original
topographic map will be issued to the successful bidder.
Existing grades on the design cross sections or DTM’s, where they do not match the locations of actual spot
elevations shown on the topographic map, were developed by computer interpolation from those spot
elevations. Prior to disturbing original grade, Contractor shall verify the accuracy of the existing ground
surface by verifying spot elevations at the same locations where original field survey data was obtained as
indicated on the topographic map. Contractor shall recognize that, due to the interpolation process, the
actual ground surface at any particular location may differ somewhat from the interpolated surface shown
on the design cross sections or obtained from the DTM’s. Contractor's verification of original ground
surface, however, shall be limited to verification of spot elevations as indicated herein, and no adjustments
will be made to the original ground surface unless the Contractor demonstrates that spot elevations shown
are incorrect. For this purpose, spot elevations which are within 0.1 foot (30 mm) of the stated elevations
for ground surfaces, or within 0.04 foot (12 mm) for hard surfaces (pavements, buildings, foundations,
structures, etc.) shall be considered “no change”. Only deviations in excess of these will be considered for
adjustment of the original ground surface. If Contractor's verification identifies discrepancies in the
topographic map, Contractor shall notify the RPR in writing at least two weeks before disturbance of
existing grade to allow sufficient time to verify the submitted information and make adjustments to the
design cross sections or DTM’s. Disturbance of existing grade in any area shall constitute acceptance by
the Contractor of the accuracy of the original elevations shown on the topographic map for that area.
All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future
use in areas designated on the plans or by the RPR. All suitable excavated material shall be used in the
formation of embankment, subgrade, or other purposes as shown on the plans. All unsuitable material shall
be disposed of as shown on the plans.
The grade shall be maintained so that the surface is well drained at all times.
When the volume of the excavation exceeds that required to construct the embankments to the grades as
indicated on the plans, the excess shall be used to grade the areas of ultimate development or disposed as
directed by the RPR. When the volume of excavation is not sufficient for constructing the embankments to
the grades indicated, the deficiency shall be obtained from borrow areas.
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-3 City Project No. 103668
ADDENDA
Page 61 of 90
a. Selective grading. When selective grading is indicated on the plans, the more suitable material
designated by the RPR shall be used in constructing the embankment or in capping the pavement subgrade.
If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled
in approved areas until it can be placed. The more suitable material shall then be placed and compacted as
specified. Selective grading shall be considered incidental to the work involved. The cost of stockpiling and
placing the material shall be included in the various pay items of work involved.
b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety
areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of
12 inches (300 mm) below the subgrade or to the depth specified by the RPR. Muck, peat, matted roots, or
other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified.
Unsuitable materials shall be disposed off the airport. The cost is incidental to this item. The excavated
area shall be backfilled with suitable material obtained from the grading operations or borrow areas and
compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where
rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained
in accordance with the details shown on the plans. Undercutting will be paid as “Rock Excavation.”
c. Over-break. Over-break, including slides, is that portion of any material displaced or loosened
beyond the finished work as planned or authorized by the RPR. All over-break shall be graded or removed
by the Contractor and disposed of as directed by the RPR. The RPR shall determine if the displacement of
such material was unavoidable and their own decision shall be final. Payment will not be made for the
removal and disposal of over-break that the RPR determines as avoidable. Unavoidable over-break will be
classified as “Unclassified Excavation.”
d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly
progress of work will be accomplished by the Contractor as indicated on the plans. All existing foundations
shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the
material disposed of as directed by the RPR. All foundations thus excavated shall be backfilled with suitable
material and compacted as specified for embankment or as shown on the plans.
152-2.3 Borrow excavation. Borrow areas are not required.
152-2.4 Drainage excavation. Drainage excavation shall consist of excavating drainage ditches including
intercepting, inlet, or outlet ditches; or other types as shown on the plans. The work shall be performed in
sequence with the other construction. Ditches shall be constructed prior to starting adjacent excavation
operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed
in designated waste areas or as directed by the RPR. All necessary work shall be performed true to final
line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the
required cross-section and shall keep them free of debris or obstructions until the project is accepted.
152-2.5 Preparation of cut areas or areas where existing pavement has been removed. In those areas
on which a subbase or base course is to be placed, and the material will not be lime-treated, the top 12
inches (300 mm) of subgrade shall be compacted to not less than 100% of maximum density for non-
cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D1557. As used
in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI) of less than 3 as
determined by ASTM D4318. If the “cohesive” soils are determined to be expansive, subgrade shall be
compacted to not less than 95% of maximum density for cohesive soils as determined by ASTM D698.
152-2.6 Preparation of embankment area. All sod and vegetative matter shall be removed from the
surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or
scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted per paragraph 152-2.10.
Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or
broken up so that the fill material will bond with the existing material. When the subgrade is part fill and
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-4 City Project No. 103668
ADDENDA
Page 62 of 90
part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of
12 inches (300 mm) and compacted as specified for the adjacent fill.
No direct payment shall be made for the work performed under this section. The necessary clearing and
grubbing and the quantity of excavation removed will be paid for under the respective items of work.
152-2.7 Control Strip. The first half-day of construction of subgrade and/or embankment shall be
considered as a control strip for the Contractor to demonstrate, in the presence of the RPR, that the materials,
equipment, and construction processes meet the requirements of this specification. The sequence and
manner of rolling necessary to obtain specified density requirements shall be determined. The maximum
compacted thickness may be increased to a maximum of 12 inches (300 mm) upon the Contractor’s
demonstration that approved equipment and operations will uniformly compact the lift to the specified
density. The RPR must witness this demonstration and approve the lift thickness prior to full production.
Control strips that do not meet specification requirements shall be reworked, re-compacted, or removed and
replaced at the Contractor’s expense. Full operations shall not begin until the control strip has been accepted
by the RPR. The Contractor shall use the same equipment, materials, and construction methods for the
remainder of construction, unless adjustments made by the Contractor are approved in advance by the RPR.
152-2.8 Formation of embankments. The material shall be constructed in lifts as established in the control
strip, but not less than 6 inches (150 mm) nor more than 12 inches (300 mm) of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the construction
procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests
verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest
any material placed which does not meet the specifications.
The lifts shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by
the RPR. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be
incorporated or buried in the embankment.
Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained due to
rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in
the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on
surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment
to provide surface drainage at all times.
The material in each lift shall be within ±2% of optimum moisture content before rolling to obtain the
prescribed compaction. The material shall be moistened or aerated as necessary to achieve a uniform
moisture content throughout the lift. Natural drying may be accelerated by blending in dry material or
manipulation alone to increase the rate of evaporation.
The Contractor shall make the necessary corrections and adjustments in methods, materials or moisture
content to achieve the specified embankment density.
The RPR will take samples of excavated materials which will be used in embankment for testing and
develop a Moisture-Density Relations of Soils Report (Proctor) in accordance with ASTM D 1557. A new
Proctor shall be developed for each soil type based on visual classification.
Density tests will be taken by the RPR for every 3,000 square yards of compacted embankment for each
lift which is required to be compacted, or other appropriate frequencies as determined by the RPR.
If the material has greater than 30% retained on the 3/4-inch (19.0 mm) sieve, follow AASHTO T-180
Annex Correction of maximum dry density and optimum moisture for oversized particles.
Rolling operations shall be continued until the embankment is compacted to not less than 100% of
maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined
by ASTM D1557. Under all areas to be paved, the embankments shall be compacted to a depth of 12
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-5 City Project No. 103668
ADDENDA
Page 63 of 90
inches and to a density of not less than 95% percent of the maximum density as determined by ASTM
D1557. As used in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI)
of less than 3 as determined by ASTM D4318.
The in-place field density shall be determined in accordance with ASTM 6938 using Procedure A, the direct
transmission method, and ASTM D6938 shall be used to determine the moisture content of the material.
The machine shall be calibrated in accordance with ASTM D6938. The RPR shall perform all density tests.
If the specified density is not attained, the area represented by the test or as designated by the RPR shall be
reworked and/or re-compacted and additional random tests made. This procedure shall be followed until
the specified density is reached.
Compaction areas shall be kept separate, and no lift shall be covered by another lift until the proper density
is obtained.
During construction of the embankment, the Contractor shall route all construction equipment evenly over
the entire width of the embankment as each lift is placed. Lift placement shall begin in the deepest portion
of the embankment fill. As placement progresses, the lifts shall be constructed approximately parallel to
the finished pavement grade line.
When rock, concrete pavement, asphalt pavement, and other embankment material are excavated at
approximately the same time as the subgrade, the material shall be incorporated into the outer portion of
the embankment and the subgrade material shall be incorporated under the future paved areas. Stones,
fragmentary rock, and recycled pavement larger than 4 inches (100 mm) in their greatest dimensions will
not be allowed in the top 12 inches (300 mm) of the subgrade. Rockfill shall be brought up in lifts as
specified or as directed by the RPR and the finer material shall be used to fill the voids forming a dense,
compact mass. Rock, cement concrete pavement, asphalt pavement, and other embankment material shall
not be disposed of except at places and in the manner designated on the plans or by the RPR.
When the excavated material consists predominantly of rock fragments of such size that the material cannot
be placed in lifts of the prescribed thickness without crushing, pulverizing or further breaking down the
pieces, such material may be placed in the embankment as directed in lifts not exceeding 2 feet (60 cm) in
thickness. Each lift shall be leveled and smoothed with suitable equipment by distribution of spalls and
finer fragments of rock. The lift shall not be constructed above an elevation 4 feet (1.2 m) below the finished
subgrade.
There will be no separate measurement of payment for compacted embankment. All costs incidental to
placing in lifts, compacting, discing, watering, mixing, sloping, and other operations necessary for
construction of embankments will be included in the contract price for excavation, borrow, or other items.
152-2.9 Proof rolling. The purpose of proof rolling the subgrade is to identify any weak areas in the
subgrade and not for compaction of the subgrade. Before start of embankment and after compaction is
completed, the subgrade area shall be proof rolled with a 20 ton (18.1 metric ton) Tandem axle Dual Wheel
Dump Truck loaded to the legal limit with tires inflated to the maximum rated pressure in the presence of
the RPR. Apply a minimum of 50% coverage, or as specified by the RPR, under pavement areas. A
coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that
deflect more than 1 inch (25 mm) or show permanent deformation greater than 1 inch (25 mm) shall be
removed and replaced with suitable material or reworked to conform to the moisture content and
compaction requirements in accordance with these specifications. Removal and replacement of soft areas
is incidental to this item.
152-2.10 Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth
of 12 inches (300 mm) and to a density of not less than 100 percent of the maximum dry density as
determined by ASTM D1557. The subgrade in areas outside the limits of the pavement areas shall be
compacted to a depth of 12 inches (300 mm) and to a density of not less than 95 percent of the maximum
density as determined by ASTM D698.
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-6 City Project No. 103668
ADDENDA
Page 64 of 90
The material to be compacted shall be within ±2% of optimum moisture content before being rolled to
obtain the prescribed compaction (except for expansive soils). When the material has greater than 30
percent retained on the ¾ inch (19.0 mm) sieve, follow the methods in ASTM D1557 . Tests for moisture
content and compaction will be taken at a minimum of 200 S.Y. of subgrade. All quality assurance testing
shall be done by the RPR.
The in-place field density shall be determined in accordance with ASTM D6938 using Procedure A, the
direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the
material. The machine shall be calibrated in accordance with ASTM D6938 within 12 months prior to its
use on this contract. The gage shall be field standardized daily.
Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified.
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.
All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the
plans or as directed by the RPR and the finished subgrade shall be maintained.
152-2.11 Finishing and protection of subgrade. Finishing and protection of the subgrade is incidental to
this item. Grading and compacting of the subgrade shall be performed so that it will drain readily. All low
areas, holes or depressions in the subgrade shall be brought to grade. Scarifying, blading, rolling and other
methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades
shown on the plans. All ruts or rough places that develop in the completed subgrade shall be graded, re-
compacted, and retested. The Contractor shall protect the subgrade from damage and limit hauling over the
finished subgrade to only traffic essential for construction purposes.
The Contractor shall maintain the completed course in satisfactory condition throughout placement of
subsequent layers. No subbase, base, or surface course shall be placed on the subgrade until the subgrade
has been accepted by the RPR.
152-2.12 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor
shall include the cost in the contract unit price for the pay of items of work involved. No payment will be
made separately or directly for hauling on any part of the work.
The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or to the
subgrade as a result of hauling operations. Any damage caused as a result of the Contractor's hauling
operations shall be repaired at the Contractor's expense.
The Contractor shall be responsible for providing, maintaining and removing any haul roads or routes
within or outside of the work area, and shall return the affected areas to their former condition, unless
otherwise authorized in writing by the Owner. No separate payment will be made for any work or materials
associated with providing, maintaining and removing haul roads or routes.
152-2.13 Surface Tolerances. In those areas on which a subbase or base course is to be placed, the surface
shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required
smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75
mm), reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and
approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence
of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s
expense.
a. Smoothness. The finished surface shall not vary more than +/- ½ inch (12 mm) when tested with
a 12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The
straightedge shall be moved continuously forward at half the length of the 12-foot (3.7-m)
straightedge for the full length of each line on a 50-foot (15-m) grid.
00 05 15 - 1
ADDENDA
Page 65 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-7 City Project No. 103668
b. Grade. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within +/-
0.05 feet (15 mm) of the specified grade.
On safety areas, turfed areas and other designated areas within the grading limits where no subbase or base
is to placed, grade shall not vary more than 0.10 feet (30 mm) from specified grade. Any deviation in excess
of this amount shall be corrected by loosening, adding or removing materials, and reshaping.
152-2.14 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall
be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-
905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished
construction, the material shall be stockpiled at approved locations. Stockpiles shall be located as shown
on the plans and the approved CSPP and shall not be placed on areas that subsequently will require any
excavation or embankment fill. If, in the judgment of the RPR, it is practical to place the salvaged topsoil
at the time of excavation or stripping, the material shall be placed in its final position without stockpiling
or further re-handling.
Upon completion of grading operations, stockpiled topsoil shall be handled and placed as shown on the
plans and as required in Item T-905. Topsoil shall be paid for as provided in Item T-905. No direct
payment will be made for topsoil under Item P-152.
METHOD OF MEASUREMENT
152-3.1 Measurement for payment specified by the cubic yard (cubic meter) shall be computed by the
comparison of digital terrain model (DTM) surfaces for computation of neat line design quantities.
152-3.2 The quantity of unclassified excavation, over excavation, and unsuitable excavation to be paid for
shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not
include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity
of material used for purposes other than those directed.
152-3.3 The quantity of rock excavation to be paid for shall be the number of cubic yards (cubic meters)
measured in its original position. Measurement shall not include the quantity of materials excavated without
authorization beyond normal slope lines, or the quantity of material used for purposes other than those
directed.
BASIS OF PAYMENT
152-4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard (cubic
meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the item.
152-4.2 Rock excavation payment shall be made at the contract unit price per cubic yard (cubic meter).
This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Item P-152-4.1 Unclassified Excavation - per cubic yard (cubic meter)
Item P-152-4.2 Rock Excavation – per cubic yard (cubic meter)
00 05 15 - 1
ADDENDA
Page 66 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-8 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO T-180 Standard Method of Test for Moisture-Density Relations of Soils Using a
4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop
ASTM International (ASTM)
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by
the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil
and Soil-Aggregate by Nuclear Methods (Shallow Depth)
Advisory Circulars (AC)
AC 150/5370-2 Operational Safety on Airports During Construction Software
Software
FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design
U.S. Department of Transportation
FAA RD-76-66 Design and Construction of Airport Pavements on Expansive Soils
END OF ITEM P-152
00 05 15 - 1
ADDENDA
Page 67 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-9 City Project No. 103668
Page Intentionally Blank
00 05 15 - 1
ADDENDA
Page 68 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-1 City Project No. 103668
ITEM P-155 LIME-TREATED SUBGRADE
DESCRIPTION
155-1.1 This item shall be used for soil modification that require strength gain to a specific level. This item
shall consist of constructing one or more courses of a mixture of soil, lime, and water in accordance with
this specification, and in conformity with the lines, grades, thicknesses, and typical cross-sections shown
on the plans.
MATERIALS
155-2.1 Lime. Quicklime, hydrated lime, and either high-calcium dolomitic, or magnesium lime, as defined
by ASTM C51, shall conform to the requirements of ASTM C977. Lime not produced from calcining
limestone is not permitted.
155-2.2 Commercial lime slurry. Commercial lime slurry shall be a pumpable suspension of solids in
water. The water or liquid portion of the slurry shall not contain dissolved material injurious or
objectionable for the intended purpose. The solids portion of the mixture, when considered on the basis of
“solids content,” shall consist principally of hydrated lime of a quality and fineness sufficient to meet the
following chemical composition and residue requirements.
a. Chemical composition. The “solids content” of the lime slurry shall consist of a minimum of 70%,
by weight, of calcium and magnesium oxides.
b. Residue. The percent by weight of residue retained in the “solids content” of lime slurry shall
conform to the following requirements:
Residue retained on a No. 6 (3.35 µm) sieve = maximum 0.0%
Residue retained on a No. 10 (2.00 µm) sieve = maximum 1.0%
Residue retained on a No. 30 (600 µm) sieve = maximum 2.5%
c. Grade. Commercial lime slurry shall conform to one of the following two grades:
Grade 1. The “dry solids content” shall be at least 31% by weight, of the slurry.
Grade 2. The “dry solids content” shall be at least 35%, by weight, of the slurry.
155-2.3 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall
be tested in accordance with ASTM C1602 prior to use.
155-2.4 Soil. The soil for this work shall consist of on-site materials free of roots, sod, weeds, and stones
larger than 2-1/2 inches (60 mm) and have a sulfate content of less than 0.3%.
COMPOSITION
155-3.1 Soil-lime mixture. Lime shall be applied at a minimum 8% dry unit weight of soil for the depth
of subgrade treatment as shown on the plans, such that the amount of lime is sufficient to lower the
Liquid Limit to less than 30 and the Plasticity Index to less than 10.
155-3.2 Tolerances. At final compaction, the lime and water content for each course of subgrade
treatment shall conform to the following tolerances:
00 05 15 - 1
ADDENDA
Page 69 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-2 City Project No. 103668
Tolerances
Material Tolerance
Lime + 0.5%
Water + 2%, -0%
WEATHER LIMITATIONS
155-4.1 Weather limitation. Subgrade shall not be constructed when weather conditions detrimentally
affect the quality of the materials. Lime shall not be applied unless the air temperature is at least 40°F (4°C)
and rising. Lime shall not be applied to soils that are frozen or contain frost. Protect completed lime-treated
areas by approved methods against the detrimental effects of freezing if the air temperature falls below
35°F (2°C). Remove and replace any damaged portion of the completed soil-lime treated area with new
soil-lime material in accordance with this specification.
EQUIPMENT
155-5.1 Equipment. All equipment necessary to grade, scarify, spread, mix and compact the material shall
be provided. The Resident Project Representative (RPR) must approve the Contractor’s proposed
equipment prior to the start of the treatment.
CONSTRUCTION METHODS
155-6.1 General. This specification is to construct a subgrade consisting of a uniform lime mixture which
shall be free from loose or segregated areas. The subgrade shall be of uniform density and moisture content,
well mixed for its full depth, and have a smooth surface suitable for placing subsequent lifts. The Contractor
shall be responsible to meet the above requirements.
Prior to any treatment, the subgrade shall be constructed as specified in Item P-152, Excavation, Subgrade
and Embankment, and shaped to conform to the typical sections, lines, and grades as shown on the plans.
The mixing equipment must give visible indication at all times that it is cutting, pulverizing and mixing the
material uniformly to the proper depth over the full width of the cut.
155-6.2 Application. Lime shall be uniformly spread only over an area where the initial mixing operations
can be completed during the same work day. Lime shall not be applied when wind conditions are
detrimental to proper application. A motor grader shall not be used to spread the lime. Adequate moisture
shall be added to the cement/soil mixture to maintain the proper moisture content. Materials shall be
handled, stored, and applied in accordance with all federal, state, and local requirements.
155-6.3 Mixing. The mixing procedure shall be as described below:
a. Preliminary mixing. The full depth of the treated subgrade shall be mixed with an approved mixing
machine. Lime shall not be left exposed for more than six (6) hours. The mixing machine shall make two
coverages. Water shall be added to the subgrade during mixing to provide a moisture content approximately
3% to 5% above the optimum moisture of the material and to ensure chemical reaction of the lime and
subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation
of moisture. The water content of the subgrade mixture shall be maintained at a moisture content above the
optimum moisture content for a minimum of 4 to 24 hours or until the material becomes friable. During the
mellowing period, the material shall be sprinkled as directed by the RPR.
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-3 City Project No. 103668
ADDENDA
Page 70 of 90
b. Final mixing. After the required mellowing time, the material shall be uniformly mixed by approved
methods. Any clods shall be reduced in size by blading, discing, harrowing, scarifying, or by the use of
other approved pulverization methods. After curing, pulverize lime treated material until 100% of soil
particles pass a 1-inch (25.0 mm) sieve and 60% pass the No. 4 (4.75 mm) sieve when tested dry by
laboratory sieves. If resultant mixture contains clods, reduce their size by scarifying, remixing, or
pulverization to meet specified gradation.
155-6.4 Control Strip. The first half-day of construction shall be considered the control strip. The
Contractor shall demonstrate, in the presence of the RPR, that the materials, equipment, and construction
processes meet the requirements of the specification. The sequence and manner of rolling necessary to
obtain specified density requirements shall be determined. Control strips that do not meet specification
requirements shall be reworked, re-compacted, or removed and replaced at the Contractor’s expense. Full
operations shall not continue until the control strip has been accepted by the RPR. Upon acceptance of the
control strip by the RPR, the Contractor shall use the same equipment, materials, and construction methods
for the remainder of construction, unless adjustments made by the Contractor are approved in advance by
the RPR.
155-6.5 Treatment Application and Depth Checks. The depth and amount of stabilization shall be
measured by the Contractor with no less than 2 tests per day of material placed; test shall be witnessed by
the RPR. Measurements shall be made in test holes excavated to show the full depth of mixing and the pH
checked by spraying the side of the test hole with a pH indicator such as phenolphthalein. Phenolphthalein
changes from clear to red between pH 8.3 and 10. The color change indicates the location of the bottom of
the mixing zone. pH indicators other than phenolphthalein can be used to measure pH levels. If the pH is
not at least 8.3 and/or if the depth of the treated subgrade is more than 1/2 inch (12 mm) deficient, additional
lime treatment shall be added and the material remixed. The Contractor shall correct all such areas in a
manner satisfactory to the RPR.
155-6.6 Compaction. Compaction of the mixture shall immediately follow the final mixing operation with
the mixture compacted within 1 to 4 hours after final mixing. The material shall be at the moisture content
specified in paragraph 155-3.2 during compaction. The field density of the compacted mixture shall be at
least 95% of the maximum density as specified in paragraph 155-6.10. Perform in-place density test to
determine degree of compaction between 24 and 72 hours after final compaction and the 24-hour moist
cure period. If the material fails to meet the density requirements, it shall be reworked to meet the density
requirements. Maximum density refers to maximum dry density at optimum moisture content unless
otherwise specified.
155-6.7 Finishing and curing. After the final lift or course of lime-treated subgrade has been compacted,
it shall be brought to the required lines and grades in accordance with the typical sections. The completed
section shall then be finished by rolling, as directed by the RPR, with a pneumatic or other suitable roller
sufficiently light to prevent hairline cracking. The finished surface shall not vary more than 1/2-inch (12
mm) when tested with a 12-foot (3.7 m) straightedge applied parallel with and at right angles to the
pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor at the
Contractor’s expense in a manner satisfactory to the RPR.
The completed section shall be moist-cured for a minimum of seven (7) days before further courses are
added or any traffic is permitted, unless otherwise directed by the RPR. The final lift should not be exposed
for more than 14 days without protection or the placement of a base course material.
155-6.8 Maintenance. The Contractor shall protect and maintain the lime-treated subgrade from yielding
until the lime-treated subgrade is covered by placement of the next lift. When material has been exposed to
excessive rain, snow, or freeze-thaw conditions, prior to placement of additional material, the Contractor
shall verify that materials still meets all specification requirements. The maintenance cost shall be incidental
to this item.
00 05 15 - 1
ADDENDA
Page 71 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-4 City Project No. 103668
155-6.9 Surface tolerance. In those areas on which a subbase or base course is to be placed, the surface
shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required
smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75
mm), reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and
approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence
of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s
expense.
a. Smoothness. The finished surface shall not vary more than +/- ½ inch (12 mm) when tested with a
12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge
shall be moved continuously forward at half the length of the 12-foot (3.7-m) straightedge for the full length
of each line on a 50-foot (15-m) grid.
b. Grade. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within +/-0.05
feet (15 mm) of the specified grade.
155-6.10 Acceptance sampling and testing. The lime treated subgrade shall be accepted for density and
thickness on an area basis. Testing frequency shall be a minimum of one compaction and thickness test per
200 square yards (170 square meters) of lime treated subgrade, but not less than four (4) tests per day of
production. Sampling locations will be determined on a random basis per ASTM D3665.
a. Density. All testing shall be done by the RPR.
The field density of the compacted mixture shall be at least 95% of the maximum density of laboratory
specimens prepared from samples taken from the material in place. The specimens shall be compacted and
tested in accordance with ASTM D698 to determine maximum density and optimum moisture content. The
in-place field density shall be determined in accordance with ASTM D6938, Procedure A, direct
transmission method. If the material fails to meet the density requirements, the area represented by the
failed test shall be reworked to meet the density requirements. Maximum density refers to maximum dry
density at optimum moisture content unless otherwise specified.
b. Thickness. The thickness of the course shall be within +0 and -1/2 inch (12 mm) of the specified
thickness as determined by depth tests taken by the Contractor in the presence of the RPR for each area.
Where the thickness is deficient by more than 1/2-inch (12 mm), the Contractor shall correct such areas at
no additional cost The Contractor shall replace, at his expense, material where depth tests have been taken.
155-6.11 Handling and safety. The Contractor shall obtain and enforce the lime supplier’s instructions for
proper safety and handling of the lime to prevent physical eye or skin contact with lime during transport or
application.
METHOD OF MEASUREMENT
155-7.1 Lime-treated subgrade shall be paid for by the square yard (square meter) in the completed and
accepted work.
155-7.2 Lime shall be paid by the number of tons (kg) of Hydrated Lime applied at the application rate
specified in paragraph 155-3.1.
a.Hydrated lime delivered to the project in dry form will be measured according to the actual tonnage
either spread on the subgrade or batched on site into a slurry, whichever is applicable.
b.Quicklime delivered to the project in dry form will be measured for payment on the basis of the tons
of equivalent hydrated lime using the following formula:
Equivalent Hydrated Lime (Ca(OH)2) = Total Quicklime (CaO) × 1.32
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-5 City Project No. 103668
ADDENDA
Page 72 of 90
c. Lime delivered to the project in slurry form will be measured for payment in tons, dry weight of
hydrated lime or equivalent hydrated lime in accordance with paragraph b above.
BASIS OF PAYMENT
155-8.1 Payment shall be made at the contract unit price per square yard (square meter) for the lime-treated
subgrade at the thickness specified. The price shall be full compensation for furnishing all material, except
the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment,
tools and incidentals necessary to complete this item.
155-8.2 Payment shall be made at the contract unit price per ton (kg). This price shall be full compensation
for furnishing, delivery, and placing this material.
Payment will be made under:
Item P-155-8.1 Lime-treated subgrade - per square yard (m 2)
Item P-155-8.2 Lime - per ton (mt)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C51 Standard Terminology Relating to Lime and Limestone (as used by the
Industry)
ASTM C977 Standard Specification for Quicklime and Hydrated Lime for Soil
Stabilization
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lbf/ft3) (600 kN-m/m3)
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the
Sand-Cone Method
ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods (Shallow Depth)
Software
FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design
END OF ITEM P-155
00 05 15 - 1
ADDENDA
Page 73 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-6 City Project No. 103668
Page Intentionally Blank
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 3 City Project No. 103668
Page 1 of 5
Perot Field Fort Worth Alliance Airport (AFW)
AFW Taxiway Papa, Phase III
Addendum 3
August 31, 2023
This Addendum No. 3 contains revisions to the Bid Proposal Workbook, IFB Drawings, IFB Specifications, and
Solicitation Questions and Answers.
Bid Proposal Workbook has been replaced in its entirety in Addendum 3 and has been uploaded into the project
folder on the City’s website via Addendum 3.
Summary of IFB Drawing Revisions:
1.GN004 Summary of Quantities – Renamed Tables and updated Bid Quantities
Summary of IFB Specification Revisions:
1.00 42 43 Proposal Form – Removed Bidlist Item No. 68 ALCMS Modifications, Complete from Bid Schedule 1
–Base Bid
2.L-125 Installation of Airport Lighting Systems – Removed Basis of Payment L-125-5.28 ALCMS
Modifications, Complete – per allowance
Solicitation Questions and Answers:
Number Question Answer
33
Choke stone is shown in the typical
sections to be placed at ¼” thick, can
this be removed and a fabric be used
as the bond breaker?
Alternative to choke stone will be reviewed as part of the
submittal process. Refer to specification Section 01 25 00
SUBSTITUTION PROCEDURES for requirements.
34
Is the reinforcing steel to be epoxy
coated as I read a note on that that
said yes but you could also use
standard WWM that was 6X6?
Alternative to epoxy coated reinforcing steel will be
reviewed as part of the submittal process. Refer to
specification Section 01 25 00 SUBSTITUTION PROCEDURES
for requirements.
35
With such a small quantity of
concrete Paving will you allow the
whole project to be Hand poured or
will machine pour be required?
No, refer to specification P-501 for approved Construction
Methods.
00 05 15 - 1
ADDENDA
Page 74 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 3 City Project No. 103668
Page 2 of 5
Number Question Answer
36
The DBE Goal is now a Pass or Fail is
that Correct?
Please refer to specification Section 00 45 40 in the Project
documents. Bidders must do their best to reach or exceed
the 20% DBE goal for this Project. If the DBE goal is not met,
the Good Faith Effort form can be submitted with
supporting documentation to show the Bidder’s attempt to
meet the goal. All submitted documentation related to the
DBE goal will be reviewed by the City’s Business Equity
Division of the Department of Diversity and Inclusion.
Further questions can be directed to the Department of
Diversity and Inclusion at the phone number listed in
specification Section 00 45 40 in the Project Documents.
37
The answer to Question 22 indicated
that the contractor is responsible for
existing materials and testing for
Potassium acetate for deicing, Glycol
for de-icing, Jet Fuel, and various oils
and operating/maintenance fluids.
Has the airport not performed any
previous testing as this may classify
as a Hazardous waste and must go to
a specialty Waste site with origin
paperwork and much higher costs.
How will this be paid if its all lumped
under the Excavation item and the
contractor has no idea how much is
contaminated?
We are not aware of any place that this condition occurs
naturally on the airport. As stated in the drawings:
ANY SPILLS, WHETHER AS A RESULT OF THE CONTRACTOR'S
ACTIONS OR NOT, MUST BE REPORTED TO THE AFW
OPERATIONS IMMEDIATELY.
Further, the Contractor is responsible for testing and
mitigation efforts for any event determined to be the result
of the Contractor's actions at the Contractor's expense. The
Contractor will be reimbursed for testing and mitigation
efforts for any event determined to not be the result of the
Contractor's actions.
38
During the Phase II construction of
Taxiway P, rock was encountered
despite not being shown on the bore
logs. The rock excavation is an
estimated quantity of the probable
rock excavation for Phase III
construction of Taxiway P. Just how
deep was the rock as the current
bores show Fat Clay from 0-5’ deep?
During the construction of Taxiway Papa, Phase II, rock was
encountered North of the intersection with Taxiway D. The
depth of rock varied but was within the pavement structure.
Taxiway Papa, Phase III has the same pavement structure as
Taxiway Papa, Phase II.
39
Will a slip form paver be required for
the concrete paving on this project?
Yes, refer to specification P-501 for approved Construction
Methods.
40
Do you still intend to start work on
November 1, 2023 with all of the
holidays? Or will this job start
around January 8, 2024?
Contractor NTP is tentatively scheduled for 11/6/2023;
however that is subject to change, pending receipt of FAA
grant funding for the Project and completion of City of Fort
Worth policies and procedures. The latest a NTP will be
issued is January of 2024.
00 05 15 - 1
ADDENDA
Page 75 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 3 City Project No. 103668
Page 3 of 5
Number Question Answer
41
Please provide the dimensions for
the existing drainage structure to be
lowered and the spacing for the #4
dowel bars to be installed. Also,
same inlet cover can be used, or
should be replaced with a new one?
Existing drainage structure is +/-48" x +/-48". Vertical #4
Bars @ 16" O.C. Refer to specification D-751-3.10
Modification to Existing Structures for requirements.
42
Please provide the dimensions for
the existing drainage structure to be
removed and the pipe size to be
plugged.
Existing drainage structure is +/-48" x +/-48" and pipe is 24"
RCP.
43
Installing manhole covers for
existing drainage structure, could
you please provide information if
the manhole is under dirt or
concrete pavement? Is there any
concrete breaking required for these
manholes?
Both existing drainage structures that are to receive new
manhole covers are located in grass areas and are not
concealed by concrete pavement. The top of southern most
existing drainage structure is above grade and visible. The
top of northern most existing drainage structure is
concealed under +/-3" of soil. Concrete breaking is not
anticipated, refer to Detail 1 on drawing CG501 for
requirements.
44
Will the Airport be providing the
lighted Runway X for the Contractor
to Fuel and operate or will the
contractor need to provide the
lighted Runway X for the Project?
No, the Airport will not provide Portable Lighted Runway
Closure Markers (RCM). Refer to specification G-145
TEMPORARY FENCING, BARRICADES, AND FACILITIES for
requirements.
45
Will profiling and grinding be
required separately for both phases
of construction, or could the
profiling be completed in one
mobilization at the end of the
project prior to pavement marking?
Profiling may be completed in one mobilization pending
review and approval of the Contractors proposed
construction schedule.
46
Is there cure removal for the
concrete prior to painting or is
considered incidental?
Refer to specification P-620-3.3 Preparation of surfaces for
requirements.
47
Will Temp paint be required? If not,
will the painting be completed in 1
phase?
No, painting may be completed in one mobilization pending
review and approval of the Contractors proposed
construction schedule.
48
What is the “Work Restriction Area”
Shown in Phase III-A?
Per PHASE III-A - WORK OUTSIDE OF TOFA AND RSA Note 1
on drawing GC102:
WORK WITHIN THE WORK RESTRICTION IS WITHIN THE
AIRCRAFT BLAST ZONE AND THEREFORE, AREA SHALL BE
COMPLETED DURING THE NIGHTTIME WORK HOURS OF
10PM - 6AM UNLESS OTHERWISE APPROVED BY THE
AIRPORT.
00 05 15 - 1
ADDENDA
Page 76 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 3 City Project No. 103668
Page 4 of 5
Number Question Answer
49
Note 1. in “Phase III Notes” states no
equipment can be stored overnight
in the temporary laydown area, is
this correct? If correct, is there a
place to keep equipment over night
on the project?
Yes, General Note 1 on drawing GC102 is correct. Contractor
may store equipment overnight in the EXISTING SOIL
STOCKPILE & STAGING AREA shown on drawing GC101.
50
Will the 12” Lime need to be placed
in lifts?
Lime may be placed in a single 12" lift provided all
requirements of specification P-155 LIME-TREATED
SUBGRADE are met.
51
Can you confirm item 15 “19-inch
Concrete Pavement, Unreinforced”
requires no continuous rebar
reinforcement and only requires
dowels in accordance with the Joint
Layout provided.
Refer to drawing CS001 for Typical Section. Refer to Note 5
on drawing CP101:
THE CONTRACTOR SHALL SUBMIT A PROPOSED PAVING
PLAN TO THE ENGINEER FOR APPROVAL. DOWELS SHALL BE
INSTALLED IN ALL CONSTRUCTION JOINTS IN ACCORDANCE
WITH SPECIFICATION P-501. INTERIOR SLAB LOCATIONS
SHOWN WITH A DOWELED
CONSTRUCTION JOINT MAY BE MODIFIED TO A DOWELED
CONTRACTION JOINT, WITH APPROVAL OF
THE ENGINEER.
52
Can you confirm item 16 “19-inch
Concrete Pavement, Reinforced”
requires #4 rebar on 12” centers
according to detail 7 of the Paving
details provided.
Refer to Detail 6 on drawing CP501 for reinforcing
requirements.
53
Will the surface course required for
staging area according to detail 3 in
the Erosion Control Details need to
be removed at the end of the
project?
Refer to STAGING AND STORAGE AREAS Note 3 on drawing
GN103 for requirements.
54
Can you confirm the depth of the
choke stone between the cement
treated base and concrete shown in
the Typical Sections?
Refer to specification P-304-5.12 Bond-breaker for
requirements.
55
The haul routes shown on the
Overall Phasing Plans seem to go
over existing roads, are there any
anticipated areas that will need to
have a haul road installed according
to detail 6 in the Typical Pavement
Sections?
Haul roads currently exist up to the North side of the
Temporary AOA Gate, refer to drawing GC102. The
Contractor is responsible for installing the continuation of
the haul road to the construction site, as necessary, and to
connect to the TEMPORARY LAYDOWN AREA.
56
Bid schedule 1 shows furnishing 67
fixtures (bid items 55-58). Bid item
60, “Install Fixture and Transformer”
has a quantity of 60. Please advise.
The furnish quantities are higher than the install quantities
because of spare fixtures that are included in the project.
00 05 15 - 1
ADDENDA
Page 77 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
ADDENDUM 3 City Project No. 103668
Page 5 of 5
Number Question Answer
57
Bid Schedule 2 shows furnishing 138
fixtures (bid items 7-8). Bid item 9,
“Install Fixture and Transformer” has
a quantity of 126. Please advise.
The furnish quantities are higher than the install quantities
because of spare fixtures that are included in the project.
58
Is only the Low Bid Representative
as read, required to turn in the DBE
three city working days after the bid
date?
All bidders must submit the required DBE documentation no
later than 2:00pm on the third City business day after the
bid opening date. If only the low-bidder submits the
required DBE documentation, and that bidder is not
awarded the contract, there will be no additional
opportunity for the other bidders to submit DBE
documentation after the fact, and all bids will be rejected.
59
Please provide Utilization Form
mentioned in Section 00 45 40 under
Submittal of Required Documents.
The link provided does not work.
Updated specification 00 45 40 Business Equity Utilization
was included in Addendum 2.
00 05 15 - 1
ADDENDA
Page 78 of 90
----SUMMARY OF QUANTITIES
J. GATMAITANGN004 S. CHILDERS T. MILLSJ. GATMAITANFILENAME:PLOT DATE:PLOT TIME:123456BCDVERIFY SCALEBAR IS ONE INCH ONORIGINAL DRAWING.1"0PROJDATEDATENO.
DSGN DR CHK APVDSHEETDWG AISSUE FOR BIDAUGUST 2023OF 63WFXP7010FORT WORTH, TX 76177
13901 AVIATOR WAY
PEROT FIELD FORT WORTH ALLIANCE AIRPT.
TAXIWAY P EXTENSION PHASE III8/29/20234:28 PMWFXP7004-GN004APVDBY
JACOBS 2023. ALL RIGHTS RESERVED.JACOBS AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF JACOBS.
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OFREUSE OF DOCUMENTS:c
ORTHWORTF 08/04/20230 ISSUE FOR BID BID LISTITEM NO.DESCRIPTIONSPECIFICATIONSECTION NO.UNIT OFMEASUREBID QUANTITY1CONTRACTOR QUALITY CONTROL PROGRAM (CQCP)C-100-14.1LS12TEMPORARY EROSION CONTROLC-102-5.1LS13 MOBILIZATIONC-105-5.1LS14TEMPORARY FENCING, BARRICADES, AND FACILITIESG-145-5.1LS15PAVEMENT REMOVAL, ASPHALTP-101-5.1SY2,1876 REMOVE INLET AND CAP RC PIPEP-101-5.2EA17CLEARING AND GRUBBINGP-151-4.1AC98 UNCLASSIFIED EXCAVATIONP-152-4.1CY12,5009 ROCK EXCAVATIONP-152-4.2CY25010 LIME-TREATED SUBGRADEP-155-8.1SY20,13911 LIMEP-155-8.2TON1,05712CRUSHED AGGREGATE BASE COURSE, 20-INCH THICKNESSP-209-5.1SY6,52613CEMENT-TREATED BASE COURSE, 6-INCH THICKNESSP-304-8.1SY13,62214ASPHALT MIXTURE SURFACE COURSEP-403-8.1TON1,7801519-INCH CONCRETE PAVEMENT, UNREINFORCEDP-501-8.1SY10,8571619-INCH CONCRETE PAVEMENT, REINFORCEDP-501-8.2SY2,54417EMULSIFIED ASPHALT PRIME COATP-602-5.1GAL1,89918 EMULSIFIED ASPHALT TACK COATP-603-5.1GAL44319 JOINT SEALANT FOR CONCRETE PAVEMENTSP-605-6.1LF14,74220 SURFACE PREPARATIONP-620-5.1SF12,84521MARKINGP-620-5.2SF12,84522REFLECTIVE MEDIA, TYPE I, GRADATION AP-620-5.3LB8423REFLECTIVE MEDIA, TYPE IIIP-620-5.4LB1,15524MARKING REMOVALP-620-5.5SF2,01825 LOWER EXISTING INLETD-751-5.1EA126 INSTALL MANHOLE COVER ON EXISTING STRUCTURED-751-5.2EA227TEMPORARY IRRIGATION SYSTEM INSTALLATIONS AND REMOVALST-900-9.1LS128 WATER FOR IRRIGATIONT-900-9.2CCF4,00029 SODDINGT-904-5.1SY24,00030TOPSOIL, 4-INCH THICKNESST-905-5.1SY24,00031NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUITL-108-5.1LF12,00032NO. 6 SOLID CU COUNTERPOISE INST. W/GROUND RODS AND CONNECTORSL-108-5.2LF5,45033 NO. 6 STRANDED CU GROUND INST. W/GROUND RODS AND CONNECTORSL-108-5.3LF42034NO. 8 L-824C 5KV TEMP JUMPER CABLE, INCL. COUNTERPOISE W/GROUND RODS AND CONNECTORS,TRENCH AND BACKFILL, CONDUIT OR OTHER PROTECTION, INSTALLED AND REMOVEDL-108-5.4LF3,500352" SCH. 40 PVC CONDUIT, DEB, INCL. TRENCH AND BACKFILLL-110-5.1LF700362" SCH. 40 PVC CONDUIT UNDER NEW FULL STRENGTH PVMT., INCL. TRENCH AND BACKFILLL-110-5.2LF1,900372" SCH. 40 PVC CONDUIT UNDER NEW SHOULDER PVMT., INCL. TRENCH AND BACKFILLL-110-5.3LF2,350382" SCH. 40 PVC DRAIN CONDUIT, INCL. TRENCH AND BACKFILLL-110-5.4LF230394W-4" DUCT BANK, INCL. TRENCH AND BACKFILLL-110-5.5LF25040DEMO DUCT BANK, INCL. CABLEL-110-5.6LF615412" HDPE DIRECTIONAL BORE, COMPLETEL-110-5.7LF21542DEMO HANDHOLE/JUNCTION CAN/LIGHT BASE IN EARTHL-115-5.2EA343 AIRCRAFT RATED 4'X4'X4' MANHOLEL-115-5.3EA244JUNCTION CAN IN EARTHL-115-5.4EA145REMOVE FIXTURE AND TRANSFORMER, DISPOSE OF OFF SITEL-125-5.1EA246REMOVE LIGHT BASE BLANK LID, RETURN TO OWNERL-125-5.2EA947REMOVE SIGN AND TRANSFORMER, RETURN TO OWNERL-125-5.3EA148 DEMO SIGN FOUNDATIONL-125-5.4EA149REMOVE ELEVATED RETROREFLECTIVE TAXIWAY EDGE MARKER, RETURN TO OWNERL-125-5.5EA450 FURNISH AND INSTALL L-867 BASE IN NEW SHOULDER PVMT.L-125-5.6EA3951 FURNISH AND INSTALL L-867 BASE IN EXISTING SHOULDER PVMT.L-125-5.7EA352 FURNISH AND INSTALL L-868 2-PIECE BASE IN NEW FULL STRENGTH PVMT.L-125-5.8EA4253 FURNISH AND INSTALL L-867 BLANK LIDL-125-5.9EA1154 FURNISH AND INSTALL L-868 BLANK LIDL-125-5.10EA2255 FURNISH L-850C RWY SEMIFLUSH EDGE FIXTURE AND TRANSFORMERL-125-5.11EA356FURNISH L-852C(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERL-125-5.12EA1957FURNISH L-852D(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERL-125-5.13EA858FURNISH L-861T(L) TWY EDGE FIXTURE AND TRANSFORMERL-125-5.15EA3759FURNISH AND INSTALL L-853 ELEVATED RETROREFLECTIVE TAXIWAY EDGE MARKERL-125-5.17EA660 INSTALL FIXTURE AND TRANSFORMERL-125-5.18EA6061FURNISH AND INSTALL L-858(L) 1 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.19EA262FURNISH AND INSTALL L-858(L) 2 MOD, DOUBLE FACE SIGN, INCL. FOUNDATIONL-125-5.20EA263FURNISH AND INSTALL L-858(L) 3 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.21EA164FURNISH AND INSTALL L-858(L) 4 MOD, SINGLE FACE SIGN, INCL. FOUNDATIONL-125-5.22EA265 RELOCATE DISTANCE REMAINING SIGN AND TRANSFORMER ON NEW FOUNDATIONL-125-5.23EA166REPLACE SIGN PANEL ARRAY, COMPLETEL-125-5.24AL167PAVEMENT BLOCKOUT FOR LIGHT BASE, COMPLETEL-125-5.25EA1BID SCHEDULE 1 - BASE BIDBID SCHEDULE 2 - ALTERNATE BIDBID LISTITEM NO.DESCRIPTIONSPECIFICATIONSECTION NO.UNIT OFMEASUREBID QUANTITY1MOBILIZATIONC-105-5.1LS12TEMPORARY BARRICADESG-145-5.1LS13 NO. 8 L-824C 5KV CABLE INST. IN DUCT OR CONDUITP-101-5.1LF9,0004REMOVE FIXTURE AND TRANSFORMER, DISPOSE OF OFF SITEP-604-6.1EA1955REMOVE LIGHT BASE BLANK LID, RETURN TO OWNERP-605-5.1EA36 FURNISH AND INSTALL L-868 BLANK LIDT-900-9.1EA727FURNISH L-852C(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERT-904-5.1EA578FURNISH L-852D(L) BIDIRECTIONAL TWY CENTERLINE FIXTURE AND TRANSFORMERT-905-5.1EA819 INSTALL FIXTURE AND TRANSFORMERL-108-5.3EA12610BROKEN BOLT REPAIR, COMPLETEL-110-5.7EA30011WELD GROUND STUD IN EXISTING LIGHT BASE, COMPLETEL-115-5.2EA5012P-606 AROUND LIGHT FIXTURE OR BLANK LID, COMPLETEL-115-5.3EA17013 FIELD INVESTIGATION OF TAXIWAY CENTERLINE CIRCUITRYL-115-5.4LS11111121 08/23/2023 ADDENDUM 1
2 08/28/2023 ADDENDUM 2
3 08/31/2023 ADDENDUM 33 33STATE OF TEXASPROFESSIONAL ENGI
N
E
ERLICENSED THOMAS L. MILLS III10366008/31/2023
1 Contractor Quality Control Program (CQCP)C-100-14.1 LS 1
2 Temporary Erosion Control C-102-5.1 LS 1
3 Mobilization C-105-5.1 LS 1
4 Temporary Fencing, Barricades, and Facilities G-145-5.1 LS 1
5 Pavement Removal, Asphalt P-101-5.1 SY 2,187
6 Remove Inlet and Cap RC Pipe P-101-5.2 EA 1
7 Clearing and Grubbing P-151-4.1 AC 9
8 Unclassified Excavation P-152-4.1 CY 12,500
9 Rock Excavation P-152-4.2 CY 250
10 Lime-Treated Subgrade P-155-8.1 SY 20,139
11 Lime P-155-8.2 TON 1,057
12 Crushed Aggregate Base Course, 20-Inch Thickness P-209-5.1 SY 6,526
13 Cement-Treated Base Course, 6-Inch Thickness P-304-8.1 SY 13,622
14 Asphalt Mixture Surface Course P-403-8.1 TON 1,780
15 19-inch Concrete Pavement, Unreinforced P-501-8.1 SY 10,857
16 19-inch Concrete Pavement, Reinforced P-501-8.2 SY 2,544
17 Emulsified Asphalt Prime Coat P-602-5.1 GAL 1,899
18 Emulsified Asphalt Tack Coat P-603-5.1 GAL 443
19 Joint Sealant for Concrete Pavements P-605-5.1 LF 14,742
20 Surface Preparation P-620-5.1 SF 12,485
21 Marking P-620-5.2 SF 12,485
22 Reflective Media, Type I, Gradation A P-620-5.3 LB 84
23 Reflective Media, Type III P-620-5.4 LB 1,155
24 Marking Removal P-620-5.5 SF 2,018
25 Lower Existing Inlet D-751-5.1 EA 1
26 Install Manhole Cover on Existing Structure D-751-5.2 EA 2
27 Temporary Irrigation System Installations and Removals T-900-9.1 LS 1
28 Water for Irrigation T-900-9.2 CCF 4,000
29 Sodding T-904-5.1 SY 24,000
30 Topsoil, 4-inch thickness T-905-5.1 SY 24,000
31 No. 8 L-824C 5kV Cable Inst. In Duct Or Conduit L-108-5.1 LF 12,000
32 No. 6 Solid CU Counterpoise Inst. w/Ground Rods And
Connectors L-108-5.2 LF 5,450
33 No. 6 Stranded CU Ground Inst. w/Ground Rods And
Connectors L-108-5.3 LF 420
34
No. 8 L-824C 5KV Temp Jumper Cable, Incl.
Counterpoise w/Ground Rods And Connectors, Trench
And Backfill, Conduit Or Other Protection, Installed
And Removed
L-108-5.4 LF 3,500
35 2" Sch. 40 PVC Conduit, DEB, Incl. Trench And L-110-5.1 LF 700
36 2" Sch. 40 PVC Conduit Under New Full Strength
Pvmt., Incl. Trench And Backfill L-110-5.2 LF 1,900
37 2" Sch. 40 PVC Conduit Under New Shoulder Pvmt.,
Incl. Trench And Backfill L-110-5.3 LF 2,350
38 2" Sch. 40 PVC Drain Conduit, Incl. Trench And L-110-5.4 LF 230
39 4W-4" Duct Bank, Incl. Trench And Backfill L-110-5.5 LF 250
40 Demo Duct Bank, Incl. Cable L-110-5.6 LF 615
41 2" HDPE Directional Bore, Complete L-110-5.7 LF 215
Unit of
Measure
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Bid Schedule 1 - Base Bid
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 80 of 90
Unit of
Measure
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Bid Schedule 1 - Base Bid
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
42 Demo Handhole/Junction Can/Light Base In Earth L-115-5.2 EA 3
43 Aircraft Rated 4'x4'x4' Manhole L-115-5.3 EA 2
44 Junction Can In Earth L-115-5.4 EA 1
45 Remove Fixture And Transformer, Dispose Of Off Site L-125-5.1 EA 2
46 Remove Light Base Blank Lid, Return To Owner L-125-5.2 EA 9
47 Remove Sign And Transformer, Return To Owner L-125-5.3 EA 1
48 Demo Sign Foundation L-125-5.4 EA 1
49 Remove Elevated Retroreflective Taxiway Edge Marker,
Return To Owner L-125-5.5 EA 4
50 Furnish And Install L-867 Base In New Shoulder Pvmt.L-125-5.6 EA 39
51 Furnish And Install L-867 Base In Existing Shoulder
Pvmt.L-125-5.7 EA 3
52 Furnish And Install L-868 2-Piece Base In New Full
Strength Pvmt.L-125-5.8 EA 42
53 Furnish And Install L-867 Blank Lid L-125-5.9 EA 11
54 Furnish And Install L-868 Blank Lid L-125-5.10 EA 22
55 Furnish L-850C Rwy Semiflush Edge Fixture And
Transformer L-125-5.11 EA 3
56 Furnish L-852C(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.12 EA 19
57 Furnish L-852D(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.13 EA 8
58 Furnish L-861T(L) Twy Edge Fixture And Transformer L-125-5.14 EA 37
59 Furnish And Install L-853 Elevated Retroreflective
Taxiway Edge Marker L-125-5.15 EA 6
60 Install Fixture And Transformer L-125-5.16 EA 60
61 Furnish And Install L-858(L) 1 Mod, Single Face Sign,
Incl. Foundation L-125-5.17 EA 2
62 Furnish And Install L-858(L) 2 Mod, Double Face Sign,
Incl. Foundation L-125-5.18 EA 2
63 Furnish And Install L-858(L) 3 Mod, Single Face Sign,
Incl. Foundation L-125-5.19 EA 1
64 Furnish And Install L-858(L) 4 Mod, Single Face Sign,
Incl. Foundation L-125-5.20 EA 2
65 Relocate Distance Remaining Sign And Transformer On
New Foundation L-125-5.21 EA 1
66 Replace Sign Panel Array, Complete L-125-5.22 AL 1 $1,600.00 $1,600.00
67 Pavement Blockout For Light Base, Complete L-125-5.23 EA 1
Total Bid Schedule 1 - Base Bid
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 81 of 90
Unit of
Measure
Bidlist
Item No.
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Bid Schedule 1 - Base Bid
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
1 Mobilization C-105-5.1 LS 1
2 Temporary Barricades G-145-5.1 LS 1
3 No. 8 L-824C 5kV Cable Inst. In Duct Or Conduit L-108-5.1 LF 9,000
4 Remove Fixture And Transformer, Dispose Of Off Site L-125-5.1 EA 195
5 Remove Light Base Blank Lid, Return To Owner L-125-5.2 EA 3
6 Furnish And Install L-868 Blank Lid L-125-5.10 EA 72
7 Furnish L-852C(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.12 EA 57
8 Furnish L-852D(L) Bidirectional Twy Centerline Fixture
And Transformer L-125-5.13 EA 81
9 Install Fixture And Transformer L-125-5.16 EA 126
10 Broken Bolt Repair, Complete L-125-5.24 EA 300
11 Weld Ground Stud In Existing Light Base, Complete L-125-5.25 EA 50
12 P-606 Around Light Fixture Or Blank Lid, Complete L-125-5.26 EA 170
13 Field Investigation Of Taxiway Centerline Circuitry L-125-5.27 LS 1
*Total 1 = Bid Schedule 1: $
*Total 2 = Bid Schedule 1 + Bid Schedule 2: $
END OF SECTION
Total Bid Schedule 2 - Alternate Bid
*Note: The City Reserves the right to select either Total 1 or Total 2.
Bid Schedule 2 - Alternate Bid
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 05 15 - 1
ADDENDA
Page 82 of 90
00 05 15 - 1ADDENDAPage 83 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-1 City Project No. 103668
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with
this specification, the referenced specifications, and the applicable advisory circulars (ACs). The
systems shall be installed at the locations and in accordance with the dimensions, design, and details
shown in the plans. This item shall include the furnishing of all equipment, materials, services, and
incidentals necessary to place the systems in operation as completed units to the satisfaction of the
RPR.
EQUIPMENT AND MATERIALS
125-2.1 General.
a.Airport lighting equipment and materials covered by Federal Aviation Administration (FAA)
specifications shall be certified per AC 150/5345-53, Airport Lighting Equipment Certification
Program (ALECP) and listed in the ALECP Addendum. FAA certified airfield lighting shall be
compatible with each other to perform in compliance with FAA criteria and the intended operation.
If the Contractor provides equipment that does not performs as intended because of incompatibility
with the system, the Contractor assumes all costs to correct the system for to operate properly.
b.Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide
materials in accordance with these specifications and acceptable to the RPR. Materials supplied
and/or installed that do not comply with these specifications shall be removed, when directed by the
RPR and replaced with materials, which do comply with these specifications, at the sole cost of the
Contractor.
c.All materials and equipment used shall be submitted to the RPR for approval prior to ordering
the equipment. Submittals shall be in accordance with the provisions of Item L-100, General
Provisions – Electrical. The Contractor shall be responsible for delays in the project accruing directly
or indirectly from late submissions or resubmissions of submittals.
d.The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with
the plans and specifications. The Contractor's submittals shall be submitted in electronic PDF format,
tabbed by specification section. The RPR reserves the right to reject any or all equipment, materials
or procedures, which, in the RPR’s opinion, do not meet the system design and the standards and
codes, specified herein.
e.All equipment and materials, with the exception of LED light fixtures, furnished and installed
under this section shall be guaranteed against defects in materials and workmanship for a period of at
least twelve (12) months from final acceptance by the Owner. LED light fixtures, with the exception
of obstruction lighting (AC 150/5345-43) must be warranted by the manufacturer for a minimum of
four (4) years after date of installation inclusive of all electronics.” Obstruction lighting warranty is
set by the individual manufacturer. The defective materials and/or equipment shall be repaired or
replaced, at the Owner's discretion, with no additional cost to the Owner.
EQUIPMENT AND MATERIALS
125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground
Electrical Duct Banks and Conduits.
00 05 15 - 1ADDENDA
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-2 City Project No. 103668
Page 84 of 90
125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108
Underground Power Cable for Airports.
125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88
respectively, as manufactured by 3M Company or an approved equal.
125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of
Underground Cable for Airports.
125-2.6 Retroreflective Markers. Retroreflective markers shall be type L-853 and shall conform to
the requirements of AC 150/5345-39.
125-2.7 Runway And Taxiway Lights. Runway and taxiway lights shall conform to the
requirements of AC 150/5345-46. Light fixtures shall be of size and type indicated in the fixture
schedule on the plans, or as required by fixture manufacturer for each lighting fixture required under
this contract. Filters shall be of colors conforming to the specification for the light concerned or to the
standard referenced. The airfield lighting systems are designed using the fixtures indicated on the
plans. Other approved airfield lighting fixtures are permissible provided the Contractor assumes all
costs for the redesign of the airfield lighting and necessary power distribution systems and all costs
incurred furnishing and installing any additional equipment. In no case shall the Contractor be
allowed to reduce the size of the constant current regulators or the power distribution systems.
125-2.8 Runway And Taxiway Signs. Runway and Taxiway Guidance Signs shall conform to the
requirements of AC 150/5345-44. Signs shall be of the size and type indicated in the sign schedule
and as detailed on the plans.
125-2.10 Precision Approach Path Indicator (PAPI). Refer to Item L-131, Precision Approach
Path Indicator (PAPI).
125-2.12 Light Base And Transformer Housings. Light bases shall conform to the requirements of
AC 150/5345-42. Light bases shall be of the type, class, and size as indicated on the plans or as
required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter
plates shall be provided to accommodate various sizes of fixtures.
125-2.13 Isolation Transformers. Isolation Transformers shall be of the type and size as required
for each installation. Transformers shall conform to AC 150/5345-47.
125-2.14 Fixture Hold Down Bolts. Semiflush fixture and mulithole adapter hold down bolts and
installations shall adhere to the following requirements: Bolts shall be all-thread, fluoropolymer
coated, SAE Grade 5, in accordance with FAA Engineering Brief No. 83. All other bolts shall be all-
thread, 18-8, Type 304 stainless steel. Bolt information shall be submitted for approval of the
Engineer. Submittal shall specifically identify, as a minimum, the bolt material, dimensions, and
threading. Bolt material shall be readily identifiable in the field by appropriate ASTM markings on
the bolts or by having material identified on bolt packaging, as approved through the Engineer.
Stainless steel bolts shall receive anti seize compound. Grade 5 coated bolts shall not receive any
anti-seize compound or lubricant.
125-2.15 High Performance Non-Shrink Grout. Where specified in the plans, a high performance
non-shrink grout shall be used for backfill around light bases and conduit. This high performance
non-shrink grout shall be Delpatch Elastomeric Concrete by D. S. Brown of North Baltimore, Ohio,
Telephone No. 419-257-3561, or approved equivalent. Contractor shall use this product in accordance
00 05 15 - 1ADDENDA
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-3 City Project No. 103668
Page 85 of 90
with the manufacturer’s recommendations and warnings. The RPR may require that Contractor have a
representative of the manufacturer onsite to demonstrate the proper use of the product if Contractor
cannot demonstrate prior experience.
INSTALLATION
125-3.1 Installation. The Contractor shall furnish, install, connect and test all equipment,
accessories, conduit, cables, wires, buses, grounds and support items necessary to ensure a complete
and operable airport lighting system as specified here and shown in the plans.
The equipment installation and mounting shall comply with the requirements of the National
Electrical Code and state and local code agencies having jurisdiction.
The Contractor shall install the specified equipment in accordance with the applicable advisory
circulars and the details shown on the plans.
a. General Cable Installation Requirements. The primary cable shall enter the light base and
transformer housing as shown on the plans. Primary cable slack shall be provided inside the
light fixture base as specified in Item L-108. In general, enough slack shall be left in the
cable to permit installation aboveground of the connections between the primary cable and
the isolating transformer primary leads. A similar length of primary cable slack shall be
provided for any unconnected cable installed in a fixture base can. When more than one (1)
circuit is installed within the lighting base, each cable shall bear its appropriate circuit
identification marker. The transformer secondary leads shall be connected to the lamp leads
with a disconnecting plug and receptacle. The secondary connection shall not be taped; the
cable connections to the isolating transformer's leads shall be made as specified in Item
L-108. Ends of cables shall be sealed with heat shrinkable tubing until the splice is made to
prevent the entrance of moisture.
b. Installing Light Fixtures at Existing Bases. At locations indicated on the plans, the
Contractor shall install light fixtures at existing fixture bases. This shall include providing
the following items, as required and directed by the RPR.
(1)Remove and salvage existing base cover plates.
(2)Refurbish and prepare the base flange with flange rings or spacer rings, as
required and directed by the Engineer, in order to properly install the
specified light fixture.
(3)Clean out and refurbish the interior of the bases, including conduits.
(4)Install primary airfield lighting circuit cable.
(5)Install fixture isolation transformers of proper specified rating and wattage.
(6)Install L-823 connectors and fixture ground.
(7)Install specified fixtures.
c. Fixture Ground Requirements. All fixtures shall be bonded to the light base internal ground
lug via a #6 AWG stranded copper wire rated for 600V with green XHHW insulation or a
braided ground strap of equivalent current rating. The ground wire must be of sufficient
length to allow the removal of the light fixture from the light base for routine maintenance.
Light fixture manufacturer shall provide a means to attach the ground conductor to the
fixture or fixture base plate, as applicable.
d. Demolition. At locations noted on plans, existing light fixtures, bases, signs, foundations,
cables and other materials shall be removed. Payment for demolished lights and signs,
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-4 City Project No. 103668
ADDENDAPage 86 of 90
inclusive of bases and foundations, shall be made under this item as provided herein.
Salvageable materials shall be delivered to the Owner salvage area or disposed of as
directed by the Owner.
e. Light Installations In New Concrete Pavement. Install light fixture bases in accordance
with the general requirements of paragraph 125-3.1, as shown on the plans, and as noted
below. Conduit and base trench shall be filled with a concrete slurry of well graded
aggregate mix with a top size aggregate of one inch. This concrete shall have a minimum
28-day compressive strength of 4,000 psi. The aggregate and other material shall meet the
requirements of P-610, Concrete For Miscellaneous Structures. See applicable details
shown in the plans. Light base setting and leveling jig shall not be removed for 24 hours
after placing the encapsulation or until a hard set has occurred when using a high
performance grout encapsulation. After installation of the light fixture, the azimuth of the
light beam shall not vary more than +1/2 degree from the required direction. The
elevation of the light fixture outside edge shall be flush with the surrounding surface
elevation such that the elevation of the fixture is not more than +0 inches higher than nor -
1/16 inch lower than the elevation of the pavement. If this tolerance is not met, the
Contractor shall, at its own expense, remove and replace the light base extension (top
section) to the satisfaction of the Engineer. In concrete light bases shall have one, two or
more 2 inch threaded metallic hubs for all required conduit entrances, as indicated on the
plans. Grommeted conduit entrances are strictly prohibited except where shown on the
plans.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and
receptacle conforming to AC 150/5345 26 without taping the joint. Install a lamp of the
proper rating in the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125 3.1.
f.Light Installations In Existing Concrete Pavement. Install light fixture bases in accordance
with the general requirements of paragraph 125-3.1, as shown on the plans, and as noted
below. The pavement core and backfill is included as part of base installation pay item.
Conduit trench and base core shall be backfilled in accordance with applicable details shown
in the plans.
After installation of the light fixture, the azimuth of the light beam shall not vary more than ½º
from the required direction. The elevation of the light fixture outside edge shall be flush with
the surrounding surface elevation such that the elevation of the fixture is not more than +0 inch
higher than or -1/16 inch lower than the elevation of the pavement. If this tolerance is not met,
the Contractor shall, at its own expense, remove and replace the fixture to the satisfaction of
the Engineer.
In-pavement light bases shall have one, two, or more hubs for all required conduit entrances,
as indicated on the plans. Grommeted conduit entrances are strictly prohibited except where
shown on the plans.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and
00 05 15 - 1
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-5 City Project No. 103668
ADDENDAPage 87 of 90
receptacle conforming to AC 150/5345 26 without taping the joint. Install a lamp of the
proper rating in the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125 3.1.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and receptacle
conforming to AC 150/5345-26 without taping the joint. Install a lamp of the proper rating in
the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125-3.1.
125-3.2 Testing. Because certain components may be inaccessible after final installation, lighting
shall be tested concurrently with installation. The airfield electrical installations shall be tested in
accordance with the requirements of Item L-111. Systems Tests shall also be conducted as specified
in Item L-111. Any system installation errors or unacceptable discrepancies of installation shall be
corrected to the satisfaction of the RPR.
a. Elevation And Alignment. Light unit installation procedures shall be checked during
construction and after the system has been completed to determine that the recommended
fixture elevation and alignment is in accordance with design and manufacturer's installation
requirements.
b. Securing Screws Or Bolts. All fixture securing screws or bolts shall be tightened in
accordance with the manufacturer's recommendations.
c. Light Channels And Lenses. Each light fixture shall be checked to determine that the lenses
and the channels in front of the lenses are clean and that the glassware is properly oriented.
All lights shall be fully tested by continuous operation for not less than 24 hours as a completed
system prior to acceptance. The test shall include operating the constant current regulator in each step
not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate
properly during each portion of the test.
125-3.3 Shipping And Storage. Equipment shall be shipped in suitable packing material to prevent
damage during shipping. Store and maintain equipment and materials in areas protected from
weather and physical damage. Any equipment and materials, in the opinion of the RPR, damaged
during construction or storage shall be replaced by the Contractor at no additional cost to the owner.
Painted or galvanized surfaces that are damaged shall be repaired in accordance with the
manufacturer’s recommendations.
125-3.4 Elevated And In-Pavement Lights. Water, debris, and other foreign substances shall be
removed prior to installing fixture base and light.
A jig or holding device shall be used when installing each light fixture to ensure positioning to the
proper elevation, alignment, level control, and azimuth control. Light fixtures shall be oriented with
the light beams parallel to the runway or taxiway centerline and facing in the required direction. The
outermost edge of fixture shall be level with the surrounding pavement. Surplus sealant or flexible
embedding material shall be removed. The holding device shall remain in place until sealant has
reached its initial set.
00 05 15 - 1ADDENDAPage 88 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-6 City Project No. 103668
METHOD OF MEASUREMENT
125-4.1 The measurement of existing items demolished, including all removal, offsite disposal and
site restoration, to be paid for shall be the number per each for every item demolished,
completed and accepted by the RPR.
125-4.2 The measurement of existing items removed and returned to Owner to be paid for shall be the
number per each for every item removed and returned, completed and accepted by the RPR.
125-4.3 The measurement of items furnished and installed to be paid for shall be the number per each
for every type of item furnished and installed, completed and accepted by the RPR.
125-4.4 The measurement of items furnished to be paid for shall be the number per each for every
type of item furnished and accepted by the RPR.
125-4.5 The measurement of items installed to be paid for shall be the number per each for every type
of item installed and accepted by the RPR.
125-4.6 The measurement of items established, maintained and removed to be paid for shall be the
number per each for every type of item established, maintained and removed and accepted by
the RPR.
125-4.7 The measurement of items replaced to be paid for shall be the number per each for every type
of item replaced and accepted by the RPR.
125-4.8 The measurement of the field investigation of taxiway centerline circuitry shall be paid for by
a lump sum amount.
BASIS OF PAYMENT
125-5.1 Payment will be made at the contract unit price for each complete unit demolished, including
all removal, offsite disposal and site restoration, by the Contractor and accepted by the RPR. Payment
will be made at the contract unit price for each complete unit removed and returned to Owner by the
Contractor and accepted by the RPR. Payment will be made at the contract unit price for each
complete unit furnished and installed by the Contractor and accepted by the RPR. Payment will be
made at the contract unit price for each complete unit furnished by the Contractor and accepted by the
RPR. Payment will be made at the contract unit price for each complete unit installed by the
Contractor and accepted by the RPR. Payment will be made at the contract unit price for each
complete unit established, maintained and removed by the Contractor and accepted by the RPR.
Payment will be made at the contract unit price for each complete unit replaced by the Contractor and
accepted by the RPR. Payment will be made at the lump sum contract price for field investigation of
taxiway centerline circuitry. These prices shall be full compensation for furnishing all materials and
for all preparation, assembly, and installation of these materials, where applicable, and for all labor,
equipment, tools, and incidentals necessary to complete these items.
125-5.2 The costs to Replace Sign Panel Array, Complete, will be paid from a not-to-exceed
allowance. Actual payment will be based on actual costs incurred by the Contractor or
Subcontractor(s) upon submittal of original paid receipts for materials. The Contractor’s effort and
expense for removal and installation shall be incidental to the work.
Payment will be made under:
00 05 15 - 1ADDENDAPage 89 of 90
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-7 City Project No. 103668
L-125-5.1 Remove Fixture And Transformer, Dispose Of Off Site - per each
L-125-5.2 Remove Light Base Blank Lid, Return to Owner – per each
L-125-5.3 Remove Sign And Transformer, Return to Owner - per each
L-125-5.4 Demo Sign Foundation – per each
L-125-5.5 Remove Elevated Retroreflective Taxiway Edge Marker, Return To Owner – per each
L-125-5.6 Furnish And Install L-867 Base In New Shoulder Pvmt. – per each
L-125-5.7 Furnish And Install L-867 Base In Existing Shoulder Pvmt. – per each
L-125-5.8 Furnish And Install L-868 2-Piece Base In New Full Strength Pvmt. - per each
L-125-5.9 Furnish And Install L-867 Blank Lid - per each
L-125-5.10 Furnish And Install L-868 Blank Lid - per each
L-125-5.11 Furnish L-850C Rwy Semiflush Edge Fixture And Transformer - per each
L-125-5.12 Furnish L-852C(L) Bidirectional Twy Centerline Fixture And Transformer - per each
L-125-5.13 Furnish L-852D(L) Bidirectional Twy Centerline Fixture And Transformer - per each
L-125-5.14 Furnish L-861T(L) Twy Edge Fixture And Transformer - per each
L-125-5.15 Furnish And Install L-853 Elevated Retroreflective Taxiway Edge Marker - per each
L-125-5.16 Install Fixture And Transformer - per each
L-125-5.17 Furnish And Install L-858(L) 1 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.18 Furnish And Install L-858(L) 2 Mod, Double Face Sign, Incl. Foundation - per each
L-125-5.19 Furnish And Install L-858(L) 3 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.20 Furnish And Install L-858(L) 4 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.21 Relocate Distance Remaining Sign And Transformer On New Foundation - per
each
L-125-5.22 Replace Sign Panel Array, Complete - per allowance
L-125-5.23 Pavement Blockout For Light Base, Complete - per each
L-125-5.24 Broken Bolt Repair, Complete - per each
L-125-5.25 Weld Ground Stud in Existing Light Base, Complete - per each
00 05 15 - 1ADDENDAPage 90 of 90
L-125-5.26 P-606 Around Light Fixture Or Blank Lid, Complete - per each
L-125-5.27 Field Investigation Of Taxiway Centerline Circuitry - per lump sum
L-125-5.28 ALCMS Modifications, Complete - per allowance
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-18 Standards for Airport Sign Systems
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective
Markers
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings,
Junction Boxes, and Accessories
AC 150/5345-44 Specification for Runway and Taxiway Signs
AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures
AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport
Lighting Systems
AC 150/5345-53 Airport Lighting Equipment Certification Program
END OF ITEM L-125
END OF SECTION
00 11 13
INVITATION TO BIDDERS
Page 1 of 2
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised 7/19/2021
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport
(“Project”) will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday,
September 7, 2023 as further described below:
City of Fort Worth
Purchasing Division
200 Texas Street
Fort Worth, Texas 76102
Bids will be accepted by: US Mail, Courier, FedEx, or hand delivery at the address above.
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: Construction of Taxiway Papa, Phase III,
including approximately 11,000 square yards of Portland Cement Concrete pavement, stabilized subbase,
lime-treated subgrade, asphalt shoulders, taxiway edge and centerline lights, airfield signs, airfield
pavement markings, temporary and permanent erosion and sedimentation controls.
PREQUALIFICATION
Certain improvements included in this Project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification
and pre-qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort
Worth’s Purchasing Division website at http://www.fortworthtexas.gov/purchasing/ and clicking on the
link to the advertised project folders on the City’s electronic document management and collaboration
system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTERSEST
To ensure potential bidders are kept up to date of any new information pertinent to this Project, all interested
parties are requested to email Expressions of Interest in this procurement to the City Project Manager and
the Design Engineer. The email should include the bidder’s company name, contact person, that individuals
email address and phone number. All Addenda will be distributed directly to those who have expressed an
interest in the procurement and will also be posted in the City of Fort Worth’s purchasing website at
http://fortworthtexas.gov/purchasing/.
00 11 13
INVITATION TO BIDDERS
Page 2 of 2
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised 7/19/2021
PREBID CONFERENCE – IN PERSON
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS in the
Contract Documents at the following date, time, and location:
DATE: Monday, August 21, 2023
TIME: 10:00 AM CST
LOCATION: Perot Field Fort Worth Alliance Airport
Spirit of Alliance Conference Room
13901 Aviator Way
Fort Worth, Texas 76177
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids. Execution of this Project
is contingent upon receipt of Federal Aviation Administration grant funds.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications, and competencies
considered. Award of this Project is contingent upon receipt of Federal Aviation Administration grant
funds.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues
generated from Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant
and reserved by the City for the Project. Because this is a federally funded project, additional requirements
as detailed will apply.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Thomas L. Mills III, Jacobs Engineering Group
Email: thomas.mills@jacobs.com
Phone: 214.404.9498
ADVERTISEMENT DATES
August 9, 2023
August 16, 2023
END OF SECTION
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
3.1.1. Paving – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City’s assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964,
78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part
21, Nondiscrimination in Federally-assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifies all bidders that it will
affirmatively insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, or national origin in consideration of award.
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address questions to:
Attn: Thomas L. Mills, III, PE, Jacobs
Email: thomas.mills@jacobs.com
Phone: 214-404-9498
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications may be posted via the City’s electronic document management
and collaboration system at http://fortworthtexas.gov/purchasing/.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
6.4. A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five
(5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued
by a surety meeting the requirements of Paragraph 5.01 of the General Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of
Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additional copies may be
obtained from the City.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink.
Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A
Bid price shall be indicated for each Bid item, alternative, and unit price item listed
therein. In the case of optional alternatives, the words "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder shall state the prices for which the Bidder
proposes to do the work contemplated or furnish materials required. All entries shall
be legible.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance
to State Law Non Resident Bidder.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
14. Withdrawal of Bids
14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may
be withdrawn prior to the time set for bid opening. A request for withdrawal must be
made in writing and delivered to the Purchasing Office to receive a time stamp prior
to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within one hour of bid opening, will not be read aloud and will
thereafter be returned unopened.
14.2. In the event any Bid for which a withdrawal request has been timely filed has been
inadvertently opened, said Bid and any record thereof will subsequently be marked
“Withdrawn” and will be given no further consideration for the award of contract.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident’s principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
00 21 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103668
Revised/Updated November 2, 2021
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (state tx.us)
https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf
� CIQ Form does not apply
� CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
�l CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER: Mario Sinacola & Sons Excavating, Inc.
10950 Research Road
Frisco, TX 75033
(214) 387-3900
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 2020
Sig
AFW Taxiway Papa, Phase III
City Project No. 103668
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport
City Project No.: 103668
Units/Sections: Department of Aviation
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxiway Papa, Phase III
Revised 9/30/2021 City Project No. 103668
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be perFormed only by prequalified contractors and
subcontractors:
a. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
b. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
c. -
d. -
e. -
f. -
g. -
h. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 228 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxiway Papa, Phase III
Revised 9/30/2021 City Project No. 103668
00 41 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Bid Schedules (Bid Schedules awarded are contingent upon receipt of FAA grant funds):
Bid Schedule 1- Base Bid
� 7,711,234.09
Bid Schedule 2- Alternate Bid �?.81,835.00
Total Bid
7. Bid Submittal
This Bid �'submitt�d on
September 07, 2023
(Signature)
Michael Sinacola
(Printed Name)
Title: Vice President
Company: Mario Sinacola & Sons Excavating, Inc.
Address: 10950 Research Road
Frisco, Texas 75033
State of Incorporation: Michigan
Email: bstevens a,mariosinacola.com
Phone: (214) 387-3900
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
•• ��• �•
by the entity named below.
Corporate Seal:
AFW Taxiway Papa, Phase III
City Project No. 103668
0o aa a3
BID PROPOSAL
Page 1 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Infonnation
iu ociicuwc i- na�c niu
idlist Item Specification
Description
No. Section No.
1 Contractor uali Control Pro ram C CP C-100-14.1
2 Tem orar Erosion Control C-102-5.1
3 Mobilization C-105-5.1
4 Tem orai Fencin , Barricades, and Facilities G-145-5.1
5 Pavement Removal, As halt P-101-5.1
6 Remove Inlet and Ca RC Pi e P-101-5.2
7 Clearin and Grubbin P-151-4.1
8 Unclassified Excavation P-152-4.1
9 Rock Excavation P-152-4.2
10 Lime-Treated Sub rade P-I55-8.1
11 Lime P-I55-8.2
12 Crushed A re ate Base Course, 20-Inch Thickness P-209-5.1
13 Cement-Treated Base Course, 6-Inch Thickness P-304-8.1
14 As halt Mixture Surface Course P-403-81
15 19-inch Concrete Pavement, Unreinforced P-501-8.1
16 19-inch Concrete Pavement, Reinforced P-501-8.2
17 Emulsified As halt Prime Coat P-602-5.1
18 Emulsified As halt Tack Coat P-603-5.1
19 Joint Sealant for Concrete Pavements P-605-5.1
20 Surface Pre aration P-620-5.1
21 Markin P-620-5.2
22 Reflective Media, T e I, Gradation A P-620-5.3
23 Reflective Media, T e III P-620-5.4
24 Markin Removal P-620-5.5
25 Lower Existin Inlet D-751-51
26 Install Manhole Cover on Eaistin Structure D-751-5.2
27 Tem orar Irri ation S stem Installations and Removals T-900-9.1
28 Water for Irri ation T-900-9.2
29 Soddin T-904-5.1
30 To soil, 4-inch thickness T-905-5.1
31 No. 8 L-824C SkV Cable Inst. In Duct Or Conduit L-108-5.1
32 No. 6 So i CU Counterpo�se Inst. �v Groun Ro s An L-108-5.2
nn r
33 No. 6 Stran e CU Groun Inst. w Groun Ro s An L-108-5.3
1V0. i5 L-2SL41: J1iV iemp �umper Labie, inci.
34 Counterpoise �v/Ground Rods And Connectors, Trench L-108-5.4
And Backfill, Conduit Or Other Protection, Installed And
Removed
35 2" Sch. 40 PVC Conduit, DEB, Incl. Trench And Backfill L-110-5.1
36 2�� Sch. 40 PVC Conduit Under New Full Strength Pvmt., L-110-5.2
3� 2" Sch. 40 PVC Conduit Under New Shoulder Pvmt., L-110-5.3
38 2" Sch. 40 PVC Drain Conduit, Incl. Trench And Back6ll L-110-5.4
39 4W-4" Duct Bank, Incl. Trench And Backiill L-110-5.5
40 Demo Duct Bank, Incl. Cable L-110-5.6
41 2" HDPE Directional Bore, Complete L-110-5.7
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS
Revised 9/30/2021
Bidder's Application
Unit of Bid
Measure Quantity
LS 1
LS 1
LS I
LS 1
SY 2,187
EA 1
AC 9
CY 12,500
CY 250
SY 20,139
TON 1,057
SY 6,526
SY 13,622
TON 1,780
SY 10,857
SY 2,544
GAL 1,899
GAL 443
LF 14,742
SF 12,485
SF 12,485
LB 84
LB 1,155
SF 2,018
EA 1
EA 2
LS 1
CCF 4,000
SY 24,000
SY 24,000
LF 12,000
LF 5,450
LF 420
Bidder's Proposal
Unit Price Bid Value
i285,000.00 $285,000.0
$48,000.00 $48,000.0
i360,000.00 $360,000.0
i350,000.00 $350,000.0
$20.00 $43,740.0
$6,000.00 $6,000.0
$5,000.00 $45,000.0
$50.00 $625,000.0
$20.00 $5,000.0
$16.00 $322,224.0
$385.00 $406,945.0
$65.00 $424,190.0
$60.00 $817,320.0
$189.00 $336,420.0
$200.00 $2,171,400.0
$200.00 $508,800.0
$5.00 $9,495.0
$3.00 $1,329.0
$2.50 $36,855.0
$1.60 $19,976.0
$0.90 $11,236.5
$0.65 $54.6
$3.65 $4,215.7
$5.00 $10,090.0
$20,000.00 $20,000.0
$I5,000.00 $30,000.0
$50,000.00 $50,000.0
$3.50 $14,000.0
$3.54 $84,960.0
$4.00 $96,000.0
$3.00 $36,000.0
$4.00 $21,800.0
$5.50 $2,310.0
LF � 3,500
LF 700
LF 1,900
LF 2,350
LF 230
LF 250
LF 615
LF 215
$4.00 $14,000.00
$17.00 $11,900.00
$21.00 $39,900.00
$24.00 $56,400.00
$14.00 $3,220.00
$140.00 $35,000.00
$25.00 $15,375.00
$105.00 $22,575.00
AFW Taxiway Papa, Phase III
City Project No. 103668
ao az as
BID PROYOSAL
Pagc 2 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project Item Infonnation Bidder's Proposal
Bid Schedule 1- Base Bid
Bidlist Item Specification Unit of Bid
Description Unit Price Bid Value
No. Section No. Measure Quantity
42 Demo Handhole/Junction Can/Li ht Base In Earth L-115-5.2 EA 3 $350.00 $1,050.00
43 Aircraft Rated 4'x4'x4' Manhole L-115-5.3 EA 2 $I5,500.00 $31,000.00
44 Junction Can In Earth L-I15-5.4 EA 1 $1,100.00 $1,100.00
45 Remove Fixture And Transformer, Dis ose Of Off Site L-125-5.1 EA 2 $125.00 $250.00
46 Remove Li ht Base Blank Lid, Return To Owner L-125-5.2 EA 9 $75.00 $675.00
47 Remove Si n And Transformer, Return To Owner L-125-5.3 EA I $200.00 $200.00
48 Demo Si n Foundation L-125-5.4 EA 1 $300.00 $300.00
�9 Remove Elevated Retroreflective Taxiway Edge Marker, L-125-5.5 EA 4
$25.00 $100.00
50 Furnish And Install L-867 Base In Ne�v Shoulder Pvmt. L-125-5.6 EA 39 $1,400.00 $54,600.00
51 Furn�s An Insta L-867 Base In Existmg S ou er L-125-5.7 EA 3
Pvm $2,750.00 $8,250.00
52 Fuinis An Insta L-868 2-Piece Base In New Fu L-125-5.8 EA 42
r n h P m $2>400.00 $100,800.00
53 Furnish And Install L-867 Blank Lid L-125-5.9 EA 11 $205.00 $2,255.00
54 Furnish And Install L-868 Blank Lid L-125-5.10 EA 22 $265.00 $5,830.00
55 Furnish L-850C Rwy Semiflush Edge Fixture And L-125-5.11 EA 3
$2,850.00 $8,550.00
56 Furnish L-852C(L) Bidirectional Twy Centerline Fixture L-125-5.12 EA 19
$1,075.00 $20,425.00
57 Furms L-852D(L) Bi �rect�ona Twy Center me Fixture L-125-5.13 EA 8
$1,075.00 $8,600.00
58 Furnish L-861T L) T� Ed e Fixture And Transformer L-125-5.14 EA 37 $535.00 $19,795.00
59 Furnish And Install L-853 Elevated Retroreflective L-125-5.15 EA 6
$125.00 $750.00
60 Install Fixture And Transformer L-125-5.16 EA 60 $60.00 $3,600.00
Furms An Insta L-858(L) 1 Mo , Smg e Face Sign,
61 In � F n � n L-125-5.17 EA 2 $4,000.00 $8,000.00
Furms i An Insta L-858(L) 2 Mo , Dou e Face Sign,
62 In 1 F n i n L-125-5.18 EA 2 $4,'750.00 $9,500.00
63 Furnish And Install L-858(L) 3 Mod, Single Face Sign, L-125-5.19 EA 1
In 1 F n i n $5,250.00 $5,250.00
6� Furnish And Install L-858(L) 4 Mod, Single Face Sign, L-125-5.20 EA 2
$6,500.00 $13,000.00
65 Relocate Distance Remaining Sign And Transformer On L-125-5.21 EA 1
$2,500.00 $2,500.00
66 Re lace Si n Panel Arra , Com lete L-125-5.22 AL 1 $1,600.00 $1,600.00
67 Pavement Blockout For Li ht Base, Com lete L-125-5.23 EA 1 $1,523.24 $1,523.24
Total Bid Schcdule 1- Base Bid
$7,711,234.09
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxi�vay Papa, Phase III
Revised 9/30/2021 City Project No. 103668
0o a2 a3
BID PROPOSAL
Page 3 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Application
Project Item Information Bidder's Proposal
Bid Schedule 1- Base Bid
Bidlist Item Description Specification Unit of Bid Unit Price Bid Value
No. Section No. Measure Quantity
Bid Schedule 2- Alternate Bid
Bidlist Item Description Specification Unit of Bid Unit Price Bid Value
No. Section No. Measure Quantity
1 Mobilization C-105-5.1 LS 1 $8,000.00 $8,000.00
2 Tem orai Barricades G-145-5.1 LS 1 $2,500.00 $2,500.00
3 No. 8 L-824C SkV Cable Inst In Duct Or Conduit L-108-5.1 LF 9,000 $2.50 $22,500.00
4 Remove Fixture And Transformer, Dis ose Of Off Site L-125-5.1 EA 195 $60.00 $11,700.00
5 Remove Li ht Base Blank Lid, Retuin To O��mer L-125-5.2 EA 3 $95.00 $285.00
6 Furnish And Install L-868 Blank Lid L-125-5.10 EA 72 $325.00 $23,400.00
� Furnish L-852C(L) Bidirectional T��y Centerline Fixture L-125-5.12 EA 57 $64,125.00
$1,125.00
8 Furms L-852D(L) B> >rect�ona Twy Center me Future L-125-5.13 EA 81 $91,125.00
$1,125.00
9 Install Fixture And Transformer L-125-5.16 EA 126 $250.00 $31,500.00
10 Bi•oken Bolt Re air, Com lete L-125-5.24 EA 300 $45.00 $13,500.00
11 Weld Ground Stud In Eaistin Li ht Base, Com lete L-125-5.25 EA 50 $75.00 $3,750.00
12 P-606 Around Li ht Fiature Or Blank Lid, Com lete L-125-5.26 EA 170 $35.00 $5,950.00
13 Field Investi ation Of Taxiwa Centerline Circuih L-125-5.27 LS 1 $3,500.00 $3 500.00
Total Bid Schedule 2- Alternate Bid
$281,835.00
*Total 1 = Bid Schedule 1: $ $7,711,234.09
*Total 2= Bid Schedule 1+ Bid Schedule 2: $ $7,993,069.09
*Note: The City Reserves the right to select either Total 1 or Total 2.
END OP' SCCTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxiway Papa, Phase III
Revised 9/30/2021 City Project No. 103668
004313
BID BOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
Thatwe, Mario Sinacola & Sons Excavating, Inc. , known as
"Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as Construction of Taxiway Papa, Phase III at Perot Field Fort Worth Alliance Airport
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with
the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to
execute such Contract in accordance with the terms of same or fails to satisfy ail requirements and conditions required
for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between
Principal's total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 29th day of August , 2023.
- `—�
ATTEST:
Witne s as to Principal
Robert L. Stevens
Vice President
PRINCIPAL: /" �
Mario Sinac r& Sons Ex vatin
��'
�q Sign ure
�
Michaei Sinacola. Vice President
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
004313
BID BOND
Page 2 of 2
r
�
.../Li�..._ �i'�LLwG>�e
Witness as to Surety
Attach Power of Attorney (Surety) for Attorney-in-Fact
Address: 10950 Research Road
Frisco, TX 75033
SURETY:
Travelers Casualty and Surety Company of America
BY: � -zL� —
Sig ature
Sophinie Hunter, Attorney-In-Fact
Name and TiUe i
Address: One Tower Square, S102A
Hartford, CT 06183
Telephone Number: 214-989-0000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract
is awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxiway Papa, Phase III
Revised 9/30/2021 City Project No. 103668
Travelers Casualty and Surety Company of America
f`«'�I»��� Travelers Casualty and Surety Company
TRAVELERS �1 St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of
DALLAS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
. �..,,.�.
�fWf�,"AnN� ,.tv ,,Ho �l�
��f�r' SGy {�!)�,. 1��`4~
t�} 1�` �f �rr
� � } �� K�� �� w tIaRTFORD� � � C*�c: "rl "[ �
i� \ �OqN. 1
\�\Yy� ... ''�i��lfY i aa3 '�` , � �
'�+�rvw+� b� rt� fy � `S �
State of Connecticut �✓% .�� j�
By: � ��� ��
City of Hartford ss. Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being auihorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
•�i'�h ? ,`:Oi'.��•
IN WITNESS WHEREOF, I hereunto set my hand and official seal. ;; �'�-- —`-�'r`•',. ��� �/�G /
� t:otnr,v �� /
My Commission expires the 30th day of June, 2026 �* +^� "R �ll/�'L� i �'
� ru:.�r, >
f Anna P. Nowik, Notary Public
i c �_i�,���'
�.,���t,Fch;z�
This Power of Attorney is granted under and by the auihority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in fuil force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 29th day of August , 2023
4��,V75VS;�� U9�f�TYAryJs9 \__�7i'F!,*1l
� r... � i -
T yu
9Yi 11F7FGi'a 3" c HANTFOFD, t l^ C�7�r•?41'i .
�l CIXI;l. r)�;+,� y C(kiN. r � r� �I
\
�iy!•,.:. Vl�.°�` r.b.[ ��D i� �.
��,.i A f,� }�
�L/a,.- ( , �'��—�.
Kevin E. Hughes, As is stant Secretary
ro verify the authenticity of this Power ofA(torney, p/ease ca// us at 1-800-42i-3880,
P/ease referto ihe above-namedAttorney(s)-in-Factand the detai/s ofthe bond to which this PowerofAttorney is attached.
.': Y`=�i:4
TRAVELERS � �
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAK� A COMPLAINT:
You may contact Travelers Casualty and Surety Company of America , for information or
to malce a complaint at:
Traveleis Bond
Attn: Claims
One Tower Sc�uare, S 102A
Hartford, CT 06183
1-800-328-2189
You may contact the Texas Depai�tment of Insurance to obtain the information on
companies, covecages, rights oc complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252-3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202, Property Code, effective
September 1, 2001.
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. ❑X
BIDDER:
Mario Sinacola & Sons Excavating, Inc.
10950 Research Road
Frisco, Texas 75033
Date: September 07, 2023
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxiway Papa, Phase III
Revised 9/30/2021 City Project No. 103668
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
SECTION 00 45 11 1
BIDDERS PREQUALIFICATIONS 2
3
1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 4
have applied for prequalification by the City for the work types requiring prequalification 5
prior to submitting bids. To be considered for award of contract the Bidder must submit 6
Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7
their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8
must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9
the requirements below. The information must be submitted seven (7) days prior to the 10
date of the opening of bids. Subcontractors must follow the same timelines as contractors 11
for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12
the time bids are opened and reviewed may cause the bid to be rejected. 13
14
15
The prequalification process will establish a bid limit based on a technical evaluation and 16
financial analysis of the contractor. For example, a contractor wish ing to submit bids on 17
projects to be opened on the 7th of April must file the information by the 31st day of March 18
in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s 19
Prequalification Application, the following must accompany the submission. 20
a. A complete set of audited or reviewed financial statements. 21
(1) Classified Balance Sheet 22
(2) Income Statement 23
(3) Statement of Cash Flows 24
(4) Statement of Retained Earnings 25
(5) Notes to the Financial Statements, if any 26
b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 27
of Incorporation, Articles of Organization, Certificate of Formation, LLC 28
Regulations, and Certificate of Limited Partnership Agreement). 29
c. A completed Bidder Prequalification Application. 30
(1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 31
Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32
number visit the Texas Comptroller of Public Accounts online at the 33
following web address www.window.state.tx.us/taxpermit/ and fill out the 34
application to apply for your Texas tax ID. 35
(2) The firm’s e-mail address and fax number. 36
(3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 37
is used by the City for required reporting on Federal Aid projects. The DUNS 38
number may be obtained at www.dnb.com. 39
d. Resumes reflecting the construction experience of the principles of the firm for firms 40
submitting their initial prequalification. These resumes should include the size and 41
scope of the work performed. 42
e. Other information as requested by the City. 43
44
2. Prequalification Requirements 45
a. Financial Statements. Financial statement submission must be provided in 46
accordance with the following: 47
(1) The City requires that the original Financial Statement or a certified copy 48
be submitted for consideration. 49
AFW Taxiway Papa, Phase III
City Project No. 103668
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
(2) To be satisfactory, the financial statements must be audited or reviewed 1
by an independent, certified public accounting firm registered and in 2
good standing in any state. Current Texas statues also require that 3
accounting firms performing audits or reviews on business entities within 4
the State of Texas be properly licensed or registered with the Texas State 5
Board of Public Accountancy. 6
(3) The accounting firm should state in the audit report or review whether 7
the contractor is an individual, corporation, or limited liability company. 8
(4) Financial Statements must be presented in U.S. dollars at the current rate 9
of exchange of the Balance Sheet date. 10
(5) The City will not recognize any certified public accountant as 11
independent who is not, in fact, independent. 12
(6) The accountant’s opinion on the financial statements of the contracting 13
company should state that the audit or review has been conducted in 14
accordance with auditing standards generally accepted in the United 15
States of America. This must be stated in the accounting firm’s opinion. 16
It should: (1) express an unqualified opinion, or (2) express a qualified 17
opinion on the statements taken as a whole. 18
(7) The City reserves the right to require a new statement at any time. 19
(8) The financial statement must be prepared as of the last day of any month, 20
not more than one year old and must be on file with the City 16 months 21
thereafter, in accordance with Paragraph 1. 22
(9) The City will determine a contractor’s bidding capacity for the purposes 23
of awarding contracts. Bidding capacity is determined by multiplying the 24
positive net working capital (working capital = current assets – current 25
liabilities) by a factor of 10. Only those statements reflecting a positive 26
net working capital position will be considered satisfactory for 27
prequalification purposes. 28
(10) In the case that a bidding date falls within the time a new financial 29
statement is being prepared, the previous statement shall be updated with 30
proper verification. 31
b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32
submitted along with audited or reviewed financial statements by firms wishing to be 33
eligible to bid on all classes of construction and maintenance projects. Incomplete 34
Applications will be rejected. 35
(1) In those schedules where there is nothing to report, the notation of 36
“None” or “N/A” should be inserted. 37
(2) A minimum of five (5) references of related work must be provided. 38
(3) Submission of an equipment schedule which indicates equipment under 39
the control of the Contractor and which is related to the type of work for 40
which the Contactor is seeking prequalification. The schedule must 41
include the manufacturer, model and general common description of 42
each piece of equipment. Abbreviations or means of describing 43
equipment other than provided above will not be accepted. 44
45
3. Eligibility for Award of Contract 46
a. The City shall be the sole judge as to a contractor ’s prequalification. 47
b. The City may reject, suspend, or modify any prequalification for failure by the 48
contractor to demonstrate acceptable financial ability or performance. 49
c. The City will issue a letter as to the status of the prequalification approval. 50
AFW Taxiway Papa, Phase III
City Project No. 103668
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
d. If a contractor has a valid prequalification letter, the contractor will be eligible to 1
perform the prequalified work types until the expiration date stated in the letter. 2
3
4
5
6
7
END OF SECTION 8
9
AFW Taxiway Papa, Phase III
City Project No. 103668
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Concrete Paving Construction /
Reconstruction Mario Sinacola & Sons Excavating, Inc. March 2025
(Less than 15,000 SY)
Asphalt Paving Construction / E u r o v i a A t 1 a n t i c C o a s t L L C,
Reconstruction dba Sunmount Paving March 2025
(Less than 15,000 SY)
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
BIDDER:
By: N►at�hael S
Mario Sinacola & Sons Excavating, Inc. / o
10950 Research Road
Frisco, Texas 75033
(Signature)
Title:-�ce President
Date: September 07, 2023
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AFW Taxiway Papa, Phase III
Revised 09/30/2021 City Project No. 103668
00 45 26 - I
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor ce1tifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 103668. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Mario Sinacola & Sons Excavating, Inc.
Company
10950 Research Road
Address
Frisco Texas 75033
City/State/Zip
THE ST A TE OF TEXAS
COUNTY OF TARRANT
§
§
Title: Vice President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Michael Sinacola , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of Vice President for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this --'-7t=h'--__ day of
September , 2023.
,,,11111,, JENNIFER JONES ,,, v-�Pu 11, tT as �<>'�·····•f<� Notary Public, State o ex
-�-:..A;;�--� 024 :�\. � ,:.:,§ Comm. Expires 02-08-2 �qfi·or�:._-1',� Notary ID 130527517,,,,,,,,1\
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
AFW Taxiway Papa, Phase Ill
City Project No. 103668
00 45 40 - 1
Business Equity Goal
Page 1 of 3
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised October 27, 2021
SECTION 00 45 40
Minority Business Enterprise Specifications
APPLICATION OF POLICY
If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
(M/WBEs).
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
Firms when applicable, in the procurement of all goods and services. All requirements and regulations
stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to
this bi d.
BUSINESS EQUITY PROJECT GOAL
The City's Business Equity goal on this project is 20% DBE of the total bid value of the contract (Base
bid applies to Parks and Community Services).
METHODS TO COMPLY WITH THE GOAL
On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
ordinance through one of the following methods: 1. Commercially useful services performed by a
Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
of Business Equity prime services and Business Equity subcontracting participation, 4. Business
Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6.
Prime contractor Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall
EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or
Department Designee. Documents are to be received no later than 2:00 p.m., on the third City
business day after the bid opening date, exclusive of the bid opening date.
The Offeror must submit one or more of the following documents:
00 45 40 - 1
Business Equity Goal
Page 2 of 3
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised October 27, 2021
1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
2.Good Faith Effort Form and Utilization Form, including supporting documentation, if
participation is less than stated goal, or no Business Equity participation is accomplished;
3.Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
all subcontracting/supplier opportunities; or
4.Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-
Protégé participation.
These forms can be found at:
Business Equity Utilization Form and Letter of Intent
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization
Form_DVIN 2022 220324.pdf
Letter of Intent
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN
2021.pdf
Business Equity Good Faith Effort Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort
Form_DVIN 2022.pdf
Business Equity Prime Contractor Waiver Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
Waiver-220313.pdf
Business Equity Joint Venture Form
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture_220225.pdf
00 45 40 - 1
Business Equity Goal
Page 3 of 3
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised October 27, 2021
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE
WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND
THE BID REJECTED.
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR
OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING
DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE
BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Division of the Department of Diversity and
Inclusion at (817) 392-2674.
END OF SECTION
FORT WORTH ------...-,-...-City of Fort Worth
Business Equity Utilization Form
Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded)
PRIME/OFFEROR/OWNER . . . coMPANv NAME:Mano Stnacola & Sons Excavating, Inc.
ATTACHMENT 1A
Page 1 of 7
PROJECT NAME:Taxiway Papa, Phase Il l at Perot Field Fort Worth Alliance Airport
PROJECT NUMBER: BID DATE: City's Business Equity Goal: Offeror's Business Equity (or DBE)
103668 09/07/2023
Check all applicable boxes to describe I ✓ I Not Certified Prime/Offeror/Owner's Classification:
Certifying Agency: □NCTRCA ODtFWMSDC
Ethnicity: □African American □Hispanic
I ✓ I (Check if addressing DBE Goal)□MBE □wBE □DBE
[l]rx DOT DwBcs □other:
20 %Commitment: □Hu·B OvosB
Ocaucasian □Asian □ Native American Gender: □Male
20 %
Osection 3
□Female D Non-Binary
Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise
HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors
ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD
Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid-being considered non-responsive to bid specifications. Exception: CFA. ICA. and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid.
The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications.
B·usiness Equity firms listed toward meeting the project goal must be located in· the City's marketplace at the time of bid or the business has a Significant · Business Presence in the Marketplace. The marketplace is the City of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties.
Certified means those Business Equity Firms, located within the Marketplace, ·that have been determined to be a bona-fide minority or women busine·ss enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest (WBCS).
If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner-operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement.
Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal.Effective 01/01/2021
Updated 03/24/2022
FORT WORTH -�Business Equity Utilization Form
ATTACHMENT 1A
Page 2 of 7
Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerers are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerers must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offerer i.e. a direct payment from the Prime/Offerer to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offerer is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal.
Certified Business Equity Prime/Offerer Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Wo rth. Certified Business Equity Prime/Offerer counting self-performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form.
Check this boxOit certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below.
Please list certified Business Equity firm names as listed on their certification, including DBA names.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
Business Name: McRyan Hauling, Inc.
P.O. Box 1669 Address: Justin, TX 76247
(817) 891-7400 Phone: crissa@mcryanhauling.com Email:
• Contact Person: Crissa Stinnett
Business Name: Texas Environmental Management -SA, Inc.
P.O. Box369 Address: Justin, TX 76247 '
Phone: (940) 648-3640
Email: 'Jallred@texasenviro.coin
Contact Person: Julie Prcin
Business Name: Alliance Geotechnical Group, Inc.
Address: 3228 Halifax Street, Dallas, TX 75247
Phone: !
Email: (972) 444-8889
RNance@aggengr.com
Contact Person: Robert Nance
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)
Type of Service/Supplies:
Trucking & Materials
NAICS Code: 423320, 423390, 48420, 484230
$ AMOUNT: 812,253.35
Type of Service/Supplies:
Landscape, Erosion &
'. Irrigation
I •
NAICS Code: 541620, 561730
$ AMOUNT:190,215.69
Type of Service/Supplies:
Construction Material
Testing
NAICS Code: 541380,541330,237310
$ AMOUNT: 116,250.QQ
Specify Tier Certification Agency Name 1st Tier
Tier 1 Certified By: □o/FWMSDC
,, [ZjNCTRCA
QxooT DwBcs
Dother:
Tier 1 Certified By: □DFWMSDC
II IZJNCTRCA□TXDOT OwBcs
Oother:
Tier 1 Certified By: □DFWMSDC
,ii IZ]NCTRCA
OTxooT OwBcs□other:
11 -
Gender and Ethnicity:
OMale [Z] Female D Non-Binary □African American D Hispanic
OAsian
IZ]caucasian ONative
American
OMale IZ] Female D Non-Binary D African American □Hispanic
OAsian
IZ] Caucasian □Native
American
IZ] Male D Female D Non-Binary
IZ] African American
OAsian D Caucasian
□Hispanic
ONative
American
Effective 01/01/2021
Updated 03/24/2022
FORT WORTH
Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
Business Name: Toro Bravo Construction
7128 Envoy Ct. Address: Dallas, TX 75247
(469) 369-2102Phone:
Email: josh@torobravoconstruction.com
Josh Moyes
Contact Person:
. K&S Conlraclors Business Name: 12935 Blueberry Hill
Address: Willis, TX 77318
(936) 499-3367
Phone:
Email: khosang5259@gmail.com
Contact Person: Ken Hosang
Business Name: straight Line
114 NE 28th Street Address: 1 Grand Prairie, TX 75050
Phone: (972) 590-8922Email: ejohnson@slstexas.com
Eric JohnsonContact Person:
Business Name:' Underground Support Services, LLC
7907 Roundrock Rd. Address: Dallas, TX 75248
Phone: (972)972-0875
Email: steetes@undergroundsupportservices.com
Contact Person: Stephanie Teets
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)
Type of Service/Supplies:
Rebar Tying (Install
Reinforcing Steel)
NAICS Code: 237310, 238120, 561110
$ AMOUNT: 8,585.QQ
Type of Service/Supplies:
Fence
NAICS Code: 238990
$AMOUNT: 17,5QQ.QQ
Type of Service/Supplies:
Saw & Seal
NAICS Code: 23731 Q
$ AMOUNT:85,903.QQ
Type of Service/Supplies:
Paving Material / Rebar
NAICS Code: 42351 Q
$ AMOUNT: 152,619.QQ
Specify Tier
Name 1st Tier
Tier 1
Tier 1
II
Tier 1
I
'
Tier 1
'
:
II II
Certification Agency
Certified By:
D01F wMsoc □NCTRCA
0TxooT OwBcs
[Zjother:
'SCTRCA
•Certified By:□DFWMSDC□NCTRCA
OTxooT OwBcs
[{]other:
TUCP
Certified By: □DFWMSDC
[ljNCTRCA
OTxooT O wBcs□other:
Certified By: :□oFWMSDC
[ljNCTRCA
DrxooT OwBcs
'OOther:
ATTACHMENT 1A Page 3 of 7
Gender and Ethnicit y:
0Male II] Female D Non-Binary □African American □Hispanic
0Asian
[l]caucasian 0Native
American
0Male [{]Female O Non-Binary
0Atrican American □Hispanic
OAsian [l] Caucasian 0Native
American
[{]Male 0Female 0 Non-Binary
[{]African American □Hispanic
0 Asian
Ocaucasian 0Native
American
0Male [Z)Female 0 Non-Binary
0African American □Hispanic
0Asian [Z] Caucasian 0Native
American
Effective 01/01/2021 Updated 03/24/2022
FORT WORTH Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
Business Name: B-CCompany
Address: P.O. Box 136729
Fort Worth, TX 76136 Phone:
Email: (817) 236-6000
Charley.Stumm@b-ccompany.net
. Charley Stumm Contact Person:
B . N Airport Lighting Systems, Inc. usmess ame: 651 Industrial Blvd
Address: Grapevine, TX 76051
Phone: (817) 912-0400
Email: cd@airportlighting.com
Contact Person:, Courtney_Denney
Business Name: BrightPorlal Resources, LLC
Address:
11410 Country Rd
Blanco, TX 78606
Phone: (214) 541-2322
Email: patti.brightportal@outlook.com
Contact Person: Patti Cowsert
Business Name: Champion Fuel Solutions, LLC
, 1812 Camden Grn Address: Colleyville, TX 76034
Pho_ne: (817) 800-6280
Email: prussell@championfs.com
Contact Perso n: Patti Russell
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)
Type of Service/Supplies:
Electrical Material Supply
NAICS Code: 423610, 488119, 488190
. $ AMOUNT: $826,207.22
Type of Service/Supplies:
Material Supplier
NAICS Code: 423610, 488119, 488190
$ AMOUNT: 64,992.68
Specify Tier
Name 1st Tier
Tier 1
II 1,
Tier 2
Certification Agency
Certified By:
0D/FWMSDC □NCTRCA
Drxoor OwBcs
[Z]other:
N/A '
Certified By: □DFWMSDC
[Z)NCTRCA□rxDOT OwBcs□_other:
Type of Serv_ice/Supplies: Tier 2 . ' . Certified By:
Materials Pavement
Marking & Runway Lighting!
NAICS Code:
423610,488119,488190
$ AMOUNT:14,195.1 Q
Type of Service/Supplies: Tier 1
Off-Road Fuel
NAICS Code: 424 720
$ AMOUNT:136, 1 QQ.QQ
_, I - I
---
□DFWMSDC,□NCTRCA I DwBcs [Z]TXDOT □other:
Certified By:
O oFwMsoc
[Z)NCTRCA .□rxDOT OwBcs
,Oother:
:
ATTACHMENT 1A
Page 4 of 7
Gender and Ethnicity:
0Male D Female D Non-Binary □African American □Hispanic
0Asian
Ocaucasian □NativeAmerican N/A
0Male [Z)Female D Non-Binary □African American □Hispanic
0Asian[Z] Caucasian 0 Native
American
0Male [Z)Female D Non-Binary
D African American □Hispanic
0Asian [Z] Caucasian 0Native American
0Male [Z]Female D Non-Binary D African American □Hispanic
0Asian
[Z]caucasian 0Native American
Effective 01 /01/2021
Updated 03/24/2022
FORT WORTH
Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
Business Nam·e: Sunmount Paving Company
11801 Harmonson Road Address: Justin, TX 76247
Phone:
Email: (817) 430-0552
evan.fowler@eurovia.us
•Contact Person: Evan Fowler
B . N -Hi-Lite Airfield Services, LLC usmess ame: 20128 NYS Route 12F
Address: Watertown, NY 13601 I
Phone: (315) 583-6111
Email: tricia.vanosdel@hi-lite.com
Contact Person: Tricia Vanosdel
Business Name: LHoist North America
5600 Clearfork Main, Suite 300 Address: Fort Worth, TX 76107
Phone:
Email: (817) 312-2177
; doug.kline@lhoist.com
Contact Person: Doug Kline
Business Name: EcoMaterial Technologies
10701 S. River Front Pkwy, Ste 300 Address: South Jordan, UT 84095
Phone:
Email: (512) 818-3082
kzwinggi@ecomaterial.com
Contact Person:,Kelly Zwinggi
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)
Type of Service/Supplies:
Asphalt
NAICS Code: 324121
$ AMOUNT: 362,245.QQ
Type of Service/Supplies:
Pavement Markings
NAICS Code: 237310, 333120
$ AMOUNT: 60,57 4.QQ
Type of Service/Supplies:
Lime
NAICS Code: 423320
$ AMOUNT:$378,406.QQ
Type of Service/Supplies:
Flyash
NAICS Code: 423930
$ AMOUNT: 83,QQQ.QQ
Specify Tier
Name 1st Tier
Tier 1
Tier 1
Tier 1
I I
I Ii
Tier 1
-
Certification Agency
Certified By:
D01FwMsoc □NCTRCA□TXDOT OwBcs
Oother:
N/A
Certified By: □DFWMSDC□NCTRCA□TXDOT OwBcs□other:
N/A
, Certified By:
! □DFWMSDC□NCTRCA□TXDOT DwBcs□other:
N/A
Certified By:
DoFwMsoc □NCTRCA□TXDOT OwBcs□other:
N/A
ATTACHMENT 1A
Page 5 of 7
Gender and Ethnicity:
0Male D Female D Non-Binary □African American □Hispanic
0Asian
Ocaucasian 0Native American NIA
0Male 0Female D Non-Binary □African American □Hispanic
0Asian
O caucasian 0Native American NIA
0Male 0Female D Non-Binary
D African American □Hispanic
0Asian
Ocaucasian 0Native American NIA
0Male 0Female D Non-Binary D African American □Hispanic
0Asian
Ocaucasian 0Native American
NIA
Effective 01/01/2021
Updated 03/24/2022
FORT WORTH Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
Business Name: Martin Marrieta
Address: 1503 LBJ Freeway, Suite 400 Dallas, Tx
75234
Phone:
Email: 972-647-3978
chris.burger@martinmarietta.com
Contact Person: Chris Buraer
Business Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)
Type of Service/Supplies:
Cement
NAICS Code: 23621 O
$ AMOUN T: $409, 1 00. 00
Type of Service/Supplies:
NAICS Code:
$ AMOUNT:
Type of Service/Supplies:
Lime
NAICS Code:
$ AMOUNT:
Type of Service/Supplies:
NAICS Code:
$ AMOUNT:
Specify Tier
Name 1st Tier
Tier 1
Tier 1
Tier 1
Tier 1
Certification Agency
Certified By:
OotFWMSDC □NCTRCA
0TxooT OwBcs
:=]other:
N/A
Certified By: □DFWMSDC□NCTRCA
OTxooT OwBcs
Oother:
N/A
Certified By: □DFWMSDC□NCTRCA□TXDOT DwBcs
Oother:
N/A
Certified By:
OoFWMSDC □NCTRCA□TXDOT OwBcs□other:
N/A
ATTACHMENT
1A Page 6 of 7
Gender and Ethnicity:
0Male D Female D Non-Binary □African American □Hispanic
0Asian
Ocaucasian 0Native
American N/A
0Male 0Female D Non-Binary □African American □Hispanic□Asian
O caucasian □Native
AmericanN/A
0Male 0Female D Non-Binary □African American □Hispanic□Asian
Ocaucasian 0Native
American
N/A
0Male 0Female D Non-Binary □African American □Hispanic
0Asian
Ocaucasian 0Native
American
N/A
Effective 01/01/2021
Updated 03/24/2022
FORT WORTH
-"' ... ---Business Equity Utilization Form
Total Dollar Amount of Certified Prime/Offeror Services towards contract goal
Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers
Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers
TOTAL DOLL AR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
$
0.00
1,598,613.82
2,733,315.18
7,993,069.09
ATTACHMENT 1A
Page 7 of 7
The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division
through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect
the final compliance determination.
By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners,
principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work
performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or
knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years.
Authorized Signature
Vice President
Title
Mario Sinacola & Sons Excavating, Inc.
Company Name
10950 Research Road
Address
Frisco, Texas 75033
City/State/Zip Code
Department of Diversity and Inclusion -Business Equity Division
Email: DV1N_BE0ffice@fortworthtexas.gov
Ph: 817-392-2674
Robert L. Stevens
Printed Signature
Vice President
Contact Name and Title (if different)
214-387-3900
Phone Number
bstevens@mariosinacola.com
Email Address
September 11, 2023
Date
Effective 01/01/2021
Updated 03/24/2022
00 52 43 - 1
Agreement
Page 1 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised 8/22/2022
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on ______________, is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
(“City”), and ______________________________________________________________,
authorized to do business in Texas, acting by and through its duly authorized representative,
(“Contractor”). City and Contractor may jointly be referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction of Taxiway Papa, Phase III
City Project No. 103668
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of __________________________________________
_____________________________($___________________). Contract price may be adjusted
by change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 228 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
11/14/2023
Mario Sinacola & Sons Excavating, Inc.
Seven Million Nine Hundred Ninety Three Thousand
Sixty Nine Dollars and Nine Cents 7,993,069.09
00 52 43 - 2
Agreement
Page 2 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised 8/22/2022
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six thousand dollars
($6,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final
Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A. The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker’s Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project’s Contract Documents.
6. Drawings.
7. Addenda.
00 52 43 - 3
Agreement
Page 3 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised 8/22/2022
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by any act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
00 52 43 - 4
Agreement
Page 4 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised 8/22/2022
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor’s respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
00 52 43 - 5
Agreement
Page 5 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised 8/22/2022
the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor’s signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government
Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from
entering into a contract for goods or services that has a value of $100,000 or more, which
will be paid wholly or partly from public funds of the City, with a company (with 10 or more
full-time employees) unless the contract contains a written verification from the company
that it: (1) does not boycott energy companies; and (2) will not boycott energy companies
during the term of the contract. The terms “boycott energy company” and “company” have
the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as
added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the
Government Code is applicable to this Agreement, by signing this Agreement,
Contractor certifies that Contractor’s signature provides written verification to the
City that Contractor: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or
more which will be paid wholly or partly from public funds of the City, with a company (with
10 or more full-time employees) unless the contract contains a written verification from the
company that it: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate during the
term of the contract against a firearm entity or firearm trade association. The terms
“discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed
to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th
Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor’s signature provides written verification to the City that Contractor: (1)
does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association; and (2) will not discriminate against a
firearm entity or firearm trade association during the term of this Agreement.
00 52 43 - 6
Agreement
Page 6 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised 8/22/2022
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
005243-7
Agreement
Page 7 of 8
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
Mario Sinacola & Sons Excavating, Inc.
City of Fort Worth
Michael Sinacola
(Printed Name)
Vice President
Title
:
T�� �3��.��i�LL
Dana Burghdoff(Nov ,2023 CST)
Dana Burghdoff
Assistant City Manager
Nov 17, 2023
Date
Attest:
10950 Research Road
Address J ette Goodall, City Secre�toa�r��4nn,Q�
a�F F�Ar a��
�, �OOOOpC
Frisco, Texas 75033 p'.� o
°° °� �
City/State/Zip p ��°� �o�, ���
November 14, 2023
Date
CITY OF FORT WORTH
STANDARD CONSTRUC7'ION SPECIF[CATION DOCUMENTS
Revised S/22/2022
M&C: 23-0968
Date: 11 / l4/2023
Form 1295 No.: 2023-1075501
A
-- _.-_._,_,--_.�-,---- _
AFW Ta�i�vay Papa, Phase I[I
+ ,�����+gIAC Cf���" �� C,ity�,hrojectNo.103668
�i1e1k. !le
�::6`�f' ����� ��; ,,. _
t
��`a iA9���'�1�, "�`�
��_— _ —
_ __- —
005243-8
Agreement
Page 8 of 8
APPROVAL RECOMMENDED:
�
Roger Venables, Director,
Department of Aviation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 8/22/2022
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
�Y'U1/ �, . f1,t?"i�.P�V'Li
Erin Roden
Senior Contract Compliance Specialist
Approved as to Form and Legality:
��J�
DBlack (Nov 15, 20231i:58 CST)
Douglas W. Black
Sr. Assistant City Attorney
�������f� � �4�M'4��T'a�iway Papa, Phase III
'��� �SE�Ir',{�.� fi/�;! Gity Project No. 103668
! �'�, ���%T�g '�i� i,
ii—
Bond #107915599
00 61 13 - I
PERFORMANCE BOND
Page 1 of3
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 13
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, Mario Sinacola & Sons Excavating, Inc. , known as
`'Principal" herein and Travelers Casualty and Surety Company of .qmerica , a Corporate
suret��(sureties, if more than one) duly authorized to do business in the State of Texas, known as
"Surety' herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
m�micipal corporation created pw�suant to the laws of Texas, known as "City" herein, in the penal
Slllll Of. �e�en Million Nine Flundred Nineh Three Thousand Sist� Nine and 09'100 Dollars
($ 7,993,069.09 ), lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum �vell and trulv to be made, we bind
ourselves, our heirs, executors, administrators. successors and assigns, jointly and severally,
finnly by these presents.
WHEREAS, the Principal has entered into a certain written contract �vith the City
a���arded the l4th day of November , 20 ?3 , which Contract is hereby referred to and
made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
labor and other accessories defined by law, in the prosecution of the Work, including any Change
Orders, as provided for in said Contract designated as Construction of Taxiway Papa, Phase
Ill, City Project No. 103668.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal
shall faithfully perfonn it obligations under the Contract and shall in all respects duly and
faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
specifications, and contract documents therein referred to, and as well during any period of
extension of the Contract that may be granted on the part of the City, then this obligation shall be
and become null and void, otherwise to remain in full force and effect.
CITY OF h'ORT WORTH AFW Taxiway Papa. Phase Ill
STANDARD CONSTRUCTION SPC-CIFICATION DOCUMENTS Ciry Project No. 103668
Revised Jul� I, 201 I
006113-2
PERFORMANCE BOND
Page 2 of 3
PROVIDGD FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division.
This bond is made and executed in compliance �vith the provisions of Chapter 22�3 of the
Texas Government Code, as amended. and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and.SEALED
this instrument by duly authorized agents and officers on this the 14th day of
November , 20 23
PRINCIPAL:
ATTE�T
�
os ph Sinacola
(Pri pal) Secretary
�
Witness as to Principal
Robert L. Stevens
CITY' OF POR'f WOR'fH
SI�ANDAKU CONSTRUC'1lON SPECIFICATION DOCUMENTS
R�vised July' I. 201 I
Mario Sinacola & Sons Excavating, Inc.
Michael Sinacola, Vice President
Name and Title
Address:
I0950 Research Road
Frisco, TX 75033
AFV✓ Taziway Papa, Ph�se III
City Prqject No. 103668
0061 13-3
PERFORMANCE BOND
Page 3 of 3
Witness as to Principal
i ► �.��,----
SURETY:
Travelers Casualty and Surety Company of.America
<����� '���,�,
:•
Signature
Sophinie Hunter, Attorney-In-Fact
Name and Title
� �� �
,���',.�.�1Li ,y�i���,Z_,
Witness as to Surety
Address:
One To�ver Square, S 102A
Hartford, CT 06183
Telephone Number:
*Note: If signed by an ofticer of the Surety Company, there must be on file a certified extract
from the by-la�vs sho�ving that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OP FURT U'ORTI I
S'I'ANDARD CONSTRUCTION SPT-:C[FICATION DOCUM�NT$
Re�'ised.lul} 1,2011
APW Taxiway Papa, Phase III
City� Project No. 103668
Bond #107915599
SECTION 00 61 l�l
PAYMENT BOND
00 61 14 - I
PAYMEM� BOND
Page I of 4
THG STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, Mario Sinacola & Sons Excavating, lnc. , known as
"Principal" herein, and Travelers Casualty and Surety Company of Atnerica , a
corporate surety (sureties), duly authorized to do business in the State of Te�:as, kno�vn as
"Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
lll i�le penal S11171 Ot Se� en Million Nine Hundrcd Ninet� 'Three Thousand Sizty Nine and 09, 100 Dollars
($ 7,993,069.09 ), lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas, for the payment of wllich sum well and truly be made, we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents:
WHEREAS, Principal has entered into a certain written Contract with City, awarded the
14th day of November , 20 23 , which Contract is hereby referred to and
made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,
labor and other accessories as defined by la�v, in the prosec�rtion of the Work as provided for in
said Contract and designated as Construction of Tasi�vay Papa, Phase III, City Project No.
103668..
NOW, THEREFORE, THE COND[TION OF THIS OBLIGATION is such that if
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
the Contract, then this obfigation shall be and become null and void; otherwise to remain in full
force and effect.
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
S'TANDARD CONS�RUCTION SPECIFICATION DOCUMFNTS City Prciject No. 103668
Revfsed.lul� 1.201I
0061 14-2
PAYMENT DOND
Page 2 of 4
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
TeYas Government Code, as amended, and all liabilities on this bond shalf be determined in
accordance with the provisions of said statute.
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103G68
Revised July I. 201 I �
0061 14-3
PAYMENT E30ND
Page 3 of4
IN WITIYESS WHEREOF, the Principal and Suretv I�ave each SIGNED and SEALED
this instrument by dul�- authorized agents and ofticers on this the 14th day of
�lovember �p 23 ,
ATTEST:
Michael Sinacola, Vice President
Name and Title
Address: 10950 Research Road
Frisco, TX 75033
SURETY:
Travelers Casualty and Surety Company of America
r =, �
ATTEST: BY: � ;��[.��� _ -
Signature
,��.r.,z i � �� �Ut-.__
(Su►•ety) Secretaiy
Sophinie Hunter, Attorney-In-Pact
Name ai�d Title
CITY OF FORT W'OR'T11
Sl'ANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS
Revi,ed.lul� 1,2011
AFW Taxi��'ay Papa, Phase lll
City Prqject No 103668
PRINCIPAL:
l��fario Sinacola & Sons Excavatin�, Inc.
Witness as to Principal
Robert L. Stevens
oo�i ia-a
PAYMENT BOND
Page 4 of 4
Address: One Tower Square, S] 02A
dA Hartford, CT 06183
i�'✓'f.�V^�Vl • ' W�/��
Witness as to Suretv
Telephone Number: 214-989-0000
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
byla�vs showing that this person has authority to sign such obligation. If Surety's physical
address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is a�varded.
END OF SECTION
CITY OF FORT WORTH AFW Taxi�vay Papa, Phase Ill
S'TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prqject No. 103668
Re��ised ,Iulv I. 201 I
Bond #107915599
SECTION 00 61 19
MA[NTENANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
00 61 19 - I
MAINTENANCE BOND
Page I of4
KNOW ALL BY THESE PRESENTS:
That �ve Mario Sinacola &. Sons Excavating, Inc. , known as
"Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety
(sureties, if more than one) duly authorized to do business in the State of Texas, kno�vn as
"Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
I11 t�le SLllll Of Seven Million Nine Hundred NincN Three Thousand Sixty Nine and 09/IOU �0���1CS
($ 7,993,069A9 ), lawful money of the United States, to be paid in Fort Worth,
Tarrant Co�mty, Texas, for payment of which sum well and truly be made unto the City and its
successors, we bind ourselves. our heirs, executors, administrators, successors and assigns, jointly
and severally, tirmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the 14th �lay �f' November , 202 �, which Contract is hereby
refierred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
materials, equipment labor and other accessories as defined by law, in the prosecution of the
Work, including any Work resulting from a duly authorized Change Order (collectively herein.
the "Work") as provided for in said contract and designated as Construction of Taxiway Papa,
Phase III, City Project No. 103G68; and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or workmanship for and during the period of two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
Cll'Y OF FORT WOR'l�H AFW Ta�i�vay Papa, Phase 111
S'rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised luh 1.201 I
0061 19-2
MAINTENANCE E30ND
Page 2 of4
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the City of the need therefor at any time within the Maintenance
Period.
NOW THEREFORE, the condition of this obligation is such that if Principal sllall
remedy any defective Work, for which timely notice was provided by City, to a completion
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to
be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
the Surety �ulder this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of.Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY OP FORT V✓ORTH AFW Ta�iway Papa, Phase lll
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 103668
Revised .Iuly I, 201 I
0061 19-3
MAWTENANCE BOND
Page 3 of 4
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 14th day of
November , 2p 23 .
PRINCIPAL:
ATTEST:
Jo ep Sinacola
(Prin ' ) Secretary
Witness as to Principal
Robert L. Stevens
CITY OF FORT WORTH
S"fANDARU CONSTRUCTION SPECIFICATION DOCUMENTS
Revised .lulv I. 201 I
Mario Sinacola & Sons Excavating, Inc.
Michael Sinacola, Vice President
Name and Title
Address:
10950 Research Road
Frisco, TX 75033
SURETY:
Travelers Casualty and Surety Company of America
AFW Taxi�vay Papa, Phase III
City Pr�ject No. 103G6R
0061 19-4
MAfNTENANCE BOND
Page 4 of 4
�:i�ir�-� �
:
_
Signature
ATTEST:
,.�� M���--
(Surety) Secretary
�'C.it/}^�(! ,��c�C�-
Witness as to Surety
Sophinie Hunter, Attorney-In-Fact
Name and Title
Address:
One Tower Square, S] 02A
Hartford, CT 06183
Telephone
214-989-0000
Number:
*Note: [f signed by an officer of the Sw�ety Company, there must be on file a certified extract
from the by-laws showing that this pecson has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is a�varded.
CITY OF FOR'I' WOR"IH AFW Taxi�aay Papa, Ph�se 1❑
STANDARD CONST RUCTION SPECIFICATION DOCUNIENT�S Cin Pr�ject No. 103(i68
Revised .Iulr' I, 201 I
Travelers Casualty and Surety Company of America
��+ Travelers Casualty and Surety Company
TRAVELERS J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Sophinie Hunter of
DALLAS , Texas , their true and lawFul Attomey(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affxed, this 21st day of April,
2021.
.,..,,
��1��/. J�yTY ANO ,,� E
♦ mL �� * �
U ;
� ����� W ��'��� � �
� � CANN. � �
�!' �
� ' vM � d1 M+Or � * �
�
State of Connecticut
By:
City of Hartford ss. Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF. I hereunto set my hand and o�cial seal. '���PM �� -/����'�/ �
NOfA�' �j
My Commission expires the 30th day of June, 2026 * *� °j ;Xi�
ru��� Anna P. Nowik, Notary Public
�
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the o�ce of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undeRaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasure�, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her
certifcate or their certificates of authority or by one or more Company offcers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President. any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certifcate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certity that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 14th day of November , 2023
�S�w.^� `�J'�t1AN�S ��S
� \ `� * �
���� �� � w,rtrFoao+'�: �'3' �c�vutiet
wrr�. e cam. �
�, .� � ,+ � p
G�' (. /�-�-
Kevin E. Hughes. Assi tant Secretary
To verify the authenticity of this Powe� ofAttorney, p/ease ca// us at 1-800-421-3880.
P/ease refer to the above-named Attorney(s)-in-fact and the detai/s of the bond to which this Power ofAttorney is attached.
TRaVELERSJ�
IMPORTANT NOTICE
TO OBT�IN INFORMATION OR MAKE A COMPLAINT:
You may contact Travelers Casualtv and Surety Com�any of America . for information or
to make a complaint at:
Travelers Bond
Attn: Claims
One Tower Square, S 102A
Hartford, CT 06183
I -800-328-2189
You may contact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin. TX 78714-9104
(800) 252-3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, 1nd Section 53.202, Property Code, effective
September 1, 200 I .
Attachment Code: D470795 Master ID: 1397399, Certificate ID: 20058091
POLICY NUMBER: CLP3726707 COMMERCIAL
GENERAL LIABILITY CG 02 05 12 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TEXAS CHANGES - AMENDMENT OF CANCELLATION
PROVISIONS OR COVERAGE CHANGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART
PRODUCT WITHDRAWAL COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD EVE LIABILITY COVERAGE PART
In the event of cancellation or material change that reduces or restricts the insurance afforded by
this Coverage Part, we agree to mail prior written notice of cancellation or material change to:
SCHEDULE
1. NAME:
Any person or organization as evidenced by a certificated of insurance issued on the company's
behalf by its licensed agent.
2. Address:
3. Number of days advance notice: 30
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
CG 02 0512 04 OISO
Properties, Inc., 2003 Page 1 of 1
Attachment Code: D512370 Master ID: 1397399, Certificate ID: 20058091
POLICY NUMBER: CLP3726707
B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE-ONGOING OPERATIONS
SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization
who is required by written contract to be an additional insured on your policy, but only with respect to liability for
"bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf; in the performance of your ongoing
operations for the additional insured(s) at the project(s) designated in the written contract.
With respect to the insurance afforded to these additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or "property damage" occurring after.
1. All work, including materials, parts or equipment furnished in connection with such work, on the project
(other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the
location of the covered operations has been completed; or
2. That portion of "your wok' out of which the injury or damage arises has been put to its intended use by any
person or organization other than another contractor or subcontractor engaged in performing operations for a
principal as a part of the same project.
This insurance is excess of all other insurance available to the additional insured, whether primary, excess,
contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event,
this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named
Insured in the Declarations and we will not require contribution from such insurance if the written contract also
requires that this insurance be non-contributory. But with respect to all other insurance under which the
additional insured qualifies as an insured or additional insured, this insurance will be excess.
GL - 3088 (10/19)
Attachment Code: D512370
Master ID: 1397399, Certificate ID: 17370283
Attachment Code: D512371 Master ID: 1397399, Certificate ID: 20058091
POLICY NUMBER: CLP3726707
U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE - COMPLETED OPERATIONS
SECTION II - WHO IS AN INSURED is amended to include as an additional insured any
person or organization who is required by written contract to be an additional insured
on your policy for completed operations, but only with respect to liability for "bodily
injury" or "property damage" caused, in whole or in part, by "your work" at the project
designated in the contract, performed for that additional insured and included in the
"products-completed operations hazard".
This insurance is excess of all other insurance available to the additional insured,
whether primary, excess, contingent or on any other basis, unless the written
contract requires this insurance to be primary. In that event, this insurance will be
primary relative to insurance policy(s) which designate the additional insured as a
Named Insured in the Declarations and we will not require contribution from such
insurance if the written contract also requires that this insurance be non-contributory.
But with respect to all other insurance under which the additional insured qualifies as
an insured or additional insured, this insurance will be excess.
GL-3088 (10/19) -10-
Attachment Code: D512368 Master ID: 1397399, Certificate ID: 20058091
POLICY NUMBER: CAP3727608
COMMERCIAL AUTO
CA20 48 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply
unless modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos
Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement
does not alter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another
date is indicated below.
Named Insured: Mario Sinacola & Sons Excavating, Inc.
Endorsement Effective Date:
SCHEDULE
Name Of Person(s) Or Organization(s):
Any person or organization for whom the named insured has agreed by written "insured contract" to
designate as an additional insured subject to all the provisions and limitations of this policy.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the
Schedule is an "insured" for Covered Autos
Liability Coverage, but only to the extent that
person or organization qualifies as an "insured'
under the Who Is An Insured provision
contained in Paragraph Al. of Section II -
Covered Autos Liability Coverage in the Business
Auto and Motor Carrier Coverage Form and
Paragraph D2 of Section 1- Covered Autos
Coverages of the Auto Dealers Coverage Form.
Attachment Code: D512366 Master ID: 1397399, Certificate ID: 20058091
POLICY NUMBER: CLP3726707
C. AUTOMATIC WAIVER OF SUBROGATION
Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS , is deleted
and replaced with the following:
8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of
Subrogation.
a. If the insured has rights to recover all or part of any payment we have made under this
Coverage Form, those rights are transferred to us. The insured must do nothing after
loss to impair those rights. At our request, the insured will bring "suit" or transfer those
rights to us and help us enforce them.
�. If required by a written contract executed prior to loss, we waive any right of recovery
we may have against any person or organization because of
payments we make for injury or damage arising out of "your work" for that person or
organization.
GL - 3088 (10/19)
Attachment Code: D512364 Master ID: 1397399, Certificate ID: 20058091
POLICY NUMBER: CAP3727608 COMMERCIAL AUTO
CA 04441013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WANER OF SUBROGATION)
This endorsement modifies insuranoe provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement
This endorsement changes the policy effective on the policy effective on the inception date of the
policy unless another date is indicated below.
Named Insured: Mario Sinacola & Sons Excavating, Inc.
Endorsement Effective Date:
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
"Any person or organization for whom the named insured is operating under written contract when such
contract requires a waiver of subrogation."
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us oondi�on dces not apply to the person(s)
or organization(s) shown in the Schedule, but only to ti�e
extent ti�at subrogation is waived prior to the "acdder�t"
or the "loss" under a contiact w�th ti�at person or
organ'¢ation.
Attachment Code: D512358 Master ID: 1397399, Certificate ID: 20058091
POLICY NO. WC3726705
WORKERS COMPENSATION AND EMPLOYERS LIABILITY WC 42 03 04 B
INSURANCE POLICY (Ed. 6-14)
TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3A of the
Information Page.
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect
to bodily injury arising out of the operations described in the Schedule in here you are required by a written contract
to obtain this waiver from us.
This endorsement shall not operate directly or indirectly to benefit anyone not named in the
Schedule. The premium for this endorsement is shown in the Schedule.
( ) Specific Waiver
Schedule
Name of person or organization
(X) Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish this
waiver.
2. Operations:
3. Premium:Incl.
The premium charge for this endorsement shall be VRS percent of the premium developed on payroll
in connection with work performed for the above person(s) or organization(s) arising out of the operations
described.
4. Advance Premium: Incl .
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise
stated.
MC420304B
(RI. 6-14)
Attachment Code: D562912 Master ID: 1397399, Certificate ID: 20058091
Policy #: TUU4256023 09
Definition of Insured / Additional Insured
"Insured" means each of the following, to the extent set forth:
S. Any person or organization, other than the Named Insured, included as an Additional Insured
by virtue of an insured contract, and to which coverage is provided by the underlying insurance,
and for no broader coverage than is provided by the underlying insurance to such additional
insured.
Attachment Code: D547141 Master ID: 1397399, Certificate ID: 20058091
Mario Sinacola & Sons Excavating, Inc.
Policy # CLP3726707
4 dFler ine�ranoa
H dher u�d arrd odled,ble ir�surar-�oe is av�aflat�e i�o
the irnured for a �oss v►e oo4er ur�der Oouerages A
�` B�af t}� �er�age F�t, �ur ot�i�tipr� � lirr�ted
� falan�
a Rimerylrie�.ranc�
Ttis in�uranoe i� R��Y � � �
b. L��lar�r applies, If tltis ir�ranae is prirr�ry, a�'
adi�iorts are no1 �fec#ed u�nle� ary c� the
dh�r i�,.�'dr-�ae i� also prirneuy, T17err, we v�l
Sf1�9 w�h a� #te� [�r irxsuranae Ixy 1he m�khOd
�esaibed in P�rag�aph � belo4v.
6► 600es� Jrrs�rariae
(11 ihis ir�ura�oa is e�aoass v�r:
{a� An!' of Ihe [� iiar�-arice, �
Prir►terl+� �s, oor�r�arK or art ar�y
otl�� ba�
¢) Thet is Fire, �ended C�er�ge,
Bu�s F�, In�talEetlon i�c nr
�brr�er c�rerage iar'�arx +tiaK4�;
(Mj ll�a1 is F�re i�rarioe far prerr�
rerted to yw a' t�rr�p�orarily ooa�p�ed
GY yau wfth p�errr�.�an aF lha ov�r�ir;
(�j Thet is irr�r�awr�e p�r�sed bY y�ou 6�
rnve� y�ur ��ahi r'i'ty as � fenat fnr
'property c�rrage" to pr�rnlses r�erited
�oyau or te!�"��Y �� af �
vuit#� � a�f the vr�rer, flr
(� ff ihe loes �rrses a# of ihe
me�nanoe or use af alnaa�t, "auGa�'�
or vu�ler�aft ta 1t,e e�aerM not s�bjad
�0 6ac�.�ion � caF Se�,�4on I- Qru�r�
A - Bac�H ��Y � ��Y �
Li�iiily.
�} �Y � Rrimar�+ ir��rarx�e ava�ilabla �o
yvu av��enng h�l�ty inr �Tag�s ar+sin9
out a� Utie pr�err�ses oro�r or the
Pr'adu� arMd can�leted �ape�or�s� #+ar
uuhirh yau h�ve � a�ded a� �n
a�dltiortal ir�ured.
Attachment Code: D611737 Master ID: 1397399, Certificate ID: 20058091
* T3 * 03/09/2022 * TUU4256023 09 GREAT AMERICAN INSURANCE CO
271493
GAI 6113
(Ed. 06 97)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
CONTRACTUAL LIABILITY - FOLLOWING FORM
The following exclusion is added to Section IV - EXCLUSIONS
Any liability assumed by any "Insured" under any "insured contract," except to the extent that such insurance is provided by a
policy listed in the Schedule of Underlying Insurance, and for no broader coverage than is provided by such policy.
This endorsement does not change any other provision of the policy
GAI 6 1 1 3(Ed. 06/97) XS
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTIO N CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definition s and Terminology .......................................................................................................... 1
1.01 Define d Terms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminar y Matters ......................................................................................................................... 7
2.01 Copie s of Documents .................................................................................................................... 7
2.02 Commencement of Contrac t Time; Notic e to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Conferenc e .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initia l Acceptance of Schedules.................................................................................................... 8
Article 3 – Contrac t Documents : Intent, Amending, Reus e ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolvin g Discrepancies....................................................................................... 9
3.04 Amending and Supple mentin g Contrac t Documents ................................................................. 10
3.05 Reus e of Documents ................................................................................................................... 10
3.06 Electronic Data ............................................................................................................................ 11
Article 4 – Availabilit y of Lands ; Subsurfac e and Physica l Conditions ; Hazardous Environmental
Conditions ; Referenc e Points........................................................................................................... 11
4.01 Availabilit y of Lands .................................................................................................................. 11
4.02 Subsurfac e and Physica l Conditions .......................................................................................... 12
4.03 Differing Subsurfac e or Physica l Conditions ............................................................................. 12
4.04 Underground Facilitie s ............................................................................................................... 13
4.05 Reference Points ......................................................................................................................... 14
4.06 Hazardous Environmenta l Condition at Sit e .............................................................................. 14
Article 5 – Bonds and Insuranc e ..................................................................................................................... 16
5.01 Licensed Suretie s and Insurers ................................................................................................... 16
5.02 Performance, Payment , and Maintenanc e Bonds....................................................................... 16
5.03 Certificates of Insuranc e ............................................................................................................. 16
5.04 Contractor’s Insuranc e ................................................................................................................ 18
5.05 Acceptance of Bonds and Insurance ; Optio n to Replace ........................................................... 19
Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19
6.01 Supervision and Superintendenc e ............................................................................................... 19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
6.02 Labor ; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Projec t Schedule.......................................................................................................................... 21
6.05 Substitute s and “Or -Equals ” ....................................................................................................... 21
6.06 Concerning Subcontractors , Suppliers , and Others.................................................................... 24
6.07 Wage Rate s.................................................................................................................................. 25
6.08 Patent Fee s and Royaltie s ........................................................................................................... 26
6.09 Permit s and Utilitie s .................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxe s ........................................................................................................................................... 28
6.12 Use of Sit e and Othe r Area s ....................................................................................................... 28
6.13 Record Documents ...................................................................................................................... 29
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative.................................................................................................................. 30
6.16 Hazard Communicatio n Progra ms ............................................................................................. 30
6.17 Emergencies and/or Rectification............................................................................................... 30
6.18 Submittals .................................................................................................................................... 31
6.19 Continuing the Wor k................................................................................................................... 32
6.20 Contractor’s General Warranty and Guarante e .......................................................................... 32
6.21 Indemnificatio n ......................................................................................................................... 33
6.22 Delegation of Professiona l Design Services .............................................................................. 34
6.23 Righ t to Audit.............................................................................................................................. 34
6.24 Nondiscriminatio n....................................................................................................................... 35
Article 7 – Othe r Wor k at the Sit e ................................................................................................................... 35
7.01 Related Wor k at Sit e ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilitie s................................................................................................................... 36
8.01 Communications to Contractor ................................................................................................... 36
8.02 Furnis h Data ................................................................................................................................ 36
8.03 Pay Whe n Due ............................................................................................................................ 36
8.04 Lands and Ease ments ; Report s and Tests................................................................................... 36
8.05 Change Orders............................................................................................................................. 36
8.06 Inspections , Tests , and Approvals .............................................................................................. 36
8.07 Limitation s on Cit y’s Responsibilitie s ....................................................................................... 37
8.08 Undisclose d Hazardous Environmenta l Condition .................................................................... 37
8.09 Complianc e wit h Safety Progra m ............................................................................................... 37
Article 9 – City’s Observation Status Durin g Construction ........................................................................... 37
9.01 City’s Projec t Manager ……...................................................................................................... 37
9.02 Visit s to Sit e ................................................................................................................................ 37
9.03 Authorize d Variation s in Wor k .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determination s for Work Performed .......................................................................................... 38
9.06 Decision s on Require ments of Contrac t Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
Article 10 – Change s in the Work; Claims; Extra Wor k ................................................................................ 38
10.01 Authorize d Change s in the Wor k ............................................................................................... 38
10.02 Unauthorize d Change s in the Wor k ........................................................................................... 39
10.03 Execution of Change Order s....................................................................................................... 39
10.04 Extra Work .................................................................................................................................. 39
10.05 Notificatio n to Surety .................................................................................................................. 39
10.06 Contrac t Claims Process ............................................................................................................. 40
Article 11 – Cos t of the Work; Allowances; Unit Pric e Work; Plan s Quantity Measurement...................... 41
11.01 Cos t of the Work ......................................................................................................................... 41
11.02 Allowance s .................................................................................................................................. 43
11.03 Unit Pric e Wor k .......................................................................................................................... 44
11.04 Plan s Quantity Measurement ...................................................................................................... 45
Article 12 – Change of Contrac t P rice ; Change of Contrac t Time ................................................................. 46
12.01 Change of Contrac t Pric e ............................................................................................................ 46
12.02 Change of Contrac t Time............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 – Tests and Inspections ; Correction, Remova l or Acceptance of Defective Wor k ...................... 48
13.01 Notic e of Defects ........................................................................................................................ 48
13.02 Access to Wor k ........................................................................................................................... 48
13.03 Tests and Inspections .................................................................................................................. 48
13.04 Uncovering Wor k........................................................................................................................ 49
13.05 Cit y Ma y Stop the Wor k ............................................................................................................. 49
13.06 Correction or Remova l of Defective Work ................................................................................ 50
13.07 Correction Perio d ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 Cit y Ma y Correct Defective Wor k ............................................................................................. 51
Article 14 – Payments to Contractor and Completio n .................................................................................... 52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progres s Payments ...................................................................................................................... 52
14.03 Contractor’s Warranty of Title ................................................................................................... 54
14.04 Partia l Utilizatio n ........................................................................................................................ 55
14.05 Fina l Inspection ........................................................................................................................... 55
14.06 Fina l Acceptance ......................................................................................................................... 55
14.07 Fina l Payment.............................................................................................................................. 56
14.08 Fina l Completio n Delayed and Partia l Retainage Release ........................................................ 56
14.09 Waive r of Claims ........................................................................................................................ 57
Article 15 – Suspension of Wor k and Terminatio n ........................................................................................ 57
15.01 Cit y Ma y Suspend Work............................................................................................................. 57
15.02 Cit y Ma y Terminat e for Caus e ................................................................................................... 58
15.03 Cit y Ma y Terminat e For Convenienc e ....................................................................................... 60
Article 16 – Dispute Resolutio n ...................................................................................................................... 61
16.01 Methods and Procedure s ............................................................................................................. 61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Givin g Notic e .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulativ e Remedie s ................................................................................................................. 62
17.04 Surviva l of Obligation s ............................................................................................................... 63
17.05 Headings ...................................................................................................................................... 63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 1 of 63
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Whereve r use d in thes e General Conditions or in othe r Contrac t Documents , the terms listed belo w
have the meanings indicate d whic h are applicable to both the singula r and plura l thereof, and
words denoting gende r shall includ e the masculine , feminin e and neuter . Said terms are generally
capitalize d or writte n in italics , but not always. Whe n use d in a context consistent with the
definitio n of a listed -define d term, the term shall have a meaning as define d belo w whether
capitalize d or italicize d or otherwise . In additio n to terms specifically de fined , terms wit h initial
capital letters in the Contrac t Documents includ e references to identifie d article s and paragraphs,
and the title s of othe r documents or forms.
1. Addenda—Written or graphic instru ments issued prior to the opening of Bid s whic h clarify,
correct, or change the Biddin g Require ments or the propose d Contrac t Documents.
2. Agreement—The written instru ment whic h is evidenc e of the agreement between Cit y and
Contractor covering the Work.
3. Applicatio n for Payment—The for m acceptable to Cit y whic h is to be use d by Contractor
during the cours e of the Wor k in requesting progres s or fina l payments and whic h is to be
accompanie d by suc h supporting documentation as is require d by the Contrac t Documents.
4. Asbestos—Any material tha t contains mor e tha n one percent asbestos and is friable or is
releasing asbestos fiber s int o the air above current action levels establishe d by the United States
Occupationa l Safety and Health Administration.
5. Award – Authorization by the Cit y Council for the Cit y to ente r int o an Agree ment.
6. Bid —The offer or proposa l of a Bidde r submitte d on the prescribe d form setting forth the
price s for the Work to be performed.
7. Bidder —The individua l or entit y who submit s a Bid directly to City.
8. Biddin g Documents—The Biddin g Require ments and the propose d Contrac t Documents
(includin g all Addenda).
9. Biddin g Requirements—The advertise ment or Invitatio n to Bid , Instructions to Bidders , Bid
security of acceptable for m, if any, and the Bid For m wit h any supple ments.
10. Business Day – A busines s da y is define d as a da y tha t the Cit y conducts nor mal business,
generally Monda y through Friday , except for federal or state holidays observe d by the City.
11. Calendar Day – A da y consistin g of 24 hour s measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 2 of 63
12. Change Order—A document, whic h is prepare d and approve d by the City , whic h is signed
by Contractor and Cit y and authorize s an addition, deletion , or revisio n in the Wor k or an
adjustment in the Contrac t Pric e or the Contract Time, issued on or afte r the Effective Date
of the Agree ment.
13. City— The Cit y of For t Worth, Texas, a home -rule municipa l corporation, authorize d and
chartered unde r the Texa s State Statutes, acting by it s governing body through it s City
Manager, his designee , or agents authorize d unde r his behalf , each of whic h is require d by
Charter to perfor m specific dutie s wit h responsibilit y for fina l enforce ment of the contracts
involvin g the Cit y of For t Worth is by Charter veste d in the Cit y Manage r and is the entity
wit h whom Contractor ha s entered int o the Agree ment and for whom the Wor k is to be
performed.
14. City Attorne y – The officially appointe d Cit y Attorne y of the Cit y of For t Worth, Texas, or
his duly authorize d representative.
15. City Council - The duly elected and qualifie d gover nin g body of the Cit y of For t Worth,
Texas.
16. City Manager – The officially appointe d and authorized Cit y Manage r of the Cit y of Fort
Worth, Texas, or his duly authorize d representative.
17. Contract Claim—A de mand or assertion by Cit y or Contractor seeking an adjustment of
Contrac t Pric e or Contrac t Time, or both, or othe r relie f wit h respect to the terms of the
Contract. A de mand for mone y or services by a thir d party is not a Contrac t Claim.
18. Contract—The entir e and integrate d written docume nt between the Cit y and Contractor
concerning the Work. The Contrac t contains the Agree ment and all Contrac t Documents and
supersede s prio r negotiations , representations , or agreements , whethe r writte n or oral.
19. Contract Documents—Thos e ite ms so designate d in the Agree ment. All ite ms liste d in the
Agree ment are Contrac t Documents . Approve d Submittals , othe r Contractor submittals , and
the reports and drawings of subsurfac e and physica l conditions are not Contrac t Documents.
20. Contract Price —The moneys payable by Cit y to Contractor for completio n of the Wor k in
accordance wit h the Contrac t Documents as state d in the Agree ment (subjec t to the provisions
of Paragraph 11.03 in the case of Unit Pric e Work).
21. Contract Time —The numbe r of days or the date s state d in the Agree ment to: (i) achieve
Milestones , if any and (ii) complet e the Wor k so tha t it is ready for Fina l Acceptance.
22. Contractor—The individua l or entit y wit h whom Cit y ha s entered int o the Agree ment.
23. Cost o f th e Work —Se e Paragraph 11.01 of thes e General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 3 of 63
24. Damage Claims – A de mand for mone y or services arisin g from the Projec t or Sit e from a
thir d party, Cit y or Contractor exclusiv e of a Contrac t Claim.
25. Day or da y – A day, unles s otherwis e defined, shall mean a Calenda r Day.
26. Directo r o f Aviatio n – The officially appointe d Director of the Aviatio n Department of the
Cit y of For t Worth, Texas, or his duly appointe d representative, assistant, or agents.
27. Directo r of Park s and Community Services – The officially appointe d Director of the Parks
and Community Services Department of the Cit y of For t Worth, Texas, or his duly appointed
representative, assistant, or agents .
28. Directo r of Planning and Development – The officially appointe d Director of the Planning
and Development Department of the Cit y of For t Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Directo r o f Transportation Public Work s – The officially appointe d Director of the
Transportation Public Works Department of the Cit y of For t Worth, Texas, or his duly
appointe d representative, assistant, or agents.
30. Directo r o f Wate r Departmen t – The officially appointe d Director of the Water Department
of the Cit y of Fort Worth, Texas, or his duly appointe d representative, assistant, or agents.
31. Drawings—Tha t par t of the Contrac t Documents prepare d or approve d by Enginee r which
graphically show s the scope , extent, and character of the Wor k to be performed by Contractor .
Submittals are not Drawings as so de fined.
32. Effectiv e Date of th e Agreement—The date indicate d in the Agree ment on whic h it becomes
effective, but if no suc h date is indicated, it means the date on whic h the Agree ment is signed
and delivere d by the las t of the two partie s to sig n and deliver.
33. Engineer—The license d professiona l enginee r or engineerin g fir m registered in the State of
Texa s perfor min g professiona l services for the City.
34. Extra Wor k – Additiona l wor k made necessary by change s or alterations of the Contract
Documents or of quantitie s or for othe r reasons for whic h no price s are provide d in the Contrac t
Documents . Extra work shall be par t of the Work.
35. Field Order — A writte n orde r issued by Cit y whic h require s change s in the Wor k but which
doe s not involve a change in the Contrac t Price , Contrac t Time, or the inten t of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Fina l Acceptance – The writte n notic e give n by the Cit y to the Contractor tha t the Work
specifie d in the Contrac t Documents ha s bee n complete d to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 4 of 63
37. Fina l Inspectio n – Inspection carrie d out by the Cit y to verif y tha t the Contractor has
complete d the Work, and each and every part or appurtenanc e thereof, fully , entirely , and in
conformanc e wit h the Contrac t Documents.
38. General Requirements—Sections of Divisio n 1 of the Contrac t Documents.
39. Hazardou s Environmental Condition—The presenc e at the Sit e of Asbestos, PCBs,
Petroleum, Hazardous Waste , Radioactive Material, or othe r materials in suc h quantitie s or
circumstances tha t may present a substantia l dange r to persons or property expose d thereto.
40. Hazardous Waste —Hazardous waste is define d as any solid waste liste d as hazardous or
possesses one or more hazardous characteristics as define d in the federa l waste regulations,
as amende d from time to time.
41. Laws and Regulations—Any and all applicable laws , rules , regulations , ordinances , codes,
and order s of any and all governmenta l bodie s, agencies, authorities , and courts having
jurisdiction.
42. Liens —Charges , security interests, or encumbrances upon Projec t funds , rea l property, or
persona l property.
43. Major Item – An Ite m of wor k include d in the Contract Documents tha t ha s a total cos t equal
to or greater tha n 5% of the origina l Contrac t Pric e or $25,000 whicheve r is less.
44. Milestone—A principa l event specifie d in the Contrac t Documents relatin g to an inter mediate
Contrac t Time prio r to Fina l Acceptance of the Work.
45. Notice o f Award —The writte n notic e by Cit y to the Successful Bidde r stating tha t upon
timely complianc e by the Successful Bidde r wit h the conditions precedent liste d therein, City
will sig n and delive r the Agree ment.
46. Notic e to Proceed—A writte n notic e give n by Cit y to Contractor fixin g the date on whic h the
Contrac t Time will commenc e to run and on whic h Contractor shall start to per form the Wor k
specifie d in Contrac t Documents.
47. PCBs—Polychlorinate d biphenyls.
48. Petroleum—Petroleum, includin g crude oil or any frac tio n thereof whic h is liquid a t standard
conditions of temperatur e and pressure (60 degree s Fahrenheit and 14.7 pounds pe r square
inc h absolute), suc h as oil, petroleum, fue l oil, oil sludge , oil refuse , gasoline , kerosene , and
oil mixe d wit h othe r non-Hazardous Waste and crude oils.
49. Plan s – Se e definitio n of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 5 of 63
50. Projec t Schedule—A schedule , prepare d and maintaine d by Contractor , in accordance with
the General Require ments , describin g the sequenc e and duration of the activitie s comprising
the Contractor’s pla n to accomplis h the Wor k within the Contrac t Time.
51. Project—The Wor k to be perfor med unde r the Contrac t Documents.
52. Project Manager—The authorize d representative of the Cit y who will be assigne d to the
Site.
53. Public Meetin g – An announce d meeting conducte d by the Cit y to facilitat e public
participatio n and to assist the public in gainin g an infor med vie w of the Project.
54. Radioactive Material—Source , special nuclear, or byproduc t material as define d by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amende d from time to time.
55. Regula r Working Hour s – Hours beginning at 7:0 0 a.m. and ending at 6:0 0 p.m., Monday
thr u Frida y (excluding lega l holidays).
56. Samples—Physica l exa mple s of materials, equipment, or workmanship tha t are
representative of some portion of the Work and whic h establis h the standards by whic h such
portion of the Work will be judged.
57. Schedule o f Submittals—A schedule , prepare d and maintaine d by Contractor, of required
submittals and the time require ments to support schedule d perfor manc e of related construction
activities.
58. Schedule o f Values—A schedule , prepare d and maintaine d by Contractor , allocatin g portions
of the Contrac t Pric e to various portions of the Wor k and use d as the basis for reviewing
Contractor’s Application s for Payment.
59. Site —Lands or areas indicate d in the Contrac t Documents as bein g furnishe d by Cit y upon
whic h the Work is to be perfor med, includin g rights -of-way, permits , and easements for access
thereto, and suc h othe r land s furnishe d by Cit y whic h are designate d for the us e of Contractor.
60. Specifications—Tha t par t of the Contrac t Documents consistin g of writte n require ments for
materials, equipment, systems, standards a nd workmanship a s applie d to the Work, and certain
administrativ e require ments and procedura l matters applicable thereto. Specifications may be
specifically made a part of the Contrac t Documents by attachment or , if not attached, may be
incorporate d by reference as indicate d in the Table of Contents (Divisio n 00 00 00) of each
Project.
61. Subcontractor—An individua l or entit y having a direc t contrac t wit h Contractor or wit h any
othe r Subcontractor for the perfor manc e of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 6 of 63
62. Submittals—All drawings , diagra ms, illustrations , schedules , and othe r dat a or in for mation
whic h are specifically prepare d or assemble d by or for Contractor and submitte d by Contractor
to illustrat e some portion of the Work.
63. Substantial Completion – The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder—The Bidde r submittin g the lowes t and mos t responsive Bid to whom City
make s an Award.
65. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the Cit y and to act for the Contractor.
66. Supplementary Conditions—Tha t part of the Contrac t Documents whic h amends or
supple ments thes e General Conditions.
67. Supplier—A manufacturer, fabricator, supplier , dis tributor , materialman, or vendor having a
direc t contrac t wit h Contractor or wit h any Subcontractor to furnis h materials or equipment
to be incorporate d in the Wor k by Contractor or Subcontractor.
68. Underground Facilities—All underground pipelines , conduits , ducts , cables, wires,
manholes , vaults , tanks , tunnels , or othe r suc h facilitie s or attachments , and any encasements
containing suc h facilities , includin g but not limit ed to, thos e tha t conve y electricity, gases,
steam, liquid petroleum products , telephone or othe r communications , cable television,
water, wastewater, stor m water, othe r liquid s or che micals , or traffic or othe r control systems.
69 Unit Pric e Work —Se e Paragraph 11.03 of thes e General Conditions for definition.
70. Weekend Working Hour s – Hour s beginning at 9:0 0 a.m. and ending at 5:0 0 p.m., Saturday,
Sunda y or lega l holiday, as approve d in advanc e by the City.
71. Work —The entir e construction or the various separately identifiable parts thereof require d to
be provide d unde r the Contrac t Documents . Wor k include s and is the result of perfor min g or
providing all labor, services, and documentation necessary to produc e suc h construction
includin g any Change Orde r or Field Order , and furnishing, installing , and incorporating all
materials and equipment int o suc h construction, all as require d by the Contrac t Documents.
72. Workin g Day – A working da y is define d as a day, not includin g Saturdays , Sundays , or legal
holidays authorize d by the Cit y for contrac t purposes , in whic h weather or othe r conditions
not unde r the control of the Contractor will permit the performanc e of the principa l unit of
work underwa y for a continuous perio d of not les s tha n 7 hour s between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not define d but, whe n use d in
the Biddin g Require ments or Contrac t Documents , have the indicate d meaning.
B. Inten t o f Certai n Terms or Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 7 of 63
1. The Contrac t Documents includ e the terms “a s allowed,” “a s approved,” “a s ordered,” “as
directed” or terms of lik e effect or import to authorize an exercise of judgment by City . In
addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or
adjectives of lik e effect or impor t are use d to describ e an action or determinatio n of Cit y as to
the Work. It is intende d tha t suc h exercise of professiona l judgment, action, or determination
will be solely to evaluate, in general, the Work for complianc e wit h the in formatio n in the
Contrac t Documents and wit h the desig n conce pt of the Projec t a s a functioning whole as
show n or indicate d in the Contrac t Documents (unles s ther e is a specific statement indicating
otherwise).
C. Defective:
1. The wor d “defective,” whe n modifying the word “Work,” refers to Work tha t is
unsatis factory, faulty , or de ficien t in tha t it:
a. doe s not conform to the Contrac t Documents ; or
b. doe s not meet the require ments of any applica ble inspection, referenc e standard, test, or
approva l referred to in the Contrac t Documents ; or
c. ha s bee n da mage d prio r to City’s written acceptance.
D. Furnish , Install, Perform, Provide:
1. The wor d “Furnish” or the word “Install” or the wor d “Perform” or the wor d “Provide ” or
the wor d “Supply,” or any combinatio n or simila r directiv e or usage thereof , shall mean
furnishing and incorporating in the Wor k includin g all necessary labor, materials, equipment,
and everything necessary to perfor m the Wor k indicated, unles s specifically limite d in the
context used.
E. Unles s state d otherwis e in the Contrac t Docume nts , words or phrase s tha t have a well-known
technical or construction industr y or trade meaning are use d in the Contrac t Documents in
accordance wit h suc h recognize d meaning.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
Cit y shall furnis h to Contractor one (1) origina l executed copy and one (1) electronic copy of the
Contrac t Documents , and four (4) additiona l copies of the Drawings . Additiona l copie s will be
furnishe d upon reques t at the cos t of reproduction.
2.02 Commencement of Contract Time ; Notic e to Proceed
The Contrac t Time will commenc e to run on the da y indicate d in the Notic e to Proceed. A Notic e to
Proceed may be give n no earlier than 14 days afte r the Effective Date of the Agree ment, unless agreed
to by both parties in writing.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 8 of 63
2.03 Startin g th e Work
Contractor shall start to perform the Wor k on the date whe n the Contrac t Time commences to run.
No Wor k shall be done at the Sit e prio r to the date on whic h the Contrac t Time commences to run.
2.04 Before Startin g Construction
Baselin e Schedules: Submit in accordance wit h the Contrac t Documents , and prio r to starting the
Work.
2.05 Preconstruction Conference
Befor e any Wor k at the Sit e is started, the Contractor shall attend a Preconstruction Conferenc e as
specifie d in the Contrac t Documents.
2.06 Public Meeting
Contractor may not mobiliz e any equipment, materials or resource s to the Sit e prio r to Contractor
attending the Public Meeting as schedule d by the City.
2.07 Initia l Acceptance o f Schedules
No progres s payment shall be made to Contractor until acceptable schedule s are submitte d to Cit y in
accordance wit h the Schedule Specification a s provide d in the Contrac t Documents.
ARTICLE 3 – CONTRACT DOCUMENTS : INTENT, AMENDING, REUSE
3.01 Intent
A. The Contrac t Documents are comple mentary; wha t is require d by one is as binding as if required
by all.
B. It is the inten t of the Contrac t Documents to describe a functionally complet e projec t (or part
thereof) to be constructe d in accordance wit h the Contrac t Documents . Any labor, documentation ,
services, materials, or equipment tha t reasonably may be inferred from the Contrac t Documents
or from prevailin g custom or trade usage as bein g require d to produc e the indicate d result will be
provide d whethe r or not specifically calle d for , at no additiona l cos t to City.
C. Clarification s and interpretations of the Contrac t Documents shall be issued by City.
D. The Specifications ma y var y in for m, format and style . Some Specification sections may be written
in varying degree s of strea mline d or declarative style and some sections ma y be relatively
narrative by comparison. Omissio n of such words and phrase s as “the Contractor shall,” “in
confor mit y with,” “a s shown,” or “a s specified ” are intentiona l in strea mlined sections .
Omitte d words and phrase s shall be supplie d by inference. Simila r type s of provisions may appea r
in various parts of a section or article s within a part depending on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 9 of 63
section. The Contractor shall not take advantage of any variatio n of for m, format or style in
makin g Contrac t Claims.
E. The cros s referencing of specification sections unde r the subparagraph heading “Related
Sections includ e but are not necessarily limite d to:” and elsewhere within each Specification
section is provide d as an aid and convenienc e to the Contractor . The Contractor shall not rely on
the cros s referencing provide d and shall be responsible to coordinate the entir e Wor k unde r the
Contrac t Documents and provide a complet e Projec t whethe r or not the cros s referencing is
provide d in each section or whethe r or not the cros s referencing is complete.
3.02 Reference Standards
A. Standards , Specifications, Codes , Laws, and Regulations
1. Reference to standards , specifications, manuals , or code s of any technical society, organization ,
or association, or to Laws or Regulations , whethe r suc h reference be specific or by implication ,
shall mean the standard, specification, manual, code , or Laws or Regulations in effect at the
time of opening of Bid s (or on the Effective Date of the Agree ment if there were no Bids),
except as may be otherwis e specifically state d in the Contrac t Documents.
2. No provision of any suc h standard, specification, manual, or code , or any instructio n of a
Supplier, shall be effective to change the duties or responsibilitie s of City , Contractor , or any
of their subcontractors , consultants , agents , or employees , from thos e set forth in the Contract
Documents . No suc h provision or instructio n shall be effective to assign to City , or any of its
officers, directors , me mbers , partners , employee s, agents , consultants , or subcontractors , any
duty or authority to supervis e or direc t the perfor manc e of the Wor k or any duty or authority
to undertake responsibilit y inconsistent wit h the provisions of the Contrac t Documents.
3.03 Reportin g and Resolvin g Discrepancies
A. Reportin g Discrepancies:
1. Contractor’s Revie w o f Contract Documents Befor e Starting Work : Before undertaking each
part of the Work, Contractor shall carefully study and compar e the Contrac t Documents and
check and verif y pertinent figure s therein agains t all applicable field measurements and
conditions . Contractor shall promptly repor t in writin g to Cit y any conflict , error, ambiguity,
or discrepanc y whic h Contractor discovers , or ha s actual knowledge of , and shall obtain a
written interpretation or clarificatio n from Cit y be for e proceeding wit h any Wor k affected
thereby.
2. Contractor’s Revie w o f Contract Documents Durin g Performance o f Work : If, during the
perfor manc e of the Work, Contractor discover s any conflict , error, ambiguity, or discrepancy
within the Contrac t Documents , or between the Contrac t Documents and (a) any applicable
La w or Regulatio n , (b) any standard, specification, manual, or code , or (c) any instructio n of
any Supplier, the n Contractor shall promptly report it to Cit y in writing . Contractor shall not
procee d wit h the Wor k affected thereby (except in an emergenc y as require d by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 10 of 63
6.17.A ) until a n amendment or supple ment to the Contrac t Documents ha s bee n issued by
one of the methods indicate d in Paragraph 3.04.
3. Contractor shall not be liable to Cit y for failure to report any conflict , error, ambiguity, or
discrepanc y in the Contrac t Documents unles s Contractor ha d actual knowledge thereof.
B. Resolvin g Discrepancies:
1. Except as may be otherwis e specifically state d in the Contrac t Documents , the provisions of
the Contrac t Documents shall take precedence in resolvin g any conflict , error, ambiguity, or
discrepanc y between the provisions of the Contrac t Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplie r (whethe r or not specifically
incorporate d by reference in the Contrac t Documents).
2. In case of discrepancies, figure d dimensions shall gover n ove r scaled dimensions , Plan s shall
govern ove r Specifications, Supple mentary Condition s shall govern ove r General Conditions
and Specifications, and quantitie s show n on the Plan s shall gover n ove r thos e show n in the
proposal.
3.04 Amendin g and Supplementing Contract Documents
A. The Contrac t Documents ma y be amende d to provide for additions , deletions , and revision s in
the Wor k or to modif y the terms and conditions thereof by a Change Order.
B. The require ments of the Contrac t Documents ma y be supple mented, and mino r variation s and
deviations in the Wor k not involvin g a change in Contrac t Pric e or Contrac t Time, may be
authorized, by one or mor e of the followin g ways:
1. A Field Order;
2. City’s revie w of a Submitta l (subjec t to the provisions of Paragraph 6.18.C); or
3. City’s writte n interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplie r shall not:
1. have or acquir e any title to or ownership rights in any of the Drawings , Specifications , or
othe r documents (or copie s of any thereof ) prepared by or bearing the seal of Engineer,
includin g electronic media editions ; or
2. reus e any suc h Drawings , Specifications, othe r documents , or copie s thereof on extensions of
the Projec t or any othe r projec t without writte n consent of Cit y and specific written verificatio n
or adaptation by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will sur viv e fina l payment, or terminatio n of the
Contract. Nothing herein shall preclude Contrac tor from retainin g copie s of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unles s otherwis e stated in the Supple mentary Conditions , the dat a furnishe d by Cit y or Engineer
to Contractor , or by Contractor to Cit y or Engineer , tha t may be relie d upon are limite d to the
printe d copie s include d in the Contrac t Doc uments (als o know n as har d copies ) and other
Specifications referenced and located on the City’s on-line electronic document manage ment and
collaboratio n system site . File s in electronic media for mat of text, data , graphics , or othe r types
are furnishe d only for the convenienc e of the receiving party. Any conclusion or informatio n
obtaine d or derive d from suc h electronic files will be at the user’s sole risk . If there is a discrepanc y
between the electronic file s and the hard copies , the har d copie s govern.
B. Whe n transferring documents in electronic media for mat, the transferring party make s no
representations as to lon g term compatibility , usability , or readabilit y of documents resulting from
the us e of software applicatio n packa ges, operating systems, or compute r hardware differing from
thos e use d by the data’s creator.
ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL COND ITIONS ; REFERENCE POINTS
4.01 Availability of Lands
A. Cit y shall furnis h the Site . Cit y shall notif y Contractor of any encumbrance s or restriction s not of
genera l applicatio n but specifically related to us e of the Sit e wit h whic h Contractor mus t comply
in perfor min g the Work. Cit y will obtain in a timely manne r and pa y for easements for per manent
structure s or permanent change s in existin g facilities.
1. The Cit y ha s obtaine d or anticipates acquisit ion of and/or access to right-of -way, and/or
easements . Any outstanding right-of -way and/or easements are anticipated to be acquire d in
accordance wit h the schedule set forth in the Supple mentary Conditions . The Project Schedule
submitted by the Contractor in accordanc e wit h the Contrac t Documents must conside r any
outstanding right-of-way, and/or easements.
2. The Cit y ha s or anticipates re moving and/or re locatin g utilities , and obstructions to the Site.
Any outstanding re mova l or relocation of utilitie s or obstructions is anticipated in accordance
wit h the schedule set forth in the Supple mentary Conditions . The Projec t Schedule submitted
by the Contractor in accordance wit h the Contract Documents mus t conside r any outstanding
utilitie s or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable writte n request, Cit y shall furnis h Contractor wit h a current state ment of record
lega l title and lega l descriptio n of the land s upon whic h the Wor k is to be perfor med.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 12 of 63
C. Contractor shall provide for all additiona l land s and access thereto tha t may be require d for
construction facilitie s or storage of materials and equipment.
4.02 Subsurface an d Physical Conditions
A. Reports and Drawings : The Supple mentary Conditions identify:
1. thos e reports know n to Cit y of explorations and tests of subsurfac e conditions at or
contiguous to the Site ; and
2. thos e drawings know n to Cit y of physica l conditions relatin g to existin g surfac e or
subsurfac e structure s at the Sit e (except Underground Facilities).
B. Limite d Relianc e b y Contractor on Technical Data Authorized : Contractor may rely upon the
accuracy of the “technical data ” containe d in suc h report s and drawings , but suc h reports and
drawings are not Contrac t Docume nts . Suc h “technical data ” is identifie d in the Supple mentary
Conditions . Contractor may not make any Contrac t Claim agains t City , or any of their officers,
directors , members , partners , employees , agents , consultants , or subcontractor s wit h respect to:
1. the completeness of suc h reports and drawings for Contractor’s purposes , including , but not
limite d to, any aspects of the means, methods , techniques , sequences, and procedure s of
construction to be employe d by Contractor , and safety precautions and progra ms incident
thereto; or
2. othe r data , interpretations , opinions , and infor matio n containe d in suc h reports or show n or
indicate d in suc h drawings ; or
3. any Contractor interpretation of or conclusion draw n from any “technical data ” or any such
othe r data , interpretations , opinions , or infor mation.
4.03 Differin g Subsurface o r Physica l Conditions
A. Notice : If Contractor believe s tha t any subsurfac e or physica l condition tha t is uncovere d or
revealed either:
1. is of suc h a natur e as to establis h tha t any “technical data ” on whic h Contractor is entitle d to
rely as provide d in Paragraph 4.02 is materially inaccurate; or
2. is of suc h a natur e a s to requir e a change in the Contrac t Documents ; or
3. differs materially from tha t show n or indicate d in the Contrac t Documents ; or
4. is of a n unusua l nature , and differs materially from conditions ordinarily encountere d and
generally recognize d as inherent in wor k of the character provide d for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 13 of 63
the n Contractor shall, promptly after becomin g aware thereof and befor e furthe r disturbing the
subsurfac e or physica l conditions or performin g any Wor k in connection therewith (except in an
emergenc y as require d by Paragraph 6.17.A), notif y Cit y in writin g about suc h condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitle d to any adjustment in the Contrac t Pric e or Contrac t Time if:
1. Contractor kne w of the existenc e of suc h conditions at the time Contractor made a final
commit ment to Cit y wit h respect to Contrac t Pric e and Contrac t Time by the submissio n of a
Bid or becomin g bound unde r a negotiate d contract; or
2. the existenc e of suc h condition could reasonably have bee n discovere d or revealed as a result
of the exa minatio n of the Contrac t Documents or the Site ; or
3. Contractor faile d to giv e the written notic e as require d by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown o r Indicated: The informatio n and data show n or indicate d in the Contrac t Documents
wit h respect to existin g Underground Facilitie s at or contiguous to the Sit e is base d on infor matio n
and data furnishe d to Cit y or Enginee r by the owners of suc h Underground Facilities ,
includin g City , or by others . Unles s it is otherwis e expressly provide d in the Supple mentar y
Conditions:
1. Cit y and Enginee r shall not be responsible for the accuracy or completeness of any such
infor matio n or data provide d by others ; and
2. the cos t of all of the followin g will be include d in the Contrac t Price , and Contractor shall
have full responsibilit y for:
a. reviewin g and checking all suc h infor matio n and data;
b. locatin g all Underground Facilitie s show n or indicate d in the Contrac t Documents;
c. coordination and adjustment of the Wor k wit h the owners of suc h Underground
Facilities , includin g City , during construction; and
d. the safety and protection of all suc h Underground Facilitie s and repairin g any da mage
thereto resultin g from the Work.
B. Not Shown or Indicated:
1. If an Underground Facilit y whic h conflict s wit h the Wor k is uncovere d or revealed a t or
contiguous to the Sit e whic h was not show n or indicated, or not show n or indicate d with
reasonable accuracy in the Contrac t Documents , Contractor shall, promptly afte r becoming
aware thereof and before furthe r disturbing conditions affected thereby or perfor min g any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 14 of 63
Work in connection therewith (except in an emergenc y as require d by Paragraph 6.17.A),
identif y the owne r of suc h Underground Facilit y and giv e notic e to tha t owne r and to City.
Cit y will revie w the discovere d Underground Facilit y and determin e the extent, if any, to
whic h a change may be require d in the Contrac t Documents to reflect and document the
consequence s of the existenc e or locatio n of the Underground Facility . Contractor shall be
responsible for the safety and protection of suc h discovere d Underground Facility.
2. If Cit y conclude s tha t a change in the Contract Documents is required, a Change Orde r may
be issued to reflect and document suc h consequences.
3. Verificatio n of existin g utilities , structures , and servic e line s shall includ e notificatio n of all
utilit y companie s a minimum of 48 hour s in advanc e of construction includin g exploratory
excavation if necessary.
4.05 Reference Points
A. Cit y shall provide engineering surveys to establis h reference points for construction, whic h in
City’s judgment are necessary to enable Contrac tor to procee d wit h the Work. Cit y will provide
construction stake s or othe r customary method of markin g to establis h lin e and grade s for roadwa y
and utilit y construction, centerlines and benchmarks for bridgework. Contractor shall protec t and
preserve the establishe d reference points and property monuments , and shall make no change s or
relocations . Contractor shall repor t to Cit y wheneve r any reference point or property monument is
los t or destroye d or require s relocation because of necessary change s in grade s or locations . The
Cit y shall be responsible for the replacement or relocation of reference points or property
monument s not carelessly or willfully destroye d by the Contractor . The Contractor shall notif y
Cit y in advanc e and wit h sufficien t time to avoid delays.
B. Whenever, in the opinion of the City , any referenc e point or monument ha s bee n carelessly or
willfull y destroyed, disturbed, or remove d by the Contractor or any of his employees , the full cos t
for replacing suc h points plu s 25% will be charge d agains t the Contractor, and the full a mount will
be deducte d from payment due the Contractor.
4.06 Hazardous Environmenta l Conditio n a t Site
A. Reports and Drawings : The Supple mentary Conditions ide ntif y thos e report s and drawings know n
to Cit y relatin g to Hazardous Environmenta l Conditions tha t have bee n identifie d at the Site.
B. Limited Reliance by Contractor o n Technical Data Authorized : Contractor may rely upon the
accuracy of the “technical data ” containe d in such reports and drawings , but suc h reports and
drawings are not Contrac t Documents . Suc h “technical data ” is identifie d in the Supple mentary
Conditions . Contractor may not make any Contrac t Claim agains t City , or any of their officers,
directors , members , partners , employees , agents , consultants , or subcontractors wit h respect to:
1. the completeness of suc h reports and drawings for Contractor’s purposes , including , but not
limite d to, any aspects of the means, methods , techniques , sequence s and procedure s of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 15 of 63
construction to be employe d by Contractor and safety precautions and progra ms incident
thereto; or
2. othe r data , interpretations , opinions and infor matio n containe d in suc h reports or show n or
indicate d in suc h drawings ; or
3. any Contractor interpretation of or conclusion draw n from any “technical data ” or any such
othe r data , interpretations , opinions or infor mation.
C. Contractor shall not be responsible for a ny Hazardous Environmenta l Condition uncovere d or
revealed at the Sit e whic h was not show n or indica ted in Drawings or Specification s or identif ied
in the Contrac t Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmenta l Condition created wit h any materials brought to the Sit e by
Contractor , Subcontractors , Suppliers , or anyone els e for whom Contractor is responsible.
D. If Contractor encounter s a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmenta l Condition, Contractor shall
immediately: (i) secure or otherwis e isolat e suc h condition; (ii) stop all Work in connection with
suc h condition and in any area affected thereby (except in an emergenc y as require d by Paragraph
6.17.A); and (iii) notify Cit y (and promptly thereafter confirm suc h notic e in writing). Cit y may
conside r the necessity to retain a qualifie d exper t to evaluate suc h condition or take corrective
action, if any.
E. Contractor shall not be require d to resume Wor k in connection wit h suc h condition or in any
affected area until afte r Cit y ha s obtaine d any require d permit s related thereto and delivered writte n
notic e to Contractor: (i) specifyin g tha t suc h condition and any affected area is or has bee n
rendere d suitable for the resumptio n of Work; or (ii) specifyin g any special conditions unde r whic h
suc h Work may be resumed.
F. If afte r receipt of suc h writte n notic e Contractor doe s not agre e to resume suc h Work base d on a
reasonable belie f it is unsafe , or doe s not agree to resume suc h Wor k unde r suc h special conditions ,
the n Cit y ma y orde r the portion of the Wor k tha t is in the are a affected by such condition to be
deleted from the Work. Cit y may have suc h deleted portion of the Work performed by City’s ow n
forces or others.
G. To th e fulles t extent permitte d by Law s and Re gulations, Contractor shall indemnify and hold
harmless City , from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges o f engineers, architects, attorneys, and other professionals and all court
o r arbitratio n o r other dispute resolutio n costs) arisin g out o f o r relatin g to a Hazardous
Environmental Condition created b y Contractor or b y anyone for whom Contractor is responsible.
Nothin g in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual o r entity
from and against th e consequences o f tha t individual’s o r entity’s own negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovere d or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 16 of 63
ARTICLE 5 – BOND S AND INSURANCE
5.01 Licensed Suretie s and Insurers
All bonds and insuranc e require d by the Contrac t Documents to be purchase d and maintaine d by
Contractor shall be obtaine d from surety or insur anc e companie s tha t are duly license d or authorized
in the State of Texa s to issue bonds or insura nce policie s for the limit s and coverage s so required.
Suc h surety and insuranc e companie s shall als o meet suc h additiona l require ments and qualifications
as may be provide d in the Supple mentary Conditions.
5.02 Performance, Payment, and Maintenanc e Bonds
A. Contractor shall furnis h perfor manc e and payment bonds , in accordance wit h Texa s Government
Code Chapte r 2253 or successor statute , each in an amount equa l to the Contrac t Pric e as
security for the faithful perfor manc e and payment of all of Contractor’s obligations unde r the
Contrac t Documents.
B. Contractor shall furnis h maintenanc e bonds in a n amount equa l to the Contrac t Pric e as security
to protec t the Cit y agains t any defects in any portion of the Wor k describe d in the Contract
Documents . Maintenanc e bonds shall remain in effect for tw o (2) years a fte r the date of Final
Acceptance by the City.
C. All bonds shall be in the for m prescribe d by the Contrac t Document s except as provided otherwis e
by Laws or Regulations , and shall be executed by suc h suretie s as are na med in the list o f
“Companie s Holdin g Certificates of Authority as Acceptable Suretie s on Federal Bonds and a s
Acceptable Reinsurin g Companies ” as published in Circula r 570 (amended) by the Financial
Manage ment Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
a n agent or attorney-in -fac t mus t be accompa nie d by a sealed and date d powe r of attorney whic h
shall show tha t it is effective on the date the agent or attorney-in -fact signe d each bond.
D. If the suret y on any bond furnishe d by Contractor is declared bankrupt or becomes insolvent or it s
righ t to do busines s is terminate d in the State of Texa s or it ceases to meet the require ments of
Paragraph 5.02.C, Contractor shall promptly notif y Cit y and shall, within 30 days afte r the event
givin g ris e to suc h notification , provide anothe r bond and surety, both of whic h shall comply wit h
the require ments of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall delive r to City , wit h copie s to each additiona l insure d and los s paye e identifie d in th e
Supple mentary Conditions , certificates of insura nc e (othe r evidenc e of insuranc e requested by Cit y or
any othe r additiona l insured) in at least the minimum amount as specified in the Supplementary
Conditions whic h Contractor is require d to purchas e and maintain.
1. The certificate of insuranc e shall document the City , and all identifie d entitie s na med in the
Supple mentary Conditions as “Additiona l Insured” on all liabilit y policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 17 of 63
2. The Contractor’s genera l liabilit y insuranc e shall includ e a, “pe r project ” or “pe r location”,
endorse ment , whic h shall be identifie d in the certificat e of insuranc e provide d to the City.
3. The certificate shall be signe d by an agent authorize d to bin d coverage on behalf of the insured ,
be complet e in it s entirety, and show complet e insuranc e carrier na me s as liste d in th e current
A.M. Best Property & Casualty Guide
4. The insurer s for all policie s mus t be license d and/or approve d to do busines s in the State of
Texas. Except for workers ’ compensation, all insurer s mus t have a minimum ratin g of A-:
VII in the current A. M. Best Key Ratin g Guid e or have reasonably equivalent financial
strength and solvenc y to the satisfaction of Ris k Manage ment. If the ratin g is belo w that
required, written approva l of Cit y is required.
5. All applicable policie s shall includ e a Waive r of Subrogation (Rights of Recovery) in favor
of the City . In addition, the Contractor agrees to waiv e all rights of subrogation agains t the
Enginee r (if applicable), and each additional insure d identifie d in the Supple mentary
Conditions
6. Failur e of the Cit y to de mand suc h certificates or othe r evidenc e of full complianc e wit h the
insuranc e require ments or failur e of the Cit y to identif y a deficiency from evidenc e tha t is
provide d shall not be construe d as a waive r of Contractor’s obligatio n to maintain suc h lines
of insuranc e coverage.
7. If insuranc e policie s are not writte n for specifie d coverage limits , an Umbrella or Excess
Liabilit y insuranc e for any differences is required. Excess Liabilit y shall follo w form of the
primary coverage.
8. Unles s otherwis e stated, all require d insuranc e shall be written on the “occurrenc e basis”. If
coverage is underwritte n on a claims-made basis , the retroactive date shall be coincident with
or prio r to the date of the effective date of the agreement and the certificate of insuranc e shall
state tha t the coverage is claims-made and the retroactive date . The insuranc e coverage shall
be maintaine d for the duration of the Contrac t and for thre e (3) years followin g Final
Acceptance provide d unde r the Contrac t Documents or for the warranty period, whicheve r is
longer. An annua l certificate of insuranc e submitte d to the Cit y shall evidenc e such
insuranc e coverage.
9. Policie s shall have no exclusions by endorse ments , which , neithe r nullif y or a mend, the
require d line s of coverage , nor decrease the limit s of said coverage unles s suc h endorse ments
are approve d in writin g by the City . In the event a Contrac t ha s bee n bid or executed and the
exclusions are determine d to be unacceptable or the Cit y desire s additiona l insurance coverage ,
and the Cit y desire s the contractor/enginee r to obtain suc h coverage , the contract pric e shall
be adjuste d by the cos t of the pre miu m for suc h additiona l coverage plu s 10%.
10. Any self -insure d retention (SIR), in excess of $25,000.00, affecting require d insurance
coverage shall be approve d by the Cit y in regards to asset valu e and stockholders ' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 18 of 63
lie u of traditiona l insurance , alternative cover age maintaine d through insuranc e pools or risk
retention groups , mus t als o be approve d by City.
11. Any deductible in excess of $5,000.00, for any polic y tha t doe s not provide coverage on a
first-dolla r basis , mus t be acceptable to and approve d by the City.
12. City , at it s sole discretion , reserves the righ t to revie w the insuranc e require ments and to
make reasonable adjust ments to insuranc e coverage’s and their limit s whe n dee med necessary
and prudent by the Cit y base d upon change s in statutory law , court decisio n or the claims
histor y of the industry as well as of the contracting party to the City . The Cit y shall b e require d
to provide prio r notic e of 90 days , and the insuranc e adjustments shall be incorporate d int o the
Wor k by Change Order.
13. Cit y shall be entitled , upon writte n reques t and without expense , to receive copie s of policies
and endorse ments thereto and may make any reasonable requests for deletio n or revisio n or
modification s of particula r polic y terms, conditions , limitations , or exclusions necessary to
conform the polic y and endorse ments to the require ments of the Contract. Deletions, revisions ,
or modification s shall not be require d where polic y provisions are establishe d by la w or
regulations binding upon eithe r party or the underwrite r on any suc h policies.
14. Cit y shall not be responsible for the direct payment of insuranc e pre miu m costs for
Contractor’s insurance.
5.04 Contractor’s Insurance
A. Worker s Compensation and Employers’ Liability. Contractor shall purchas e and maintain such
insuranc e coverage wit h limit s consistent wit h statutor y bene fit s outline d in the Texa s Workers’
Compensation Act (Texa s Labor Code , Ch. 406, as amended), and minimum limit s for Employers ’
Liabilit y as is appropriate for the Wor k bein g per formed and as will provide protection from claims
set forth belo w whic h may aris e out of or result from Contractor’s performanc e of the Wor k and
Contractor’s othe r obligations unde r the Contrac t Documents, whethe r it is to be perfor med by
Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employe d by any of
the m to perfor m any of the Work, or by anyone for whos e acts any of the m may be liable:
1. claims unde r workers ’ compensation, disabilit y benefits , and othe r simila r employe e benefit
acts;
2. claims for da mage s because of bodily injury , occupationa l sicknes s or disease, or death of
Contractor’s employees.
B. Commercia l General Liability . Coverage shall includ e but not be limite d to covering liability
(bodily injur y or property da mage ) arisin g from: pre mises/operations , independent contractors,
products/complete d operations , persona l injury , and liabilit y unde r an insure d contract. Insurance
shall be provide d on an occurrenc e basis , and as comprehensive as the current Insuranc e Services
Office (ISO) policy . This insuranc e shall apply a s primary insuranc e wit h respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 19 of 63
insuranc e or self-insuranc e progra ms afforde d to the City . The Commercial General Liability
policy , shall have no exclusions by endorse ments that would alte r of nullif y pre mises/operations,
products/complete d operations , contractual, per sona l injury , or advertisin g injury , whic h are
normally containe d wit h the policy , unles s the Cit y approve s suc h exclusions in writing.
For construction projects tha t present a substa ntia l complete d operation exposure , the Cit y may
require the contractor to maintain complete d operations coverage for a minimum of no les s than
thre e (3) years followin g the completio n of the projec t (if identifie d in the Supple mentary
Conditions).
C. Automobile Liability . A commercial busines s auto polic y shall provide coverage on “any auto”,
define d as autos owned, hire d and non-owne d and provide inde mnit y for claims for da mages
because bodily injur y or death of any person and or property da mage arisin g out of the work,
maintenanc e or us e of any motor vehicle by the Contractor , any Subcontractor or Supplier , or by
anyone directly or indirectly employe d by any of the m to perform any of the Work, or by anyone
for whos e acts any of the m may be liable.
D. Railroa d Protectiv e Liability. If any of the wor k or any warranty wor k is within the limit s of
railroa d right-of-way, the Contractor shall comply wit h the require ments identifie d in the
Supple mentary Conditions.
E. Notificatio n of Policy Cancellation: Contractor shall immediately notif y Cit y upon cancellation
or othe r los s of insuranc e coverage . Contractor shall stop wor k until replacement insuranc e has
bee n procured. Ther e shall be no time credit for days not worke d pursuant to this section.
5.05 Acceptance o f Bond s and Insurance; Option to Replace
If Cit y ha s any objectio n to the coverage afforded by or othe r provisions of the bonds or insurance
require d to be purchase d and maintaine d by the Contractor in accordance wit h Article 5 on the basis
of non-conformanc e wit h the Contrac t Documents , the Cit y shall so notify the Contractor in writing
within 10 Busines s Days after receipt of the certificates (or othe r evidenc e requested). Contractor shall
provide to the Cit y suc h additiona l infor matio n in respect of insuranc e provide d as the Cit y may
reasonably request. If Contractor doe s not purcha se or maintain all of the bonds and insurance require d
by the Contrac t Documents , the Cit y shall notify the Contractor in writin g of suc h failure prio r to the
start of the Work, or of suc h failur e to maintain prio r to any change in the required coverage.
ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES
6.01 Supervision an d Superintendence
A. Contractor shall supervise , inspect, and direc t the Wor k competently and efficiently , devoting
suc h attention thereto and applying suc h skills and expertis e a s ma y be necessary to per for m the
Wor k in accordance wit h the Contrac t Documents . Contractor shall be solely responsible for the
means, methods , techniques , sequences, and procedure s of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 20 of 63
B. At all times during the progres s of the Work, Contractor shall assign a competent, English -
speaking, Superintendent who shall not be replaced without writte n notic e to City . The
Superintendent will be Contractor’s representative at the Sit e and shall have authority to act on
behalf of Contractor. All communicatio n give n to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the Cit y 24 hour s prio r to moving areas during the sequenc e of construction.
6.02 Labor; Workin g Hours
A. Contractor shall provide competent, suitably qualifie d personne l to perfor m construction as
require d by the Contrac t Documents . Contractor shall at all time s maintain good disciplin e and
orde r at the Site.
B. Except as otherwis e require d for the safety or protection of persons or the Work or property at
the Sit e or adjacent thereto, and except as otherwise state d in the Contrac t Documents , all Work
at the Sit e shall be perfor med during Regula r Working Hours . Contractor will not permit the
perfor manc e of Wor k beyond Regula r Working Hours or for Weekend Working Hours without
City’s writte n consent (whic h will not be unrea sonably withheld). Written reques t (by letter or
electronic communication) to perfor m Work:
1. for beyond Regula r Working Hours reques t mus t be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hour s reques t mus t be made by noon of the preceding Thursday
3. for lega l holidays reques t mus t be made by noon two Busines s Days prio r to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unles s otherwis e specifie d in the Contrac t Documents , Contractor shall provide and assume full
responsibilit y for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools , appliances, fuel, power, light , heat, telephone , water, sanitary facilities,
te mporar y facilities , and all othe r facilitie s and incidentals necessary for the per formance,
Contractor require d testing, start-up, and completio n of the Work.
B. All materials and equipment incorporate d int o the Wor k shall be as specifie d or , if not specified,
shall be of good qualit y and new , except as other wis e provide d in the Contrac t Documents . All
special warranties and guarantee s require d by the Specifications shall expressly run to the benefit
of City . If require d by City , Contractor shall furnis h satisfactory evidenc e (includin g reports of
require d tests ) as to the source , kind, and qualit y of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 21 of 63
C. All materials and equipment to be incorporate d into the Wor k shall be stored, applied , installed,
connected, erected, protected, used, cleaned, and conditione d in accordance wit h instructions of
the applicable Supplier , except as otherwis e ma y be provide d in the Contrac t Documents.
D. All ite ms of standar d equipment to be incorporate d int o the Work shall be the latest mode l at the
time of bid , unles s otherwis e specified.
6.04 Projec t Schedule
A. Contractor shall adher e to the Projec t Schedule establishe d in accordance wit h Paragraph 2.07
and the General Require ments as it may be adjuste d from time to time as provide d below.
1. Contractor shall submit to Cit y for acceptance (to the extent indicate d in Paragraph 2.07 and
the General Require ments ) propose d adjustment s in the Projec t Schedule tha t will not result
in changing the Contrac t Time . Suc h adjustme nts will comply wit h any provisions of the
General Require ments applicable thereto.
2. Contractor shall submit to Cit y a monthly Projec t Schedule wit h a monthly progres s payment
for the duration of the Contrac t in accordance wit h the schedule specification 01 32 16.
3. Propose d adjustments in the Projec t Schedule tha t will change the Contrac t Time shall be
submitted in accordance wit h the require ments of Article 12. Adjustments in Contrac t Time
may only be made by a Change Order.
6.05 Substitutes and “Or -Equals”
A. Wheneve r an ite m of material or equipment is specifie d or describe d in the Contrac t Documents
by usin g the na me of a proprietar y ite m or the na me of a particula r Supplier, the specificatio n or
descriptio n is intende d to establis h the type, function, appearance, and qualit y required. Unless the
specification or descriptio n contains or is followe d by words reading tha t no like , equivalent, or
“or -equal” ite m or no substitution is per mitted, othe r ite ms of material or equipment of other
Supplier s may be submitte d to Cit y for revie w unde r the circumstances describe d below.
1. “Or -Equal” Items : If in City’s sole discretio n an ite m of material or equipment propose d by
Contractor is functionally equa l to tha t na med and sufficiently simila r so tha t no change in
related Work will be required, it may be conside red by Cit y as an “or -equal” ite m, in which
case revie w and approva l of the propose d ite m may, in City’s sole discretion , be accomplishe d
without complianc e wit h some or all of the require ments for approva l of propose d substitute
ite ms. For the purpose s of this Paragraph 6.05.A.1, a propose d ite m of material or equipment
will be considere d functionally equa l to an ite m so na med if:
a. the Cit y determine s that:
1) it is at least equa l in materials of construction, quality , durability , appearance,
strength, and desig n characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 22 of 63
2) it will reliably per form a t least equally well the function and achieve the results
impose d by the desig n concept of the complete d Projec t a s a functioning whole ; and
3) it ha s a prove n record of performanc e and availabilit y of responsive service; and
b. Contractor certifie s that, if approve d and incorporate d int o the Work:
1) there will be no increase in cos t to the Cit y or increase in Contrac t Time; and
2) it will confor m substantially to the detailed require ments of the ite m na med in the
Contrac t Documents.
2. Substitute Items:
a. If in City’s sole discretio n an ite m of material or equipment propose d by Contractor does
not qualif y as an “or -equal” ite m unde r Paragraph 6.05.A.1, it may be submitte d as a
propose d substitute ite m.
b. Contractor shall submit sufficien t in for matio n as provide d belo w to allo w Cit y to determin e
if the ite m of material or equipment propose d is essentially equivalent to that na med and
an acceptable substitute therefor. Requests for revie w of propose d substitute ite ms of
material or equipment will not be accepted by Cit y from anyone othe r than Contractor.
c. Contractor shall make writte n applicatio n to Cit y for revie w of a propose d substitute item
of material or equipment tha t Contractor seeks to furnis h or use . The applicatio n shall
comply wit h Section 01 25 00 and:
1) shall certify tha t the propose d substitute ite m will:
a ) perfor m adequately the functions and achie ve the result s calle d for by the general
design;
b) be simila r in substanc e to tha t specified;
c) be suite d to the same us e as tha t specified; and
2) will state:
a) the extent , if any, to whic h the us e of the propose d substitute ite m will prejudice
Contractor’s achievement of fina l completio n on time;
b) whethe r us e of the propose d substitute ite m in the Wor k will require a change in
any of the Contrac t Documents (or in the provisions of any othe r direc t contract
wit h Cit y for othe r wor k on the Projec t) to adapt the desig n to the proposed
substitute ite m;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 23 of 63
c) whethe r incorporation or us e of the propose d substitute ite m in connection with
the Wor k is subjec t to payment of any licens e fe e or royalty; and
3) will identify:
a) all variation s of the propose d substitute ite m from tha t specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an ite mize d estimate of all cos ts or credits tha t will result directly or
indirectly from us e of suc h substitute ite m, includin g costs of redesign and Damage
Claims of othe r contractor s affected by any resultin g change.
B. Substitute Constructio n Methods o r Procedures: If a specific means, method, technique, sequence ,
or procedur e of construction is expressly require d by the Contrac t Documents, Contractor may
furnis h or utiliz e a substitut e means , method, technique , sequence , or procedure of constructio n
approve d by City . Contractor shall submit sufficien t in formatio n to allo w City , in City’s sole
discretion , to determin e tha t the substitute propose d is equivalent to tha t expressly called for by
the Contrac t Documents . Contractor shall make written applicatio n to Cit y for revie w in the same
manne r as thos e provide d in Paragraph 6.05.A.2.
C. City’s Evaluation : Cit y will be allowe d a reasonable time within whic h to evaluate each
proposa l or submittal made pursuant to Paragraphs 6.05.A and 6.05.B . Cit y ma y require Contractor
to furnis h additiona l data about the propose d substitute . Cit y will be the sole judge of acceptability.
No “or -equal” or substitute will be ordered, installe d or utilize d until City’s review is complete ,
whic h will be evidence d by a Change Orde r in the case of a substitute and an accepted Submitta l
for an “or -equal.” Cit y will advis e Contractor in writin g of it s determination.
D. Special Guarantee: Cit y ma y require Contractor to furnis h at Contractor’s expens e a special
per for manc e guarantee , warranty, or othe r surety wit h respect to any substitute . Contractor shall
indemnify and hold harmless City and anyone directly o r indirectly employed b y them from and
against any and all claims, damages, losse s and expenses (including attorney s fees ) arisin g out of
th e use o f substituted materials or equipment.
E. City’s Cost Reimbursement: Cit y will record City’s cost s in evaluating a substitute propose d or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B . Whethe r or not City
approve s a substitute so propose d or submitte d by Contractor , Contractor may be require d to
reimburs e Cit y for evaluating each suc h propose d substitute . Contractor may als o be require d to
reimburs e Cit y for the charge s for makin g change s in the Contrac t Documents (or in the provision s
of any othe r direc t contrac t wit h City ) resultin g from the acceptance of each proposed substitute.
F. Contractor’s Expense : Contractor shall provide all data in suppor t of any propose d substitute or
“or -equal” at Contractor’s expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporate d to the Contrac t by Change Order.
H. Time Extensions: No additiona l time will be grante d for substitutions.
6.06 Concerning Subcontractors, Suppliers , an d Others
A. Contractor shall perfor m wit h his ow n organization , wor k of a valu e not les s tha n 35% of the
valu e e mbraced on the Contract, unles s otherwis e approve d by the City.
B. Contractor shall not emplo y any Subcontractor, Supplier , or othe r individua l or entity, whether
initiall y or as a replacement, agains t whom Cit y may have reasonable objection. Contractor shall
not be require d to emplo y any Subcontractor , Supplier, or othe r individua l or entit y to furnis h or
perfor m any of the Wor k aga ins t whom Contractor ha s reasonable objectio n (excluding those
acceptable to Cit y as indicate d in Paragraph 6.06.C).
C. The Cit y may from time to time requir e the us e of certain Subcontractors , Suppliers , or other
individuals or entitie s on the project, and will provide suc h require ments in the Supple mentary
Conditions.
D. Minority Busines s Enterprise Compliance: It is Cit y polic y to ensur e the full an d equitable
participatio n by Minorit y Busines s Enterprise s (MBE) in the procure ment of goods and services
on a contractua l basis . If the Contrac t Documents provide for a MBE goal, Contractor is require d
to comply wit h the inten t of the City’s MBE Ordinance (a s amended) by the following:
1. Contractor shall, upon reques t by City , provide complet e and accurate infor matio n regarding
actual work performed by a MBE on the Contrac t and payment therefor.
2. Contractor will not make additions , deletion s, or substitutions of accepted MBE without
written consent of the City . Any unjustifie d change or deletio n shall be a material breach of
Contrac t and may result in debarment in accordanc e wit h the procedure s outline d in the
Ordinance.
3. Contractor shall, upon reques t by City , allo w an audit and/or exa minatio n of any books, records ,
or file s in the possession of the Contractor tha t will substantiate the actual work perfor med by
an MBE. Material misrepresentation of any nature will be grounds for terminatio n of the
Contrac t in accordanc e wit h Paragraph 15.02.A . Any such misrepresentation ma y be ground s
for disqualificatio n of Contractor to bid on future contracts wit h the Cit y for a perio d of
not les s tha n thre e years.
E. Contractor shall be fully responsible to Cit y for all acts and omission s of the Subcontractors,
Suppliers , and othe r individuals or entitie s per formin g or furnishing any of the Wor k jus t as
Contractor is responsible for Contractor’s own acts and omissions . Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 25 of 63
1. shall create for the bene fit of any suc h Subcontractor, Supplier, or othe r individua l or entity
any contractua l relationship between Cit y and any suc h Subcontractor , Supplie r or other
individua l or entity; nor
2. shall create any obligatio n on the part of Cit y to pa y or to see to the payment of any moneys
due any suc h Subcontractor , Supplier , or othe r individua l or entit y except as may otherwise be
require d by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Wor k of Subcontractors ,
Suppliers , and othe r individuals or entitie s per for min g or furnishing any of the Work unde r a direc t
or indirec t contrac t wit h Contractor.
G. All Subcontractors , Suppliers , and suc h othe r individuals or entitie s per formin g or furnishing any
of the Wor k shall communicat e wit h Cit y through Contractor.
H. All Work per formed for Contractor by a Subcontractor or Supplie r will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplie r whic h specifically
binds the Subcontractor or Supplie r to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wag e Rates
A. Duty to pay Prevailin g Wag e Rates. The Contractor shall comply wit h all require ments of
Chapte r 2258, Texa s Government Code (as a mended), includin g the payment of not les s tha n the
rate s determine d by the Cit y Council of the Cit y of Fort Worth to be the prevailin g wage rates in
accordance wit h Chapte r 2258. Suc h prevailin g wage rate s are include d in thes e Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who doe s not pa y the prevailin g wage
shall, upon de mand made by the City , pa y to the Cit y $60 for each worke r employe d for each
calendar da y or par t of the da y tha t the worke r is paid les s tha n the prevailin g wage rates stipulate d
in thes e contrac t documents . This penalt y shall be retained by the Cit y to offset its ad ministrativ e
costs , pursuant to Texa s Government Code 2258.023.
C. Complaints o f Violation s and City Determinatio n o f Goo d Cause. On receipt of infor mation,
includin g a complain t by a worker, conce rnin g a n allege d violatio n of 2258.023, Texas
Government Code , by a Contractor or Subcontractor , the Cit y shall make an initial
determination , before the 31s t da y after the date the Cit y receives the information , a s to whether
good cause exist s to believ e tha t the violatio n occurred. The Cit y shall notif y in writin g the
Contractor or Subcontractor and any affected worker of it s initia l determination . Upon the City’s
determinatio n tha t ther e is good cause to believ e the Contractor or Subcontractor ha s violated
Chapte r 2258, the Cit y shall retain the full amounts claimed by the claimant or claimants as the
difference between wage s paid and wage s due unde r the prevailin g wage rates, suc h amounts bein g
subtracte d from successive progres s payments pending a fina l determinatio n of the violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 26 of 63
D. Arbitratio n Required if Violation Not Resolved. An issue relatin g to an allege d violatio n of Section
2258.023, Texa s Government Code , includin g a penalty owe d to the Cit y or an affected worker,
shall be submitte d to binding arbitratio n in accordance wit h the Texa s General Arbitration Act
(Article 224 et se q., Revise d Statutes) if the Contractor or Subcontractor and any affected worke r
doe s not resolv e the issue by a greement befor e the 15th da y afte r the date the Cit y make s it s initia l
determinatio n pursuant to Paragraph C above . If the persons require d to arbitrate unde r this
section do not agre e on an arbitrator before the 11th da y after the date that arbitration is required ,
a distric t court shall appoint an arbitrator on the petitio n of any of the persons . The Cit y is not a
party in the arbitr ation . The decisio n and award of the arbitrator is fina l and binding on all partie s
and may be enforce d in any court of competent jurisdiction.
E. Records to b e Maintained . The Contractor and each Subcontractor shall, for a perio d of thre e (3)
years followin g the date of acceptance of the work, maintain records tha t show (i) the na me and
occupation of each worke r employe d by the Contrac tor in the construction of the Wor k provided
for in this Contract; and (ii) the actual pe r die m wage s paid to each worker . The records shall be
ope n at all reasonable hours for inspectio n by the City . The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspectio n.
F. Progress Payments. Wit h each progres s payment or payroll period, whicheve r is less , the
Contractor shall submit an affidavit stating tha t the Contractor ha s complie d wit h the require ments
of Chapte r 2258, Texa s Government Code.
G. Postin g o f Wag e Rates. The Contractor shall pos t prevailin g wage rates in a conspicuous plac e at
all times.
H. Subcontractor Compliance. The Contractor shall includ e in it s subcontracts and/or shall
otherwis e requir e all of it s Subcontractor s to comply wit h Paragraphs A through G above.
6.08 Paten t Fees and Royalties
A. Contractor shall pa y all licens e fees and royaltie s and assume all costs inciden t to the us e in the
perfor manc e of the Work or the incorporation in the Wor k of any invention, design, process,
product, or devic e whic h is the subjec t of patent rights or copyrights held by others . If a particula r
invention, design, process , product, or devic e is specifie d in the Contrac t Documents for us e in the
perfor manc e of the Work and if , to the actual knowledge of City , it s us e is subject to patent right s
or copyrights callin g for the payment of any licens e fe e or royalty to others , the existenc e of suc h
rights shall be disclose d by Cit y in the Contrac t Documents . Failur e of the City t o disclos e suc h
infor matio n doe s not reliev e the Contractor from it s obligations to pa y for the us e of said fees or
royaltie s to others.
B. To th e fullest extent permitte d b y Laws and Regulations, Contractor shall indemnify and hold
harmless City , from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges o f engineers, architects, attorneys, and other professionals and all court
o r arbitratio n or other dispute resolutio n costs ) arising out o f o r relatin g to any infringement of
patent rights o r copyrights incident to th e use in th e performance of th e Wor k o r resultin g from
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 27 of 63
th e incorporation in th e Wor k o f any invention , design, process, product, or device not specified
in th e Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permit s and licenses. Contractor shall obtain and pa y for all construction
permit s and license s except thos e provide d for in the Supple mentary Conditions or Contract
Documents . Cit y shall assist Contractor , whe n necessary, in obtaining suc h per mit s and licenses.
Contractor shall pa y all governmenta l charge s and inspectio n fees necessary for the prosecution of
the Wor k whic h are applicable at the time of opening of Bids , or , if ther e are no Bids , on the
Effective Date of the Agree ment, except for permit s provide d by the Cit y as specifie d in 6.09.B.
Cit y shall pa y all charge s of utilit y owners for connections for providing permanent servic e to the
Work.
B. City obtained permit s and licenses. Cit y will obtain and pa y for all per mit s and license s as provide d
for in the Supple mentary Conditions or Contrac t Documents . It will be the Contractor’s
responsibilit y to carry out the provisions of the permit . If the Contractor initiate s change s to the
Contrac t and the Cit y approve s the changes , the Contractor is responsible for obtaining clearances
and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the
Contractor for any cos t associated wit h these require ments of any Cit y acquire d per mit . The
followin g are per mit s the Cit y will obtain if required:
1. Texa s Department of Transportation Permits
2. U.S. Army Corps of Engineer s Permits
3. Texa s Commissio n on Environmenta l Qualit y Permits
4. Railroa d Company Permits
C. Outstanding permit s and licenses. The Cit y anticipates acquisitio n of and/or access to permits
and licenses. Any outstanding permit s and license s are anticipated to be acquire d in accordance
wit h the schedule set forth in the Supple mentary Conditions . The Projec t Schedule submitte d by
the Contractor in accordance wit h the Contr ac t Documents mus t conside r any outstanding per mit s
and licenses.
6.10 Laws and Regulations
A. Contractor shall giv e all notice s require d by and shall comply wit h all Laws and Regulations
applicable to the performanc e of the Work. Except wher e otherwis e expressly require d by
applicable Laws and Regulations , the Cit y shall not be responsible for monitoring Contractor’s
complianc e wit h any Laws or Regulations.
B. If Contractor perfor ms any Wor k knowing or having reason to know tha t it is contrary to Laws or
Regulations , Contractor shall bea r all claims, costs , losses, and da mage s (includin g but not limite d
to all fees and charge s of engineers , architects, attorneys , and othe r professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 28 of 63
court or arbitratio n or othe r dispute resolutio n c osts) arisin g out of or relatin g to suc h Work.
However, it shall not be Contractor’s responsibilit y to make certain tha t the Specifications and
Drawings are in accordance wit h Laws and Regulations , but this shall not reliev e Contractor of
Contractor’s obligations unde r Paragraph 3.02.
C. Change s in Laws or Regulations not know n at the time of opening of Bid s having an effect on
the cos t or time of perfor manc e of the Wor k ma y be the subjec t of an adjustment in Contract Price
or Contrac t Time.
6.11 Taxes
A. On a contrac t awarded by the City , an organization whic h qualifie s for exe mptio n pursuant to
Texa s Tax Code , Subchapte r H, Sections 151.301-335 (as amended), the Contractor may purchase ,
rent or lease all materials, supplie s and equipment use d or consumed in the performanc e of this
contrac t by issuin g to his supplie r an exe mptio n certificate in lie u of the tax, said exe mptio n
certificate to comply wit h State Comptroller’s Rulin g .007. Any suc h exe mption certificate issued
to the Contractor in lie u of the ta x shall be subjec t to and shall comply wit h the provision of State
Comptroller’s Rulin g .011, and any othe r applicable ruling s pertainin g to the Texa s Tax Code ,
Subchapte r H.
B. Texa s Ta x permit s and infor matio n may be obtaine d from:
1. Comptrolle r of Public Accounts
Sale s Ta x Division
Capito l Station
Austin, TX 78711; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 Use o f Site and Other Areas
A. Limitatio n on Use o f Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of worker s to the Sit e and othe r areas permitte d by Laws and Regulations , and
shall not unreasonably encumbe r the Sit e and othe r areas wit h construction equipment or othe r
materials or equipment. Contractor shall assume full responsibilit y for any da mage to any suc h
lan d or area, or to the owne r or occupant thereof, or of any adjacent lan d or areas resulting
from the performanc e of the Work.
2. At any time when, in the judgment of the City , the Contractor ha s obstructe d or close d or is
carrying on operations in a portion of a street, right-of-way, or easement greater tha n is
necessary for prope r execution of the Work, the Cit y ma y requir e the Contractor to finis h the
section on whic h operations are in progres s before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 29 of 63
3. Should any Damage Claim be made by any suc h owne r or occupant because of the perfor manc e
of the Work, Contractor shall promptly atte mpt to resolv e the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City , from and
against all claims , costs , losses, an d damages arisin g out of or relating to any clai m or action ,
lega l or equitable, brought by any such owner o r occupant against City.
B. Removal of Debris During Performance o f th e Work : Durin g the progres s of the Work
Contractor shall kee p the Sit e and othe r areas free from accumulation s of waste materials, rubbish ,
and othe r debris . Remova l and disposa l of suc h waste materials, rubbish, and other debris shall
confor m to applicable Laws and Regulations.
C. Site Maintenance Cleaning : 24 hours afte r written notic e is give n to the Contractor tha t the
clean-up on the jo b sit e is proceeding in a manne r unsatisfactor y to the City , if the Contractor fails
to correct the unsatisfactory procedure , the Cit y may take suc h direc t action a s the City dee ms
appropriate to correct the clean-up de ficiencie s cite d to the Contractor in the written notic e
(by letter or electronic communication), and the costs of suc h direc t action, plu s 25 % of suc h
costs , shall be deducte d from the monie s due or to become due to the Contractor.
D. Fina l Site Cleaning: Prio r to Fina l Acceptance of the Wor k Contractor shall clean the Sit e and
the Wor k and make it ready for utilizatio n by Cit y or adjacent property owner. At the completion
of the Wor k Contractor shall remove from the Sit e all tools , appliances, construction equipment
and machinery, and surplus materials and shall restore to origina l condition or bette r all property
disturbe d by the Work.
E. Loading Structures: Contractor shall not loa d nor permit any part of any structure to be loaded
in any manne r tha t will endange r the structure , nor shall Contractor subjec t any part of the Work
or adjacent property to stresses or pressure s tha t will endange r it.
6.13 Record Documents
A. Contractor shall maintain in a safe plac e a t the Sit e or in a plac e designate d by the Contractor and
approve d by the City , one (1) record copy of all Drawings , Specifications, Addenda , Change
Orders, Field Orders, and written interpretations and clarification s in good orde r and annotate d to
show change s made during construction. Thes e record documents togethe r wit h all approved
Sa mple s and a counterpart of all accepted Submittals will be available to Cit y for reference. Upon
completio n of the Work, thes e record documents , any operation and maintenanc e manuals, and
Submittals will be delivere d to Cit y prio r to Fina l Inspection. Contractor shall include accurate
location s for burie d and imbedde d ite ms.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating , maintainin g and supervising all safety
precautions and progra ms in connection wit h the Work. Suc h responsibilit y doe s not relieve
Subcontractors of their responsibilit y for the safety of persons or property in the performanc e of
their work, nor for complianc e wit h applicable safety Laws and Regulations . Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 30 of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent da mage , injur y or los s to:
1. all persons on the Sit e or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporate d therein, whethe r in storage on
or off the Site ; and
3. othe r property at the Sit e or adjacent thereto, includin g trees, shrubs , lawns , walks,
pave ments , roadways , structures , utilities , and Underground Facilitie s not designate d for
removal, relocation, or replacement in the cours e of construction.
B. Contractor shall comply wit h all applicable Law s and Regulations relatin g to the safety of
persons or property, or to the protection of persons or property from da mage , injury , or loss ; and
shall erect and maintain all necessary safeguards for suc h safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilitie s and othe r utilit y owners when
prosecution of the Work may affect the m, and shall cooperate wit h the m in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply wit h the applicable require ments of City’s safety progra ms, if any.
D. Contractor shall inform Cit y of the specific requirements of Contractor’s safety progra m, if any,
wit h whic h City’s e mployee s and representatives mus t comply while at the Site.
E. All da mage , injury , or los s to any propert y referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly , in whole or in part, by Contractor, any Subcontractor , Supplier , or any othe r
individua l or entit y directly or indirectly employe d by any of the m to per for m any of the Work ,
or anyone for whos e acts any of the m may be liable , shall be remedie d by Contractor.
F. Contractor’s dutie s and responsibilitie s for safety and for protection of the Wor k shall continue
until suc h time as all the Work is complete d and Cit y ha s accepted the Work.
6.15 Safety Representative
Contractor shall inform Cit y in writin g of Contrac tor’s designate d safety representative at the Site.
6.16 Hazard Communicatio n Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communicatio n informatio n require d to be made available to or exchange d between or among
employer s in accordance wit h Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In e mergencies affecting the safety or protection of persons or the Wor k or property at the Sit e or
adjacent thereto, Contractor is obligate d to act to prevent threatened da mage , injury , or loss.
Contractor shall giv e Cit y prompt written notice if Contractor believe s tha t any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 31 of 63
change s in the Wor k or variation s from the Contrac t Documents have bee n caused thereby or are
require d a s a result thereof. If Cit y determine s tha t a change in the Contrac t Documents is require d
because of the action take n by Contractor in respons e to suc h an emergency, a Change Orde r may
be issued.
B. Should the Contractor fail to respond to a reques t from the Cit y to rectify any discrepancies,
omissions , or correction necessary to conform wit h the require ments of the Contrac t Documents,
the Cit y shall giv e the Contractor writte n notic e that suc h work or change s are to be per formed.
The writte n notic e shall direc t attention to the discrepant condition and reques t the Contractor to
take remedia l action to correc t the condition. In the event the Contractor doe s not take positive
steps to fulfill this writte n request, or doe s not show jus t cause for not takin g the prope r action,
within 24 hours , the Cit y may take suc h remedia l action wit h Cit y forces or by contract. The City
shall deduc t an amount equa l to the entir e costs for suc h remedia l action, plu s 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit require d Submittals to Cit y for revie w and acceptance in accordance
wit h the accepted Schedule of Submittals (a s require d by Paragraph 2.07). Each submitta l will be
identifie d as Cit y may require.
1. Submit numbe r of copie s specifie d in the General Require ments.
2. Data show n on the Submittals will be complet e wit h respect to quantities , dimensions, specifie d
performanc e and desig n criteria , materials, and simila r data to show Cit y the services,
materials, and equipment Contractor propose s to provide and to enable Cit y to revie w the
informatio n for the limite d purpose s require d by Paragraph 6.18.C.
3. Submittals submitted as herein provide d by Contractor and reviewed by Cit y for
conformanc e wit h the desig n concept shall be executed in confor mit y wit h the Contract
Documents unles s otherwis e require d by City.
4. Whe n Submittals are submitte d for the purpos e of showing the installatio n in greater detail,
their revie w shall not excus e Contractor from require ments show n on the Drawings and
Specifications.
5. For-Infor mation -Only submittals upon whic h the Cit y is not expected to conduc t revie w or
take responsive action ma y be so identifie d in the Contrac t Documents.
6. Submit require d numbe r of Sa mple s specifie d in the Specifications.
7. Clearly identif y each Sa mple as to material, Supplier , pertinent data suc h as catalog numbers,
the us e for whic h intende d and othe r data as Cit y may requir e to enable Cit y to revie w the
submitta l for the limite d purpose s require d by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 32 of 63
B. Wher e a Submitta l is require d by the Contrac t Documents or the Schedule of Submittals , any
related Wor k perfor me d prio r to City’s revie w and acceptance of the pertinent submitta l will be
at the sole expens e and responsibilit y of Contractor.
C. City’s Review:
1. Cit y will provide timely revie w of require d Submittals in accordance wit h the Schedule of
Submittals acceptable to City . City’s revie w and acceptance will be only to determin e if the
ite ms covere d by the submittals will, after inst allatio n or incorporation in the Work, conform
to the in for matio n give n in the Contrac t Documents and be compatible wit h the design concept
of the complete d Projec t as a functionin g whole as indicate d by the Contract Documents.
2. City’s revie w and acceptance will not extend to means, methods , techniques , sequences, or
procedure s of construction (except wher e a particula r means, method, technique , sequence,
or procedure of construction is specifically and expressly calle d for by the Contract
Documents ) or to safety precautions or progra ms inciden t thereto. The revie w and acceptance
of a separate ite m as suc h will not indicat e approva l of the assembly in whic h the item
functions.
3. City’s revie w and acceptance shall not relieve Contractor from responsibilit y for any
variatio n from the require ments of the Contrac t Documents unles s Contractor ha s complied
wit h the require ments of Section 01 33 00 and Cit y ha s give n writte n acceptance of each
suc h variatio n by specific writte n notation thereof incorporate d in or accompanying the
Submittal. City’s revie w and acceptance shall not reliev e Contractor from responsibilit y for
complyin g wit h the require ments of the Contrac t Documents.
6.19 Continuing th e Work
Except as otherwis e provided, Contractor shall carry on the Wor k and adhere to the Projec t Schedule
during all dispute s or disagree ments wit h City. No Wor k shall be delaye d or postpone d pending
resolutio n of any dispute s or disagree ments , except a s Cit y and Contractor ma y otherwis e agre e in
writing.
6.20 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantee s to Cit y tha t all Wor k will be in accordance wit h the Contract
Documents and will not be de fective. Cit y and it s officers, directors , me mbers , partners,
employees , agents , consultants , and subcontractors shall be entitle d to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarante e hereunde r exclude s defects or da mage caused by:
1. abuse , modification , or imprope r maintenanc e or operation by persons othe r tha n Contractor,
Subcontractors , Suppliers , or any othe r individua l or entit y for whom Contractor is
responsible ; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 33 of 63
2. nor mal wear and tea r unde r nor ma l usage.
C. Contractor’s obligatio n to perfor m and complet e the Work in accordanc e wit h the Contract
Documents shall be absolute . None of the followin g will constitute an acceptance of Work tha t is
not in accordance wit h the Contrac t Documents or a release of Contractor’s obligatio n to perform
the Work in accordance wit h the Contrac t Documents:
1. observations by City;
2. recommendation or payment by Cit y of any progres s or fina l payment;
3. the issuanc e of a certificate of Fina l Acceptance by Cit y or any payment related thereto by
City;
4. us e or occupanc y of the Wor k or any part thereof by City;
5. any revie w and acceptance of a Submitta l by City;
6. any inspection, test, or approva l by others ; or
7. any correction of defective Wor k by City.
D. The Contractor shall remedy any defects or da mage s in the Work and pa y for any da mage to
othe r work or property resultin g therefrom whic h shall appea r within a perio d of two (2) years
from the date of Fina l Acceptance of the Wor k unles s a longe r perio d is specifie d and shall furnis h
a good and sufficien t maintenanc e bond, complyin g wit h the require ments of Article
5.02.B. The Cit y will giv e notic e of observed defects wit h reasonable promptness.
6.21 Indemnification
A. Contracto r covenants and agree s to indemnify, hold harmles s and defend, at its o wn
expense , the City, its officers , servants and employees , fro m and agains t any and all claims
arising out of, o r allege d to aris e out of, the work and service s to be performe d by the
Contractor, its officers , agents , employees , subcontractors, licenses or invitee s unde r this
Contract . THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provisio n is intende d to include , without limitation, indemnit y fo r costs, expense s and legal
fee s incurre d by the City in defending agains t suc h claims and cause s o f actions.
B. Contracto r covenants and agree s to indemnify and hold harmless , at its o wn expense, the City,
its officers , servant s and employees , fro m and agains t any and all loss , damag e or destruction
of propert y o f the City, arising out of, o r allege d to aris e out of, the work and service s to be
performe d by the Contractor, its officers , agents , employees , subcontractors, licensee s or
invitee s unde r this Contract . THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegatio n of Professional Design Services
A. Contractor will not be require d to provide professiona l desig n services unles s suc h services are
specifically require d by the Contrac t Documents for a portion of the Work or unles s such service s
are require d to carry out Contractor’s responsibilitie s for construction means, methods, techniques ,
sequence s and procedures.
B. If professiona l desig n services or certifications by a desig n professiona l related to systems,
materials or equipment are specifically require d of Contractor by the Contrac t Documents , City
will specify all per formanc e and desig n criteria tha t suc h services mus t satis fy. Contractor shall
cause suc h services or certifications to be provide d by a properly license d professional, whose
signatur e and seal shall appea r on all drawings , calculations, specifications, certifications, and
Submittals prepare d by suc h professional. Submittals related to the Wor k designe d or certifie d by
suc h professional, if prepare d by others , shall bea r suc h professional’s writte n approva l when
submitte d to City.
C. Cit y shall be entitle d to rely upon the adequa cy, accuracy and completeness of the services,
certifications or approvals perfor med by suc h desig n professionals , provide d Cit y ha s specified
to Contractor perfor manc e and desig n criteria tha t suc h services mus t satisfy.
D. Pursuant to this Paragraph 6.22, City’s revie w and acceptance of desig n calculations and design
drawings will be only for the limite d purpos e of checking for confor manc e wit h perfor manc e and
desig n criteria give n and the desig n concept expresse d in the Contrac t Documents . City’s review
and acceptance of Submittals (except desig n calculation s and desig n drawings ) will be only for
the purpos e state d in Paragraph 6.18.C.
6.23 Righ t to Audit
A. The Contractor agrees tha t the Cit y shall, until the expiratio n of thre e (3) years after final
payment unde r this Contract, have access to and the righ t to exa min e and photocopy any directly
pertinent books , documents , papers , and records of the Contractor involving transactions relating
to this Contract. Contractor agrees tha t the Cit y shall have access during Regula r Working Hours
to all necessary Contractor facilitie s and shall be provide d adequate and appropriate wor k space
in orde r to conduc t audits in complianc e wit h the provisions of this Paragraph. The Cit y shall
giv e Contractor reasonable advanc e notic e of intende d audits.
B. Contractor furthe r agrees to includ e in all it s subcontracts hereunde r a provision to the effect that
the subcontractor agrees tha t the Cit y shall, until the expiratio n of thre e (3) years after final
payment unde r this Contract, have access to and the righ t to exa min e and photocopy any directly
pertinent books , documents , papers , and records of suc h Subcontractor, involving transactions to
the subcontract, and further , tha t Cit y shall have access during Regula r Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 35 of 63
Subcontractor facilities , and shall be provide d adequate and appropriate work spac e in orde r to
conduc t audit s in complianc e wit h the provisions of this Paragraph. The Cit y shall give
Subcontractor reasonable advanc e notic e of intende d audits.
C. Contractor and Subcontractor agre e to photocopy suc h document s as may be requeste d by the City.
The Cit y agrees to reimburs e Contractor for the cos t of the copie s as follow s at the rate publishe d
in the Texa s Administrativ e Code in effec t as of the time copying is performed.
6.24 Nondiscrimination
A. The Cit y is responsible for operating Public Transportation Progra ms and imple mentin g transit -
related projects , whic h are funde d in par t wit h Federal financia l assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administratio n (FTA), without
discriminatin g agains t any person in the Unite d States on the basis of race, color , or national origin.
B. Title VI, Civil Rights Ac t of 1964 as amended: Contractor shall comply wit h the require ments of
the Act and the Regulations as furthe r define d in the Supple mentary Conditions for any project
receiving Federal assistance.
ARTICLE 7 – OTHER WOR K AT THE SITE 7.01 Related Wor k at Site
A. Cit y ma y perfor m othe r wor k related to the Projec t at the Sit e wit h City’s e mployees , or other
Cit y contractors , or through othe r direc t contracts therefor , or have othe r work perfor me d by utilit y
owners . If suc h othe r wor k is not note d in the Contrac t Documents , the n writte n notice thereof
will be give n to Contractor prio r to starting any suc h othe r work; and
B. Contractor shall afford each othe r contractor who is a party to suc h a direc t contract, each utility
owner , and City , if Cit y is perfor min g othe r wor k wit h City’s e mployee s or othe r City contractors ,
prope r and safe access to the Site , provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of suc h othe r work, and properly coordinate the
Work wit h theirs . Contractor shall do all cutting, fitting , and patching of the Work tha t may be
require d to properly connec t or otherwis e make it s several parts come togethe r and properly
integrate wit h suc h othe r work. Contractor shall not endange r any wor k of others by cutting ,
excavating, or otherwis e alterin g suc h work; provided, however, that Contractor may cut or alte r
others ' wor k wit h the writte n consent of Cit y and the other s whose wor k will be affected.
C. If the prope r execution or result s of any par t of Contractor’s Wor k depends upon wor k perfor med
by other s unde r this Article 7, Contractor shall inspec t suc h othe r wor k and promptly repor t to
Cit y in writin g any delays , defects, or deficiencies in suc h othe r work tha t rende r it unavailable
or unsuitable for the prope r execution and result s of Contractor’s Work. Contractor’s failur e to so
repor t will constitute an acceptance of suc h othe r wor k as fit and prope r for integratio n with
Contractor’s Wor k except for latent defects in the wor k provide d by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 36 of 63
7.02 Coordination
A. If Cit y intends to contrac t wit h other s for the perfor manc e of othe r work on the Projec t at the
Site , the followin g will be set forth in Supple mentary Conditions:
1. the individua l or entit y who will have authorit y and responsibilit y for coordination of the
activitie s among the various contractor s will be identified;
2. the specific matters to be covere d by suc h authority and responsibilit y will be ite mized ; and
3. the extent of suc h authority and responsibilitie s will be provided.
B. Unles s otherwis e provide d in the Supple mentary Conditions , Cit y shall have authority for such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwis e provide d in the Supple mentary Conditions , Cit y shall issue all communications
to Contractor.
8.02 Furnish Data
Cit y shall timely furnis h the dat a require d unde r the Contrac t Documents.
8.03 Pa y Whe n Due
Cit y shall make payments to Contractor in accordance wit h Article 14.
8.04 Lands and Easements; Report s an d Tests
City’s dutie s wit h respect to providing land s and easements and providing engineering surveys to
establis h reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s
identifyin g and makin g available to Contractor copie s of reports of explorations and tests of subsurface
conditions and drawings of physica l conditions relatin g to existin g surface or subsurface structure s at
or contiguous to the Sit e tha t have bee n utilize d by Cit y in preparing the Contract Documents.
8.05 Change Orders
Cit y shall execute Change Orders in accordance wit h Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibilit y wit h respect to certain inspections , tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 37 of 63
8.07 Limitation s o n City’s Responsibilities
A. The Cit y shall not supervise , direct, or have control or authority over , nor be responsible for,
Contractor’s means, methods , techniques , sequence s, or procedure s of construction, or the safety
precautions and progra ms inciden t thereto, or for any failur e of Contractor to comply wit h Laws
and Regulations applicable to the perfor manc e of the Work. Cit y will not be responsible for
Contractor’s failur e to perfor m the Wor k in accordance wit h the Contrac t Documents.
B. Cit y will notif y the Contractor of applica ble safety plan s pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibilit y wit h respect to an undisclos ed Hazardous Environmenta l Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While a t the Site , City’s e mployee s and representative s shall comply wit h the specific applicable
require ments of Contractor’s safety progra ms of whic h Cit y ha s bee n in for med pursuant to
Paragraph 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Projec t Manager
Cit y will provide one or more Projec t Manager(s) during the construction period. The duties and
responsibilitie s and the limitation s of authority of City’s Project Manager during construction are set
forth in the Contrac t Documents . The City’s Project Manager for this Contract is identified in the
Supplementary Conditions .
9.02 Visits to Site
A. City’s Projec t Manager will make visit s to the Sit e at intervals appropriate to the various stages
of construction as Cit y dee ms necessary in orde r to observe the progres s tha t ha s been made and
the qualit y of the various aspects of Contractor’s executed Work. Based on informatio n
obtaine d during suc h visit s and observations , City’s Projec t Manager will deter mine , in general, if
the Wor k is procee din g in accordance wit h the Contrac t Documents. City’s Projec t Manager will
not be require d to make exhaustive or continuous inspections on the Sit e to check the qualit y or
quantit y of the Work. City’s Projec t Manager’s efforts will be directed towar d providing Cit y a
greater degre e of confidenc e tha t the complete d Work will confor m generally to the Contrac t
Documents.
B. City’s Projec t Manager’s visit s and observations are subjec t to all the limitation s on authority and
responsibilit y in the Contrac t Documents includin g thos e set forth in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 38 of 63
9.03 Authorized Variation s in Work
City’s Projec t Manager may authorize mino r variation s in the Wor k from the require ments of the
Contrac t Documents whic h do not involve an adjustment in the Contrac t Pric e or the Contract Time
and are compatible wit h the desig n concept of the complete d Projec t as a functioning whole as
indicate d by the Contrac t Documents . Thes e may be accomplishe d by a Field Orde r and will be
binding on Cit y and als o on Contractor , who shall perfor m the Wor k involve d promptly.
9.04 Rejectin g Defective Work
Cit y will have authority to reject Wor k whic h Cit y’s Projec t Manager believe s to be de fective, or will
not produc e a complete d Projec t tha t confor ms to the Contrac t Documents or tha t will prejudic e the
integrit y of the desig n concept of the complete d Projec t as a functioning whole as indicated by the
Contrac t Documents . Cit y will have authority to conduc t special inspectio n or testing of the Work as
provide d in Article 13, whethe r or not the Wor k is fabricated, installed , or completed.
9.05 Determination s fo r Wor k Performed
Contractor will determin e the actual quantitie s and classification s of Wor k per for med. City’s Project
Manager will revie w wit h Contractor the preliminar y determination s on suc h matters be fore rendering
a writte n recommendation. City’s writte n decisio n will be fina l (except as modifie d to reflect change d
factual conditions or mor e accurate data).
9.06 Decision s on Requirements o f Contrac t Documents and Acceptability of Work
A. Cit y will be the initia l interpret er of the require ment s of the Contract Documents and judge of the
acceptability of the Wor k thereunder.
B. Cit y will rende r a writte n decisio n on any issue referred.
C. City’s writte n decisio n on the issue referred will be fina l and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 – CHANGES IN THE WORK ; CLAIMS; EXTRA WORK
10.01 Authorize d Changes in th e Work
A. Without invalidatin g the Contrac t and without notic e to any surety, Cit y may, at any time or from
time to time, orde r Extra Work. Upon notic e of suc h Extra Work, Contractor shall promptly
procee d wit h the Work involve d whic h will be performed unde r the applicable conditions of the
Contrac t Documents (except as otherwis e specifically provided). Extra Work shall be
memorialize d by a Change Orde r whic h ma y or ma y not precede an orde r of Extra work.
B. For mino r change s of Work not requirin g change s to Contrac t Time or Contrac t Price , a Field
Orde r may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 39 of 63
10.02 Unauthorized Change s in th e Work
Contractor shall not be entitle d to an increase in the Contrac t Pric e or an extension of the Contract
Time wit h respect to any wor k perfor med tha t is not require d by the Contrac t Documents as amended,
modified , or supple mente d as provide d in Paragraph 3.04, except in the case of an e mergenc y as
provide d in Paragraph 6.17.
10.03 Executio n o f Change Orders
A. Cit y and Contractor shall execute appropriate Change Order s covering:
1. change s in the Wor k whic h are : (i) ordere d by Cit y pursuant to Paragraph 10.01.A , (ii) require d
because of acceptance of defective Work unde r Paragraph 13.08 or City’s correction of
defective Wor k unde r Paragraph 13.09, or (iii) agreed to by the parties;
2. change s in the Contrac t Pric e or Contrac t Time whic h are agreed to by the parties, including
any undispute d sum or a mount of time for Wor k actually performed.
10.04 Extra Work
A. Should a difference aris e as to wha t doe s or doe s not constitute Extra Work, or as to the payment
thereof , and the Cit y insist s upon it s performance, the Contractor shall procee d wit h the work afte r
makin g written reques t for writte n order s and shall kee p accurate account of the actual reasonable
cos t thereof. Contrac t Claims regardin g Extra Wor k shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnis h the Cit y suc h installa tio n records of all deviations from the original
Contrac t Documents as may be necessary to enable the Cit y to prepare for per manent record a
corrected set of plan s showing the actual installation.
C. The compensation agreed upon for Extra Work whethe r or not initiate d by a Change Orde r shall
be a full, complet e and fina l payment for all costs Contractor incur s as a result or relatin g to the
change or Extra Work, whethe r said costs are known, unknown, foreseen or unforesee n at that
time, includin g without limitation , any costs for delay , extende d overhead, ripple or impac t cost,
or any othe r effect on change d or unchange d wor k as a result of the change or Extra Work.
10.05 Notificatio n to Surety
If the provisions of any bond requir e notic e to be give n to a surety of any change affecting the genera l
scope of the Wor k or the provisions of the Contrac t Documents (including , but not limited to,
Contrac t Pric e or Contrac t Time), the givin g of any suc h notic e will be Contractor’s responsibility .
The amount of each applicable bond will be adjuste d by the Contractor to reflec t the effect of any
suc h change.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 40 of 63
10.06 Contract Claims Process
A. City’s Decisio n Required : All Contrac t Claims, except thos e waive d pursuant to Paragraph
14.09, shall be referred to the Cit y for decision. A decisio n by Cit y shall be require d as a conditio n
precedent to any exercise by Contractor of any rights or remedie s he may otherwise have unde r
the Contrac t Documents or by Laws and Regulations in respect of suc h Contract Claims.
B. Notice:
1. Writte n notic e stating the genera l natur e of each Contrac t Claim shall be delivere d by the
Contractor to Cit y no late r tha n 15 days afte r the start of the event givin g ris e thereto. The
responsibilit y to substantiate a Contrac t Claim shall rest wit h the part y makin g the Contract
Claim.
2. Notic e of the amount or extent of the Contrac t Claim, wit h supporting data shall be delivered
to the Cit y on or before 45 days from the start of the event givin g ris e thereto (unles s the City
allow s additiona l time for Contractor to submit additiona l or mor e accurate data in suppor t of
suc h Contrac t Claim).
3. A Contrac t Claim for an adjustment in Contrac t Pric e shall be prepare d in accordance with
the provisions of Paragraph 12.01.
4. A Contrac t Claim for an adjustment in Contrac t Time shall be prepare d in accordance with
the provisions of Paragraph 12.02.
5. Eac h Contrac t Claim shall be accompanie d by Contractor’s written state ment tha t the
adjustment claimed is the entir e adjustment to whic h the Contractor believe s it is entitle d as a
result of said event.
6. The Cit y shall submit any respons e to the Contractor within 30 days after receipt of the
claimant’s las t submittal (unles s Contrac t allow s additiona l time).
C. City’s Actio n: Cit y will revie w each Contrac t Claim and, within 30 days afte r receipt of the last
submitta l of the Contractor, if any, take one of the followin g actions in writing:
1. deny the Contrac t Claim in whole or in part;
2. approve the Contrac t Claim; or
3. notify the Contractor tha t the Cit y is unable to resolv e the Contrac t Claim if, in the City’s
sole discretion , it would be inappropriate for the Cit y to do so. For purpose s of further
resolutio n of the Contrac t Claim, suc h notic e shall be dee med a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 41 of 63
D. City’s written action unde r Paragraph 10.06.C will be fina l and binding, unles s Cit y or
Contractor invoke the dispute resolutio n procedur e set forth in Article 16 within 30 days of such
action or denial.
E. No Contrac t Claim for an adjustment in Contrac t Pric e or Contrac t Time will be valid if not
submitte d in accordance wit h this Paragraph 10.06.
ARTICLE 1 1 – COST O F THE WORK ; ALLOWANCES; UNI T PRICE WORK ; PLANS
QUANTITY MEASUREMENT
11.01 Cost of th e Work
A. Costs Included: The term Cos t of the Work means the sum of all costs , except thos e exclude d in
Paragraph 11.01.B , necessarily incurre d and paid by Contractor in the prope r perfor manc e of the
Work. Whe n the valu e of any Wor k covere d by a Change Order , the costs to be reimburse d to
Contractor will be only thos e additiona l or incre menta l cost s require d because of the change in th e
Work. Suc h costs shall not includ e any of the costs ite mize d in Paragraph 11.01.B, and shall
includ e but not be limite d to the followin g ite ms:
1. Payroll cost s for e mployee s in the direc t e mploy of Contractor in the perfor manc e of the
Work unde r schedule s of jo b classification s agreed upon by Cit y and Contractor . Such
employee s shall include , without limitation , superintendents , foremen, and othe r personnel
employe d full time on the Work. Payroll costs for employee s not employe d full time on the
Work shall be apportione d on the basis of their time spent on the Work. Payroll costs shall
include;
a. salarie s wit h a 55% markup, or
b. salarie s and wage s plu s the cos t of fringe benefits , whic h shall includ e socia l security
contributions , une mployment, excise, and payroll taxes, workers ’ compensation, health
and retirement benefits , bonuses , sic k leave, vacation and holida y pa y applicable thereto.
The expense s of perfor min g Wor k outside of Regula r Working Hours , Weekend
Working Hours , or lega l holidays , shall be include d in the above to the extent authorized
by City.
2. Cos t of all materials and equipment furnishe d and incorporate d in the Work, includin g costs
of transportation and storage thereof , and Suppliers ’ field services require d in connection
therewith.
3. Rentals of all construction equipment and machinery, and the part s thereof whethe r rented
from Contractor or other s in accordance wit h renta l agreements approve d by City , and the
costs of transportation, loading, unloading, assembly , dis mantling , and remova l thereof . All
suc h costs shall be in accordance wit h the terms of said renta l agreements . The renta l of any
suc h equipment, machinery, or parts shall cease whe n the us e thereof is no longe r necessary
for the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Wor k perfor med by Subcontractors . If
require d by City , Contractor shall obtain competitiv e bid s from subcontractors acceptable to
Cit y and Contractor and shall delive r suc h bid s to City , who will the n determine , whic h bids,
if any, will be acceptable. If any subcontrac t provide s tha t the Subcontractor is to be paid on
the basis of Cos t of the Work plu s a fee, the Subcontractor’s Cos t of the Wor k and fee shall
be determine d in the same manne r as Contractor’s Cos t of the Wor k and fee a s provide d in
this Paragraph 11.01.
5. Costs of special consultants (includin g but not limite d to engineers , architects, testing
laboratories , surveyors , attorneys , and accounta nts) employe d for services specifically related
to the Work.
6. Supple menta l costs includin g the following:
a. The proportion of necessary transportation, travel, and subsistenc e expense s of
Contractor’s employee s incurre d in discharge of dutie s connecte d wit h the Work.
b. Cost, includin g transportation and maintenance, of all materials, supplies , equipment,
machinery, appliances, office , and te mporar y facilitie s a t the Site , and hand tools not
owne d by the workers , whic h are consume d in the perfor manc e of the Work, and cost, less
marke t value , of suc h ite ms use d but not consumed whic h remain the property of
Contractor.
c. Sales, consumer, use , and othe r simila r taxe s related to the Work, and for which
Contractor is liable not covere d unde r Paragraph 6.11, as impose d by Laws and
Regulations.
d. Deposits los t for causes othe r tha n negligenc e of Contractor, any Subcontractor , or
anyone directly or indirectly employe d by any of the m or for whos e acts any of the m ma y
be liable , and royalty payments and fees for per mit s and licenses.
e. Losses and da mage s (and related expenses ) caused by da mage to the Work, not
compensate d by insuranc e or otherwise , sus taine d by Contractor in connection wit h the
perfor manc e of the Work, provide d suc h losses and da mage s have resulte d from causes
othe r tha n the negligenc e of Contractor , any Subcontractor , or anyone directly or indirectly
employe d by any of the m or for whos e acts any of the m ma y be liable . Such losse s shall
includ e settlements made wit h the writte n consent and approva l of City . No suc h losses,
da mages, and expense s shall be include d in the Cos t of the Wor k for the purpos e of
determinin g Contractor’s fee.
f. The cos t of utilities , fuel, and sanitary facilitie s at the Site.
g. Mino r expense s suc h as telegrams, lon g distanc e telephone calls , telephone and
communicatio n services at the Site , expres s and courie r services, and simila r petty cash
ite ms in connection wit h the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 43 of 63
h. The costs of pre miu ms for all bonds and insuranc e Contractor is require d by the Contract
Documents to purchas e and maintain.
B. Costs Excluded : The term Cos t of the Wor k shall not includ e any of the followin g ite ms:
1. Payroll costs and othe r compensation of Contractor’s officers, executives, principals (of
partnerships and sole proprietorships), genera l managers, safety managers, engineers,
architects, estimators , attorneys , auditors , accountants , purchasing and contracting agents,
expediters , timekeepers, clerks, and othe r personne l employe d by Contractor , whethe r a t the
Sit e or in Contractor’s principa l or branc h offic e for genera l administratio n of the Work and
not specifically include d in the agreed upon schedule of jo b classification s referre d to in
Paragraph 11.01.A.1 or specifically covere d by Paragraph 11.01.A.4, all of whic h are to be
considere d administrativ e costs covere d by the Contractor’s fee.
2. Expense s of Contractor’s principa l and branc h offices othe r tha n Contractor’s office a t the
Site.
3. Any par t of Contractor’s capital expenses , includin g interest on Contractor’s capital
employe d for the Work and charge s agains t Contractor for delinquent payments.
4. Costs due to the negligenc e of Contractor , any Subcontractor, or anyone directly or indirectly
employe d by any of the m or for whos e acts any of the m ma y be liable , includin g but not
limite d to, the correction of defective Work, disposa l of materials or equipment wrongly
supplied, and makin g good any da mage to property.
5. Othe r overhea d or genera l expens e costs of any kind.
C. Contractor’s Fee : Whe n all the Wor k is perfor med on the basis of cost-plus , Contractor’s fee
shall be determine d as set forth in the Agree ment. Whe n the valu e of any Wor k covere d by a
Change Orde r for an adjustment in Contrac t P ric e is determine d on the basis of Cos t of the
Work, Contractor’s fee shall be determine d as set forth in Paragraph 12.01.C.
D. Documentation: Wheneve r the Cos t of the Wor k for any purpos e is to be determine d pursuant to
Paragraphs 11.01.A and 11.01.B , Contractor will establis h and maintain records thereof in
accordance wit h generally accepted accounting practices and submit in a for m acceptable to City
an ite mize d cos t breakdow n togethe r wit h supporting data.
11.02 Allowances
A. Specifie d Allowance: It is understood tha t Contractor ha s include d in the Contrac t Pric e all
allowances so na med in the Contrac t Documents and shall cause the Wor k so covere d to be
perfor med for suc h sums and by suc h persons or entitie s as may be acceptable to City.
B. Pre -bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 44 of 63
a. the pre -bid allowances includ e the cos t to Contractor of materials and equipment required
by the allowances to be delivere d at the Site , and all applicable taxes; and
b. Contractor’s costs for unloading and handling on the Site , labor, installation , overhead,
profit, and othe r expense s conte mplate d for the pre -bid allowances have bee n include d in
the allowances, and no de mand for additiona l payment on account of any of the
foregoing will be valid.
C. Contingency Allowance : Contractor agrees tha t a contingenc y allowance, if any, is for the sole us e
of City.
D. Prio r to fina l payment, an appropriate Change Orde r will be issued to reflect actual amounts due
Contractor on account of Work covere d by allowances, and the Contrac t Pric e shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Wher e the Contrac t Documents provide tha t all or par t of the Wor k is to be Unit Pric e Work,
initiall y the Contrac t Pric e will be dee med to includ e for all Unit Pric e Work a n a mount equa l to
the sum of the unit pric e for each separately identifie d ite m of Unit Pric e Wor k times the estimate d
quantity of each ite m as indicate d in the Agree ment.
B. The estimated quantitie s of ite ms of Unit Pric e Work are not guarantee d and are solely for the
purpos e of compariso n of Bid s and determinin g an initia l Contrac t Price . Determination s of the
actual quantitie s and classification s of Unit Pric e Wor k perfor med by Contractor will be made by
Cit y subjec t to the provisions of Paragraph 9.05.
C. Each unit pric e will be dee med to includ e an amount considere d by Contractor to be adequate to
cove r Contractor’s overhea d and profit for each separately identifie d ite m. Work describe d in the
Contrac t Documents , or reasonably inferred as require d for a functionally complet e installation,
but not identifie d in the listin g of unit pric e ite ms shall be considere d incidenta l to unit price work
liste d and the cos t of incidenta l wor k include d as part of the unit price.
D. Cit y may make an adjustment in the Contrac t Pric e in accordance wit h Paragraph 12.01 if:
1. the quantity of any ite m of Unit Pric e Wor k perfor med by Contractor differs materially and
significantly from the estimate d quantity of suc h ite m indicate d in the Agree ment; and
2. there is no corresponding adjustment wit h respect to any othe r ite m of Work.
E. Increased o r Decreased Quantities: The Cit y reserves the righ t to orde r Extra Wor k in
accordance wit h Paragraph 10.01.
1. If the change s in quantitie s or the alterations do not significantly change the character of
wor k unde r the Contrac t Documents , the altered wor k will be paid for at the Contrac t unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 45 of 63
2. If the change s in quantitie s or alterations significantly change the character of work, the
Contrac t will be a mende d by a Change Order.
3. If no unit price s exist , this will be considere d Extra Work and the Contrac t will be a mended
by a Change Orde r in accordance wit h Article 12.
4. A significan t change in the character of wor k occurs when:
a. the character of wor k for any Item as altered differs materially in kin d or natur e from that
in the Contrac t or
b. a Majo r Ite m of work varie s by mor e tha n 25% from the origina l Contrac t quantity.
5. Whe n the quantity of wor k to be done unde r any Majo r Ite m of the Contrac t is mor e than
125% of the origina l quantity sta te d in the Contract , the n eithe r party to the Contrac t may
reques t an adjustment to the unit pric e on the portion of the wor k tha t is above 125%.
6. Whe n the quantity of work to be done unde r any Majo r Ite m of the Contrac t is les s tha n 75%
of the origina l quantity state d in the Contract, the n eithe r party to the Contrac t may request
an adjustment to the unit price.
11.04 Plan s Quantity Measurement
A. Plan s quantitie s may or may not represent the exact quantity of work perfor med or material moved ,
handled, or placed during the execution of the Contract. The estimate d bid quantitie s are
designate d as fina l payment quantities , unles s revise d by the governing Section or this Article.
B. If the quantity measured as outline d unde r “Pric e and Payment Procedures ” varie s by mor e than
25% (or as stipulate d unde r “Pric e and Payment P rocedures ” for specific Items) from the total
estimated quantity for an individua l Item originally show n in the Contrac t Documents , an
adjustment may be made to the quantity of authorize d work done for payment purposes . The party
to the Contrac t requesting the adjustment will provide field measurements and calculations
showing the fina l quantity for whic h payment will be made . Payment for revise d quantity will be
made at the unit pric e bid for tha t Ite m, except as provide d for in Article 10.
C. Whe n quantitie s are revise d by a change in desig n approve d by the City , by Change Order, or to
correct an error, or to correct an error on the plans , the plan s quantity will be increased or decreased
by the amount involve d in the change , and the 25% varianc e will apply to the new plans quantity.
D. If the total Contrac t quantity multiplie d by the unit pric e bid for an individua l Ite m is les s than
$250 and the Item is not originally a plan s quantity Ite m, the n the Ite m may be paid a s a plans
quantity Ite m if the Cit y and Contractor agre e in writin g to fix the fina l quantity as a plans quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 46 of 63
E. For callou t wor k or non-sit e specific Contracts , the plan s quantity measurement require ments are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE O F CONTRACT TIME
12.01 Change o f Contrac t Price
A. The Contrac t Pric e may only be change d by a Change Order.
B. The valu e of any Work covere d by a Change Orde r will be determine d as follows:
1. wher e the Wor k involve d is covere d by unit price s containe d in the Contrac t Documents , by
applicatio n of suc h unit price s to the quantitie s of the ite ms involve d (subjec t to the provision s
of Paragraph 11.03); or
2. where the Wor k involve d is not covere d by unit price s containe d in the Contrac t Documents,
by a mutually agreed lu mp sum or unit pric e (whic h may includ e a n allowanc e for overhead
and profit not necessarily in accordance wit h Paragraph 12.01.C.2), and shall includ e the cost
of any secondar y impacts tha t are foreseeable at the time of pricin g the cos t of Extra Work;
or
3. wher e the Work involve d is not covere d by unit price s containe d in the Contrac t Documents
and agreement to a lu mp sum or unit pr ice is not reached unde r Paragraph 12.01.B.2, on the
basis of the Cos t of the Wor k (determine d as provide d in Paragraph 11.01) plu s a Contractor’s
fee for overhea d and profit (determine d as provide d in Paragraph 12.01.C).
C. Contractor’s Fee: The Contractor’s additiona l fee for overhea d and profit shall be determine d as
follows:
1. a mutually acceptable fixe d fee ; or
2. if a fixe d fee is not agreed upon, the n a fee based on the followin g percentages of the various
portions of the Cos t of the Work:
a. for costs incurre d unde r Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additiona l fee shall be 15 percent except for:
1) renta l fees for Contractor’s ow n equipment usin g standard renta l rates;
2) bonds and insurance;
b. for costs incurre d unde r Paragraph 11.01.A.4 a nd 11.01.A.5, the Contractor’s fe e shall be
fiv e percent (5%);
1) where one or mor e tier s of subcontracts are on the basis of Cos t of the Wor k plu s a
fee and no fixe d fe e is agreed upon, the inten t of Paragraphs 12.01.C.2.a and
12.01.C.2.b is tha t the Subcontractor who actually perfor ms the Work, a t whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 47 of 63
tier , will be paid a fe e of 15 percent of the costs incurre d by suc h Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and tha t any highe r tie r Subcontractor and
Contractor will each be paid a fee of fiv e percent (5%) of the amount paid to the next
lowe r tie r Subcontractor, howeve r in no case shall the cumulativ e tota l of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs ite mize d unde r Paragraphs 11.01.A.6, and
11.01.B;
d. the a mount of credit to be allowe d by Contractor to Cit y for any change whic h result s in
a ne t decrease in cos t will be the amount of the actual ne t decrease in cos t plu s a deduction
in Contractor’s fee by an amount equa l to fiv e percent (5%) of suc h net decrease.
12.02 Change o f Contrac t Time
A. The Contrac t Time ma y only be change d by a Change Order.
B. No extension of the Contrac t Time will be allowed for Extra Wor k or for claimed dela y unless the
Extra Work conte mplate d or claimed dela y is show n to be on the critica l path of the Project
Schedule or Contractor can show by Critica l Path Method analysis how the Extra Wor k or claime d
dela y adversely affects the critica l path.
12.03 Delays
A. Wher e Contractor is reasonably delaye d in the perfor manc e or complet ion of any part of the
Work within the Contrac t Time due to dela y beyond the control of Contrac tor , the Contrac t Time
may be extende d in an amount equa l to the time lost due to suc h dela y if a Contrac t Claim is made
therefor . Delays beyond the control of Contractor shall include , but not be limite d to, acts or
neglec t by City , acts or neglec t of utilit y owners or othe r contractors perfor min g othe r wor k as
conte mplate d by Article 7, fires, floods , epide mics, abnor mal weather conditions , or acts of God.
Suc h an adjustment shall be Contractor’s sole and exclusiv e remedy for the delays describe d in
this Paragraph.
B. If Contractor is delayed, Cit y shall not be liable to Contractor for any claims, costs , losses, or
da mage s (includin g but not limite d to all fees and charge s of engineers , architects, attorneys , and
othe r professionals and all cour t or arbitratio n or othe r dispute resolutio n costs ) sustaine d by
Contractor on or in connection wit h any othe r projec t or anticipated project.
C. Contractor shall not be entitle d to an adjustment in Contrac t Pric e or Contrac t Time for delays
within the control of Contractor . Delays attributable to and within the control of a Subcontractor
or Supplie r shall be dee me d to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrance s to the Work, except when
direc t and unavoidable extr a cos t to the Contractor is caused by the failur e of the Cit y to provide
infor matio n or material, if any, whic h is to be furnishe d by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 48 of 63
ARTICLE 1 3 – TESTS AND INSPECTIONS; CORRECTION, REMOVA L OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notic e of all defective Wor k of whic h Cit y ha s actual knowledge will be give n to Contractor.
Defective Wor k may be rejected, corrected, or accepted as provide d in this Article 13.
13.02 Access to Work
City , independent testing laboratories , and governmenta l agencies wit h jurisdictiona l interests will
have access to the Sit e and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide the m prope r and safe conditions for suc h access and advis e the m of
Contractor’s safety procedure s and progra ms so tha t the y may comply therewith a s applicable.
13.03 Tests and Inspections
A. Contractor shall giv e Cit y timely notic e of readines s of the Work for all require d inspections,
tests, or approvals and shall cooperate wit h inspection and testing personne l to facilitat e required
inspections or tests.
B. If Contrac t Documents , Law s or Regulations of any public body having jurisdictio n requir e any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibilit y for arranging and obtaining suc h independent inspections , tests, retests or approvals ,
pa y all costs in connection therewith, and furnis h Cit y the require d certificates of inspection or
approval; excepting, however , thos e fees specifically identifie d in the Supple mentary Condition s
or any Texa s Department of Licensur e and Regulatio n (TDLR) inspections , whic h shall be paid as
describe d in the Supple mentary Conditions.
C. Contractor shall be responsible for arranging a nd obtaining and shall pa y all costs in connection
wit h any inspections , tests , re-tests, or approvals require d for City’s acceptance of materials or
equipment to be incorporate d in the Work; or acceptance of materials, mix designs , or equipment
submitte d for approva l prio r to Contractor’s purchase thereof for incorporation in the Work.
Suc h inspections , tests, re -tests, or approvals shall be perfor me d by organizations acceptable to
City.
D. Cit y may arrange for the services of a n ind ependent testing laborator y (“Testing Lab”) to
perfor m any inspections or tests (“Testing”) for any part of the Work, as determine d solely by
City.
1. Cit y will coordinate suc h Testing to the extent possible , wit h Contractor;
2. Should any Testing unde r this Section 13.03 D result in a “fail”, “did not pass ” or other
simila r negative result , the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of Cit y initiate d Testing shall be dee med a negative
result and requir e a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 49 of 63
3. Any amounts owe d for any retest unde r this Section 13.03 D shall be paid directly to the
Testing La b by Contractor . Cit y will forward all invoice s for retests to Contractor.
4. If Contractor fails to pa y the Testing Lab, Cit y will not issue Fina l Payment until the Testing
La b is paid.
E. If any Work (or the work of others ) tha t is to be inspected, tested, or approve d is covere d by
Contractor without writte n concurrenc e of City , Contractor shall, if requeste d by City , uncover
suc h Work for observation.
F. Uncovering Wor k as provide d in Paragraph 13.03.E shall be a t Contractor’s expense.
G. Contractor shall have the righ t to make a Contract Claim regarding any retest or invoic e issued
unde r Section 13.03 D.
13.04 Uncovering Work
A. If any Wor k is covere d contrar y to the Contrac t Documents or specific instructions by the City , it
must, if requeste d by City , be uncovere d for City’s observation and replaced at Contractor’s
expense.
B. If Cit y consider s it necessary or advisable tha t covere d Work be observe d by Cit y or inspecte d or
teste d by others , Contractor , at City’s request, shall uncover, expose , or otherwis e make available
for observation, inspection, or testing as Cit y may require , tha t portion of the Wor k in question,
furnishing all necessary labor , material, and equipment.
1. If it is found tha t the uncovere d Wor k is defective, Contractor shall pa y all claims, costs,
losses, and da mage s (includin g but not limite d to a ll fee s and charge s of engineers , architects,
attorneys , and othe r professionals and all cour t or othe r dispute resolutio n costs ) arisin g out of
or relatin g to suc h uncovering, exposure , observation, inspection, and testing, and of
satisfactory replacement or reconstruction (includin g but not limite d to all costs of repair or
replacement of wor k of others); or Cit y shall be entitle d to accept defective Work in accordance
wit h Paragraph 13.08 in whic h case Contractor shall still be responsible for all cost s associated
wit h exposing, observing, and testing the defective Work.
2. If the uncovere d Work is not found to be defective, Contractor shall be allowe d an increase
in the Contrac t Pric e or an extension of the Contrac t Time, or both, directly attributable to suc h
uncovering, exposure , observation, inspection, testing, replacement, and reconstruction.
13.05 City May Sto p th e Work
If the Work is defective, or Contractor fails to supply sufficien t skille d worker s or suitable materials
or equipment, or fails to per for m the Work in suc h a way tha t the complete d Wor k will confor m to
the Contrac t Documents , Cit y ma y orde r Contrac tor to stop the Work, or any portion thereof, until th e
cause for suc h orde r ha s bee n eliminated; howeve r, this righ t of Cit y to stop the Wor k shall not giv e
ris e to any duty on the par t of Cit y to exercise this righ t for the benefit of Contractor , any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 50 of 63
Subcontractor , any Supplier , any othe r individua l or entity, or any surety for , or employe e or agent of
any of the m.
13.06 Correctio n o r Removal o f Defectiv e Work
A. Promptly afte r receipt of writte n notice , Contrac tor shall correct all defective Work pursuant to
an acceptable schedule , whethe r or not fabricated, installed , or completed, or , if the Work has bee n
rejected by City , remove it from the Projec t and replace it wit h Wor k tha t is not de fective.
Contractor shall pa y all claims, costs , additional testing, losses, and da mage s (includin g but not
limite d to all fees and charge s of engineers , architects, attorneys , and othe r professionals and all
cour t or arbitratio n or othe r dispute resolutio n cos ts) arisin g out of or relatin g to suc h correction
or remova l (includin g but not limite d to all costs of repair or replacement of wor k of others).
Failur e to requir e the re mova l of any de fective Wor k shall not constitut e acceptance of such Work.
B. Whe n correcting defective Wor k unde r the te rms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action tha t would void or otherwis e impair City’s special warranty and
guarantee , if any, on said Work.
13.07 Correctio n Period
A. If within two (2) years after the date of Fina l Acceptance (or such longe r perio d of time as may be
prescribe d by the terms of any applicable special guarante e require d by the Contract Documents),
any Wor k is found to be defective, or if the repair of any da mage s to the lan d or areas made
available for Contractor’s us e by Cit y or per mitte d by Laws and Regulations as conte mplate d in
Paragraph 6.10.A is found to be defective, Contractor shall promptly , without cos t to Cit y and in
accordance wit h City’s written instructions:
1. repair suc h defective lan d or areas; or
2. correct suc h defective Work; or
3. if the defective Wor k ha s bee n rejected by City , remove it from the Projec t and replace it
wit h Wor k tha t is not defective, and
4. satisfactorily correct or repair or remove and replace any da mage to othe r Work, to the work
of other s or othe r lan d or areas resultin g therefrom.
B. If Contractor doe s not promptly comply wit h the terms of City’s writte n instructions , or in an
emergenc y wher e dela y would cause seriou s ris k of los s or da mage , Cit y may have the defective
Wor k corrected or repaired or may have the rejected Wor k remove d and replaced. All claims,
costs , losses, and da mage s (includin g but not limite d to all fees and charge s of engineers,
architects, attorneys , and othe r professionals and all cour t or othe r dispute resolutio n costs) arisin g
out of or relatin g to suc h correction or repair or suc h remova l and replacement (including but not
limite d to all costs of repair or replacement of work of others ) will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 51 of 63
C. In special circumstances where a particula r ite m of equipment is placed in continuous service
befor e Fina l Acceptance of all the Work, the correction perio d for tha t ite m may start to run from
an earlie r date if so provide d in the Contrac t Documents.
D. Wher e defective Wor k (and da mage to othe r Work resultin g therefrom) ha s bee n corrected or
remove d and replaced unde r this Paragraph 13.07, the correction perio d hereunde r wit h respect
to suc h Work may be require d to be extende d for an additiona l perio d of one yea r afte r the end of
the initia l correction period. Cit y shall provide 30 days written notic e to Contractor should such
additiona l warranty coverage be required. Contractor may dispute this require ment by filin g a
Contrac t Claim, pursuant to Paragraph 10.06.
E. Contractor’s obligations unde r this Paragraph 13.07 are in additio n to any othe r obligatio n or
warranty. The provisions of this Paragraph 13.07 shall not be construe d as a substitute for , or a
waive r of, the provisions of any applicable statute of limitatio n or repose.
13.08 Acceptance o f Defectiv e Work
If, instea d of requirin g correction or remova l and replacement of defective Work, Cit y prefers to
accept it , Cit y may do so. Contractor shall pa y all claims, costs , losses, and da mage s (includin g but
not limite d to all fees and charge s of engineers , architects, attorneys , and othe r professionals and all
court or othe r dispute resolutio n costs ) attributa ble to City’s evaluation of and determinatio n to accept
suc h defective Wor k and for the diminishe d valu e of the Wor k to the extent not otherwise paid by
Contractor . If any suc h acceptance occur s prio r to Fina l Acceptance, a Change Orde r will be issue d
incorporating the necessary revision s in the Contrac t Documents wit h respect to the Work, and Cit y
shall be entitle d to an appropriate decrease in the Contrac t Price , reflectin g the diminished value of
Wor k so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time a fter writte n notic e from Cit y to correc t de fective
Work, or to remove and replace rejected Wor k as require d by Cit y in accordance wit h Paragraph
13.06.A , or if Contractor fails to perfor m the Work in accordance wit h the Contrac t Documents,
or if Contractor fails to comply wit h any othe r provision of the Contrac t Documents , Cit y may,
afte r seve n (7) days written notic e to Contractor , correct, or remedy any suc h de ficiency.
B. In exercising the rights and remedie s unde r this Paragraph 13.09, Cit y shall proceed
expeditiously. In connection wit h suc h corrective or remedia l action, Cit y may exclude Contractor
from all or par t of the Site , take possession of all or part of the Wor k and suspend Contractor’s
services related thereto, and incorporate in the Work all materials and equipment incorporate d in
the Work, store d at the Sit e or for whic h Cit y ha s paid Contractor but whic h are stored elsewhere.
Contractor shall allo w City , City’s representatives, agents , consultants, e mployees , and City’s
othe r contractors , access to the Sit e to enable Cit y to exercise the rights and remedie s unde r this
Paragraph.
C. All claims, costs , losses, and da mage s (includin g but not limite d to all fees and charge s of
engineers , architects, attorneys , and othe r professionals and all cour t or othe r dispute resolution
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 52 of 63
costs ) incurre d or sustaine d by Cit y in exercising the rights and remedie s unde r this Paragraph
13.09 will be charge d agains t Contractor, and a Change Orde r will be issued incorporating the
necessary revision s in the Contrac t Documents wit h respect to the Work; and Cit y shall be entitle d
to a n appropriate decrease in the Contrac t Price.
D. Contractor shall not be allowe d an extension of the Contrac t Time because of any dela y in the
perfor manc e of the Wor k attributable to the exercise of City’s rights and re medie s unde r this
Paragraph 13.09.
ARTICLE 1 4 – PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule o f Values
The Schedule of Value s for lu mp sum contracts establishe d as provide d in Paragraph 2.07 will serve
as the basis for progres s payments and will be inc orporate d int o a for m of Applicatio n for Payment
acceptable to City . Progres s payments on account of Unit Pric e Wor k will be base d on the numbe r of
units completed.
14.02 Progress Payments
A. Applications fo r Payments:
1. Contractor is responsible for providing all infor matio n a s require d to become a vendor of the
City.
2. At least 20 days befor e the date establishe d in the General Require ments for each progress
payment, Contractor shall submit to Cit y for revie w an Applicatio n for Payment fille d out and
signe d by Contractor covering the Work complete d as of the date of the Applicatio n and
accompanie d by suc h supporting documentation as is require d by the Contrac t Documents.
3. If payment is requeste d on the basis of materials and equipment not incorporate d in the Work
but delivere d and suitably store d a t the Sit e or a t anothe r locatio n agreed to in writing , the
Applicatio n for Payment shall als o be accompanie d by a bill of sale , invoice , or other
documentation warranting tha t Cit y ha s received the materials and equipment fre e and clear of
all Lien s and evidenc e tha t the materials and equipment are covere d by appropriate insuranc e
or othe r arrange ment s to protec t Cit y’s interest therein, all of whic h mus t be satisfactory to
City.
4. Beginning wit h the second Applicatio n for P ayment, each Applicatio n shall includ e an affidavit
of Contractor stating tha t previous progres s payments received on account of the Wor k have
bee n applie d on account to dis c harge Contractor’s legitimate obligations associate d wit h prio r
Application s for Payment.
5. The amount of retainage wit h respect to progress payments will be as described in
subsection C. unless otherwise stipulated in the Contrac t Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 53 of 63
B. Revie w o f Applications:
1. Cit y will, afte r receipt of each Applicatio n for Payment , eithe r indicat e in writin g a
recommendation of payment or retur n the Application to Contractor indicatin g reasons for
refusing payment. In the latte r case, Contractor may make the necessary corrections and
resubmit the Application.
2. City’s processing of any payment requeste d in an Applicatio n for Payment will be base d on
City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment
and the accompanying data and schedules , tha t to the bes t of City’s knowledge:
a. the Work ha s progresse d to the point indicated;
b. the qualit y of the Wor k is generally in accordanc e wit h the Contrac t Document s (subject
to an evaluation of the Wor k as a functioning whole prio r to or upon Fina l Acceptance, the
result s of any subsequent tests calle d for in the Contrac t Documents , a final determinatio n
of quantitie s and classifications for Wor k perfor med unde r Paragraph 9.05, and any othe r
qualification s state d in the recommendation).
3. Processing any suc h payment will not thereby be dee med to have represented that:
a. inspections made to check the qualit y or the quantity of the Work as it ha s been perfor med
have bee n exhaustive , extende d to every aspect of the Work in progress , or involve d
detaile d inspections of the Wor k beyond the responsibilitie s specifically assigne d to Cit y
in the Contrac t Documents ; or
b. there may not be othe r matters or issues between the partie s tha t migh t entitle Contractor
to be paid additionally by Cit y or entitle Cit y to withhold payment to Contractor; or
c. Contractor ha s complie d wit h Laws and Regulations applicable to Contractor’s performanc e
of the Work.
4. Cit y may refuse to proces s the whole or any par t of any payment because of subsequently
discovere d evidenc e or the result s of subsequent inspections or tests, and revis e or revoke
any suc h payment previously made , to suc h extent as may be necessary to protec t Cit y from
los s because:
a. the Wor k is de fective or complete d Wor k ha s bee n da mage d by the Contractor or
subcontractors requirin g correction or replacement;
b. discrepancies in quantitie s containe d in previous application s for payment;
c. the Contrac t Pric e ha s bee n reduce d by Change Orders;
d. Cit y ha s bee n require d to cor rect de fective Wor k or complet e Wor k in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 54 of 63
e. Cit y ha s actual knowledge of the occurrenc e of any of the events enumerated in Paragraph 15.02.A.
C. Retainage:
1. For contracts les s tha n $400,000 at the time of execution, retainage shall be te n percent
(10%).
2. For contracts greater tha n $400,000 at the time of execution, retainage shall be fiv e percent
(5%).
D. Liquidated Damages. For each calendar da y tha t any wor k shall remain uncomplete d after the
time specifie d in the Contrac t Documents , the sum pe r da y specifie d in the Agree ment will be
assessed against the monie s due the Contractor , not a s a penalty, but as da mages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the require ments of this Article 14 and payment
will become due in accordance wit h the Contrac t Documents.
F. Reductio n in Payment:
1. Cit y may refuse to make payment of the amount requeste d because:
a. Lien s have bee n file d in connection wit h the Work, except wher e Contractor has delivere d
a specific bond satisfactory to Cit y to secure the satisfaction and discharge of suc h Liens;
b. ther e are othe r ite ms entitlin g Cit y to a set-off agains t the a mount recommended; or
c. Cit y ha s actual knowledge of the occurrenc e of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If Cit y refuses to make payment of the amount requested, Cit y will giv e Contractor written
notic e stating the reasons for suc h action and pa y Contractor any amount remainin g after
deduction of the amount so withheld . Cit y shall pa y Contractor the amount so withheld , or any
adjustment thereto agreed to by Cit y and Contractor, whe n Contractor remedie s the reasons
for suc h action.
14.03 Contractor’s Warranty of Title
Contractor warrants and guarantee s tha t title to all Work, materials, and equipment covere d by any
Applicatio n for Payment, whethe r incorporate d in the Projec t or not, will pas s to Cit y no late r than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 55 of 63
14.04 Partia l Utilization
A. Prio r to Fina l Acceptance of all the Work, Cit y ma y us e or occupy any part of the Wor k whic h
ha s specifically bee n identifie d in the Contrac t Documents , or which City determine s constitute s
a separately functioning and usable part of the Work tha t can be use d for it s intende d purpos e
without significan t interferenc e wit h Contractor’s performanc e of the re mainde r of the Work. Cit y
a t any time ma y notify Contractor in writin g to permit Cit y to us e or occupy any suc h par t of the
Wor k whic h Cit y determine s to be ready for its intende d use , subjec t to the followin g conditions:
1. Contractor at any time ma y notify Cit y in writin g tha t Contractor consider s any suc h par t of
the Work ready for it s intende d use.
2. Within a reasonable time after notificatio n as enumerated in Paragraph 14.05.A.1, Cit y and
Contractor shall make an inspectio n of tha t part of the Wor k to determin e it s status of
completion . If Cit y doe s not conside r tha t par t of the Work to be substantially complete , City
will notify Contractor in writin g givin g the reasons there for.
3. Partia l Utilizatio n will not constitute Fina l Acceptance by City.
14.05 Fina l Inspection
A. Upon writte n notic e from Contractor tha t the entir e Wor k is Substantially Complet e in
accordance wit h the Contract Documents:
1. Within 10 days , Cit y will schedule a Fina l Inspection wit h Contractor.
2. Cit y will notify Contractor in writin g of all particulars in whic h this inspectio n reveals that
the Wor k is inco mplet e or de fective (“Punch List Items”). Contractor shall immediately take
suc h measures a s are necessary to complet e suc h Wor k or remedy suc h deficiencies.
B. No time charge will be made agains t the Contractor between said dat e of notificatio n to the City
of Substantial Completion and the date of Fina l Inspection.
1. Should the Cit y determin e tha t the Work is not ready for Final Inspection, Cit y will notify the
Contractor in writin g of the reasons and Contrac t Time will resu me.
2. Should the City concur that Substantial Completion has been achieved with the exception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Fina l Acceptance
Upon completio n by Contractor to City’s satisfaction, of any additiona l Work identifie d in the Final
Inspection, Cit y will issue to Contractor a lette r of Fina l Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 56 of 63
14.07 Fina l Payment
A. Applicatio n for Payment:
1. Upon Fina l Acceptance, and in the opinion of City , Contractor ma y make an applicatio n for
fina l payment followin g the procedur e for progres s payments in accordance wit h the
Contrac t Documents.
2. The fina l Applicatio n for Payment shall be accompanie d (except as previously delivered) by:
a. all documentation calle d for in the Contrac t Documents , includin g but not limite d to the
evidenc e of insuranc e require d by Paragraph 5.03;
b. consent of the surety, if any, to fina l payment;
c . a lis t of all pending or released Damage Claims agains t Cit y tha t Contractor believe s are
unsettled; and
d. affidavit s of payments and complet e and legally e ffective releases or waivers
(satisfactory to City ) of all Lie n rights aris ing out of or Lien s file d in connection wit h the
Work.
B. Payment Becomes Due:
1. Afte r City’s acceptance of the Applicatio n for Payment and accompanying documentation,
requeste d by Contractor, les s previous payments made and any sum Cit y is entitled,
includin g but not limite d to liquidate d da mages, will become due and payable.
2. Afte r all Damage Claims have bee n resolved:
a. directly by the Contractor or;
b. Contractor provide s evidenc e tha t the Damage Claim ha s bee n reporte d to Contractor’s
insuranc e provide r for resolution.
3. The makin g of the fina l payment by the Cit y shall not reliev e the Contractor of any
guarantee s or othe r require ments of the Contract Documents whic h specifically continue
thereafter.
14.08 Fina l Completio n Delaye d and Partia l Retainag e Release
A. If fina l completio n of the Wor k is significantly delayed, and if Cit y so confir ms, Cit y may, upon
receipt of Contractor’s fina l Applicatio n for Payment, and without terminatin g the Contract, make
payment of the balanc e due for tha t portion of the Wor k fully complete d and accepted. If the
remainin g balanc e to be held by Cit y for Work not fully complete d or corrected is les s than the
retainage stipulate d in Paragraph 14.02.C , and if bonds have bee n furnishe d as require d in
Paragraph 5.02, the written consent of the surety to the payment of the balanc e due for that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 57 of 63
portion of the Work fully complete d and accepted shall be submitte d by Contractor to Cit y with
the Applicatio n for suc h payment. Suc h payment shall be made unde r the terms and conditions
governing fina l payment, except tha t it shall not constitute a waive r of Contrac t Claims.
B. Partia l Retainag e Release. For a Contrac t tha t provide s for a separate vegetative establish ment
and maintenance, and test and perfor manc e periods followin g the completio n of all other
construction in the Contrac t Documents for all Work locations , the Cit y may release a portion of
the amount retained provide d tha t all othe r wor k is complete d as determine d by the City . Before
the release, all submittals and fina l quantitie s mus t be complete d and accepted for all othe r work.
An amount sufficien t to ensure Contrac t complianc e will be retained.
14.09 Waive r of Claims
The acceptance of fina l payment will constitute a re lease of the Cit y from all claims or liabilities
unde r the Contrac t for anything done or furnished or relatin g to the wor k unde r the Contract
Documents or any act or neglec t of Cit y related to or connecte d wit h the Contract.
ARTICLE 15 – SUSPENSIO N OF WOR K AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, Cit y may suspend the Wor k or any portion thereof by written
notic e to Contractor and whic h may fix the date on whic h Wor k will be resumed. Contractor shall
resume the Wor k on the date so fixed . Durin g te mporar y suspension of the Work covered by thes e
Contrac t Documents , for any reason, the Cit y will make no extra payment for stand-by time of
construction equipment and/or construction crews.
B. Should the Contractor not be able to complet e a portion of the Projec t due to causes beyond the
control of and without the fault or negligenc e of the Contractor, and should it be determine d by
mutua l consent of the Contractor and Cit y tha t a solutio n to allo w construction to procee d is not
available within a reasonable perio d of time , Contractor may reques t a n extension in Contract
Time, directly attributable to any suc h suspension.
C. If it should become necessary to suspend the Wor k for a n indefinit e period, the Contractor shall
store all materials in suc h a manne r tha t the y will not obstruc t or impede the public unnecessarily
nor become da mage d in any way, and he shall take every precaution to prevent da mage or
deterioration of the work perfor med; he shall provide suitable drainage about the work, and erect
te mporar y structure s where necessary.
D. Contractor may be reimburse d for the cos t of moving his equipment off the jo b and returning the
necessary equipment to the jo b whe n it is determine d by the Cit y tha t construction may be
resumed. Suc h reimburse ment shall be base d on actual cos t to the Contractor of moving the
equipment and no profit will be allowed . Reimburse ment may not be allowe d if the equipment is
move d to anothe r construction projec t for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrenc e of any one or mor e of the followin g events by way of exa mple , but not of limitation ,
may justif y terminatio n for cause:
1. Contractor’s persistent failur e to perfor m the Wor k in accordance wit h the Contract Documents
(including, but not limite d to, failure to supply sufficien t skille d worker s or suitable materials
or equipment, failur e to adher e to the Projec t Schedule establishe d under Paragraph 2.07 as
adjuste d from time to time pursuant to Paragraph 6.04, or failur e to adhere to the City’s
Business Diversity Enterprise Ordinance #20020-12-2011establishe d unde r Paragraph
6.06.D);
2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor’s repeated disregard of the authority of City ; or
4. Contractor’s violatio n in any substantia l way of any provisions of the Contrac t Documents;
or
5. Contractor’s failur e to promptly make good any defect in materials or workmanship, or
defects of any nature , the correction of whic h ha s bee n directed in writin g by the City ; or
6. Substantia l indicatio n tha t the Contractor ha s made an unauthorize d assignment of the
Contrac t or any funds due therefrom for the benefit of any creditor or for any othe r purpose;
or
7. Substantia l evidenc e tha t the Contractor ha s become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily ; or
8. Contractor commences lega l action in a cour t of competent jurisdictio n agains t the City.
B. If one or more of the events identifie d in Paragraph 15.02A . occur, Cit y will provide written notic e
to Contractor and Surety to arrange a conferenc e wit h Contractor and Surety to address
Contractor 's failur e to perform the Work. Conferenc e shall be held not late r tha n 15 days , after
receipt of notice.
1. If the City , the Contractor, and the Surety do not agre e to allo w the Contractor to procee d to
per for m the construction Contract, the Cit y may, to the extent per mitte d by Law s and
Regulations , declare a Contractor default and formally terminat e the Contractor 's righ t to
complet e the Contract. Contractor default shall not be declared earlie r tha n 20 days after the
Contractor and Suret y have received notic e of conferenc e to addres s Contractor's failur e to
perfor m the Work.
2. If Contractor's services are terminated, Suret y shall be obligate d to take ove r and perfor m the
Work. If Surety doe s not commenc e performanc e thereof within 15 consecutive calendar days
afte r date of an additiona l writte n notic e de manding Surety's perfor manc e of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 59 of 63
obligations , the n City , without proces s or actio n at law , may take ove r any portion of the
Work and complet e it as describe d below.
a. If Cit y complete s the Work, Cit y may exclude Contractor and Surety from the sit e and
take possession of the Work, and all materials and equipment incorporate d int o the Work
store d at the Sit e or for whic h Cit y ha s paid Contractor or Surety but whic h are stored
elsewhere, and finis h the Wor k as Cit y may dee m expedient.
3. Whethe r Cit y or Surety complete s the Work, Contractor shall not be entitle d to receive any
furthe r payment until the Wor k is finished . If the unpaid balanc e of the Contrac t Price exceeds
all claims, costs , losses and da mage s sustaine d by Cit y arisin g out of or resulting from
completin g the Work, suc h excess will be pa id to Contractor . If suc h claims, costs, losses and
da mage s exceed suc h unpaid balance, Contractor shall pa y the differenc e to City. Suc h claims ,
costs , losses and da mage s incurre d by Cit y will be incorporate d in a Change Order , provide d
tha t whe n exercising any rights or remedie s unde r this Paragraph, Cit y shall no t be require d to
obtain the lowes t pric e for the Work perfor med.
4. Neithe r City , nor any of it s respective consultants , agents , officers, director s or employees
shall be in any way liable or accountable to Contractor or Surety for the method by whic h the
completio n of the said Work, or any portion thereof, ma y be accomplishe d or for the price paid
therefor.
5. City , notwithstanding the method use d in completin g the Contract, shall not forfeit the right
to recove r da mage s from Contractor or Surety for Contractor's failur e to timely complet e the
entir e Contract . Contractor shall not be entitle d to any claim on account of the method used
by Cit y in completin g the Contract.
6. Maintenanc e of the Wor k shall continue to be Contractor 's and Surety's responsibilitie s as
provide d for in the bond require ment s of the Contrac t Documents or any special guarantees
provide d for unde r the Contrac t Documents or any othe r obligations otherwis e prescribe d by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor’s service s will not be terminate d if Contractor
begins within seve n days of receipt of notic e of inten t to terminat e to correct it s failur e to perform
and proceeds diligently to cur e suc h failur e within no mor e tha n 30 days of receipt of said notice.
D. Wher e Contractor’s services have bee n so terminate d by City , the terminatio n will not affect any
rights or remedie s of Cit y agains t Contractor then existin g or whic h may thereafter accrue. Any
retention or payment of moneys due Contractor by Cit y will not release Contractor from liability.
E. If and to the extent tha t Contractor ha s provide d a perfor manc e bond unde r the provisions of
Paragraph 5.02, the terminatio n procedure s of tha t bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 60 of 63
15.03 City May Terminate Fo r Convenience
A. Cit y may, without cause and without prejudic e to any othe r righ t or remedy of City , terminat e the
Contract. Any terminatio n shall be effected by mailin g a notic e of the terminatio n to the Contractor
specifyin g the extent to whic h perfor manc e of Wor k unde r the contrac t is terminated, and the date
upon whic h suc h terminatio n become s effective. Receipt of the notic e shall be dee med
conclusively presumed and establishe d whe n the lette r is placed in the Unite d States Posta l Servic e
Mail by the City . Further, it shall be dee me d conclusively presumed and establishe d tha t suc h
terminatio n is made wit h jus t cause as therein stated; and no proof in any claim, de mand or suit
shall be require d of the Cit y regarding suc h discretionar y action.
B. After receipt of a notic e of te rmination , and except as otherwis e directed by the City , the
Contractor shall:
1. Stop wor k unde r the Contrac t on the date and to the extent specifie d in the notic e of termination;
2. plac e no furthe r order s or subcontracts for materials , services or facilitie s except as may be
necessary for completio n of suc h portion of the Work unde r the Contrac t a s is not terminated;
3. terminat e all order s and subcontracts to the extent tha t the y relate to the per formanc e of the
Wor k terminate d by notic e of termination;
4. transfer title to the Cit y and delive r in the manner , at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricate d parts , Wor k in progress , complete d Work, supplie s and
othe r material produce d a s a part of , or acquire d in connection wit h the performanc e of,
the Work terminate d by the notic e of the termination ; and
b. the completed, or partially complete d plans , drawings , infor matio n and othe r property
which , if the Contrac t ha d bee n completed, would have bee n require d to be furnishe d to
the City.
5. complet e performanc e of suc h Work as shall not have bee n terminate d by the notic e of
termination ; and
6. take suc h action as may be necessary, or as the Cit y may direct, for the protection and
preservation of the property related to it s contrac t whic h is in the possession of the
Contractor and in whic h the owne r ha s or may acquir e the rest.
C. At a time not late r tha n 30 days after the terminatio n date specifie d in the notic e of termination,
the Contractor may submit to the Cit y a list , certifie d as to quantity and quality , of any or all ite ms
of terminatio n inventor y not previously dispose d of, exclusiv e of ite ms the dispositio n of whic h
ha s bee n directed or authorize d by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 61 of 63
D. Not late r tha n 15 days thereafter, the Cit y shall accept title to suc h ite ms provided, tha t the list
submitted shall be subjec t to verificatio n by the Cit y upon remova l of the ite ms or, if the ite ms are
stored, within 45 days from the date of submissio n of the list , and any necessary adjustments t o
correct the lis t as submitted, shall be made prio r to fina l settle ment.
E. Not late r tha n 60 days afte r the notic e of termination , the Contractor shall submit his termination
claim to the Cit y in the form and wit h the certificatio n prescribe d by the City . Unles s an extensio n
is made in writin g within suc h 60 da y perio d by the Contractor, and grante d by the City, any and
all suc h claims shall be conclusively dee med waived.
F. In suc h case, Contractor shall be paid for (without duplicatio n of any ite ms):
1. complete d and acceptable Wor k executed in accordanc e wit h the Contrac t Documents prior
to the effective date of termination , includin g fair and reasonable sums for overhea d and profit on
suc h Work;
2. expense s sustaine d prio r to the effective date of terminatio n in perfor min g services and
furnishing labor , materials, or equipment a s require d by the Contrac t Documents in connection
wit h uncomplete d Work, plu s fair and reasonable sums for overhea d and profit on suc h expenses;
and
3. reasonable expense s directly attributable to termination.
G. In the event of the failur e of the Contractor and Cit y to agre e upon the whole amount to be paid
to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine , on the basis
of infor matio n available to it , the amount, if any, due to the Contractor by reason of the terminatio n
and shall pa y to the Contractor the amounts determined . Contractor shall not be paid on account
of los s of anticipated profits or revenue or othe r economic los s arisin g out of or resultin g from
suc h termination.
ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures
A. Eithe r Cit y or Contractor ma y reques t mediation of any Contrac t Claim submitted for a decision
unde r Paragraph 10.06 before suc h decisio n becomes fina l and binding. The reques t for mediatio n
shall be submitted to the othe r party to the Contract. Timely submissio n of the request shall stay
the effect of Paragraph 10.06.E.
B. Cit y and Contractor shall participat e in the mediatio n proces s in good faith . The proces s shall be
commenced within 60 days of filin g of the request.
C. If the Contrac t Claim is not resolve d by mediation , City’s action unde r Paragraph 10.06.C or a
denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become fina l and binding 30 days after
terminatio n of the mediatio n unless , within tha t time period, Cit y or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 62 of 63
1. elects in writin g to invoke any othe r dispute resolutio n proces s provide d for in the
Supple mentary Conditions ; or
2. agrees wit h the othe r party to submit the Contrac t Claim to anothe r dispute resolution
process ; or
3. give s writte n notic e to the othe r party of the inten t to submit the Contrac t Claim to a court of
competent jurisdiction.
ARTICLE 1 7 – MISCELLANEOUS 17.01 Givin g Notice
A. Wheneve r any provision of the Contrac t Documents require s the givin g of written notice , it will
be dee med to have bee n validly give n if:
1. delivere d in person to the individua l or to a membe r of the fir m or to an office r of the
corporation for whom it is intended; or
2. delivere d at or sent by registered or certified mail, postage prepaid, to the las t business
addres s know n to the give r of the notice.
B. Busines s addres s change s mus t be promptly made in writin g to the othe r party.
C. Wheneve r the Contrac t Documents specifie s givin g notic e by electronic means suc h electronic
notic e shall be dee me d sufficien t upon confirmatio n of receipt by the receiving party.
17.02 Computation of Times
Whe n any perio d of time is re ferred to in the Contrac t Documents by days , it will be compute d to
exclude the first and includ e the las t da y of suc h period. If the las t da y of any suc h perio d falls on a
Saturda y or Sunda y or on a da y made a lega l holida y the next Working Day shall become the last da y
of the period.
17.03 Cumulative Remedies
The dutie s and obligations impose d by thes e General Conditions and the rights and remedies available
hereunde r to the partie s hereto are in additio n to, and are not to be construe d in any way as a limitatio n
of, any rights and remedie s available to any or all of the m whic h are otherwis e imposed or available
by Laws or Regulations , by special warranty or guarantee , or by othe r provisions of the Contrac t
Documents . The provisions of this Paragraph will be as effective as if repeated specifically in the
Contrac t Documents in connection wit h each particula r duty, obligation, right, and remedy to whic h
the y apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
CIT Y OF FOR T WORTH
STANDARD CONST RU CT IO N SPECIFICATIO N DOCUMENTS
Revision: 8/23/2021
00 72 00 - 1 GENERAL CONDITION S
Page 63 of 63
17.04 Survival o f Obligations
All representations , inde mnifications , warranties, and guarantee s made in , require d by, or give n in
accordance wit h the Contrac t Documents , as well as all continuing obligations indicate d in the
Contrac t Documents , will survive fina l payment, completion , and acceptance of the Wor k or
terminatio n or completio n of the Contrac t or terminatio n of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserte d for convenienc e only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
REVISION: 8/23/2021
AFW Taxiway Papa, Phase III
City Project No. 103668
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, “Resolving Discrepancies”
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., “Availability of Lands”
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
August 9, 2023:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
NONE N/A N/A
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.01A.2, “Availability of Lands”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of August 9, 2023:
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
NONE NONE N/A
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., “Subsurface and Physical Conditions”
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Report No. CPY18-0359, dated October 22, 2018, prepared by Gorrondona & Associates, Inc., a sub-
consultant of CP&Y, Inc., a consultant of the City, providing additional information on geotechnical data
obtained at the project site.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
Drawings submitted by CP&Y, Associates, Inc. for the design and construction of Taxiway Papa, Phase 1
and Phase 2.
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmental conditions known to the City:
NONE
SC-5.03A., “Certificates of Insurance”
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: Jacobs Engineering Group, Inc.
(3) Other: None
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., “Contractor’s Insurance”
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks.
NONE
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a “Right of
Entry Agreement” with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor’s operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: N/A
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
(2) Each Occurrence: N/A
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-grade
crossing is affected by the Project at entirely separate locations on the line or lines of the same
railroad company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
railroad company’s right-of-way at a location entirely separate from the grade separation or at-
grade crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-
way, all such other work may be covered in a single policy for that railroad, even though the work
may be at two or more separate locations.
No work or activities on a railroad company’s property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor’s beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., “Project Schedule”
Project schedule shall be tier 1 for the project.
SC-6.07., “Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
See Federal Contract Provisions
A copy of the table is also available by accessing the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 – General Conditions
SC-6.09., “Permits and Utilities”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
SC-6.09A., “Contractor obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
None
SC-6.09B. “City obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the City:
None
SC-6.09C. “Outstanding permits and licenses”
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 9,
2023:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
NONE N/A N/A
SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended”
During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to
nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,
“DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part
of this contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall
not discriminate on the grounds of race, color, or national origin, in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractor shall not
participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurements of materials or leases of equipment, each
potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations
under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or
national origin.
4. Information and Reports: The Contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information and its facilities as may be determined by City or the Texas
Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the contractor shall so certify to the City, or the
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the
nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the
Texas Department of Transportation may determine to be appropriate, including, but not limited to:
a. withholding of payments to the Contractor under the Contract until the Contractor
complies, and/or
b. cancellation, termination or suspension of the Contract, in whole or in part.
6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with
respect to any subcontract or procurement as City or the Texas Department of Transportation may
direct as a means of enforcing such provisions including sanctions for non-compliance: Provided,
however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request City to enter into
such litigation to protect the interests of City, and, in addition, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
Additional Title VI requirements can be found in the Appendix.
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor Scope of Work Coordination Authority
None N/A N/A
SC-8.01, “Communications to Contractor”
As required in Division 00 – General Conditions, Division 01 – General Requirements, FAA General
Provisions, the Construction Safety and Phasing Plan (CSPP), and drawings
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is Tyler Dale, or his/her successor pursuant to written
notification from the Director of City of Fort Worth Aviation Department.
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
00 73 00
SUPPLEMENTARY CONDITIONS
Page 7 of 7
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 9, 2020
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
City of Fort
Worth
Division 01
General Requirements
01 11 00 - 1
SUMMARY OF WORK
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 01 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing all Work
necessary for this construction project as detailed in the Drawings and Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the project, such
as conditions imposed by the Drawings or Contract Documents in which no specific item
for bid has been provided for in the Proposal and the item is not a typical unit bid item
included on the standard bid item list, then the item shall be considered as a subsidiary item
of Work, the cost of which shall be included in the price bid in the Proposal for various bid
items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and equipment stored
on the Site.
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 shown in the Contract
Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction purposes may
be stored in such space, but no more than is necessary to avoid delay in the construction
operations.
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere with the
use of spaces that may be designated to be left free and unobstructed and so as not to
inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner
as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in Division 0
as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously obtained
permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the specified
approval of the property owner has been secured in writing by the Contractor and a copy
furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions
which must be removed to make possible proper prosecution of the Work as a part of the
project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns,
fences, culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private lands
of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants, whose land
or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting from any
act, omission, neglect, or misconduct in the manner or method or execution of the
Work, or at any time due to defective work, material, or equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project to the
original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is not in
progress and when the site is vacated overnight, and/or at all times to provide site
security.
c. The cost for all fence work within easements, including removal, temporary closures
and replacement, shall be subsidiary to the various items bid in the project proposal,
unless a bid item is specifically provided in the proposal.
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 11 00 - 4
SUMMARY OF WORK
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
Page Intentionally Blank
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 6
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not equivalent
to a product which is specified by descriptive or performance criteria or defined by
reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will consider
formal requests from Contractor for substitution of products in place of those specified.
2. Certain types of equipment and kinds of material are described in Specifications by means
of references to names of manufacturers and vendors, trade names, or catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from consideration
other products bearing other manufacturer's or vendor's names, trade names, or catalog
numbers, provided said products are "or-equals," as determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions under the
following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products meeting
specified requirements, or other factors beyond control of Contractor; or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 6
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with Contract
Documents
2) Data relating to changes in construction schedule, when a reduction is proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified product,
including discrete name or tag number assigned to original product in the
Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed product
with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced projects
knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern of
specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction will be
documented by Change Order in accordance with the General Conditions.
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City’s opinion, acceptance will require substantial revision of the original design
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 6
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
d. In the City’s opinion, substitution will not perform adequately the function consistent
with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor represents
that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior in all
respects to that specified, and that it will perform function for which it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 6
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
Page Intentionally Blank
01 25 00 - 5
SUBSTITUTION PROCEDURES
Page 5 of 6
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for the above
project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed substitution
will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering and
detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the specified
item.
Submitted By: For Use by City
Signature Recommended Recommended as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
01 25 00 - 6
SUBSTITUTION PROCEDURES
Page 6 of 6
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
Page Intentionally Blank
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised August 17, 2012
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify
construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be
qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the Agreement
and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the meeting and
distribute copies of same to all participants who so request by fully completing the
attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire to invite
or the City may request
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised August 17, 2012
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide
at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of Preconstruction
Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised August 17, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 31 19 - 4
PRECONSTRUCTION MEETING
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised August 17, 2012
Page Intentionally Blank
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 31 20
PROJECT MEETINGS
PART 1 -
PART 2 - GENERAL
2.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly review
of the progress of the Work and to provide for systematic discussion of potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
2.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
2.3 REFERENCES [NOT USED]
2.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and specially
called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be
qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
4. Meetings, in addition to those specified in this Section, may be held when requested by the
City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin, attend 1
Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of meeting to be determined by the City.
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
3. Attendees
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-
construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be scheduled
and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-needed
basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of the
meeting and distribute copies of the same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of each meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire to invite
or the City may request
d. Engineer's representatives
e. City’s representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
2.5 SUBMITTALS [NOT USED]
2.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2.7 CLOSEOUT SUBMITTALS [NOT USED]
2.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
2.9 QUALITY ASSURANCE [NOT USED]
2.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2.11 FIELD [SITE] CONDITIONS [NOT USED]
2.12 WARRANTY [NOT USED]
PART 3 - PRODUCTS [NOT USED]
PART 4 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 31 20 - 4
PROJECT MEETINGS
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
Page Intentionally Blank
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 1
CONST RUCT ION PROGRESS SCHEDULE
Page 1 of 10
1 SECTION 01 32 16
2 CONSTRUCTION SCHEDULE
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 01 – General Requirements
15 D. Purpose
16 The City of Fort Worth (City) is committed to delivering quality, cost-effective
17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
18 properly structured schedule with accurate updates. This supports effective monitoring
19 of progress and is input to critical decision making by the project manager throughout
20 the life of the project. Data from the updated project schedule is utilized in status
21 reporting to various levels of the City organization and the citizenry.
22
23 This Document complements the City's Standard Agreement to guide the construction
24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25 City in project delivery. The expectation is the performance of the work follows the
26 accepted schedule and adhere to the contractual timeline.
27
28 The Contractor will designate a qualified representative (Project Scheduler) responsible
29 for developing and updating the schedule and preparing status reporting as required by
30 the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Work associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor’s invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 2
CONST RUCT ION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City’s master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractor to perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City’s standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City’s Project Control Specialist and approved
8 by the City’s Project Manager.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City’s Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City’s Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City’s
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor’s contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City’s Project Control Specialist
25 and the City’s Project Manager as a baseline schedule for Contractor’s scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 “tiered” approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor’s scope of
34 work. The following is a summary of the “tiers”.
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City’s Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as-needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies “start” and “finish” milestone dates on key elements of their
45 work as agreed with the City’s Project Manager at the kickoff of their work effort.
46 The Contractor issues to the City, updates to the “start” and “finish” dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 3
CONST RUCT ION PROGRESS SCHEDULE
Page 3 of 10
1 The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7 project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a “baseline” schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a “progress”
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the “Baseline” schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City’s Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification 01 32 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the “Progress Schedule”. The City’s
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non-acceptance notification. An example of a Progress Schedule is
37 provided in Specification 01 32 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 4
CONST RUCT ION PROGRESS SCHEDULE
Page 4 of 10
1 1. Schedule Framework - The schedule will be based on the defined scope of work
2 and follow the (Critical Path Methodology) CPM method. The Contractor’s
3 schedule will align with the requirements of this specification and will be cost
4 loaded to reflect their plan for execution. Compliance with cost loading can be
5 provided with traditional cost loading of line items OR a projected cost per
6 month for the project when the initial schedule is submitted, updated on a
7 quarterly basis is significant change is anticipated. Overall schedule duration
8 will align with the contractual requirements for the respective scope of work and be
9 reflected in City’s Master Project Schedule. The Project Number and Name of the
10 Project is required on each schedule and must match the City’s project data.
11
12 E. Schedule File Name
13 All schedules submitted to the City for a project will have a file name that begins with
14 the City’s project number followed by the name of the project followed by baseline (if
15 a baseline schedule) or the year and month (if a progress schedule), as shown below.
16
17 · Baseline Schedule File Name
18 Format: City Project Number_Project Name_Baseline
19 Example: 101376_North Montgomery Street HMAC_Baseline
20
21 · Progress Schedule File Name
22 Format: City Project Number_Project Name_YYYY-MM
23 Example: 101376_North Montgomery Street HMAC_2018_01
24
25 · Project Schedule Progress Narrative File Name
26 Format: City Project Number_Project Name_PN_YYYY-MM
27 Example: 101376_North Montgomery Street HMAC_PN_2018_01
28
29 F. Schedule Templates
30 The Contractor will utilize the relevant sections from the City’s templates provided in
31 the City’s document management system as the basis for creating their respective
32 project schedule. Specifically, the Contractor’s schedule will align with the layout of
33 the Construction section. The templates are identified by type of project as noted
34 below.
35 · Arterials
36 · Aviation
37 · Neighborhood Streets
38 · Sidewalks (later)
39 · Quiet Zones (later)
40 · Street Lights (later)
41 · Intersection Improvements (later)
42 · Parks
43 · Storm water
44 · Street Maintenance
45 · Traffic
46 · Water
47
48 G. Schedule Calendar
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 5
CONST RUCT ION PROGRESS SCHEDULE
Page 5 of 10
1 The City’s standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City’s eight standard holidays (New Years, Martin
3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
4 Christmas). The Contractor will establish a schedule calendar as part of the schedule
5 development process and provide to the Project Control Specialist as part of the basis
6 for their schedule. Variations between the City’s calendar and the Contractor’s
7 calendar must be resolved prior to the City’s acceptance of their Baseline project
8 schedule.
9
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
19 1. Contractor is required to utilize the City’s WBS structure and respective
20 project type template for “Construction” as shown in Section 1.4.H below.
21 Additional activities may be added to Levels 1 - 4 to accommodate the needs
22 of the organization executing the work. Specifically the Contractor will add
23 activities under WBS XXXXXX.80.83 “Construction Execution” that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City’s Standard Milestones as shown
27 in Section 1.4.I below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 “project start” and “project finish” milestones.
37
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the City’s Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 6
CONST RUCT ION PROGRESS SCHEDULE
Page 6 of 10
1 review and acceptance as described in Section 1.5 below. Updated baseline schedules
2 adhere to the following:
3
4 1. Time extensions associated with approved contract modifications are limited to the
5 actual amount of time the project activities are anticipated to be delayed, unless
6 otherwise approved by the Program Manager.
7
8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after
9 the date of receipt of the approved Change Order.
10
11 3. The changes in logic or durations approved by the City are used to analyze the impact
12 of the change and is included in the Change Order. The coding for a new activity(s)
13 added to the schedule for the Change Order includes the Change Order number in the
14 Activity ID. Use as many activities as needed to accurately show the work of the
15 Change Order. Revisions to the baseline schedule are not effective until accepted by
16 the City.
17 K. City’s Work Breakdown Structure
18
19 WBS Code WBS Name
20 XXXXXX Project Name
21 XXXXXX.30 Design
22 XXXXXX.30.10 Design Contractor Agreement
23 XXXXXX.30.20 Conceptual Design (30%)
24 XXXXXX.30.30 Preliminary Design (60%)
25 XXXXXX.30.40 Final Design
26 XXXXXX.30.50 Environmental
27 XXXXXX.30.60 Permits
28 XXXXXX.30.60.10 Permits - Identification
29 XXXXXX.30.60.20 Permits - Review/Approve
30 XXXXXX.40 ROW & Easements
31 XXXXXX.40.10 ROW Negotiations
32 XXXXXX.40.20 Condemnation
33 XXXXXX.70 Utility Relocation
34 XXXXXX.70.10 Utility Relocation Co-ordination
35 XXXXXX.80 Construction
36 XXXXXX.80.81 Bid and Award
37 XXXXXX.80.83 Construction Execution
38 XXXXXX.80.85 Inspection
39 XXXXXX.80.86 Landscaping
40 XXXXXX.90 Closeout
41 XXXXXX.90.10 Construction Contract Close-out
42 XXXXXX.90.40 Design Contract Closure
43 L. City’s Standard Milestones
44 The following milestone activities (i.e., important events on a project that mark critical
45 points in time) are of particular interest to the City and must be reflected in the project
46 schedule for all phases of work.
47
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 7
CONST RUCT ION PROGRESS SCHEDULE
Page 7 of 10
1 Activity ID Activity Name
2 Design
3 3020 Award Design Agreement
4 3040 Issue Notice to Proceed - Design Engineer
5 3100 Design Kick-off Meeting
6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
7 Water & Sewer
8 3150 Peer Review Meeting/Design Review meeting (technical)
9 3160 Conduct Design Public Meeting #1 (required)
10 3170 Conceptual Design Complete
11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
12 Parks, Storm Water, Water & Sewer
13 3250 Conduct Design Public Meeting #2 (required)
14 3260 Preliminary Design Complete
15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
16 Water & Sewer
17 3330 Conduct Design Public Meeting #3 (if required)
18 3360 Final Design Complete
19 ROW & Easements
20 4000 Right of Way Start
21 4230 Right of Way Complete
22 Utility Relocation
23 7000 Utilities Start
24 7120 Utilities Cleared/Complete
25 Construction
26 Bid and Award
27 8110 Start Advertisement
28 8150 Conduct Bid Opening
29 8240 Award Construction Contract
30 Construction Execution
31 8330 Conduct Construction Public Meeting #4 Pre-Construction
32 8350 Construction Start
33 8370 Substantial Completion
34 8540 Construction Completion
35 9130 Notice of Completion/Green Sheet
36 9150 Construction Contract Closed
37 9420 Design Contract Closed
38
39 1.4 SUBMITTALS
40 A. Schedule Submittal & Review
41 The City’s Project Manager is responsible for reviews and acceptance of the Contractor’s
42 schedule. The City’s Project Control Specialist is responsible for ensuring alignment of
43 the Contractor’s baseline and progress schedules with the Master Project Schedule as
44 support to the City’s Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor’s submittal.
46
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 8
CONST RUCT ION PROGRESS SCHEDULE
Page 8 of 10
1 1. Schedule Format
2 The Contractor will submit each schedule in two electronic forms, one in native file
3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document
4 management system in the location dedicated for this purpose and identified by the
5 Project Manager. In the event the Contractor does not use Primavera P6 or MS
6 Project for scheduling purposes, the schedule information must be submitted in .xls or
7 .xlsx format in compliance with the sample layout (See Specification 01 32 16.1
8 Construction Project Schedule Baseline Example), including activity predecessors,
9 successors and total float.
10
11 2. Initial & Baseline Schedule
12 The Contractor will develop their schedule for their scope of work and submit their
13 initial schedule in electronic form (in the file formats noted above), in the City’s
14 document management system in the location dedicated for this purpose at least 5
15 working days prior to Pre Construction Meeting.
16
17 The City’s Project Manager and Project Control Specialist review this initial schedule
18 to determine alignment with the City’s Master Project Schedule, including format &
19 WBS structure. Following the City’s review, feedback is provided to the Contractor
20 for their use in finalizing their initial schedule and issuing (within five workdays) their
21 Baseline Schedule for final review and acceptance by the City.
22
23 3. Progress Schedule
24 The Contractor will update and issue their project schedule (Progress Schedule) by the
25 last day of each month throughout the life of their work on the project. The Progress
26 Schedule is submitted in electronic form as noted above, in the City’s document
27 management system in the location dedicated for this purpose.
28
29 The City’s Project Control team reviews each Progress Schedule for data and
30 information that support the assessment of the update to the schedule. In the event
31 data or information is missing or incomplete, the Project Controls Specialist
32 communicates directly with the Contractor’s scheduler for providing same. The
33 Contractor re-submits the corrected Progress Schedule within 5 workdays, following
34 the submittal process noted above. The City’s Project Manager and Project Control
35 Specialist review the Contractor’s progress schedule for acceptance and to monitor
36 performance and progress.
37
38 The following list of items are required to ensure proper status information is
39 contained in the Progress Schedule.
40 · Baseline Start date
41 · Baseline Finish Date
42 · % Complete
43 · Float
44 · Activity Logic (dependencies)
45 · Critical Path
46 · Activities added or deleted
47 · Expected Baseline Finish date
48 · Variance to the Baseline Finish Date
49
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
1 B. Monthly Construction Status Report
01 32 16 - 9
CONST RUCT ION PROGRESS SCHEDULE
Page 9 of 10
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule submittal, using the standard format provided in
5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content
6 of the Construction Project Schedule Progress Narrative should be concise and complete
7 to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 · Schedules and Monthly Construction Status Reports are submitted in in the City’s
11 document management system in the location dedicated for this purpose.
12 · Once the project has been completed and Final Acceptance has been issued by the
13 City, no further progress schedules or construction status reports are required from
14 the Contractor.
15 1.
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20 A. The person preparing and revising the construction Progress Schedule shall be
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec 01 32 16.1 Construction Project Schedule Baseline Example
31 Spec 01 32 16.2 Construction Project Schedule Progress Example
32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 16 - 10
CONST RUCT ION PROGRESS SCHEDULE
Page 10 of 10
1
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4 END OF SECTION
5
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
6
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
AFW Taxiway Papa, Phase III
City Project No. 103668
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
AFW Taxiway Papa, Phase III
City Project No. 103668
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
SUBMITTALS
Page 1 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
SECTION 01 33 00
SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following Work-related
submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from
the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the
related Work or other applicable activities, or within the time specified in the individual
Work Sections, of the Specifications.
01 33 00 - 2
SUBMITTALS
Page 2 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
b. Contractor is responsible such that the installation will not be delayed by processing
times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to transmit
submittals sufficiently in advance of the Work.
d. Make submittals promptly in accordance with approved schedule, and in such sequence
as to cause no delay in the Work or in the work of any other contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-reference
identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each initial
separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd
submission, B=3rd submission, C=4th submission, etc.). A typical submittal number
would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by subcontractors, prior
to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
01 33 00 - 3
SUBMITTALS
Page 3 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor with a
Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified field
measurements, field construction criteria, materials, dimensions, catalog numbers
and similar data and I have checked and coordinated each item with other
applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and paragraph(s)
6. Field dimensions, clearly identified as such
01 33 00 - 4
SUBMITTALS
Page 4 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working) drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting for
approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product List,
clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard Product
List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as catalog
data)
1) Such as the manufacturer's product specification and installation instructions
2) Availability of colors and patterns
01 33 00 - 5
SUBMITTALS
Page 5 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended spare-parts
listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches and
range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to be
fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished which
does not conform to approved shop drawings and data is at the Contractor's risk.
2. The City will not be liable for any expense or delay due to corrections or remedies required
to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance with
approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
01 33 00 - 6
SUBMITTALS
Page 6 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
a. Confirm development of Project directory for electronic submittals to be uploaded to
City’s Buzzsaw site, or another external FTP site approved by the City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate City
representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate City
representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
01 33 00 - 7
SUBMITTALS
Page 7 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
3. Distribute reproductions of approved shop drawings and copies of approved product data
and samples, where required, to the job site file and elsewhere as directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance with the
design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details, dimensions,
and materials
c. Approving departures from details furnished by the City, except as otherwise provided
herein
2. The review and approval of shop drawings, samples or product data by the City does not
relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms
of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will have no
responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the Work
with all other associated work and trades, for selecting fabrication processes, for techniques
of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a departure
from the Contract requirements which City finds to be in the interest of the City and to be
so minor as not to involve a change in Contract Price or time for performance, the City may
return the reviewed drawings without noting an exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments
on the submittal.
a) When returned under this code the Contractor may release the equipment
and/or material for manufacture.
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the
notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the final
product.
c. Code 3
01 33 00 - 8
SUBMITTALS
Page 8 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned
when notations and comments are extensive enough to require a resubmittal of the
package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the final
product.
b) This resubmittal is to address all comments, omissions and non-conforming
items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of the date
of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the
Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the submittal
into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor to meet
the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s expense.
1) All subsequent reviews will be performed at times convenient to the City and at the
Contractor's expense, based on the City's or City Representative’s then prevailing
rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such
fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's review of
submittals, will not entitle the Contractor to an extension of Contract Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s discretion.
b. Submittals deemed by the City to be not complete will be returned to the Contractor,
and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the Contractor
to the areas that are incomplete.
01 33 00 - 9
SUBMITTALS
Page 9 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
8. If the Contractor considers any correction indicated on the shop drawings to constitute a
change to the Contract Documents, then written notice must be provided thereof to the City
at least 7 Calendar Days prior to release for manufacture.
9. When the shop drawings have been completed to the satisfaction of the City, the Contractor
may carry out the construction in accordance therewith and no further changes therein
except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following
receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily limited
to, complete units of the standard of acceptance for that type of Work to be used on the
Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E. Certification
for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the Contract
Documents is required, the City will issue a Field Order or Change Order, as
appropriate.
1.5 SUBMITTALS [NOT USED]
01 33 00 - 10
SUBMITTALS
Page 10 of 10
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
SECTION 01 35 13
SPECIAL PROJECT PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Program
d. Use of Explosives, Drop Weight, Etc.
e. Water Department Notification
f. Public Notification Prior to Beginning Construction
g. Coordination with United States Army Corps of Engineers
h. Coordination within Railroad permits areas
i. Dust Control
j. Employee Parking
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) Additional Insurance
5) Insurance Certificates
6) Other requirements associated with general coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or from the
construction of the Project.
2. Railroad Flagmen
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
a. Measurement
1) Measurement for this Item will be per working day.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
3. All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination with the Texas Department of Transportation
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA’s Permit Required for
Confined Spaces
https://www.tceq.texas.gov/assets/public/permitting/air/factsheets/permit-factsheet.pdf
D. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
E. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 01 31 13
F. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
2. Coordinate any event that will require connecting to or the operation of an existing
City water line system with the City’s representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use
during the life of named project.
c. In the event that a water valve on an existing live system be turned off and on
to accommodate the construction of the project is required, coordinate this
activity through the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
will be prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and
responsibilities as a result of these actions.
G. Public Notification Prior to Beginning Construction
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
1. Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
beginning any construction activity on each block in the project area.
1) Prepare flyer on the Contractor’s letterhead and include the following
information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor’s foreman and phone number
f) Name of the City’s inspector and phone number
g) City’s after-hours phone number
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit
A.
3) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer and door
hangers are delivered to all residents of the block.
H. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on the contractor’s letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor’s foreman and phone number
6) Name of the City’s inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
I. Coordination with United States Army Corps of Engineers (USACE)
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
J. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad’s
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.4.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit
3/11/2022 M Owen
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
EXHIBIT A
(To be printed on Contractor’s Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
EXHIBIT B
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another external
FTP site approved by the City.
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 11, 2022
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not necessarily
limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities having
jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be performed
and for specified tests of piping, equipment, devices or other use as required for the
completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic consumption by
Contractor personnel and City’s Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
d. Contractor Payment for Construction Water
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including testing of
Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to maintain
operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel and others
performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in
accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above
ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification, inspection and
inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from temporary and
existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract documents
E. Dust Control
1. Contractor is responsible for maintaining dust control through the duration of the project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due to
weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this Specification,
unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated with
compliance to Stormwater Pollution Prevention Plan.
B. Construction Activities resulting in:
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit
is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit
is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of TCEQ
have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as
follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of Transportation
and Public Works, Environmental Division for review
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in
accordance with Section 01 33 00.
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City’s Standard Details
for project signs.
B. Materials
1. Sign
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 58 13 - 4
TEMPORARY PROJECT SIGNAGE
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
Page Intentionally Blank
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cty Project No. 103668
Revised March 9, 2020
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
D. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
E. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cty Project No. 103668
Revised March 9, 2020
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation and to
avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site for
personnel or equipment to receive the delivery.
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or environmental
damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and requirements of
these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent damage
to any part of Work or existing facilities and to maintain free access at all times to all
parts of Work and to utility service company installations in vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will cause
minimum inconvenience to other contractors, public travel, adjoining owners, tenants and
occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and equipment
as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by City’s
Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without written
permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of Work to
avoid inconvenience and damage to property owners and general public and maintain at
least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction
of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at one time
is 1,000 linear feet, unless otherwise approved in writing by City’s Project
Representative.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory
for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by the
manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
Page Intentionally Blank
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “Construction Staking”.
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “As-Built Survey”.
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survey –The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking – The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey “Field Checks” – Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City’s Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor’s selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
– Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City’s Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor’s responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor’s responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12” and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater – Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
1. The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client’s plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
Revision Log
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor’s work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey “Field Check” of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised February 14, 2018
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017
M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018
M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed systems
specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning
process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for those
materials.
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or
sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate
manner approved by City and regulatory agencies.
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this
project.
8. Remove all signs of temporary construction and activities incidental to construction of
required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the
cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in
existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may
become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign
materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated during
construction.
b. Clean ducts, blowers and coils if units were operated without filters during construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance with
Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may
hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction
boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by City,
remove erosion control from site.
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 22, 2021
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds, certificates,
licenses and affidavits required for Work or equipment as specified are satisfactorily filed
with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of release of
liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City’s Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 22, 2021
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74
23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work is
completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in writing
within 10 business days, of any particulars in which this inspection reveals that the Work
is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work required to
remedy deficiencies and complete the Work to the satisfaction of the City.
3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary
signage.
4. Upon completion of Work associated with the items listed in the City's written notice,
inform the City that the required Work has been completed. Upon receipt of this notice, the
City, in the presence of the Contractor, will make a subsequent Final Inspection of the
project.
5. Provide all special accessories required to place each item of equipment in full operation.
These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all equipment
D. Notice of Project Completion
1. Once the City Project Representative finds the Work subsequent to Final Inspection to be
satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following additional forms:
a. Final Payment Request
b. Statement of Contract Time
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 22, 2021
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of Final
Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to
“Clearing ROW”
01 77 19 - 4
CLOSEOUT REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised March 22, 2021
Page Intentionally Blank
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and operation of
products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product shipment to the
project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by
the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer’s printed data, or neatly typewritten
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating equipment.
1) Provide typed description of product, and major component parts of equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set forth in
Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure correct
illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised December 20, 2012
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent during
instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 00 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 01 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s
Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate and proper
entries on each page of Specifications and each sheet of Drawings and other Documents
where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project Record
Documents.
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
3. To facilitate accuracy of records, make entries within 24 hours after receipt of information
that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and visible, to
enable future modification of the Work to proceed without lengthy and expensive site
measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration and
from loss and damage until completion of the Work and transfer of all recorded data to the
final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data to the
City's approval.
a. In such case, provide replacements to the standards originally required by the Contract
Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to
the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City
1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the title,
"RECORD DOCUMENTS - JOB SET".
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
2. Preservation
a. Considering the Contract completion time, the probable number of occasions upon
which the job set must be taken out for new entries and for examination, and the
conditions under which these activities will be performed, devise a suitable method for
protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review by the
City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly
mark any deviations from Contract Documents associated with installation of the
infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change
by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and
similar items, are shown schematically and are not intended to portray precise physical
layout.
1) Final physical arrangement is determined by the Contractor, subject to the City's
approval.
2) However, design of future modifications of the facility may require accurate
information as to the final physical layout of items which are shown only
schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the
centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the City's
approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling
plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related reliably to the
Specifications.
c. The City may waive the requirements for conversion of schematic layouts where, in the
City's judgment, conversion serves no useful purpose. However, do not rely upon
waivers being issued except as specifically issued in writing by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of changes
made during construction, and the actual location of items.
c. Call attention to each entry by drawing a "cloud" around the area or areas affected.
d. Make changes neatly, consistently and with the proper media to assure longevity and
clear reproduction.
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103668
Revised July 1, 2011
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of the
Work, and if entries thereon have been orderly to the approval of the City, the job set of
those Documents, other than Drawings, will be accepted as final Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and handling, and
carefully transfer the change data to the new copy to the approval of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
City of Fort
Worth
FAA General Provisions
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-1 City Project No. 103668
SECTION 10 DEFINITION OF TERMS
When the following terms are used in these specifications, in the contract, or in any documents or other
instruments pertaining to construction where these specifications govern, the intent and meaning shall be
defined as follows:
Paragraph
Number
Term Definition
10-01 AASHTO The American Association of State Highway and
Transportation Officials.
10-02 Access Road The right-of-way, the roadway and all improvements
constructed thereon connecting the airport to a public
roadway.
10-03 Advertisement A public announcement, as required by local law, inviting
bids for work to be performed and materials to be furnished.
10-04 Airport Airport means an area of land or water which is used or
intended to be used for the landing and takeoff of aircraft; an
appurtenant area used or intended to be used for airport
buildings or other airport facilities or rights of way; airport
buildings and facilities located in any of these areas, and a
heliport.
10-05 Airport Improvement
Program (AIP)
A grant-in-aid program, administered by the Federal
Aviation Administration (FAA).
10-06 Air Operations Area
(AOA)
The term air operations area (AOA) shall mean any area of
the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air operation
area shall include such paved or unpaved areas that are used
or intended to be used for the unobstructed movement of
aircraft in addition to its associated runway, taxiway, or
apron.
10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled
and/or serviced.
10-08 ASTM International
(ASTM)
Formerly known as the American Society for Testing and
Materials (ASTM).
10-09 Award The Owner’s notice to the successful bidder of the
acceptance of the submitted bid.
10-10 Bidder Any individual, partnership, firm, or corporation, acting
directly or through a duly authorized representative, who
submits a proposal for the work contemplated.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-2 City Project No. 103668
Paragraph
Number
Term Definition
10-11 Building Area An area on the airport to be used, considered, or intended to
be used for airport buildings or other airport facilities or
rights-of-way together with all airport buildings and
facilities located thereon.
10-12 Calendar Day Every day shown on the calendar.
10-13 Certificate of Analysis
(COA)
The COA is the manufacturer’s Certificate of Compliance
(COC) including all applicable test results required by the
specifications.
10-14 Certificate of
Compliance (COC)
The manufacturer’s certification stating that materials or
assemblies furnished fully comply with the requirements of
the contract. The certificate shall be signed by the
manufacturer’s authorized representative.
10-15 Change Order A written order to the Contractor covering changes in the
plans, specifications, or proposal quantities and establishing
the basis of payment and contract time adjustment, if any,
for work within the scope of the contract and necessary to
complete the project.
10-16 Contract A written agreement between the Owner and the Contractor
that establishes the obligations of the parties including but
not limited to performance of work, furnishing of labor,
equipment and materials and the basis of payment.
The awarded contract includes but may not be limited to:
Advertisement, Contract form, Proposal, Performance bond,
payment bond, General provisions, certifications and
representations, Technical Specifications, Plans,
Supplemental Provisions, standards incorporated by
reference and issued addenda.
10-17 Contract Item (Pay
Item)
A specific unit of work for which a price is provided in the
contract.
10-18 Contract Time The number of calendar days or working days, stated in the
proposal, allowed for completion of the contract, including
authorized time extensions. If a calendar date of completion
is stated in the proposal, in lieu of a number of calendar or
working days, the contract shall be completed by that date.
10-19 Contractor The individual, partnership, firm, or corporation primarily
liable for the acceptable performance of the work contracted
and for the payment of all legal debts pertaining to the work
who acts directly or through lawful agents or employees to
complete the contract work.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-3 City Project No. 103668
Paragraph
Number
Term Definition
10-20 Contractors Quality
Control (QC) Facilities
The Contractor’s QC facilities in accordance with the
Contractor Quality Control Program (CQCP).
10-21 Contractor Quality
Control Program
(CQCP)
Details the methods and procedures that will be taken to
assure that all materials and completed construction required
by the contract conform to contract plans, technical
specifications and other requirements, whether
manufactured by the Contractor, or procured from
subcontractors or vendors.
10-22 Control Strip A demonstration by the Contractor that the materials,
equipment, and construction processes results in a product
meeting the requirements of the specification.
10-23 Construction Safety and
Phasing Plan (CSPP)
The overall plan for safety and phasing of a construction
project developed by the airport operator, or developed by
the airport operator’s consultant and approved by the airport
operator. It is included in the invitation for bids and
becomes part of the project specifications.
10-24 Drainage System The system of pipes, ditches, and structures by which
surface or subsurface waters are collected and conducted
from the airport area.
10-25 Engineer The individual, partnership, firm, or corporation duly
authorized by the Owner to be responsible for engineering,
inspection, and/or observation of the contract work and
acting directly or through an authorized representative.
10-26 Equipment All machinery, together with the necessary supplies for
upkeep and maintenance; and all tools and apparatus
necessary for the proper construction and acceptable
completion of the work.
10-27 Extra Work An item of work not provided for in the awarded contract as
previously modified by change order or supplemental
agreement, but which is found by the Owner’s Engineer or
Resident Project Representative (RPR) to be necessary to
complete the work within the intended scope of the contract
as previously modified.
10-28 FAA The Federal Aviation Administration. When used to
designate a person, FAA shall mean the Administrator or
their duly authorized representative.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-4 City Project No. 103668
Paragraph
Number
Term Definition
10-29 Federal Specifications The federal specifications and standards, commercial item
descriptions, and supplements, amendments, and indices
prepared and issued by the General Services Administration.
10-30 Force Account a. Contract Force Account - A method of payment that
addresses extra work performed by the Contractor on a time
and material basis.
b. Owner Force Account - Work performed for the project
by the Owner's employees.
10-31 Intention of Terms Whenever, in these specifications or on the plans, the words
“directed,” “required,” “permitted,” “ordered,”
“designated,” “prescribed,” or words of like import are used,
it shall be understood that the direction, requirement,
permission, order, designation, or prescription of the
Engineer and/or Resident Project Representative (RPR) is
intended; and similarly, the words “approved,”
“acceptable,” “satisfactory,” or words of like import, shall
mean approved by, or acceptable to, or satisfactory to the
Engineer and/or RPR, subject in each case to the final
determination of the Owner.
Any reference to a specific requirement of a numbered
paragraph of the contract specifications or a cited standard
shall be interpreted to include all general requirements of the
entire section, specification item, or cited standard that may
be pertinent to such specific reference.
10-32 Lighting A system of fixtures providing or controlling the light
sources used on or near the airport or within the airport
buildings. The field lighting includes all luminous signals,
markers, floodlights, and illuminating devices used on or
near the airport or to aid in the operation of aircraft landing
at, taking off from, or taxiing on the airport surface.
10-33 Major and Minor
Contract Items
A major contract item shall be any item that is listed in the
proposal, the total cost of which is equal to or greater than
20% of the total amount of the award contract. All other
items shall be considered minor contract items.
10-34 Materials Any substance specified for use in the construction of the
contract work.
10-35 Modification of
Standards (MOS)
Any deviation from standard specifications applicable to
material and construction methods in accordance with FAA
Order 5300.1.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-5 City Project No. 103668
Paragraph
Number
Term Definition
10-36 Notice to Proceed (NTP) A written notice to the Contractor to begin the actual
contract work on a previously agreed to date. If applicable,
the Notice to Proceed shall state the date on which the
contract time begins.
10-37 Owner The term “Owner” shall mean the party of the first part or
the contracting agency signatory to the contract. Where the
term “Owner” is capitalized in this document, it shall mean
airport Sponsor only. The Owner for this project is the City
of Fort Worth.
10-38 Passenger Facility
Charge (PFC)
Per 14 Code of Federal Regulations (CFR) Part 158 and 49
United States Code (USC) § 40117, a PFC is a charge
imposed by a public agency on passengers enplaned at a
commercial service airport it controls.
10-39 Pavement Structure The combined surface course, base course(s), and subbase
course(s), if any, considered as a single unit.
10-40 Payment bond The approved form of security furnished by the Contractor
and their own surety as a guaranty that the Contractor will
pay in full all bills and accounts for materials and labor used
in the construction of the work.
10-41 Performance bond The approved form of security furnished by the Contractor
and their own surety as a guaranty that the Contractor will
complete the work in accordance with the terms of the
contract.
10-42 Plans The official drawings or exact reproductions which show the
location, character, dimensions and details of the airport and
the work to be done and which are to be considered as a part
of the contract, supplementary to the specifications. Plans
may also be referred to as 'contract drawings.’
10-43 Project The agreed scope of work for accomplishing specific airport
development with respect to a particular airport.
10-44 Proposal The written offer of the bidder (when submitted on the
approved proposal form) to perform the contemplated work
and furnish the necessary materials in accordance with the
provisions of the plans and specifications.
10-45 Proposal guaranty The security furnished with a proposal to guarantee that the
bidder will enter into a contract if their own proposal is
accepted by the Owner.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-6 City Project No. 103668
Paragraph
Number
Term Definition
10-46 Quality Assurance (QA) Owner’s responsibility to assure that construction work
completed complies with specifications for payment.
10-47 Quality Control (QC) Contractor’s responsibility to control material(s) and
construction processes to complete construction in
accordance with project specifications.
10-48 Quality Assurance (QA)
Inspector
An authorized representative of the Engineer and/or
Resident Project Representative (RPR) assigned to make all
necessary inspections, observations, tests, and/or
observation of tests of the work performed or being
performed, or of the materials furnished or being furnished
by the Contractor.
10-49 Quality Assurance (QA)
Laboratory
The official quality assurance testing laboratories of the
Owner or such other laboratories as may be designated by
the Engineer or RPR. May also be referred to as Engineer’s,
Owner’s, or QA Laboratory.
10-50 Resident Project
Representative (RPR)
The individual, partnership, firm, or corporation duly
authorized by the Owner to be responsible for all necessary
inspections, observations, tests, and/or observations of tests
of the contract work performed or being performed, or of the
materials furnished or being furnished by the Contractor,
and acting directly or through an authorized representative.
10-51 Runway The area on the airport prepared for the landing and takeoff
of aircraft.
10-52 Runway Safety Area
(RSA)
A defined surface surrounding the runway prepared or
suitable for reducing the risk of damage to aircraft. See the
construction safety and phasing plan (CSPP) for limits of the
RSA.
10-53 Safety Plan Compliance
Document (SPCD)
Details how the Contractor will comply with the CSPP.
10-54 Specifications A part of the contract containing the written directions and
requirements for completing the contract work. Standards
for specifying materials or testing which are cited in the
contract specifications by reference shall have the same
force and effect as if included in the contract physically.
10-55 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public
agency that submits to the FAA for an AIP grant; or a private
Owner of a public-use airport that submits to the FAA an
application for an AIP grant for the airport.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-7 City Project No. 103668
Paragraph
Number
Term Definition
10-56 Structures Airport facilities such as bridges; culverts; catch basins,
inlets, retaining walls, cribbing; storm and sanitary sewer
lines; water lines; underdrains; electrical ducts, manholes,
handholes, lighting fixtures and bases; transformers;
navigational aids; buildings; vaults; and, other manmade
features of the airport that may be encountered in the work
and not otherwise classified herein.
10-57 Subgrade The soil that forms the pavement foundation.
10-58 Superintendent The Contractor’s executive representative who is present on
the work during progress, authorized to receive and fulfill
instructions from the RPR, and who shall supervise and
direct the construction.
10-59 Supplemental
Agreement
A written agreement between the Contractor and the Owner
that establishes the basis of payment and contract time
adjustment, if any, for the work affected by the supplemental
agreement. A supplemental agreement is required if: (1) in
scope work would increase or decrease the total amount of
the awarded contract by more than 25%: (2) in scope work
would increase or decrease the total of any major contract
item by more than 25%; (3) work that is not within the scope
of the originally awarded contract; or (4) adding or deleting
of a major contract item.
10-60 Surety The corporation, partnership, or individual, other than the
Contractor, executing payment or performance bonds that
are furnished to the Owner by the Contractor.
10-61 Taxilane A taxiway designed for low speed movement of aircraft
between aircraft parking areas and terminal areas.
10-62 Taxiway The portion of the air operations area of an airport that has
been designated by competent airport authority for
movement of aircraft to and from the airport’s runways,
aircraft parking areas, and terminal areas.
10-63 Taxiway/Taxilane Safety
Area (TSA)
A defined surface alongside the taxiway prepared or suitable
for reducing the risk of damage to an aircraft. See the
construction safety and phasing plan (CSPP) for limits of the
TSA.
10-64 Work The furnishing of all labor, materials, tools, equipment, and
incidentals necessary or convenient to the Contractor’s
performance of all duties and obligations imposed by the
contract, plans, and specifications.
SECTION 10
Definition of Terms
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP10-8 City Project No. 103668
Paragraph
Number
Term Definition
10-65 Working day A working day shall be any day other than a legal holiday,
Saturday, or Sunday on which the normal working forces of
the Contractor may proceed with regular work for at least
six (6) hours toward completion of the contract. When work
is suspended for causes beyond the Contractor’s control, it
will not be counted as a working day. Saturdays, Sundays
and holidays on which the Contractor’s forces engage in
regular work will be considered as working days.
END OF SECTION 10
SECTION 20
Proposal Requirements and Conditions
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP20-1 City Project No. 103668
SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 Advertisement (Notice to Bidders). See 00 11 13 Invitation to Bidders.
20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of
financial responsibility to perform the work to the Owner at the time of bid opening.
Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder’s past
experience on similar work, and a list of equipment and a list of key personnel that would be available for
the work.
Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. Evidence of
financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the
bidder’s financial resources and liabilities as of the last calendar year or the bidder’s last fiscal year. Such
statements or reports shall be certified by a public accountant. At the time of submitting such financial
statements or reports, the bidder shall further certify whether their financial responsibility is approximately
the same as stated or reported by the public accountant. If the bidder’s financial responsibility has changed,
the bidder shall qualify the public accountant’s statement or report to reflect the bidder’s true financial
condition at the time such qualified statement or report is submitted to the Owner.
Unless otherwise specified, a bidder may submit evidence that they are prequalified with the State Highway
Division and are on the current “bidder’s list” of the state in which the proposed work is located. Evidence
of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu
of the certified statements or reports specified above.
20-03 Contents of proposal forms. The Owner's proposal forms state the location and description of the
proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities
of the various items of work to be performed and materials to be furnished for which unit bid prices are
asked. The proposal form states the time in which the work must be completed, and the amount of the
proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly
executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the
Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals.
Mobilization is limited to 5 percent of the total project cost.
A prebid conference is required on this project to discuss as a minimum, the following items: material
requirements; submittals; Quality Control/Quality Assurance requirements; the construction safety and
phasing plan including airport access and staging areas; and unique airfield paving construction
requirements.
20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a
prospective bidder if the bidder is in default for any of the following reasons:
a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited,
or otherwise included, in the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force
with the Owner at the time the Owner issues the proposal to a prospective bidder.
c. Documented record of Contractor default under previous contracts with the Owner.
d. Documented record of unsatisfactory work on previous contracts with the Owner.
20-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and
materials to be furnished under these specifications is given in the proposal. It is the result of careful
calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the
SECTION 20
Proposal Requirements and Conditions
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP20-2 City Project No. 103668
award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities
involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception
because of such estimates of quantities, or of the character, location, or other conditions pertaining to the
work. Payment to the Contractor will be made only for the actual quantities of work performed or materials
furnished in accordance with the plans and specifications. It is understood that the quantities may be
increased or decreased as provided in the Section 40, paragraph 40-02, Alteration of Work and Quantities,
without in any way invalidating the unit bid prices.
20-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site
of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy
themselves to the character, quality, and quantities of work to be performed, materials to be furnished, and
to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence
that the bidder has made such examination and is satisfied to the conditions to be encountered in performing
the work and the requirements of the proposed contract, plans, and specifications.
Boring logs and other records of subsurface investigations and tests are available for inspection of bidders.
It is understood and agreed that such subsurface information, whether included in the plans, specifications,
or otherwise made available to the bidder, was obtained and is intended for the Owner’s design and
estimating purposes only. Such information has been made available for the convenience of all bidders. It
is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or
conclusions which the bidder may make or obtain from their own examination of the boring logs and other
records of subsurface investigations and tests that are furnished by the Owner.
20-07 Preparation of proposal. The bidder shall submit their proposal on the forms furnished by the
Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, must be correctly filled
in where indicated for each and every item for which a quantity is given. The bidder shall state the price
(written in ink or typed) both in words and numerals which they propose for each pay item furnished in the
proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall
govern.
The bidder shall correctly sign the proposal in ink. If the proposal is made by an individual, their name and
post office address must be shown. If made by a partnership, the name and post office address of each
member of the partnership must be shown. If made by a corporation, the person signing the proposal shall
give the name of the state where the corporation was chartered and the name, titles, and business address
of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of
their authority to do so and that the signature is binding upon the firm or corporation.
20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and
conditions contained in the Owner’s invitation for bid. It is the Owner’s responsibility to decide if the
exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing
to accept.
A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed
procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity,
compliance with public policy, record of past performance, and financial and technical resources.
20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the Owner, or if the Owner’s form is altered,
or if any part of the proposal form is detached.
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind
that make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the
case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
SECTION 20
Proposal Requirements and Conditions
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP20-3 City Project No. 103668
d. If the proposal contains unit prices that are obviously unbalanced.
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
f. If the applicable Disadvantaged Business Enterprise information is incomplete.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such
waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the
letting of construction contracts.
20-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or other
specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or collateral,
shall be made payable to the Owner.
20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked
with the project number, location of airport, and name and business address of the bidder on the outside.
When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be
enclosed in an additional envelope. No proposal will be considered unless received at the place specified in
the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals
received after the bid opening time shall be returned to the bidder unopened.
20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one
proposal and submission of another) a proposal provided that the bidder’s request for withdrawal is received
by the Owner in writing before the time specified for opening bids. Revised proposals must be received at
the place specified in the advertisement before the time specified for opening all bids.
20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place
specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to
attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time
specified for opening bids shall be returned to the bidder unopened.
20-14 Disqualification of bidders. A bidder shall be considered disqualified for any of the following
reasons:
a. Submitting more than one proposal from the same partnership, firm, or corporation under the same
or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as
bidders for any future work of the Owner until any such participating bidder has been reinstated by the
Owner as a qualified bidder.
c. If the bidder is considered to be in “default” for any reason specified in paragraph 20-04, Issuance of
Proposal Forms, of this section.
20-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with the project
bid documents shall immediately notify the Owner’s Engineer of the matter. A bidder that has doubt as to
the true meaning of a project requirement may submit to the Owner’s Engineer a written request for
interpretation no later than seven (7) days prior to bid opening.
Any interpretation of the project bid documents by the Owner’s Engineer will be by written addendum
issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the
bidding documents in any manner other than written addendum.
END OF SECTION 20
SECTION 20
Proposal Requirements and Conditions
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP20-4 City Project No. 103668
Page Intentionally Blank
SECTION 30
Award and Execution of Contract
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP30-1 City Project No. 103668
SECTION 30 AWARD AND EXECUTION OF CONTRACT
30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared
on the basis of the summation of the products obtained by multiplying the estimated quantities shown in
the proposal by the unit bid prices. If a bidder’s proposal contains a discrepancy between unit bid prices
written in words and unit bid prices written in numbers, the unit bid price written in words shall govern.
Until the award of a contract is made, the Owner reserves the right to reject a bidder’s proposal for any of
the following reasons:
a. If the proposal is irregular as specified in Section 20, paragraph 20-09, Irregular Proposals.
b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14,
Disqualification of Bidders.
In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals,
waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable
state and local laws or regulations pertaining to the letting of construction contracts; advertise for new
proposals; or proceed with the work otherwise. All such actions shall promote the Owner’s best interests.
30-02 Award of contract. The award of a contract, if it is to be awarded, shall be made within 120 calendar
days of the date specified for publicly opening proposals, unless otherwise specified herein.
If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible
bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the lowest
in price.
30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the
bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all
parties and is approved by the Owner in accordance with paragraph 30-07 Approval of Contract.
30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will
be returned immediately after the Owner has made a comparison of bids as specified in the paragraph 30-
01, Consideration of Proposals. Proposal guaranties of the two lowest bidders will be retained by the
Owner until such time as an award is made, at which time, the unsuccessful bidder’s proposal guaranty will
be returned. The successful bidder’s proposal guaranty will be returned as soon as the Owner receives the
contract bonds as specified in paragraph 30-05, Requirements of Contract Bonds.
30-05 Requirements of contract bonds. At the time of the execution of the contract, the successful bidder
shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety
guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason
of the Contractor’s performance of the work. The surety and the form of the bond or bonds shall be
acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in
a sum equal to the full amount of the contract.
30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for
entering into the contract and return the signed contract to the Owner, along with the fully executed surety
bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 15
calendar days from the date mailed or otherwise delivered to the successful bidder.
30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been
executed by the successful bidder, the Owner shall complete the execution of the contract in accordance
with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully
executed contract to the Contractor shall constitute the Owner’s approval to be bound by the successful
bidder’s proposal and the terms of the contract.
SECTION 30
Award and Execution of Contract
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP30-2 City Project No. 103668
30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an
acceptable surety bond or bonds within the period specified in paragraph 30-06, Execution of Contract, of
this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as
a penalty, but as liquidated damages to the Owner.
END OF SECTION 30
SECTION 40
Scope of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP40-1 City Project No. 103668
SECTION 40 SCOPE OF WORK
40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every
detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials,
equipment, tools, transportation, and supplies required to complete the work in accordance with the plans,
specifications, and terms of the contract.
40-02 Alteration of work and quantities. The Owner reserves the right to make such changes in quantities
and work as may be necessary or desirable to complete, in a satisfactory manner, the original intended work.
Unless otherwise specified in the Contract, the Owner’s Engineer or RPR shall be and is hereby authorized
to make, in writing, such in-scope alterations in the work and variation of quantities as may be necessary
to complete the work, provided such action does not represent a significant change in the character of the
work.
For purpose of this section, a significant change in character of work means: any change that is outside the
current contract scope of work; any change (increase or decrease) in the total contract cost by more than
25%; or any change in the total cost of a major contract item by more than 25%.
Work alterations and quantity variances that do not meet the definition of significant change in character
of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for
such work alterations and quantity variances in accordance with Section 90, paragraph 90-03,
Compensation for Altered Quantities.
Should the value of altered work or quantity variance meet the criteria for significant change in character
of work, such altered work and quantity variance shall be covered by a supplemental agreement.
Supplemental agreements shall also require consent of the Contractor’s surety and separate performance
and payment bonds. If the Owner and the Contractor are unable to agree on a unit adjustment for any
contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract
with respect to the item and make other arrangements for its completion.
40-03 Omitted items. The Owner, the Owner’s Engineer or the RPR may provide written notice to the
Contractor to omit from the work any contract item that does not meet the definition of major contract item.
Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall
not invalidate any other contract provision or requirement.
Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid
for all work performed toward completion of such item prior to the date of the order to omit such item.
Payment for work performed shall be in accordance with Section 90, paragraph 90-04, Payment for Omitted
Items.
40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item
of work not provided for in the awarded contract as previously modified by change order or supplemental
agreement, Owner may issue a Change Order to cover the necessary extra work. Change orders for extra
work shall contain agreed unit prices for performing the change order work in accordance with the
requirements specified in the order, and shall contain any adjustment to the contract time that, in the RPR’s
opinion, is necessary for completion of the extra work.
When determined by the RPR to be in the Owner’s best interest, the RPR may order the Contractor to
proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. Extra work
that is necessary for acceptable completion of the project, but is not within the general scope of the work
covered by the original contract shall be covered by a supplemental agreement as defined in Section 10,
paragraph 10-59, Supplemental Agreement.
SECTION 40
Scope of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP40-2 City Project No. 103668
If extra work is essential to maintaining the project critical path, RPR may order the Contractor to
commence the extra work under a Time and Material contract method. Once sufficient detail is available to
establish the level of effort necessary for the extra work, the Owner shall initiate a change order or
supplemental agreement to cover the extra work.
Any claim for payment of extra work that is not covered by written agreement (change order or
supplemental agreement) shall be rejected by the Owner.
40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well
as the Contractor’s equipment and personnel, is the most important consideration. The Contractor shall
maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP).
a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement
of aircraft in the air operations areas (AOAs) of the airport with respect to their own operations and the
operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of Operations. It is
further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual
and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating
to, from, and upon the airport as specified in Section 70, paragraph 70-15, Contractor’s Responsibility for
Utility Service and Facilities of Others.
b. With respect to their own operations and the operations of all subcontractors, the Contractor shall
provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles,
storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue
equipment, or maintenance vehicles at the airport in accordance with the construction safety and phasing
plan (CSPP) and the safety plan compliance document (SPCD).
c. When the contract requires the maintenance of an existing road, street, or highway during the
Contractor’s performance of work that is otherwise provided for in the contract, plans, and specifications,
the Contractor shall keep the road, street, or highway open to all traffic and shall provide maintenance as
may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the repair
to equal or better than preconstruction conditions of any damage caused by the Contractor’s equipment and
personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and
other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices
(MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and
maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting
property or intersecting roads, streets or highways.
40-06 Removal of existing structures. All existing structures encountered within the established lines,
grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise
specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to
remain in place. The cost of removing such existing structures shall not be measured or paid for directly,
but shall be included in the various contract items.
Should the Contractor encounter an existing structure (above or below ground) in the work for which the
disposition is not indicated on the plans, the Resident Project Representative (RPR) shall be notified prior
to disturbing such structure. The disposition of existing structures so encountered shall be immediately
determined by the RPR in accordance with the provisions of the contract.
Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, it is
intended that all existing materials or structures that may be encountered (within the lines, grades, or grading
sections established for completion of the work) shall be used in the work as otherwise provided for in the
contract and shall remain the property of the Owner when so used in the work.
40-07 Rights in and use of materials found in the work. Should the Contractor encounter any material
such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades,
SECTION 40
Scope of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP40-3 City Project No. 103668
or grading sections, the use of which is intended by the terms of the contract to be embankment, the
Contractor may at their own option either:
a. Use such material in another contract item, providing such use is approved by the RPR and is in
conformance with the contract specifications applicable to such use; or,
b. Remove such material from the site, upon written approval of the RPR; or
c. Use such material for the Contractor’s own temporary construction on site; or,
d. Use such material as intended by the terms of the contract.
Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the RPR’s approval
in advance of such use.
Should the RPR approve the Contractor’s request to exercise option a., b., or c., the Contractor shall be paid
for the excavation or removal of such material at the applicable contract price. The Contractor shall replace,
at their expense, such removed or excavated material with an agreed equal volume of material that is
acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement
material is needed to complete the contract work. The Contractor shall not be charged for use of such
material used in the work or removed from the site.
Should the RPR approve the Contractor’s exercise of option a., the Contractor shall be paid, at the applicable
contract price, for furnishing and installing such material in accordance with requirements of the contract
item in which the material is used.
It is understood and agreed that the Contractor shall make no claim for delays by reason of their own
exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure
which is located outside the lines, grades, or grading sections established for the work, except where such
excavation or removal is provided for in the contract, plans, or specifications.
40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made,
the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials,
rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods
within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from
the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily,
unless the Contractor has obtained the written permission of the property Owner.
END OF SECTION 40
SECTION 50
Control of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP50-1 City Project No. 103668
SECTION 50 CONTROL OF WORK
50-01 Authority of the Resident Project Representative (RPR). The RPR has final authority regarding
the interpretation of project specification requirements. The RPR shall determine acceptability of the
quality of materials furnished, method of performance of work performed, and the manner and rate of
performance of the work. The RPR does not have the authority to accept work that does not conform to
specification requirements.
50-02 Conformity with plans and specifications. All work and all materials furnished shall be in
reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material
requirements, and testing requirements that are specified (including specified tolerances) in the contract,
plans, or specifications.
If the RPR finds the materials furnished, work performed, or the finished product not within reasonably
close conformity with the plans and specifications, but that the portion of the work affected will, in their
opinion, result in a finished product having a level of safety, economy, durability, and workmanship
acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be
accepted and remain in place. The RPR will document the determination and recommend to the Owner a
basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the
work. Changes in the contract price must be covered by contract change order or supplemental agreement
as applicable.
If the RPR finds the materials furnished, work performed, or the finished product are not in reasonably
close conformity with the plans and specifications and have resulted in an unacceptable finished product,
the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense
of the Contractor in accordance with the RPR’s written orders.
The term “reasonably close conformity” shall not be construed as waiving the Contractor’s responsibility
to complete the work in accordance with the contract, plans, and specifications. The term shall not be
construed as waiving the RPR’s responsibility to insist on strict compliance with the requirements of the
contract, plans, and specifications during the Contractor’s execution of the work, when, in the RPR’s
opinion, such compliance is essential to provide an acceptable finished portion of the work.
The term “reasonably close conformity” is also intended to provide the RPR with the authority, after
consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to
accept work that is not in strict conformity, but will provide a finished product equal to or better than that
required by the requirements of the contract, plans and specifications.
The RPR will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures
of construction or the safety precautions incident thereto.
50-03 Coordination of contract, plans, and specifications. The contract, plans, specifications, and all
referenced standards cited are essential parts of the contract requirements. If electronic files are provided
and used on the project and there is a conflict between the electronic files and hard copy plans, the hard
copy plans shall govern. A requirement occurring in one is as binding as though occurring in all. They are
intended to be complementary and to describe and provide for a complete work. In case of discrepancy,
calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern
over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars
(ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited
ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs
contained in the Special Provisions conflict with General Provisions or Technical Specifications, the
Special Provisions shall govern.
SECTION 50
Control of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP50-2 City Project No. 103668
From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits,
and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard
test methods, the Contractor shall immediately ask the RPR for an interpretation and decision, and such
decision shall be final.
The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In
the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify
the Owner or the designated representative in writing requesting their written interpretation and decision.
50-04 List of Special Provisions. See Section 00 73 00 SUPPLEMENTARY CONDITIONS TO
GENERAL CONDITIONS.
50-05 Cooperation of Contractor. The Contractor shall be supplied with an electronic PDF of the plans
and specifications. The Contractor shall have available on the construction site at all times one hardcopy
each of the plans and specifications. Additional hard copies of plans and specifications may be obtained by
the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate
with the RPR and their inspectors and with other Contractors in every way possible. The Contractor shall
have a competent superintendent on the work at all times who is fully authorized as their agent on the work.
The superintendent shall be capable of reading and thoroughly understanding the plans and specifications
and shall receive and fulfill instructions from the RPR or their authorized representative.
50-06 Cooperation between Contractors. The Owner reserves the right to contract for and perform other
or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall conduct the work
not to interfere with or hinder the progress of completion of the work being performed by other Contractors.
Contractors working on the same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with their own
contract and shall protect and hold harmless the Owner from any and all damages or claims that may arise
because of inconvenience, delays, or loss experienced because of the presence and operations of other
Contractors working within the limits of the same project.
The Contractor shall arrange their work and shall place and dispose of the materials being used to not
interfere with the operations of the other Contractors within the limits of the same project. The Contractor
shall join their work with that of the others in an acceptable manner and shall perform it in proper sequence
to that of the others.
50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and vertical
control. The establishment of Survey Control and/or reestablishment of survey control shall be by a State
Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and vertical
controls established by Engineer/RPR. In case of negligence on the part of the Contractor or their
employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be
deducted as a liquidated damage against the Contractor.
Prior to the start of construction, the Contractor will check all control points for horizontal and vertical
accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for
the project. All lines, grades and measurements from control points necessary for the proper execution and
control of the work on this project will be provided to the RPR. The Contractor is responsible to establish
all layout required for the construction of the project.
Copies of survey notes will be provided to the RPR for each area of construction and for each placement of
material as specified to allow the RPR to make periodic checks for conformance with plan grades,
alignments and grade tolerances required by the applicable material specifications. Surveys will be provided
SECTION 50
Control of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP50-3 City Project No. 103668
to the RPR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notes
shall be provided in the following format(s): PDF
Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary.
In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in
established grades, alignment or grade tolerances that do not concur with those specified or shown on the
plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at
no additional cost to the Owner.
No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials,
or other expenses. The cost shall be included in the price of the bid for the various items of the Contract.
50-08 Authority and duties of Quality Assurance (QA) inspectors. QA inspectors shall be authorized to
inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the
work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not
authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to issue
instructions contrary to the plans and specifications or to act as foreman for the Contractor.
QA Inspectors are authorized to notify the Contractor or their representatives of any failure of the work or
materials to conform to the requirements of the contract, plans, or specifications and to reject such
nonconforming materials in question until such issues can be referred to the RPR for a decision.
50-09 Inspection of the work. All materials and each part or detail of the work shall be subject to
inspection. The RPR shall be allowed access to all parts of the work and shall be furnished with such
information and assistance by the Contractor as is required to make a complete and detailed inspection.
If the RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover
such portions of the finished work as may be directed. After examination, the Contractor shall restore said
portions of the work to the standard required by the specifications. Should the work thus exposed or
examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good
of the parts removed will be paid for as extra work; but should the work so exposed or examined prove
unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts
removed will be at the Contractor’s expense.
Provide advance written notice to the RPR of work the Contractor plans to perform each week and each
day. Any work done or materials used without written notice and allowing opportunity for inspection by
the RPR may be ordered removed and replaced at the Contractor’s expense.
Should the contract work include relocation, adjustment, or any other modification to existing facilities, not
the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have
the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the
contract, and shall in no way interfere with the rights of the parties to this contract.
50-10 Removal of unacceptable and unauthorized work. All work that does not conform to the
requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise
determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and
Specifications.
Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through
carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed
immediately and replaced in an acceptable manner in accordance with the provisions of Section 70,
paragraph 70-14, Contractor’s Responsibility for Work.
No removal work made under provision of this paragraph shall be done without lines and grades having
been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the
lines shown on the plans or as established by the RPR, except as herein specified, or any extra work done
SECTION 50
Control of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP50-4 City Project No. 103668
without authority, will be considered as unauthorized and will not be paid for under the provisions of the
contract. Work so done may be ordered removed or replaced at the Contractor’s expense.
Upon failure on the part of the Contractor to comply with any order of the RPR made under the provisions
of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and
replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage
against the Contractor.
50-11 Load restrictions. The Contractor shall comply with all legal load restrictions in the hauling of
materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of
liability for damage that may result from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to any other
type of construction will not be permitted. Hauling of materials over the base course or surface course under
construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or
structure before the expiration of the curing period. The Contractor, at their own expense, shall be
responsible for the repair to equal or better than preconstruction conditions of any damage caused by the
Contractor’s equipment and personnel.
50-12 Maintenance during construction. The Contractor shall maintain the work during construction and
until the work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by
day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times.
In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the
Contractor shall maintain the previous course or subgrade during all construction operations.
All costs of maintenance work during construction and before the project is accepted shall be included in
the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount
for such work.
50-13 Failure to maintain the work. Should the Contractor at any time fail to maintain the work as
provided in paragraph 50-12, Maintenance during Construction, the RPR shall immediately notify the
Contractor of such noncompliance. Such notification shall specify a reasonable time within which the
Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will
give due consideration to the exigency that exists.
Should the Contractor fail to respond to the RPR’s notification, the Owner may suspend any work necessary
for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists.
Any maintenance cost incurred by the Owner, shall be recovered as a liquidated damage against the
Contractor.
50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially
completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the
Contractor may request the RPR to make final inspection of that unit. If the RPR finds upon inspection that
the unit has been satisfactorily completed in compliance with the contract, the RPR may accept it as being
complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance
and beneficial occupancy by the Owner shall not void or alter any provision of the contract.
50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire
project, the RPR and Owner will make an inspection. If all construction provided for and contemplated by
the contract is found to be complete in accordance with the contract, plans, and specifications, such
inspection shall constitute the final inspection. The RPR shall notify the Contractor in writing of final
acceptance as of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the RPR will
notify the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of the work,
another inspection will be made which shall constitute the final inspection, provided the work has been
SECTION 50
Control of Work
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP50-5 City Project No. 103668
satisfactorily completed. In such event, the RPR will make the final acceptance and notify the Contractor
in writing of this acceptance as of the date of final inspection.
50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional
compensation is due for work or materials not clearly provided for in the contract, plans, or specifications
or previously authorized as extra work, the Contractor shall notify the RPR in writing of their intention to
claim such additional compensation before the Contractor begins the work on which the Contractor bases
the claim. If such notification is not given or the RPR is not afforded proper opportunity by the Contractor
for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim
for such additional compensation. Such notice by the Contractor and the fact that the RPR has kept account
of the cost of the work shall not in any way be construed as proving or substantiating the validity of the
claim. When the work on which the claim for additional compensation is based has been completed, the
Contractor shall, within 10 calendar days, submit a written claim to the RPR who will present it to the
Owner for consideration in accordance with local laws or ordinances.
Nothing in this subsection shall be construed as a waiver of the Contractor’s right to dispute final payment
based on differences in measurements or computations.
END OF SECTION 50
SECTION 60
Control of Materials
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP60-1 City Project No. 103668
SECTION 60 CONTROL OF MATERIALS
60-01 Source of supply and quality requirements. The materials used in the work shall conform to the
requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are
manufactured or processed shall be new (as compared to used or reprocessed).
In order to expedite the inspection and testing of materials, the Contractor shall furnish documentation to
the RPR as to the origin, composition, and manufacture of all materials to be used in the work.
Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to delivery
of such materials.
At the RPR’s option, materials may be approved at the source of supply before delivery. If it is found after
trial that sources of supply for previously approved materials do not produce specified products, the
Contractor shall furnish materials from other sources.
The Contractor shall furnish airport lighting equipment that meets the requirements of the specifications;
and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that is
in effect on the date of advertisement.
60-02 Samples, tests, and cited specifications. All materials used in the work shall be inspected, tested,
and approved by the RPR before incorporation in the work unless otherwise designated. Any work in which
untested materials are used without approval or written permission of the RPR shall be performed at the
Contractor’s risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed
by the RPR, shall be removed at the Contractor’s expense.
Unless otherwise designated, quality assurance tests will be made by and at the expense of the Owner in
accordance with the cited standard methods of ASTM, American Association of State Highway and
Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other
cited methods, which are current on the date of advertisement for bids.
The testing organizations performing on-site quality assurance field tests shall have copies of all referenced
standards on the construction site for use by all technicians and other personnel. Unless otherwise
designated, samples for quality assurance will be taken by a qualified representative of the RPR. All
materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation
into the work. Copies of all tests will be furnished to the Contractor’s representative at their request after
review and approval of the RPR.
A copy of all Contractor QC test data shall be provided to the RPR daily, along with printed reports, in an
approved format, on a weekly basis. After completion of the project, and prior to final payment, the
Contractor shall submit a final report to the RPR showing all test data reports, plus an analysis of all results
showing ranges, averages, and corrective action taken on all failing tests.
The Contractor shall employ a Quality Control (QC) testing organization to perform all Contractor required
QC tests in accordance with Item C-100 Contractor Quality Control Program (CQCP).
60-03 Certification of compliance/analysis (COC/COA). The RPR may permit the use, prior to sampling
and testing, of certain materials or assemblies when accompanied by manufacturer’s COC stating that such
materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed
by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied
by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer’s COC
and includes all applicable test results.
SECTION 60
Control of Materials
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP60-2 City Project No. 103668
Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any
time and if found not to be in conformity with contract requirements will be subject to rejection whether in
place or not.
The form and distribution of certificates of compliance shall be as approved by the RPR.
When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the
specified “or equal,” the Contractor shall be required to furnish the manufacturer’s certificate of compliance
for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly
identify each lot delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality or dimensional requirements; and,
b. Suitability of the material or assembly for the use intended in the contract work.
The RPR shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work.
The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of certificates
of compliance.
60-04 Plant inspection. The RPR or their authorized representative may inspect, at its source, any specified
material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for
the purpose of determining compliance with specified manufacturing methods or materials to be used in
the work and to obtain samples required for acceptance of the material or assembly.
Should the RPR conduct plant inspections, the following conditions shall exist:
a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom
the Contractor has contracted for materials.
b. The RPR shall have full entry at all reasonable times to such parts of the plant that concern the
manufacture or production of the materials being furnished.
c. If required by the RPR, the Contractor shall arrange for adequate office or working space that may
be reasonably needed for conducting plant inspections. Place office or working space in a convenient
location with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest any material that has been tested
and approved at the source of supply after it has been delivered to the site. The RPR shall have the right to
reject only material which, when retested, does not meet the requirements of the contract, plans, or
specifications.
60-05 Engineer/ Resident Project Representative (RPR) field office. The Contractor shall provide
dedicated space for the use of the engineer, RPR, and inspectors, as a field office for the duration of the
project. This space shall be located conveniently near the construction and shall be separate from any space
used by the Contractor. The Contractor shall furnish water, sanitary facilities, heat, air conditioning, and
electricity.
60-06 Storage of materials. Materials shall be stored to assure the preservation of their quality and fitness
for the work. Stored materials, even though approved before storage, may again be inspected prior to their
use in the work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall
coordinate the storage of all materials with the RPR. Materials to be stored on airport property shall not
create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of
aircraft. Unless otherwise shown on the plans and/or CSPP, the storage of materials and the location of the
Contractor’s plant and parked equipment or vehicles shall be as directed by the RPR. Private property shall
not be used for storage purposes without written permission of the Owner or lessee of such property. The
Contractor shall make all arrangements and bear all expenses for the storage of materials on private
property. Upon request, the Contractor shall furnish the RPR a copy of the property Owner’s permission.
SECTION 60
Control of Materials
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP60-3 City Project No. 103668
All storage sites on private or airport property shall be restored to their original condition by the Contractor
at their expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property.
60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the
contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor
shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the
RPR.
Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be
returned to the site of the work until such time as the RPR has approved its use in the work.
60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the
work, except those specified, if any, to be furnished by the Owner. Owner-furnished materials shall be made
available to the Contractor at the location specified.
All costs of handling, transportation from the specified location to the site of work, storage, and installing
Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-
furnished material is used.
After any Owner-furnished material has been delivered to the location specified, the Contractor shall be
responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor’s
handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due
or to become due the Contractor any cost incurred by the Owner in making good such loss due to the
Contractor’s handling, storage, or use of Owner-furnished materials.
END OF SECTION 60
SECTION 70
Legal Regulations and Responsibility to Public
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP70-1 City Project No. 103668
SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70-01 Laws to be observed. The Contractor shall keep fully informed of all federal and state laws, all local
laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction
or authority, which in any manner affect those engaged or employed on the work, or which in any way
affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws,
ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all their
officers, agents, or servants against any claim or liability arising from or based on the violation of any such
law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor’s employees.
70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges,
fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work.
70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any
design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide
for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall
indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims
for infringement by reason of the use of any such patented design, device, material or process, or any
trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may
be obliged to pay by reason of an infringement, at any time during the execution or after the completion of
the work.
70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the
construction, reconstruction, or maintenance of any public or private utility service, FAA or National
Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government
agency at any time during the progress of the work. To the extent that such construction, reconstruction, or
maintenance has been coordinated with the Owner, such authorized work (by others) must be shown on the
plans and is indicated as follows: None Planned.
Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or
otherwise disturb such utility services or facilities located within the limits of the work without the written
permission of the RPR.
Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another
government agency be authorized to construct, reconstruct, or maintain such utility service or facility during
the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the
work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not
such work by others is listed above. When ordered as extra work by the RPR, the Contractor shall make all
necessary repairs to the work which are due to such authorized work by others, unless otherwise provided
for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be
entitled to make any claim for damages due to such authorized work by others or for any delay to the work
resulting from such authorized work.
70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for some
portion of the contract costs. The contract work is subject to the inspection and approval of duly authorized
representatives of the FAA Administrator. No requirement of this contract shall be construed as making
the United States a party to the contract nor will any such requirement interfere, in any way, with the rights
of either party to the contract.
70-06 Sanitary, health, and safety provisions. The Contractor’s worksite and facilities shall comply with
applicable federal, state, and local requirements for health, safety and sanitary provisions.
SECTION 70
Legal Regulations and Responsibility to Public
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP70-2 City Project No. 103668
70-07 Public convenience and safety. The Contractor shall control their operations and those of their
subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all
circumstances, safety shall be the most important consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with
respect to their own operations and those of their own subcontractors and all suppliers in accordance with
Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience
and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations.
The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent
intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the
work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and
reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and
recover the resulting costs as a liquidated damage against the Contractor.
70-08 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the work in
accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance with
AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP is on sheets GC001 –
GC501 of the project plans.
70-09 Use of explosives. The use of explosives is not permitted on this project.
70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the
preservation of all public and private property, and shall protect carefully from disturbance or damage all
land monuments and property markers until the Engineer/RPR has witnessed or otherwise referenced their
location and shall not move them until directed.
The Contractor shall be responsible for all damage or injury to property of any character, during the
execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of
executing the work, or at any time due to defective work or materials, and said responsibility shall not be
released until the project has been completed and accepted.
When or where any direct or indirect damage or injury is done to public or private property by or on account
of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-
execution thereof by the Contractor, the Contractor shall restore, at their expense, such property to a
condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise
restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable
manner.
70-11 Responsibility for damage claims. The Contractor shall indemnify and hold harmless the
Engineer/RPR and the Owner and their officers, agents, and employees from all suits, actions, or claims, of
any character, brought because of any injuries or damage received or sustained by any person, persons, or
property on account of the operations of the Contractor; or on account of or in consequence of any neglect
in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of
any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts
recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising
or recovered under the “Workmen’s Compensation Act,” or any other law, ordinance, order, or decree.
Money due the Contractor under and by virtue of their own contract considered necessary by the Owner for
such purpose may be retained for the use of the Owner or, in case no money is due, their own surety may
be held until such suits, actions, or claims for injuries or damages shall have been settled and suitable
evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld
when the Contractor produces satisfactory evidence that he or she is adequately protected by public liability
and property damage insurance.
SECTION 70
Legal Regulations and Responsibility to Public
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP70-3 City Project No. 103668
70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract
that it is not intended by any of the provisions of any part of the contract to create for the public or any
member thereof, a third-party beneficiary or to authorize anyone not a party to the contract to maintain a
suit for personal injuries or property damage pursuant to the terms or provisions of the contract.
70-13 Opening sections of the work to traffic. If it is necessary for the Contractor to complete portions
of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract,
such “phasing” of the work must be specified below and indicated on the approved Construction Safety and
Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such portions
of the work on or before the date specified or as otherwise specified.
Phase Required Duration Depicted on Plan Sheet
Phase III-A 142 Calendar Days GC102
Phase III-A1 Night 7 Calendar Days (concurrent with
Phase III-A)
GC103
Phase III-A1 (Alternate Bid) 16 Calendar Days (concurrent with
Phase III-A)
GC103
Phase III-A2 (Alternate Bid) 18 Calendar Days (concurrent with
Phase III-A)
GC104
Phase III-B 58 Calendar Days GC102
Phase III-B (Alternate Bid) 28 Calendar Days (concurrent with
Phase III-B)
GC105
Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in
accordance with Section 50, paragraph 50-14, Partial Acceptance.
No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it
become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings
shall be made when, in the opinion of the RPR, such portion of the work is in an acceptable condition to
support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work
and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision
of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is
permitted by the Owner shall be repaired by the Contractor at their expense.
The Contractor shall make their own estimate of the inherent difficulties involved in completing the work
under the conditions herein described and shall not claim any added compensation by reason of delay or
increased cost due to opening a portion of the contract work.
The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP.
Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade
requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety
requirements prior to opening up sections of work to traffic.
70-14 Contractor’s responsibility for work. Until the RPR’s final written acceptance of the entire
completed work, excepting only those portions of the work accepted in accordance with Section 50,
paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall take
every precaution against injury or damage to any part due to the action of the elements or from any other
cause, whether arising from the execution or from the non-execution of the work. The Contractor shall
SECTION 70
Legal Regulations and Responsibility to Public
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP70-4 City Project No. 103668
rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by
any of the above causes before final acceptance and shall bear the expense thereof except damage to the
work due to unforeseeable causes beyond the control of and without the fault or negligence of the
Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or
other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities.
If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall
take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal
drainage and shall erect necessary temporary structures, signs, or other facilities at their own expense.
During such period of suspension of work, the Contractor shall properly and continuously maintain in an
acceptable growing condition all living material in newly established planting, seeding, and sodding
furnished under the contract, and shall take adequate precautions to protect new tree growth and other
important vegetative growth against injury.
70-15 Contractor’s responsibility for utility service and facilities of others. As provided in paragraph
70-04, Restoration of Surfaces Disturbed by Others, the Contractor shall cooperate with the owner of any
public or private utility service, FAA or NOAA, or a utility service of another government agency that may
be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during
the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled
interruption of such utility services and facilities.
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of
another governmental agency are known to exist within the limits of the contract work, the approximate
locations have been indicated on the plans and/or in the contract documents.
It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the
location information relating to existing utility services, facilities, or structures that may be shown on the
plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the
Contractor of the responsibility to protect such existing features from damage or unscheduled interruption
of service.
It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the
Owners of all utility services or other facilities of their plan of operations. Such notification shall be in
writing addressed to “The Person to Contact” as provided in this paragraph and paragraph 70-04,
Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR.
In addition to the general written notification provided, it shall be the responsibility of the Contractor to
keep such individual Owners advised of changes in their plan of operations that would affect such Owners.
Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor
shall again notify each such Owner of their plan of operation. If, in the Contractor’s opinion, the Owner’s
assistance is needed to locate the utility service or facility or the presence of a representative of the Owner
is desirable to observe the work, such advice should be included in the notification. Such notification shall
be given by the most expeditious means to reach the utility owner’s “Person to Contact” no later than two
normal business days prior to the Contractor’s commencement of operations in such general vicinity. The
Contractor shall furnish a written summary of the notification to the RPR.
The Contractor’s failure to give the two days’ notice shall be cause for the Owner to suspend the
Contractor’s operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the ground, the
Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at
such points as may be required to ensure protection from damage due to the Contractor’s operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or
otherwise, the Contractor shall immediately notify the proper authority and the RPR and shall take all
SECTION 70
Legal Regulations and Responsibility to Public
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP70-5 City Project No. 103668
reasonable measures to prevent further damage or interruption of service. The Contractor, in such events,
shall cooperate with the utility service or facility owner and the RPR continuously until such damage has
been repaired and service restored to the satisfaction of the utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due
to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs
from any monies due or which may become due the Contractor, or their own surety.
70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the
project include existing facilities and buried cable runs that are owned, operated and maintained by the
FAA. The Contractor, during the execution of the project work, shall comply with the following:
a. The Contractor shall permit FAA maintenance personnel the right of access to the project work
site for purposes of inspecting and maintaining all existing FAA owned facilities.
b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical
Operations/System Support Center (SSC) Point-of-Contact through the airport manager a minimum
of seven (7) calendar days prior to commencement of construction activities in order to permit
sufficient time to locate and mark existing buried cables and to schedule any required facility
outages.
c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA
Point-of-Contact a minimum of 72 hours prior to the time of the required outage.
d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the
Contractor’s equipment or personnel whether by negligence or accident will require the Contractor
to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The
Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly
located by the FAA.
e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point-of-
Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences.
The FAA reserves the right to have a FAA representative on site to observe the splicing of the
cables as a condition of acceptance. All cable splices are to be accomplished in accordance with
FAA specifications and require approval by the FAA Point-of-Contact as a condition of acceptance
by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices
may be installed. If a cable splice is required in a location that is not permitted by FAA, the
Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any
splice.
70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon
which the work is to be constructed in advance of the Contractor’s operations.
70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising
any power or authority granted by this contract, there shall be no liability upon the Engineer, RPR, their
authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It
is understood that in such matters they act solely as agents and representatives of the Owner.
70-18 No waiver of legal rights. Upon completion of the work, the Owner will expeditiously make final
inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude
or stop the Owner from correcting any measurement, estimate, or certificate made before or after
completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor
or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor
to fulfill their obligations under the contract. A waiver on the part of the Owner of any breach of any part
of the contract shall not be held to be a waiver of any other or subsequent breach.
SECTION 70
Legal Regulations and Responsibility to Public
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP70-6 City Project No. 103668
The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects,
fraud, or such gross mistakes as may amount to fraud, or as regards the Owner’s rights under any warranty
or guaranty.
70-19 Environmental protection. The Contractor shall comply with all federal, state, and local laws and
regulations controlling pollution of the environment. The Contractor shall take necessary precautions to
prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other
harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.
70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the
Contractor is advised that the site of the work is not within any property, district, or site, and does not
contain any building, structure, or object listed in the current National Register of Historic Places published
by the United States Department of Interior.
Should the Contractor encounter, during their operations, any building, part of a building, structure, or
object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that
location and notify the RPR. The RPR will immediately investigate the Contractor’s finding and the Owner
will direct the Contractor to either resume operations or to suspend operations as directed.
Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or
historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate
contract change order or supplemental agreement as provided in Section 40, paragraph 40-04, Extra Work,
and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change order or
supplemental agreement shall include an extension of contract time in accordance with Section 80,
paragraph 80-07, Determination and Extension of Contract Time.
70-21 Insurance Requirements. Insurance requirements are contained in Section 00 61 25 Certificate of
Insurance.
END OF SECTION 70
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-1 City Project No. 103668
SECTION 80 EXECUTION AND PROGRESS
80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor
shall at all times when work is in progress be represented either in person, by a qualified superintendent, or
by other designated, qualified representative who is duly authorized to receive and execute orders of the
Resident Project Representative (RPR).
The Contractor shall perform, with his organization, an amount of work equal to at least 50 percent of the
total contract cost.
Should the Contractor elect to assign their contract, said assignment shall be concurred in by the surety,
shall be presented for the consideration and approval of the Owner, and shall be consummated only on the
written approval of the Owner.
The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on
the project. As a minimum, the information shall include the following:
Subcontractor's legal company name.
Subcontractor's legal company address, including County name.
Principal contact person's name, telephone and fax number.
Complete narrative description, and dollar value of the work to be performed by the
subcontractor.
Copies of required insurance certificates in accordance with the specifications.
Minority/ non-minority status.
80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time
commences. The Contractor is expected to commence project operations within 10 days of the NTP date.
The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins.
The Contractor shall not commence any actual operations prior to the date on which the notice to proceed
is issued by the Owner.
80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated
construction schedule showing all work activities for the RPR’s review and acceptance at least 10 days
prior to the start of work. The Contractor’s progress schedule, once accepted by the RPR, will represent the
Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the
Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that
status of the Contractor's performance. The Contractor shall provide sufficient materials, equipment, and
labor to guarantee the completion of the project in accordance with the plans and specifications within the
time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPR’s
request, submit a revised schedule for completion of the work within the contract time and modify their
operations to provide such additional materials, equipment, and labor necessary to meet the revised
schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the
RPR at least 24 hours in advance of resuming operations.
The Contractor shall not commence any actual construction prior to the date on which the NTP is issued by
the Owner.
SECTION 80
Execution and Progress
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-2 City Project No. 103668
The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program
Evaluation and Review Technique (PERT), or other format, or as otherwise specified. It shall include
information on the sequence of work activities, milestone dates, and activity duration. The schedule shall
show all work items identified in the project proposal for each work area and shall include the project start
date and end date.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress
schedule on a monthly basis, or as otherwise specified in the contract. Submission of the work schedule
shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all
work to comply with the requirements of the contract.
80-04 Limitation of operations. The Contractor shall control their operations and the operations of their
subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air
operations areas (AOA) of the airport.
When the work requires the Contractor to conduct their operations within an AOA of the airport, the work
shall be coordinated with airport operations (through the RPR) at least 72 hours prior to commencement of
such work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary
temporary marking, signage and associated lighting is in place as provided in Section 70, paragraph 70-08,
Construction Safety and Phasing Plan (CSPP).
When the contract work requires the Contractor to work within an AOA of the airport on an intermittent
basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant
communications as specified; immediately obey all instructions to vacate the AOA; and immediately obey
all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey
instructions shall be cause for suspension of the Contractor’s operations in the AOA until satisfactory
conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP)
and as listed below, cannot be closed to operating aircraft to permit the Contractor’s operations on a
continuous basis and will therefore be closed to aircraft operations intermittently as follows:
Runway 16L-34R and Runway 16R-34L may not be closed concurrently.
Runway 16L-34R may not be closed between November 8 and January 3.
Runway 16L-34R and Runway 16R-34L may not be closed during, or the week preceding,
NASCAR and Indycar events at the Texas Motor Speedway (three per year).
No construction operations are permitted within the AOA during, or during the week preceding,
the Alliance Air Show that is not yet scheduled.
The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational
Safety on Airports During Construction and the approved CSPP.
80-04.1 Operational safety on airport during construction. All Contractors’ operations shall be
conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the
Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC
150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract
documents conveys minimum requirements for operational safety on the airport during construction
activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with the
requirements presented within the CSPP.
The Contractor shall implement all necessary safety plan measures prior to commencement of any work
activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project.
The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and
SPCD and that they implement and maintain all necessary measures.
SECTION 80
Execution and Progress
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-3 City Project No. 103668
No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing
by the Owner. The necessary coordination actions to review Contractor proposed modifications to an
approved CSPP or approved SPCD can require a significant amount of time.
80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ
sufficient labor and equipment for prosecuting the work to full completion in the manner and time required
by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and in the
operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations
or operational safety requirements and, in the opinion of the RPR, does not perform his work in a proper
and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed
immediately by the Contractor or subcontractor employing such person, and shall not be employed again
in any portion of the work without approval of the RPR.
Should 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 orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical
condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment
used on any portion of the work shall not cause injury to previously completed work, adjacent property, or
existing airport facilities due to its use.
When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed
in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in
conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use of certain methods and equipment, such methods and equipment shall
be used unless otherwise authorized by the RPR. If the Contractor desires to use a method or type of
equipment other than specified in the contract, the Contractor may request authority from the RPR to do so.
The request shall be in writing and shall include a full description of the methods and equipment proposed
and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the
Contractor will be fully responsible for producing work in conformity with contract requirements. If, after
trial use of the substituted methods or equipment, the RPR determines that the work produced does not
meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment
and shall complete the remaining work with the specified methods and equipment. The Contractor shall
remove any deficient work and replace it with work of specified quality, or take such other corrective action
as the RPR may direct. No change will be made in basis of payment for the contract items involved nor in
contract time as a result of authorizing a change in methods or equipment under this paragraph.
80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work
wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or
other conditions considered unfavorable for the execution of the work, or for such time necessary due to
the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the
contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen
cause not otherwise provided for in the contract and over which the Contractor has no control, the
Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No
allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective
date of the written order to suspend work to the effective date of the written order to resume the work.
SECTION 80
Execution and Progress
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-4 City Project No. 103668
Claims for such compensation shall be filed with the RPR within the time period stated in the RPR’s order
to resume work. The Contractor shall submit with their own claim information substantiating the amount
shown on the claim. The RPR will forward the Contractor’s claim to the Owner for consideration in
accordance with local laws or ordinances. No provision of this article shall be construed as entitling the
Contractor to compensation for delays due to inclement weather or for any other delay provided for in the
contract, plans, or specifications.
If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in
such manner that they will not become an obstruction nor become damaged in any way. The Contractor
shall take every precaution to prevent damage or deterioration of the work performed and provide for
normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide
for traffic on, to, or from the airport.
80-07 Determination and extension of contract time. The number of calendar days shall be stated in the
proposal and contract and shall be known as the Contract Time.
If the contract time requires extension for reasons beyond the Contractor’s control, it shall be adjusted as
follows:
80-07.1 Contract time based on calendar days. Contract Time based on calendar days shall consist of
the number of calendar days stated in the contract counting from the effective date of the Notice to Proceed
and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the
effective dates of the Owner’s orders to suspend and resume all work, due to causes not the fault of the
Contractor, shall be excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost of
the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.
Such increase in the contract time shall not consider either cost of work or the extension of contract time
that has been covered by a change order or supplemental agreement. Charges against the contract time will
cease as of the date of final acceptance.
80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that
any work remains uncompleted after the contract time (including all extensions and adjustments as provided
in paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the contract and
proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor
or their own surety. Such deducted sums shall not be deducted as a penalty but shall be considered as
liquidation of a reasonable portion of damages including but not limited to additional engineering services
that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in
their contract.
Schedule Liquidated Damages Cost Allowed Construction Time
Bid Schedule 1 $6,000 per day 228 Calendar Days
Bid Schedule 2 $6,000 per day 228 Calendar Days
Only one bid schedule will be awarded, depending upon available funding. Permitting the Contractor to
continue and finish the work or any part of it after the time fixed for its completion, or after the date to
which the time for completion may have been extended, will in no way operate as a wavier on the part of
the Owner of any of its rights under the contract.
80-09 Default and termination of contract. The Contractor shall be considered in default of their contract
and such default will be considered as cause for the Owner to terminate the contract for any of the following
reasons, if the Contractor:
a.Fails to begin the work under the contract within the time specified in the Notice to Proceed, or
SECTION 80
Execution and Progress
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-5 City Project No. 103668
b.Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure
completion of work in accordance with the terms of the contract, or
c.Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such
work as may be rejected as unacceptable and unsuitable, or
d.Discontinues the execution of the work, or
e.Fails to resume work which has been discontinued within a reasonable time after notice to do so, or
f.Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or
g.Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or
h.Makes an assignment for the benefit of creditors, or
i.For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Owner consider the Contractor in default of the contract for any reason above, the Owner shall
immediately give written notice to the Contractor and the Contractor’s surety as to the reasons for
considering the Contractor in default and the Owner’s intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance
therewith, then the Owner will, upon written notification from the RPR of the facts of such delay, neglect,
or default and the Contractor’s failure to comply with such notice, have full power and authority without
violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may
appropriate or use any or all materials and equipment that have been mobilized for use in the work and are
acceptable and may enter into an agreement for the completion of said contract according to the terms and
provisions thereof, or use such other methods as in the opinion of the RPR will be required for the
completion of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work under contract,
will be deducted from any monies due or which may become due the Contractor. If such expense exceeds
the sum which would have been payable under the contract, then the Contractor and the surety shall be
liable and shall pay to the Owner the amount of such excess.
80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof
by written notice when the Contractor is prevented from proceeding with the construction contract as a
direct result of an Executive Order of the President with respect to the execution of war or in the interest of
national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the contract
price or as mutually agreed for items of work partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included
in the contract) and moving equipment and materials to and from the job will be considered, the intent being
that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in
the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by
receipted bills and actual cost records at such points of delivery as may be designated by the RPR.
Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities
for the completed work nor shall it relieve their surety of its obligation for and concerning any just claim
arising out of the work performed.
SECTION 80
Execution and Progress
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP80-6 City Project No. 103668
80-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from
the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air
operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall
plan and coordinate work in accordance with the approved CSPP and SPCD.
END OF SECTION 80
SECTION 80
Execution and Progress
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-1 City Project No. 103668
SECTION 90 MEASUREMENT AND PAYMENT
90-01 Measurement of quantities. All work completed under the contract will be measured by the RPR,
or their authorized representatives, using United States Customary Units of Measurement.
The method of measurement and computations to be used in determination of quantities of material
furnished and of work performed under the contract will be those methods generally recognized as
conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made horizontally,
and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8
square meters) or less. Unless otherwise specified, transverse measurements for area computations will be
the neat dimensions shown on the plans or ordered in writing by the RPR.
Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts,
conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation
upon which such items are placed.
The term “lump sum” when used as an item of payment will mean complete payment for the work described
in the contract. When a complete structure or structural unit (in effect, “lump sum” work) is specified as
the unit of measurement, the unit will be construed to include all necessary fittings and accessories.
When requested by the Contractor and approved by the RPR in writing, material specified to be measured
by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic
meters) for payment purposes. Factors for conversion from weight measurement to volume measurement
will be determined by the RPR and shall be agreed to by the Contractor before such method of measurement
of pay quantities is used.
Measurement and Payment Terms
Term Description
Excavation and
Embankment
Volume
In computing volumes of excavation, the average end area method will be used
unless otherwise specified.
Measurement and
Proportion by
Weight
The term “ton” will mean the short ton consisting of 2,000 pounds (907 km)
avoirdupois. All materials that are measured or proportioned by weights shall be
weighed on accurate, independently certified scales by competent, qualified
personnel at locations designated by the RPR. If material is shipped by rail, the
car weight may be accepted provided that only the actual weight of material is
paid for. However, car weights will not be acceptable for material to be passed
through mixing plants. Trucks used to haul material being paid for by weight shall
be weighed empty daily at such times as the RPR directs, and each truck shall bear
a plainly legible identification mark.
Measurement by
Volume
Materials to be measured by volume in the hauling vehicle shall be hauled in
approved vehicles and measured therein at the point of delivery. Vehicles for this
purpose may be of any size or type acceptable for the materials hauled, provided
that the body is of such shape that the actual contents may be readily and
accurately determined. All vehicles shall be loaded to at least their water level
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-2 City Project No. 103668
Term Description
capacity, and all loads shall be leveled when the vehicles arrive at the point of
delivery.
Asphalt Material Asphalt materials will be measured by the gallon (liter) or ton (kg). When
measured by volume, such volumes will be measured at 60°F (16°C) or will be
corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts. Net
certified scale weights or weights based on certified volumes in the case of rail
shipments will be used as a basis of measurement, subject to correction when
asphalt material has been lost from the car or the distributor, wasted, or otherwise
not incorporated in the work. When asphalt materials are shipped by truck or
transport, net certified weights by volume, subject to correction for loss or
foaming, will be used for computing quantities.
Cement Cement will be measured by the ton (kg) or hundredweight (km).
Structure Structures will be measured according to neat lines shown on the plans or as
altered to fit field conditions.
Timber Timber will be measured by the thousand feet board measure (MFBM) actually
incorporated in the structure. Measurement will be based on nominal widths and
thicknesses and the extreme length of each piece.
Plates and Sheets The thickness of plates and galvanized sheet used in the manufacture of corrugated
metal pipe, metal plate pipe culverts and arches, and metal cribbing will be
specified and measured in decimal fraction of inch.
Miscellaneous
Items
When standard manufactured items are specified such as fence, wire, plates, rolled
shapes, pipe conduit, etc., and these items are identified by gauge, unit weight,
section dimensions, etc., such identification will be considered to be nominal
weights or dimensions. Unless more stringently controlled by tolerances in cited
specifications, manufacturing tolerances established by the industries involved
will be accepted.
Scales Scales must be tested for accuracy and serviced before use. Scales for weighing
materials which are required to be proportioned or measured and paid for by
weight shall be furnished, erected, and maintained by the Contractor, or be
certified permanently installed commercial scales. Platform scales shall be
installed and maintained with the platform level and rigid bulkheads at each end.
Scales shall be accurate within 0.5% of the correct weight throughout the range of
use. The Contractor shall have the scales checked under the observation of the
RPR before beginning work and at such other times as requested. The intervals
shall be uniform in spacing throughout the graduated or marked length of the beam
or dial and shall not exceed 0.1% of the nominal rated capacity of the scale, but
not less than one pound (454 grams). The use of spring balances will not be
permitted.
In the event inspection reveals the scales have been “overweighing” (indicating
more than correct weight) they will be immediately adjusted. All materials
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-3 City Project No. 103668
Term Description
received subsequent to the last previous correct weighting-accuracy test will be
reduced by the percentage of error in excess of 0.5%.
In the event inspection reveals the scales have been under-weighing (indicating
less than correct weight), they shall be immediately adjusted. No additional
payment to the Contractor will be allowed for materials previously weighed and
recorded.
Beams, dials, platforms, and other scale equipment shall be so arranged that the
operator and the RPR can safely and conveniently view them.
Scale installations shall have available ten standard 50-pound (2.3 km) weights for
testing the weighing equipment or suitable weights and devices for other approved
equipment.
All costs in connection with furnishing, installing, certifying, testing, and
maintaining scales; for furnishing check weights and scale house; and for all other
items specified in this subsection, for the weighing of materials for proportioning
or payment, shall be included in the unit contract prices for the various items of
the project.
Rental Equipment Rental of equipment will be measured by time in hours of actual working time and
necessary traveling time of the equipment within the limits of the work. Special
equipment ordered in connection with extra work will be measured as agreed in
the change order or supplemental agreement authorizing such work as provided in
paragraph 90-05 Payment for Extra Work.
Pay Quantities When the estimated quantities for a specific portion of the work are designated as
the pay quantities in the contract, they shall be the final quantities for which
payment for such specific portion of the work will be made, unless the dimensions
of said portions of the work shown on the plans are revised by the RPR. If revised
dimensions result in an increase or decrease in the quantities of such work, the
final quantities for payment will be revised in the amount represented by the
authorized changes in the dimensions.
90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the
contract as full payment for furnishing all materials, for performing all work under the contract in a
complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising
out of the nature of the work or the execution thereof, subject to the provisions of Section 70, paragraph
70-18, No Waiver of Legal Rights.
When the “basis of payment” subsection of a technical specification requires that the contract price (price
bid) include compensation for certain work or material essential to the item, this same work or material will
not also be measured for payment under any other contract item which may appear elsewhere in the contract,
plans, or specifications.
90-03 Compensation for altered quantities. When the accepted quantities of work vary from the
quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are
concerned, payment at the original contract price for the accepted quantities of work actually completed
and accepted. No allowance, except as provided for in Section 40, paragraph 40-02, Alteration of Work and
Quantities, will be made for any increased expense, loss of expected reimbursement, or loss of anticipated
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-4 City Project No. 103668
profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from
their own unbalanced allocation of overhead and profit among the contract items, or from any other cause.
90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR
shall have the right to omit from the work (order nonperformance) any contract item, except major contract
items, in the best interest of the Owner.
Should the RPR omit or order nonperformance of a contract item or portion of such item from the work,
the Contractor shall accept payment in full at the contract prices for any work actually completed and
acceptable prior to the RPR’s order to omit or non-perform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RPR’s
order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the
Owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual
costs incurred for the purpose of performing the omitted contract item prior to the date of the RPR’s order.
Such additional costs incurred by the Contractor must be directly related to the deleted contract item and
shall be supported by certified statements by the Contractor as to the nature the amount of such costs.
90-05 Payment for extra work. Extra work, performed in accordance with Section 40, paragraph 40-04,
Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or
supplemental agreement authorizing the extra work.
90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the
work progresses. Said payments will be based upon estimates, prepared by the RPR, of the value of the
work performed and materials complete and in place, in accordance with the contract, plans, and
specifications. Such partial payments may also include the delivered actual cost of those materials
stockpiled and stored in accordance with paragraph 90-07, Payment for Materials on Hand. No partial
payment will be made when the amount due to the Contractor since the last estimate amounts to less than
five hundred dollars.
a. From the total of the amount determined to be payable on a partial payment, five (5) percent of such total
amount will be deducted and retained by the Owner for protection of the Owner’s interests. Unless
otherwise instructed by the Owner, the amount retained by the Owner will be in effect until the final
payment is made except as follows:
(1) Contractor may request release of retainage on work that has been partially accepted by the Owner in
accordance with Section 50-14. Contractor must provide a certified invoice to the RPR that supports the
value of retainage held by the Owner for partially accepted work.
(2) In lieu of retainage, the Contractor may exercise at its option the establishment of an escrow account
per paragraph 90-08.
b. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no
later than 30 days after the Contractor has received a partial payment. Contractor must provide the Owner
evidence of prompt and full payment of retainage held by the prime Contractor to the subcontractor within
30 days after the subcontractor’s work is satisfactorily completed. A subcontractor’s work is satisfactorily
completed when all the tasks called for in the subcontract have been accomplished and documented as
required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime
contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed.
c. When at least 95% of the work has been completed to the satisfaction of the RPR, the RPR shall, at the
Owner’s discretion and with the consent of the surety, prepare estimates of both the contract value and the
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-5 City Project No. 103668
cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract
value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all
previous payments and deductions, will then be certified for payment to the Contractor.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment
based on quantities of work in excess of those provided in the proposal or covered by approved change
orders or supplemental agreements, except when such excess quantities have been determined by the RPR
to be a part of the final quantity for the item of work in question.
No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality
or quantity. All partial payments are subject to correction at the time of final payment as provided in
paragraph 90-09, Acceptance and Final Payment.
The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out
of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a
release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify
the Owner against any potential lien or other such claim. The bond or collateral shall include all costs,
expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim.
90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost
of materials to be incorporated in the work, provided that such materials meet the requirements of the
contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other
sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials
may be included in the next partial payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner acceptable to the RPR at or on an approved
site.
b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such
stored or stockpiled materials.
c. The Contractor has furnished the RPR with satisfactory evidence that the material and transportation
costs have been paid.
d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the
material stored or stockpiled.
e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured
against loss by damage to or disappearance of such materials at any time prior to use in the work.
It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled
materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such
materials in accordance with the requirements of the contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for such
materials or the contract price for the contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in
accordance with the provisions of this paragraph.
90-08 Payment of withheld funds. At the Contractor’s option, if an Owner withholds retainage in
accordance with the methods described in paragraph 90-06 Partial Payments, the Contractor may request
that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into an
escrow account is subject to the following conditions:
a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow
agreement acceptable to the Owner.
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-6 City Project No. 103668
b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates
of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise
be withheld from partial payment.
c. The Contractor shall enter into an escrow agreement satisfactory to the Owner.
d. The Contractor shall obtain the written consent of the surety to such agreement.
90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the
requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of
the items of work actually performed. The Contractor shall approve the RPR’s final estimate or advise the
RPR of the Contractor’s objections to the final estimate which are based on disputes in measurements or
computations of the final quantities to be paid under the contract as amended by change order or
supplemental agreement. The Contractor and the RPR shall resolve all disputes (if any) in the measurement
and computation of final quantities to be paid within 30 calendar days of the Contractor’s receipt of the
RPR’s final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the
RPR’s estimate under protest of the quantities in dispute, and such disputed quantities shall be considered
by the Owner as a claim in accordance with Section 50, paragraph 50-16, Claims for Adjustment and
Disputes.
After the Contractor has approved, or approved under protest, the RPR’s final estimate, and after the RPR’s
receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project
Documentation, final payment will be processed based on the entire sum, or the undisputed sum in case of
approval under protest, determined to be due the Contractor less all previous payments and all amounts to
be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject
to correction in the final estimate and payment.
If the Contractor has filed a claim for additional compensation under the provisions of Section 50, paragraph
50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, such claims will be
considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such
claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental
final estimate.
90-10 Construction warranty.
a. In addition to any other warranties in this contract, the Contractor warrants that work performed
under this contract conforms to the contract requirements and is free of any defect in equipment, material,
workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any
tier.
b. This warranty shall continue for a period of one year from the date of final acceptance of the work,
except as noted. If the Owner takes possession of any part of the work before final acceptance, this warranty
shall continue for a period of one year from the date the Owner takes possession. However, this will not
relieve the Contractor from corrective items required by the final acceptance of the project work. Light
Emitting Diode emitting diode (LED) light fixtures with the exception of obstruction lighting, must be
warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all
electronics.
c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. In
addition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal
property, when that damage is the result of the Contractor’s failure to conform to contract requirements; or
any defect of equipment, material, workmanship, or design furnished by the Contractor.
d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.
The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of
repair or replacement.
SECTION 90
Measurement and Payment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
FAA General Provisions GP90-7 City Project No. 103668
e. The Owner will notify the Contractor, in writing, within thirty (30) days after the discovery of any
failure, defect, or damage.
f. If the Contractor fails to remedy any failure, defect, or damage within fourteen (14) days after receipt
of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or
damage at the Contractor’s expense.
g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers
for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all
warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in
writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit
of the Owner.
h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, or
fraud.
90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is
contingent upon completion and submittal of the items listed below. The final payment will not be approved
until the RPR approves the Contractor’s final submittal. The Contractor shall:
a. Provide two (2) copies of all manufacturer’s warranties specified for materials, equipment, and
installations.
b. Provide weekly payroll records (not previously received) from the general Contractor and all
subcontractors.
c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cleanup.
d. Complete all punch list items identified during the Final Inspection.
e. Provide complete release of all claims for labor and material arising out of the Contract.
f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the
Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project.
g. When applicable per state requirements, return copies of sales tax completion forms.
h. Manufacturer's certifications for all items incorporated in the work.
i. All required record drawings, as-built drawings or as-constructed drawings.
j. Project Operation and Maintenance (O&M) Manual(s).
k. Security for Construction Warranty.
l. Equipment commissioning documentation submitted, if required.
END OF SECTION 90
City of Fort
Worth
Federal Contract Provisions
Federal Contract Provisions
Page 1 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
FCP-1 ACCESS TO RECORDS AND REPORTS
The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the
Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of
their duly authorized representatives access to any books, documents, papers and records of the Contractor
which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts
and transcriptions. The Contractor agrees to maintain all books, records and reports required under this
contract for a period of not less than three years after final payment is made and all pending matters are
closed.
FCP-2 BREACH OF CONTRACT TERMS
Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may
result in the suspension or termination of this contract or such other action that may be necessary to enforce
the rights of the parties of this agreement.
Owner will provide Contractor written notice that describes the nature of the breach and corrective actions
the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to
withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to
terminate the contract. The Owner’s notice will identify a specific date by which the Contractor must correct
the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach
by the deadline indicated in the Owner’s notice.
The duties and obligations imposed by the Contract Documents and the rights and remedies available
thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise
imposed or available by law.
FCP-3 GENERAL CIVIL RIGHTS PROVISIONS
The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are
promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age,
or disability be excluded from participating in any activity conducted with or benefiting from Federal
assistance.
This provision binds the Contractor and subcontractors from the bid solicitation period through the
completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act
of 1964.
FCP-4 CIVIL RIGHTS – TITLE VI ASSURANCES
COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS:
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the “Contractor”), agrees as follows:
1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply
with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be
amended from time to time, which are herein incorporated by reference and made a part of this
contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by it during the
contract, will not discriminate on the grounds of race, color, or national origin in the selection
Federal Contract Provisions
Page 2 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
and retention of subcontractors, including procurements of materials and leases of equipment.
The Contractor will not participate directly or indirectly in the discrimination prohibited by the
Nondiscrimination Acts and Authorities, including employment practices when the contract
covers any activity, project, or program set forth in Appendix B of 49 CFR part 21.
3.Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all
solicitations, either by competitive bidding or negotiation made by the Contractor for work to
be performed under a subcontract, including procurements of materials, or leases of equipment,
each potential subcontractor or supplier will be notified by the Contractor of the contractor’s
obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds
of race, color, or national origin.
4.Information and Reports: The Contractor will provide all information and reports required by
the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its
books, records, accounts, other sources of information, and its facilities as may be determined
by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance
with such Nondiscrimination Acts and Authorities and instructions. Where any information
required of a contractor is in the exclusive possession of another who fails or refuses to furnish
the information, the Contractor will so certify to the sponsor or the Federal Aviation
Administration, as appropriate, and will set forth what efforts it has made to obtain the
information.
5.Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the non-
discrimination provisions of this contract, the sponsor will impose such contract sanctions as it
or the Federal Aviation Administration may determine to be appropriate, including, but not
limited to:
a.Withholding payments to the Contractor under the contract until the Contractor complies;
and/or
b.Cancelling, terminating, or suspending a contract, in whole or in part.
6.Incorporation of Provisions: The Contractor will include the provisions of paragraphs one
through six in every subcontract, including procurements of materials and leases of equipment,
unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The
Contractor will take action with respect to any subcontract or procurement as the sponsor or
the Federal Aviation Administration may direct as a means of enforcing such provisions
including sanctions for noncompliance. Provided, that if the Contractor becomes involved in,
or is threatened with litigation by a subcontractor, or supplier because of such direction, the
Contractor may request the sponsor to enter into any litigation to protect the interests of the
sponsor. In addition, the Contractor may request the United States to enter into the litigation
to protect the interests of the United States.
TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the “Contractor”) agrees to comply with the following non-discrimination statutes
and authorities; including but not limited to:
Federal Contract Provisions
Page 3 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
•Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
•49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of
Transportation—Effectuation of Title VI of the Civil Rights Act of 1964);
•The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC
§ 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired
because of Federal or Federal-aid programs and projects);
•Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits
discrimination on the basis of disability); and 49 CFR part 27;
•The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination
on the basis of age);
•Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended
(prohibits discrimination based on race, creed, color, national origin, or sex);
•The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs
or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients
and contractors, whether such programs or activities are Federally funded or not);
•Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on
the basis of disability in the operation of public entities, public and private transportation systems,
places of public accommodation, and certain testing entities (42 USC §§ 12131 – 12189) as
implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;
•The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
•Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations
and Low-Income Populations, which ensures nondiscrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
•Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed.
Reg. at 74087 to 74100);
•Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 USC 1681 et seq).
FCP-5 CLEAN AIR AND WATER POLLUTION CONTROL
Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the
Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC §
Federal Contract Provisions
Page 4 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The
Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal
Aviation Administration.
Contractor must include this requirement in all subcontracts that exceeds $150,000.
FCP-6 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS
1.Overtime Requirements.
No contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic,
including watchmen and guards, in any workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation
at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of fort y
hours in such workweek.
2.Violation; Liability for Unpaid Wages; Liquidated Damages.
In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and
any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor
and subcontractor shall be liable to the United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in
the sum of $10 for each calendar day on which such individual was required or permitted to work in
excess of the standard workweek of forty hours without payment of the overtime wages required by the
clause set forth in paragraph (1) of this clause.
3. Withholding for Unpaid Wages and Liquidated Damages.
The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to be withheld,
from any moneys payable on account of work performed by the contractor or subcontractor under any
such contract or any other Federal contract with the same prime contractor, or any other federally
assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the
same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of
such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set
forth in paragraph (2) of this clause.
4.Subcontractors.
The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1)
through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause.
FCP-7 COPELAND “ANTI-KICKBACK” ACT
Contractor must comply with the requirements of the Copeland “Anti-Kickback” Act (18 USC 874 and 40
USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and
subcontractors are prohibited from inducing, by any means, any person employed on the project to give up
Federal Contract Provisions
Page 5 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor
must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered
work during the prior week. Owner must report any violations of the Act to the Federal Aviation
Administration.
FCP-8 DAVIS-BACON REQUIREMENTS
1.Minimum Wages.
(i)All laborers and mechanics employed or working upon the site of the work will be paid unconditionally
and not less often than once a week, and without subsequent deduction or rebate on any account (except
such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part
3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of
payment computed at rates not less than those contained in the wage determination of the Secretary of
Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which
may be alleged to exist between the Contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of
the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or
mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made
or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or
programs which cover the particular weekly period, are deemed to be constructively made or incurred
during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage determination for the classification of work actually performed, without regard to
skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than
one classification may be compensated at the rate specified for each classification for the time actually
worked therein: Provided that the employer’s payroll records accurately set forth the time spent in each
classification in which work is performed. The wage determination (including any additional
classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-
1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a
prominent and accessible place where it can easily be seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers,
which is not listed in the wage determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits therefore only when the following criteria have
been met:
(1)The work to be performed by the classification requested is not performed by a classification in the
wage determination;
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(B)If the Contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including the
amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour Division, Employment Standards
Federal Contract Provisions
Page 6 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional classification action within 30 days
of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day
period that additional time is necessary.
(C)In the event the Contractor, the laborers, or mechanics to be employed in the classification, or their
representatives, and the contracting officer do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits where appropriate), the contracting officer shall refer
the questions, including the views of all interested parties and the recommendation of the contracting
officer, to the Administrator for determination. The Administrator, or an authorized representative, will
issue a determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(D)The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs
(1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under
this contract from the first day on which work is performed in the classification.
(iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit
as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
(iv)If the Contractor does not make payments to a trustee or other third person, the Contractor may
consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated
in providing bona fide fringe benefits under a plan or program: Provided that the Secretary of Labor has
found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act
have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets
for the meeting of obligations under the plan or program.
2.Withholding.
The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be withheld from the
Contractor under this contract or any other Federal contract with the same prime contractor, or any other
federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the
same prime contractor, so much of the accrued payments or advances as may be considered necessary to
pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or
any subcontractor the full amount of wages required by the contract. In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of
work, all or part of the wages required by the contract, the Federal Aviation Administration may, after
written notice to the Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to
cause the suspension of any further payment, advance, or guarantee of funds until such violations have
ceased.
3.Payrolls and Basic Records.
(i)Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of
the work and preserved for a period of three years thereafter for all laborers and mechanics working at the
site of the work. Such records shall contain the name, address, and social security number of each such
Federal Contract Provisions
Page 7 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or
costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in
1(b)(2)(B) of the Davis-Bacon Act); daily and weekly number of hours worked; deductions made; and
actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages
of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits
under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall
maintain records that show that the commitment to provide such benefits is enforceable, that the plan or
program is financially responsible, and that the plan or program has been communicated in writing to the
laborers or mechanics affected, and that show the costs anticipated or the actual costs incurred in providing
such benefits. Contractors employing apprentices or trainees under approved programs shall maintain
written evidence of the registration of apprenticeship programs and certification of trainee programs, the
registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
(ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed a copy
of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the
agency is not such a party, the Contractor will submit the payrolls to the applicant, Sponsor, or Owner, as
the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set
out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i),
except that full social security numbers and home addresses shall not be included on weekly transmittals.
Instead the payrolls shall only need to include an individually identifying number for each employee (e.g.
the last four digits of the employee’s social security number). The required weekly payroll information
may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the
Wage and Hour Division Web site at www.dol.gov/whd/forms/wh347instr.htm or its successor site. The
prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors
and subcontractors shall maintain the full social security number and current address of each covered
worker and shall provide them upon request to the Federal Aviation Administration if the agency is a
party to the contract, but if the agency is not such a party, the Contractor will submit them to the applicant,
sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration, the
Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation
or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime
contractor to require a subcontractor to provide addresses and social security numbers to the prime
contractor for its own records, without weekly submission to the sponsoring government agency (or the
applicant, Sponsor, or Owner).
(B)Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(1)The payroll for the payroll period contains the information required to be provided under 29 CFR §
5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such
information is correct and complete;
(2)Each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly wages earned, without rebate, either directly or
indirectly, and that no deductions have been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in Regulations 29 CFR Part 3;
Federal Contract Provisions
Page 8 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
(3)Each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed, as specified in the applicable wage
determination incorporated into the contract.
(C)The weekly submission of a properly executed certification set forth on the reverse side of Optional
Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by
paragraph (3)(ii)(B) of this section.
(D)The falsification of any of the above certifications may subject the Contractor or subcontractor to civil
or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States
Code.
(iii)The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section
available for inspection, copying, or transcription by authorized representatives of the sponsor, the Federal
Aviation Administration, or the Department of Labor and shall permit such representatives to interview
employees during working hours on the job. If the Contractor or subcontractor fails to submit the required
records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor,
applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment,
advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to
make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and Trainees.
(i)Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work
they performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and Training
Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency
recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship program, who is not individually registered in the
program, but who has been certified by the Bureau of Apprenticeship and Training or a State
Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be
greater than the ratio permitted to the contractor as to the entire work force under the registered program.
Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed
as stated above, shall be paid not less than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any apprentice performing work on the job site in
excess of the ratio permitted under the registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed. Where a contractor is performing
construction on a project in a locality other than that in which its program is registered, the ratios and
wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the Contractor’s or
subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage
of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid
fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed
on the wage determination for the applicable classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that
Federal Contract Provisions
Page 9 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency
recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer
be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed
until an acceptable program is approved.
(ii)Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on
the job site shall not be greater than permitted under the plan approved by the Employment and Training
Administration. Every trainee must be paid at not less than the rate specified in the approved program for
the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions
of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination that provides for less than full fringe benefits for
apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in
a training plan approved by the Employment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classification of work actually performed. In
addition, any trainee performing work on the job site in excess of the ratio permitted under the registered
program shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed. In the event the Employment and Training Administration withdraws approval of a
training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
(iii)Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this
part shall be in conformity with the equal employment opportunity requirements of Executive Order
11246, as amended, and 29 CFR Part 30.
5. Compliance with Copeland Act Requirements.
The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference
in this contract.
6.Subcontracts.
The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part
5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate
instructions require, and also a clause requiring the subcontractors to include these clauses in any lower
tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or
lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5.
7.Contract Termination: Debarment.
A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination
of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis-Bacon and Related Act Requirements.
Federal Contract Provisions
Page 10 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and
5 are herein incorporated by reference in this contract.
9. Disputes Concerning Labor Standards.
Disputes arising out of the labor standards provisions of this contract shall not be subject to the general
disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause
include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
10. Certification of Eligibility.
(i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or
firm who has an interest in the Contractor’s firm is a person or firm ineligible to be awarded Government
contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC 1001.
General Decision Number: TX20230025 01/06/2023
Superseded General Decision Number: TX20220025
State: Texas
Construction Type: Highway
Counties: Archer, Callahan, Clay, Collin, Dallas, Delta,
Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker,
Rockwall, Tarrant and Wise Counties in Texas.
HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building
structures in rest area projects & railroad construction;
bascule, suspension & spandrel arch bridges designed for
commercial navigation, bridges involving marine construction;
and other major bridges).
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
Federal Contract Provisions
Page 11 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
______________________________________________________________
|If the contract is entered |. Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |. The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | least $16.20 per hour (or |
| | the applicable wage rate |
| | listed on this wage |
| | determination, if it is |
| | higher) for all hours |
| | spent performing on the |
| | contract in 2023. |
|______________________________|_____________________________|
|If the contract was awarded on|. Executive Order 13658 |
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |. The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $12.15 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2023. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
Federal Contract Provisions
Page 12 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
SUTX2011-007 08/03/2011
Rates Fringes
CONCRETE FINISHER (Paving and
Structures)......................$ 14.12 **
ELECTRICIAN......................$ 19.80
FORM BUILDER/FORM SETTER
Paving & Curb...............$ 13.16 **
Structures..................$ 13.84 **
LABORER
Asphalt Raker...............$ 12.69 **
Flagger.....................$ 10.06 **
Laborer, Common.............$ 10.72 **
Laborer, Utility............$ 12.32 **
Pipelayer...................$ 13.24 **
Work Zone Barricade
Servicer....................$ 11.68 **
POWER EQUIPMENT OPERATOR:
Asphalt Distributor.........$ 15.32 **
Asphalt Paving Machine......$ 13.99 **
Broom or Sweeper............$ 11.74 **
Concrete Pavement
Finishing Machine...........$ 16.05 **
Concrete Saw................$ 14.48 **
Federal Contract Provisions
Page 13 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
Crane Operator, Lattice
Boom 80 Tons or Less........$ 17.27
Crane Operator, Lattice
Boom over 80 Tons...........$ 20.52
Crane, Hydraulic 80 Tons
or Less.....................$ 18.12
Crawler Tractor.............$ 14.07 **
Excavator, 50,000 pounds
or less.....................$ 17.19
Excavator, over 50,000
pounds......................$ 16.99
Foundation Drill , Truck
Mounted.....................$ 21.07
Foundation Drill, Crawler
Mounted.....................$ 17.99
Front End Loader 3 CY or
Less........................$ 13.69 **
Front End Loader, over 3 CY.$ 14.72 **
Loader/Backhoe..............$ 15.18 **
Mechanic....................$ 17.68
Milling Machine.............$ 14.32 **
Motor Grader, Fine Grade....$ 17.19
Motor Grader, Rough.........$ 16.02 **
Pavement Marking Machine....$ 13.63 **
Reclaimer/Pulverizer........$ 11.01 **
Roller, Asphalt.............$ 13.08 **
Roller, Other...............$ 11.51 **
Scraper.....................$ 12.96 **
Small Slipform Machine......$ 15.96 **
Spreader Box................$ 14.73 **
Federal Contract Provisions
Page 14 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
Servicer.........................$ 14.58 **
Steel Worker (Reinforcing).......$ 16.18 **
TRUCK DRIVER
Lowboy-Float................$ 16.24
Off Road Hauler.............$ 12.25 **
Single Axle.................$ 12.31 **
Single or Tandem Axle Dump
Truck.......................$ 12.62 **
Tandem Axle Tractor with
Semi Trailer................$ 12.86 **
Transit-Mix.................$ 14.14 **
WELDER...........................$ 14.84 **
---------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($16.20) or 13658
($12.15). Please see the Note at the top of the wage
determination for more information.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
Federal Contract Provisions
Page 15 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
Federal Contract Provisions
Page 16 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
Federal Contract Provisions
Page 17 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
• an existing published wage determination
• a survey underlying a wage determination
• a Wage and Hour Division letter setting forth a position on
• a wage determination matter
• a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Federal Contract Provisions
Page 18 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
FCP-9 CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered
transaction”, must verify each lower tier participant of a “covered transaction” under the project is not
presently debarred or otherwise disqualified from participation in this federally assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov.
2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding
Debarment, above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
Federal Contract Provisions
Page 19 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a
higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the
FAA may pursue any available remedies, including suspension and debarment of the non-compliant
participant.
FCP-10 DISADVANTAGED BUSINESS ENTERPRISES
The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in
the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26
in the award and administration of Department of Transportation-assisted contracts. Failure by the
Contractor to carry out these requirements is a material breach of this contract, which may result in the
termination of this contract or such other remedy as the Owner deems appropriate, which may include, but
is not limited to:
1) Withholding monthly progress payments;
2) Assessing sanctions;
3) Liquidated damages; and/or
4) Disqualifying the Contractor from future bidding as non-responsible.
The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory
performance of its contract no later than [specify number] days from the receipt of each payment the prime
contractor receives from [Name of recipient]. The prime contractor agrees further to return retainage
payments to each subcontractor within [specify the same number as above] days after the subcontractor’s
work is satisfactorily completed. Any delay or postponement of payment from the above referenced time
frame may occur only for good cause following written approval of the [Name of Recipient]. This clause
applies to both DBE and non-DBE subcontractors.
FCP-11 TEXTING WHEN DRIVING
In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While
Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the
Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety
policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving
when performing work related to a grant or subgrant.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its
employees and other work personnel that decrease crashes by distracted drivers, including policies that ban
text messaging while driving motor vehicles while performing work activities associated with the project.
The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 that
involve driving a motor vehicle in performance of work activities associated with the project.
FCP-12 ENERGY CONSERVATION REQUIREMENTS
Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy
efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act (42 USC 6201et seq).
FCP-13 EQUAL OPPORTUNITY CLAUSE
During the performance of this contract, the Contractor agrees as follows:
Federal Contract Provisions
Page 20 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
(1) The Contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure
that applicants are employed, and that employees are treated during employment, without regard
to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action
shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The Contractor agrees to post
in conspicuous places, available to employees and applicants for employment, notices to be
provided setting forth the provisions of this nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, or national origin.
(3) The Contractor will send to each labor union or representative of workers with which it has a
collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers’ representatives of the Contractor’s commitments under
this section and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
(4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The Contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering agency and
the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
(6) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract
or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the Contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and
the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204
of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon
each subcontractor or vendor. The Contractor will take such action with respect to any subcontract
or purchase order as the administering agency may direct as a means of enforcing such provisions,
including sanctions for noncompliance: Provided, however, that in the event a contractor becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency the Contractor may request the United States to enter into
such litigation to protect the interests of the United States.
Federal Contract Provisions
Page 21 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
FCP-14 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY
CONSTRUCTION CONTRACT SPECIFICATIONS
1. As used in these specifications:
a. “Covered area” means the geographical area described in the solicitation from which this
contract resulted;
b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S.
Department of Labor, or any person to whom the Director delegates authority;
c. “Employer identification number” means the Federal social security number used on the
Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941;
d. “Minority” includes:
(1) Black (all persons having origins in any of the Black African racial groups not of
Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or
other Spanish culture or origin regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of
the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through
membership and participation or community identification).
2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work
involving any construction trade, it shall physically include in each subcontract in excess of
$10,000 the provisions of these specifications and the Notice which contains the applicable goals
for minority and female participation and which is set forth in the solicitations from which this
contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved
by the U.S. Department of Labor in the covered area either individually or through an association,
its affirmative action obligations on all work in the Plan area (including goals and timetables)
shall be in accordance with that Plan for those trades which have unions participating in the Plan.
Contractors shall be able to demonstrate their participation in and compliance with the provisions
of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan
is individually required to comply with its obligations under the EEO clause and to make a good
faith effort to achieve each goal under the Plan in each trade in which it has employees. The
overall good faith performance by other contractors or subcontractors toward a goal in an
approved Plan does not excuse any covered contractor’s or subcontractor’s failure to take good
faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs
7a through 7p of these specifications. The goals set forth in the solicitation from which this
contract resulted are expressed as percentages of the total hours of employment and training of
minority and female utilization the Contractor should reasonably be able to achieve in each
Federal Contract Provisions
Page 22 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
construction trade in which it has employees in the covered area. Covered construction
contractors performing construction work in a geographical area where they do not have a Federal
or federally assisted construction contract shall apply the minority and female goals established
for the geographical area where the work is being performed. Goals are published periodically
in the Federal Register in notice form, and such notices may be obtained from any Office of
Federal Contract Compliance Programs office or from Federal procurement contracting officers.
The Contractor is expected to make substantially uniform progress in meeting its goals in each
craft during the period specified.
5. Neither the provisions of any collective bargaining agreement nor the failure by a union with
whom the Contractor has a collective bargaining agreement to refer either minorities or women
shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or
the regulations promulgated pursuant thereto.
6. In order for the non-working training hours of apprentices and trainees to be counted in meeting
the goals, such apprentices and trainees shall be employed by the Contractor during the training
period and the Contractor shall have made a commitment to employ the apprentices and trainees
at the completion of their training, subject to the availability of employment opportunities.
Trainees shall be trained pursuant to training programs approved by the U.S. Department of
Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity.
The evaluation of the Contractor’s compliance with these specifications shall be based upon its
effort to achieve maximum results from its actions. The Contractor shall document these efforts
fully and shall implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion
at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The
Contractor, where possible, will assign two or more women to each construction project. The
Contractor shall specifically ensure that all foremen, superintendents, and other onsite
supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such
a working environment, with specific attention to minority or female individuals working at
such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide
written notification to minority and female recruitment sources and to community
organizations when the Contractor or its unions have employment opportunities available,
and maintain a record of the organizations’ responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each minority and
female off-the-street applicant and minority or female referral from a union, a recruitment
source, or community organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral and was not referred
back to the Contractor by the union or, if referred, not employed by the Contractor, this shall
be documented in the file with the reason therefore along with whatever additional actions
the Contractor may have taken.
Federal Contract Provisions
Page 23 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
d. Provide immediate written notification to the Director when the union or unions with which
the Contractor has a collective bargaining agreement has not referred to the Contractor a
minority person or female sent by the Contractor, or when the Contractor has other
information that the union referral process has impeded the Contractor’s efforts to meet its
obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area
which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the Contractor’s employment needs,
especially those programs funded or approved by the Department of Labor. The Contractor
shall provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and
training programs and requesting their cooperation in assisting the Contractor in meeting its
EEO obligations; by including it in any policy manual and collective bargaining agreement;
by publicizing it in the company newspaper, annual report, etc.; by specific review of the
policy with all management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards accessible to all
employees at each location where construction work is performed.
g. Review, at least annually, the company’s EEO policy and affirmative action obligations under
these specifications with all employees having any responsibility for hiring, assignment,
layoff, termination, or other employment decisions, including specific review of these items,
with onsite supervisory personnel such superintendents, general foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be made and maintained
identifying the time and place of these meetings, persons attending, subject matter discussed,
and disposition of the subject matter.
h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the
news media, specifically including minority and female news media, and providing written
notification to and discussing the Contractor’s EEO policy with other contractors and
subcontractors with whom the Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female, and community
organizations, to schools with minority and female students; and to minority and female
recruitment and training organizations serving the Contractor’s recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the Contractor
shall send written notification to organizations, such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and
women and, where reasonable, provide after school, summer, and vacation employment to
minority and female youth both on the site and in other areas of a contractor’s workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under
41 CFR part 60-3.
Federal Contract Provisions
Page 24 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
l. Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel, for promotional opportunities and encourage these employees to seek or to prepare
for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments, and other personnel
practices do not have a discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the Contractor’s obligations
under these specifications are being carried out.
n. Ensure that all facilities and company activities are non-segregated except that separate or
single user toilet and necessary changing facilities shall be provided to assure privacy between
the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority
and female construction contractors and suppliers, including circulation of solicitations to
minority and female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under
the Contractor’s EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one
or more of their affirmative action obligations (7a through 7p). The efforts of a contractor
association, joint contractor union, contractor community, or other similar groups of which the
Contractor is a member and participant may be asserted as fulfilling any one or more of its
obligations under 7a through 7p of these specifications provided that the Contractor actively
participates in the group, makes every effort to assure that the group has a positive impact on the
employment of minorities and women in the industry, ensures that the concrete benefits of the
program are reflected in the Contractor’s minority and female workforce participation, makes a
good faith effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor.
The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an
obligation shall not be a defense for the Contractor’s noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take
affirmative action for all minority groups, both male and female, and all women, both minority
and non-minority. Consequently, if the particular group is employed in a substantially disparate
manner (for example, even though the Contractor has achieved its goals for women generally),
the Contractor may be in violation of the Executive Order if a specific minority group of women
is underutilized.
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications
and of the Equal Opportunity Clause, including suspension, termination, and cancellation of
Federal Contract Provisions
Page 25 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as
amended, and its implementing regulations, by the Office of Federal Contract Compliance
Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation
of these specifications and Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these
specifications, so as to achieve maximum results from its efforts to ensure equal employment
opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in accordance with
41 CFR part 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity
to ensure that the company EEO policy is being carried out, to submit reports relating to the
provisions hereof as may be required by the Government, and to keep records. Records shall at
least include for each employee, the name, address, telephone number, construction trade, union
affiliation if any, employee identification number when assigned, social security number, race,
sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status,
hours worked per week in the indicated trade, rate of pay, and locations at which the work was
performed. Records shall be maintained in an easily understandable and retrievable form;
however, to the degree that existing records satisfy this requirement, contractors shall not be
required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws
which establish different standards of compliance or upon the application of requirements for the
hiring of local or other area residents (e.g. those under the Public Works Employment Act of
1977 and the Community Development Block Grant Program).
FCP-15 CERTIFICATION REGARDING LOBBYING
The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or
Offeror, to any person for influencing or attempting to influence an officer or employee of an
agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance
with its instructions.
Federal Contract Provisions
Page 26 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
(3) The undersigned shall require that the language of this certification be included in the award
documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under
grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
FCP-16 PROHIBITION OF SEGREGATED FACILITIES
(a) The Contractor agrees that it does not and will not maintain or provide for its employees any
segregated facilities at any of its establishments, and that it does not and will not permit its employees
to perform their services at any location under its control where segregated facilities are maintained.
The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity
clause in this contract.
(b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and
wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and
housing facilities provided for employees that are segregated by explicit directive or are in fact
segregated on the basis of race, color, religion, sex, or national origin because of written or oral
policies or employee custom. The term does not include separate or single-user rest rooms or
necessary dressing or sleeping areas provided to assure privacy between the sexes.
(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the
Equal Employment Opportunity clause of this contract.
FCP-17 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
All contracts and subcontracts that result from this solicitation incorporate by reference the requirements
of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a
work environment that is free from recognized hazards that may cause death or serious physical harm to
the employee. The employer retains full responsibility to monitor its compliance and their subcontractor’s
compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR
Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement
directly with the U.S. Department of Labor – Occupational Safety and Health Administration.
FCP-18 PROCUREMENT OF RECOVERED MATERIALS
Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as
amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part
247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors
are to use products containing the highest percentage of recovered materials for items designated by the
Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever:
1) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or
Federal Contract Provisions
Page 27 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
2) The contractor has procured $10,000 or more of a designated item using Federal funding during the
previous fiscal year.
The list of EPA-designated items is available at www.epa.gov/smm/comprehensive-procurement-
guidelines-construction-products.
Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if
the contractor can demonstrate the item is:
a)Not reasonably available within a timeframe providing for compliance with the contract
performance schedule;
b)Fails to meet reasonable contract performance requirements; or
c)Is only available at an unreasonable price.
FCP-19 CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY
AND FELONY CONVICTIONS
The applicant must complete the following two certification statements. The applicant must indicate its
current status as it relates to tax delinquency and felony conviction by inserting a checkmark (7) in the
space following the applicable response. The applicant agrees that, if awarded a contract resulting from
this solicitation, it will incorporate this provision for certification in all lower tier subcontracts.
Certifications
1)The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax
liability that has been assessed, for which all judicial and administrative remedies have been exhausted
or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability.
2) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal
violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible
to receive an award unless the sponsor has received notification from the agency suspension and
debarment official (SDO) that the SDO has considered suspension or debarment and determined that
further action is not required to protect the Government’s interests. The applicant therefore must provide
information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA
Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required
considerations before award decisions are made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twentyfour (24) months
of a felony criminal violation under any Federal law and includes conviction of an offense defined in a
section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense
that is classified as a felony under 18 U.S.C. § 3559.
x
x
Federal Contract Provisions
Page 28 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which
all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in
a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
FCP-20 TERMINATION FOR CONVENIENCE (CONSTRUCTION & EQUIPMENT
CONTRACTS)
The Owner may terminate this contract in whole or in part at any time by providing written notice to the
Contractor. Such action may be without cause and without prejudice to any other right or remedy of
Owner. Upon receipt of a written notice of termination, except as explicitly directed by the Owner, the
Contractor shall immediately proceed with the following obligations regardless of any delay in
determining or adjusting amounts due under this clause:
1. Contractor must immediately discontinue work as specified in the written notice.
2. Terminate all subcontracts to the extent they relate to the work terminated under the notice.
3. Discontinue orders for materials and services except as directed by the written notice.
4. Deliver to the Owner all fabricated and partially fabricated parts, completed and partially completed
work, supplies, equipment and materials acquired prior to termination of the work, and as directed in
the written notice.
5. Complete performance of the work not terminated by the notice.
6. Take action as directed by the Owner to protect and preserve property and work related to this contract
that Owner will take possession.
Owner agrees to pay Contractor for:
1) completed and acceptable work executed in accordance with the contract documents prior to the
effective date of termination;
2) documented expenses sustained prior to the effective date of termination in performing work and
furnishing labor, materials, or equipment as required by the contract documents in connection with
uncompleted work;
3) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts
with Subcontractors and Suppliers; and
4) reasonable and substantiated expenses to the Contractor directly attributable to Owner’s termination
action.
Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out
of or resulting from the Owner’s termination action.
The rights and remedies this clause provides are in addition to any other rights and remedies provided by
law or under this contract.
FCP-21 VETERAN’S PREFERENCE
In the employment of labor (excluding executive, administrative, and supervisory positions), the
Contractor and all sub-tier contractors must give preference to covered veterans as defined within Title
Federal Contract Provisions
Page 29 of 29
CITY OF FORT WORTH
Federal Contract Provisions
Revised April 12, 2021
AFW Taxiway Papa, Phase III
Project No. 103668
49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf
veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by
15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are
covered veterans readily available and qualified to perform the work to which the employment relates.
City of Fort
Worth
FAA Technical Specifications
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-1 City Project No. 103668
ITEM C-100 CONTRACTOR QUALITY CONTROL PROGRAM (CQCP)
100-1 General. Quality is more than test results. Quality is the combination of proper materials, testing,
workmanship, equipment, inspection, and documentation of the project. Establishing and maintaining a
culture of quality is key to achieving a quality project. The Contractor shall establish, provide, and maintain
an effective Contractor Quality Control Program (CQCP) that details the methods and procedures that will
be taken to assure that all materials and completed construction required by this contract conform to contract
plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured
from subcontractors or vendors. Although guidelines are established and certain minimum requirements
are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full
responsibility for accomplishing the stated purpose.
The Contractor shall establish a CQCP that will:
a. Provide qualified personnel to develop and implement the CQCP.
b. Provide for the production of acceptable quality materials.
c. Provide sufficient information to assure that the specification requirements can be met.
d. Document the CQCP process.
The Contractor shall not begin any construction or production of materials to be incorporated into the
completed work until the CQCP has been reviewed and approved by the Resident Project Representative
(RPR). No partial payment will be made for materials subject to specific quality control (QC) requirements
until the CQCP has been reviewed and approved.
The QC requirements contained in this section and elsewhere in the contract technical specifications are in
addition to and separate from the quality assurance (QA) testing requirements. QA testing requirements are
the responsibility of the RPR as specified in the specifications.
A Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Resident Project
Representative (RPR), Contractor, subcontractors, testing laboratories, and Owner’s representative must be
held prior to start of construction. The QC/QA workshop will be facilitated by the Contractor. The
Contractor shall coordinate with the Airport and the RPR on time and location of the QC/QA workshop.
Items to be addressed, at a minimum, will include:
a. Review of the CQCP including submittals, QC Testing, Action & Suspension Limits for Production,
Corrective Action Plans, Distribution of QC reports, and Control Charts.
b. Discussion of the QA program.
c. Discussion of the QC and QA Organization and authority including coordination and information
exchange between QC and QA.
d. Establish regular meetings to discuss control of materials, methods and testing.
e. Establishment of the overall QC culture.
100-2 Description of program.
a. General description. The Contractor shall establish a CQCP to perform QC inspection and testing
of all items of work required by the technical specifications, including those performed by subcontractors.
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-2 City Project No. 103668
The CQCP shall ensure conformance to applicable specifications and plans with respect to materials, off-
site fabrication, workmanship, construction, finish, and functional performance. The CQCP shall be
effective for control of all construction work performed under this Contract and shall specifically include
surveillance and tests required by the technical specifications, in addition to other requirements of this
section and any other activities deemed necessary by the Contractor to establish an effective level of QC.
b. Contractor Quality Control Program (CQCP). The Contractor shall describe the CQCP in a
written document that shall be reviewed and approved by the RPR prior to the start of any production,
construction, or off-site fabrication. The written CQCP shall be submitted to the RPR for review and
approval at least 14 calendar days before the CQCP Workshop. The Contractor’s CQCP and QC testing
laboratory must be approved in writing by the RPR prior to the Notice to Proceed (NTP).
The CQCP shall be organized to address, as a minimum, the following:
1. QC organization and resumes of key staff
2. Project progress schedule
3. Submittals schedule
4. Inspection requirements
5. QC testing plan
6. Documentation of QC activities and distribution of QC reports
7. Requirements for corrective action when QC and/or QA acceptance criteria are not met
8. Material quality and construction means and methods. Address all elements applicable to the
project that affect the quality of the pavement structure including subgrade, subbase, base, and
surface course. Some elements that must be addressed include, but is not limited to mix design,
aggregate grading, stockpile management, mixing and transporting, placing and finishing,
quality control testing and inspection, smoothness, laydown plan, equipment, and temperature
management plan.
The Contractor must add any additional elements to the CQCP that is necessary to adequately control all
production and/or construction processes required by this contract.
100-3 CQCP organization. The CQCP shall be implemented by the establishment of a QC organization.
An organizational chart shall be developed to show all QC personnel, their authority, and how these
personnel integrate with other management/production and construction functions and personnel.
The organizational chart shall identify all QC staff by name and function, and shall indicate the total staff
required to implement all elements of the CQCP, including inspection and testing for each item of work. If
necessary, different technicians can be used for specific inspection and testing functions for different items
of work. If an outside organization or independent testing laboratory is used for implementation of all or
part of the CQCP, the personnel assigned shall be subject to the qualification requirements of paragraphs
100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees
and which are provided by an outside organization.
The QC organization shall, as a minimum, consist of the following personnel:
a. Program Administrator. The Contractor Quality Control Program Administrator (CQCPA) must
be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The CQCPA must
have a minimum of five (5) years of experience in QC pavement construction with prior QC experience on
a project of comparable size and scope as the contract.
Included in the five (5) years of paving/QC experience, the CQCPA must meet at least one of the
following requirements:
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-3 City Project No. 103668
(1) Professional Engineer with one (1) year of airport paving experience.
(2) Engineer-in-training with two (2) years of airport paving experience.
(3) National Institute for Certification in Engineering Technologies (NICET) Civil Engineering
Technology Level IV with three (3) years of airport paving experience.
(4) An individual with four (4) years of airport paving experience, with a Bachelor of Science
Degree in Civil Engineering, Civil Engineering Technology or Construction.
The CQCPA must have full authority to institute any and all actions necessary for the successful
implementation of the CQCP to ensure compliance with the contract plans and technical specifications. The
CQCPA authority must include the ability to immediately stop production until materials and/or processes
are in compliance with contract specifications. The CQCPA must report directly to a principal officer of
the construction firm. The CQCPA may supervise the Quality Control Program on more than one project
provided that person can be at the job site within two (2) hours after being notified of a problem.
b. QC technicians. A sufficient number of QC technicians necessary to adequately implement the
CQCP must be provided. These personnel must be either Engineers, engineering technicians, or
experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II in Civil
Engineering Technology or higher, and shall have a minimum of two (2) years of experience in their area
of expertise.
The QC technicians must report directly to the CQCPA and shall perform the following functions:
(1) Inspection of all materials, construction, plant, and equipment for conformance to the technical
specifications, and as required by paragraph 100-6.
(2) Performance of all QC tests as required by the technical specifications and paragraph100-8.
(3) Performance of tests for the RPR when required by the technical specifications.
Certification at an equivalent level of qualification and experience by a state or nationally recognized
organization will be acceptable in lieu of NICET certification.
c. Staffing levels. The Contractor shall provide sufficient qualified QC personnel to monitor each work
activity at all times. Where material is being produced in a plant for incorporation into the work, separate
plant and field technicians shall be provided at each plant and field placement location. The scheduling and
coordinating of all inspection and testing must match the type and pace of work activity. The CQCP shall
state where different technicians will be required for different work elements.
100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as required
by Section 80, paragraph 80-03, Execution and Progress.
100-5 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example,
mix designs, material certifications) and shop drawings required by the technical specifications. The listing
can be developed in a spreadsheet format and shall include as a minimum:
a. Specification item number
b. Item description
c. Description of submittal
d. Specification paragraph requiring submittal
e. Scheduled date of submittal
100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all
definable features of work, as detailed below. All inspections shall be documented by the Contractor as
specified by paragraph 100-9.
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-4 City Project No. 103668
Inspections shall be performed as needed to ensure continuing compliance with contract requirements until
completion of the particular feature of work. Inspections shall include the following minimum
requirements:
a. During plant operation for material production, QC test results and periodic inspections shall be used
to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning
to meet the approved mix design and other requirements of the technical specifications. All equipment used
in proportioning and mixing shall be inspected to ensure its proper operating condition. The CQCP shall
detail how these and other QC functions will be accomplished and used.
b. During field operations, QC test results and periodic inspections shall be used to ensure the quality
of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be
inspected to ensure its proper operating condition and to ensure that all such operations are in conformance
to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified.
The CQCP shall document how these and other QC functions will be accomplished and used.
100-7 Contractor QC testing facility.
a. For projects that include Item P-401, Item P-403, and Item P-404, the Contractor shall ensure
facilities, including all necessary equipment, materials, and current reference standards, are provided that
meet requirements in the following paragraphs of ASTM D3666, Standard Specification for Minimum
Requirements for Agencies Testing and Inspecting Road and Paving Materials:
· 8.1.3 Equipment Calibration and Checks;
· 8.1.9 Equipment Calibration, Standardization, and Check Records;
· 8.1.12 Test Methods and Procedures
b. For projects that include P-501, the Contractor shall ensure facilities, including all necessary
equipment, materials, and current reference standards, are provided that meet requirements in the following
paragraphs of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete Aggregates
for Use in Construction and Criteria for Testing Agency Evaluation:
· 7 Test Methods and Procedures
· 8 Facilities, Equipment, and Supplemental Procedures
100-8 QC testing plan. As a part of the overall CQCP, the Contractor shall implement a QC testing plan,
as required by the technical specifications. The testing plan shall include the minimum tests and test
frequencies required by each technical specification Item, as well as any additional QC tests that the
Contractor deems necessary to adequately control production and/or construction processes.
The QC testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the
following:
a. Specification item number (e.g., P-401)
b. Item description (e.g., Hot Mix Asphalt Pavements)
c. Test type (e.g., gradation, grade, asphalt content)
d. Test standard (e.g., ASTM or American Association of State Highway and Transportation Officials
(AASHTO) test number, as applicable)
e. Test frequency (e.g., as required by technical specifications or minimum frequency when
requirements are not stated)
f. Responsibility (e.g., plant technician)
g. Control requirements (e.g., target, permissible deviations)
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-5 City Project No. 103668
The QC testing plan shall contain a statistically-based procedure of random sampling for acquiring test
samples in accordance with ASTM D3665. The RPR shall be provided the opportunity to witness QC
sampling and testing.
All QC test results shall be documented by the Contractor as required by paragraph 100-9.
100-9 Documentation. The Contractor shall maintain current QC records of all inspections and tests
performed. These records shall include factual evidence that the required QC inspections or tests have been
performed, including type and number of inspections or tests involved; results of inspections or tests; nature
of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken.
These records must cover both conforming and defective or deficient features, and must include a statement
that all supplies and materials incorporated in the work are in full compliance with the terms of the contract.
Legible copies of these records shall be furnished to the RPR daily. The records shall cover all work placed
subsequent to the previously furnished records and shall be verified and signed by the CQCPA.
Contractor QC records required for the contract shall include, but are not necessarily limited to, the
following records:
a. Daily inspection reports. Each Contractor QC technician shall maintain a daily log of all inspections
performed for both Contractor and subcontractor operations. These technician’s daily reports shall provide
factual evidence that continuous QC inspections have been performed and shall, as a minimum, include the
following:
(1) Technical specification item number and description
(2) Compliance with approved submittals
(3) Proper storage of materials and equipment
(4) Proper operation of all equipment
(5) Adherence to plans and technical specifications
(6) Summary of any necessary corrective actions
(7) Safety inspection.
(8) Photographs and/or video
The daily inspection reports shall identify all QC inspections and QC tests conducted, results of inspections,
location and nature of defects found, causes for rejection, and remedial or corrective actions taken or
proposed.
The daily inspection reports shall be signed by the responsible QC technician and the CQCPA. The RPR
shall be provided at least one copy of each daily inspection report on the work day following the day of
record. When QC inspection and test results are recorded and transmitted electronically, the results must be
archived.
b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all
QC test results. Daily test reports shall document the following information:
(1) Technical specification item number and description
(2) Test designation
(3) Location
(4) Date of test
(5) Control requirements
(6) Test results
(7) Causes for rejection
(8) Recommended remedial actions
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-6 City Project No. 103668
(9) Retests
Test results from each day’s work period shall be submitted to the RPR prior to the start of the next day’s
work period. When required by the technical specifications, the Contractor shall maintain statistical QC
charts. When QC daily test results are recorded and transmitted electronically, the results must be archived.
100-10 Corrective action requirements. 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 action will be taken
to bring the process into control. The requirements for corrective action shall include both general
requirements for operation of the CQCP as a whole, and for individual items of work contained in the
technical specifications.
The CQCP shall detail how the results of QC inspections and tests will be used for determining the need
for corrective action and shall contain clear rules to gauge when a process is out of control and the type of
correction to be taken to regain process control.
When applicable or required by the technical specifications, the Contractor shall establish and use statistical
QC charts for individual QC tests. The requirements for corrective action shall be linked to the control
charts.
100-11 Inspection and/or observations by the RPR. All items of material and equipment are subject to
inspection and/or observation by the RPR at the point of production, manufacture or shipment to determine
if the Contractor, producer, manufacturer or shipper maintains an adequate QC system in conformance with
the requirements detailed here and the applicable technical specifications and plans. In addition, all items
of materials, equipment and work in place shall be subject to inspection and/or observation by the RPR at
the site for the same purpose.
Inspection and/or observations by the RPR does not relieve the Contractor of performing QC inspections
of either on-site or off-site Contractor’s or subcontractor’s work.
100-12 Noncompliance.
a. The Resident Project Representative (RPR) will provide written notice to the Contractor of any
noncompliance with their CQCP. After receipt of such notice, the Contractor must take corrective action.
b. When QC activities do not comply with either the CQCP or the contract provisions or when the
Contractor fails to properly operate and maintain an effective CQCP, and no effective corrective actions
have been taken after notification of non-compliance, the RPR will recommend the Owner take the
following actions:
(1) Order the Contractor to replace ineffective or unqualified QC personnel or subcontractors and/or
(2) Order the Contractor to stop operations until appropriate corrective actions are taken.
METHOD OF MEASUREMENT
100-13 Basis of measurement and payment. Contractor Quality Control Program (CQCP) is for the
personnel, tests, facilities and documentation required to implement the CQCP. The CQCP will be paid as
a lump sum with the following schedule of partial payments:
a. With first pay request, 25% with approval of CQCP and completion of the Quality Control
(QC)/Quality Assurance (QA) workshop.
b. When 25% or more of the original contract is earned, an additional 25%.
c. When 50% or more of the original contract is earned, an additional 20%.
d. When 75% or more of the original contract is earned, an additional 20%
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-7 City Project No. 103668
e. After final inspection and acceptance of project, the final 10%.
BASIS OF PAYMENT
100-14 Payment will be made under:
Item C-100-14.1 Contractor Quality Control Program (CQCP) – per lump sum
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
National Institute for Certification in Engineering Technologies (NICET)
ASTM International (ASTM)
ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete
Aggregates for Use in Construction and Criteria for Testing Agency
Evaluation
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing
and Inspecting Road and Paving Materials
END OF ITEM C-100
Item C-100
Contractor Quality Control Program (CQCP)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-100-8 City Project No. 103668
Page Intentionally Blank
Item C-102
Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-102-1 City Project No. 103668
ITEM C-102 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND
SILTATION CONTROL
DESCRIPTION
102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by the
Resident Project Representative (RPR) during the life of a contract to control pollution of air and water,
soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats,
gravel, mulches, grasses, slope drains, and other erosion control devices or methods.
Temporary erosion control shall be in accordance with the approved erosion control plan; the approved
Construction Safety and Phasing Plan (CSPP) and AC 150/5370-2, Operational Safety on Airports During
Construction. The temporary erosion control measures contained herein shall be coordinated with the
permanent erosion control measures specified as part of this contract to the extent practical to assure
economical, effective, and continuous erosion control throughout the construction period.
Temporary control may include work outside the construction limits such as borrow pit operations,
equipment and material storage sites, waste areas, and temporary plant sites.
Temporary control measures shall be designed, installed and maintained to minimize the creation of wildlife
attractants that have the potential to attract hazardous wildlife on or near public-use airports.
MATERIALS
102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T-
901shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the
area providing a temporary cover. Selected grass species shall not create a wildlife attractant.
102-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable
material reasonably clean and free of noxious weeds and deleterious materials per Item T-908. Mulches
shall not create a wildlife attractant.
102-2.3 Fertilizer. Fertilizer shall be a standard commercial grade and shall conform to all federal and state
regulations and to the standards of the Association of Official Agricultural Chemists.
102-2.5 Silt fence. Silt fence shall consist of polymeric filaments which are formed into a stable network
such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray
inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt
fence shall meet the requirements of ASTM D6461.
102-2.6 Erosion Control Logs. Erosion control logs shall meet the requirements as shown in the details
of the Plans.
102-2.7 Other. All other materials shall meet commercial grade standards and shall be approved by the
RPR before being incorporated into the project.
CONSTRUCTION REQUIREMENTS
102-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or
regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations shall
apply.
Item C-102
Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-102-2 City Project No. 103668
The RPR shall be responsible for assuring compliance to the extent that construction practices, construction
operations, and construction work are involved.
102-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules in accordance
with the approved Construction Safety and Phasing Plan (CSPP) and the plans for accomplishment of
temporary and permanent erosion control work for clearing and grubbing; grading; construction; paving;
and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust
control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started
until the erosion control schedules and methods of operation for the applicable construction have been
accepted by the RPR.
102-3.3 Construction details. The Contractor will be required to incorporate all permanent erosion control
features into the project at the earliest practicable time as outlined in the plans and approved CSPP. Except
where future construction operations will damage slopes, the Contractor shall perform the permanent
seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of
exposed slopes can be made available. Temporary erosion and pollution control measures will be used to
correct conditions that develop during construction that were not foreseen during the design stage; that are
needed prior to installation of permanent control features; or that are needed temporarily to control erosion
that develops during normal construction practices, but are not associated with permanent control features
on the project.
Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading
operations and permanent erosion control features can follow immediately if project conditions permit.
Temporary erosion control measures are required if permanent measures cannot immediately follow
grading operations. The RPR shall limit the area of clearing and grubbing, excavation, borrow, and
embankment operations in progress, commensurate with the Contractor’s capability and progress in keeping
the finish grading, mulching, seeding, and other such permanent control measures current with the accepted
schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures
shall be taken immediately to the extent feasible and justified as directed by the RPR.
The Contractor shall provide immediate permanent or temporary pollution control measures to minimize
contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment
as directed by the RPR. If temporary erosion and pollution control measures are required due to the
Contractor’s negligence, carelessness, or failure to install permanent controls as a part of the work as
scheduled or directed by the RPR, the work shall be performed by the Contractor and the cost shall be
incidental to this item.
The RPR may increase or decrease the area of erodible earth material that can be exposed at any time based
on an analysis of project conditions.
The erosion control features installed by the Contractor shall be maintained by the Contractor during the
construction period.
Provide temporary structures whenever construction equipment must cross watercourses at frequent
intervals. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing
operations, and other harmful materials shall not be discharged into any waterways, impoundments or into
natural or manmade channels.
102-3.4 Installation, maintenance and removal of silt fence. Silt fences shall extend a minimum of 16
inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more
than 10 feet (3 m) on center. Filter fabric shall be cut from a continuous roll to the length required
minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post
with a minimum 12-inch (300-mm) overlap and securely sealed. A trench shall be excavated approximately
4 inches (100 mm) deep by 4 inches (100 mm) wide on the upslope side of the silt fence. The trench shall
be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of
Item C-102
Temporary Air and Water Pollution, Soil Erosion, and Siltation Control
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-102-3 City Project No. 103668
silt that accumulates during construction and prior to establishment of permanent erosion control. The fence
shall be maintained in good working condition until permanent erosion control is established. Silt fence
shall be removed upon approval of the RPR.
METHOD OF MEASUREMENT
102-4.1 Temporary erosion and pollution control work (including dust control) required will be performed
as scheduled or directed by the RPR, including erosion control work performed for protection of
construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment
and material storage sites, and temporary plant sites. Temporary erosion and pollution control work will be
paid as a lump sum. The Contractor shall submit unit prices, anticipated quantities, and costs of necessary
permits for temporary erosion and pollution control items to the RPR.
BASIS OF PAYMENT
102-5.1 Accepted quantities of temporary water pollution, soil erosion, and siltation control work ordered
by the RPR and measured as provided in paragraph 102-4.1 will be paid for under:
Item C-102-5.1 Temporary Erosion Control – per Lump Sum
Where other directed work falls within the specifications for a work item that has a contract price, the units
of work shall be measured and paid for at the contract unit price bid for the various items.
Temporary control features not covered by contract items that are ordered by the RPR will be paid for in
accordance with Section 90, paragraph 90-05 Payment for Extra Work.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
AC 150/5370-2 Operational Safety on Airports During Construction
ASTM International (ASTM)
ASTM D6461 Standard Specification for Silt Fence Materials
United States Department of Agriculture (USDA)
FAA/USDA Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM C-102
Item C-105
Mobilization
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-105-1 City Project No. 103668
ITEM C-105 MOBILIZATION
105-1 Description. This item of work shall consist of, but is not limited to, work and operations necessary
for the movement of personnel, equipment, material and supplies to and from the project site for work on
the project except as provided in the contract as separate pay items.
105-2 Mobilization limit. Mobilization shall be limited to 5 percent of the total project cost.
105-3 Posted notices. Prior to commencement of construction activities, the Contractor must post the
following documents in a prominent and accessible place where they may be easily viewed by all
employees of the prime Contractor and by all employees of subcontractors engaged by the prime
Contractor: Equal Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the Law” in
accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended;
Davis Bacon Wage Poster (WH 1321) - DOL “Notice to All Employees” Poster; and Applicable Davis-
Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by
the Owner.
105-4 Engineer/RPR field office. The Contractor shall provide dedicated space for the use of the field
RPR and inspectors, as a field office for the duration of the project. This space shall be located conveniently
near the construction and shall be separate from any space used by the Contractor. The Contractor shall
furnish water, sanitary facilities, heat, air conditioning, and electricity in accordance with local building
codes.
METHOD OF MEASUREMENT
105-5 Basis of measurement and payment. Based upon the contract lump sum price for “Mobilization”
partial payments will be allowed as follows:
a. With first pay request, 25%.
b. When 25% or more of the original contract is earned, an additional 25%.
c. When 50% or more of the original contract is earned, an additional 40%.
d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as
required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%.
BASIS OF PAYMENT
105-6 Payment will be made under:
Item C-105-5.1 Mobilization – per lump sum
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
Office of Federal Contract Compliance Programs (OFCCP)
Executive Order 11246, as amended
EEOC-P/E-1 – Equal Employment Opportunity is the Law Poster
Item C-105
Mobilization
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-105-2 City Project No. 103668
United States Department of Labor, Wage and Hour Division (WHD)
WH 1321 – Employee Rights under the Davis-Bacon Act Poster
END OF ITEM C-105
Item C-110
Method of Estimating Percentage of Material Within Specification Limits (PWL)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-110-1 City Project No. 103668
ITEM C-110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN
SPECIFICATION LIMITS (PWL)
110-1 General. When the specifications provide for acceptance of material based on the method of
estimating percentage of material within specification limits (PWL), the PWL will be determined in
accordance with this section. All test results for a lot will be analyzed statistically to determine the total
estimated percent of the lot that is within specification limits. The PWL is computed using the sample
average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the
specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From
these values, the respective Quality index, QL for Lower Quality Index and/or QU for Upper Quality Index,
is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits
specified in the technical sections shall be absolute values. Test results used in the calculations shall be to
the significant figure given in the test procedure.
There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction
of production material (the population) is sampled and tested. This uncertainty exists because all portions
of the production material have the same probability to be randomly sampled. The Contractor’s risk is the
probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment.
The Owner’s risk is the probability that material produced at the rejectable quality level is accepted.
It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor’s
risk for material evaluated, production quality (using population average and population standard deviation)
must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the
Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and
tested at the frequencies specified.
110-2 Method for computing PWL. The computational sequence for computing PWL is as follows:
a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification.
b. Locate the random sampling position within the sublot in accordance with the requirements of the
specification.
c. Make a measurement at each location, or take a test portion and make the measurement on the test
portion in accordance with the testing requirements of the specification.
d. Find the sample average (X) for all sublot test values within the lot by using the following formula:
X = (x1 + x2 + x3 + . . .xn) / n
Where: X = Sample average of all sublot test values within a lot
x1, x2, . . .xn = Individual sublot test values
n = Number of sublot test values
e. Find the sample standard deviation (Sn) by use of the following formula:
Sn = [(d12 + d22 + d32 + . . .dn2)/(n-1)]1/2
Where: Sn = Sample standard deviation of the number of sublot test values in the set
d1, d2, . . .dn = Deviations of the individual sublot test values x1, x2, … from the average
value X
Item C-110
Method of Estimating Percentage of Material Within Specification Limits (PWL)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-110-2 City Project No. 103668
that is: d1 = (x1 - X), d2 = (x2 - X) … dn = (xn - X)
n = Number of sublot test values
f. For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the
following formula:
QL = (X - L) / Sn
Where: L = specification lower tolerance limit
Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column
appropriate to the total number (n) of measurements. If the value of QL falls between values shown on the
table, use the next higher value of PWL.
g. For double-sided specification limits (i.e., L and U), compute the Quality Indexes QL and QU by use
of the following formulas:
QL = (X - L) / Sn
and
QU = (U - X) / Sn
Where: L and U = specification lower and upper tolerance limits
Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by
entering Table 1 separately with QL and QU, using the column appropriate to the total number (n) of
measurements, and determining the percent of material above PL and percent of material below PU for each
tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL
or PU. Determine the PWL by use of the following formula:
PWL = (PU + PL) - 100
Where: PL = percent within lower specification limit
PU = percent within upper specification limit
EXAMPLE OF PWL CALCULATION
Project: Example Project
Test Item: Item P-401, Lot A.
A. PWL Determination for Mat Density.
1. Density of four random cores taken from Lot A.
A-1 = 96.60
A-2 = 97.55
A-3 = 99.30
A-4 = 98.35
n = 4
2. Calculate average density for the lot.
X = (x1 + x2 + x3 + . . .xn) / n
Item C-110
Method of Estimating Percentage of Material Within Specification Limits (PWL)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-110-3 City Project No. 103668
X = (96.60 + 97.55 + 99.30 + 98.35) / 4
X = 97.95% density
3. Calculate the standard deviation for the lot.
Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2
Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2
Sn = 1.15
4. Calculate the Lower Quality Index QL for the lot. (L=96.3)
QL = (X -L) / Sn
QL = (97.95 - 96.30) / 1.15
QL = 1.4348
5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4.
PWL = 98
B. PWL Determination for Air Voids.
1. Air Voids of four random samples taken from Lot A.
A-1 = 5.00
A-2 = 3.74
A-3 = 2.30
A-4 = 3.25
2. Calculate the average air voids for the lot.
X = (x1 + x2 + x3 . . .n) / n
X = (5.00 + 3.74 + 2.30 + 3.25) / 4
X = 3.57%
3. Calculate the standard deviation Sn for the lot.
Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2
Sn = [(2.04 + 0.03 + 1.62 + 0.10) / 3]1/2
Sn = 1.12
4. Calculate the Lower Quality Index QL for the lot. (L= 2.0)
QL = (X - L) / Sn
QL = (3.57 - 2.00) / 1.12
QL = 1.3992
5. Determine PL by entering Table 1 with QL = 1.41 and n = 4.
PL = 97
6. Calculate the Upper Quality Index QU for the lot. (U= 5.0)
QU = (U - X) / Sn
QU = (5.00 - 3.57) / 1.12
QU = 1.2702
Item C-110
Method of Estimating Percentage of Material Within Specification Limits (PWL)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-110-4 City Project No. 103668
7. Determine PU by entering Table 1 with QU = 1.29 and n = 4.
PU = 93
8. Calculate Air Voids PWL
PWL = (PL + PU) - 100
PWL = (97 + 93) - 100 = 90
EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178)
Project: Example Project
Test Item: Item P-401, Lot A.
A. Outlier Determination for Mat Density.
1. Density of four random cores taken from Lot A arranged in descending order.
A-3 = 99.30
A-4 = 98.35
A-2 = 97.55
A-1 = 96.60
2. From ASTM E178, Table 1, for n=4 an upper 5% significance level, the critical value for test
criterion = 1.463.
3. Use average density, standard deviation, and test criterion value to evaluate density measurements.
a. For measurements greater than the average:
If (measurement - average)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier.
For A-3, check if (99.30 - 97.95) / 1.15 is greater than 1.463.
Since 1.174 is less than 1.463, the value is not an outlier.
b. For measurements less than the average:
If (average - measurement)/(standard deviation) is less than test criterion,
then the measurement is not considered an outlier.
For A-1, check if (97.95 - 96.60) / 1.15 is greater than 1.463.
Since 1.435 is less than 1.463, the value is not an outlier.
Note: In this example, a measurement would be considered an outlier if the density were:
Greater than (97.95 + 1.463 × 1.15) = 99.63%
OR
less than (97.95 - 1.463 × 1.15) = 96.27%.
Table 1. Table for Estimating Percent of Lot Within Limits (PWL)
Percent Within
Limits
(PL and PU)
Positive Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362
98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630
97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420
96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454
Item C-110
Method of Estimating Percentage of Material Within Specification Limits (PWL)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-110-5 City Project No. 103668
Percent Within
Limits
(PL and PU)
Positive Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635
94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914
93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265
92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670
91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118
90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602
89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115
88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653
87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212
86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789
85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382
84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990
83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610
82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241
81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882
80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533
79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192
78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858
77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531
76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211
75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896
74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587
73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282
72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982
71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686
70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394
69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105
68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820
67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537
66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257
65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980
64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705
63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432
62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161
61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892
60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624
59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358
58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093
57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829
56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566
55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304
54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042
53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781
52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521
51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260
50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000
Percent Within
Limits
(PL and PU)
Negative Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260
48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521
47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781
46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042
45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304
44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566
43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829
42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093
Item C-110
Method of Estimating Percentage of Material Within Specification Limits (PWL)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications C-110-6 City Project No. 103668
Percent Within
Limits
(PL and PU)
Negative Values of Q (QL and QU)
n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358
40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624
39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892
38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161
37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432
36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705
35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980
34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257
33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537
32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820
31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105
30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394
29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686
28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982
27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282
26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587
25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896
24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211
23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531
22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858
21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192
20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533
19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882
18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241
17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610
16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990
15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382
14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789
13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212
12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653
11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115
10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602
9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118
8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670
7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265
6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914
5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635
4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454
3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420
2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630
1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM E178 Standard Practice for Dealing with Outlying Observations
END OF ITEM C-110
Item G-145
Temporary Fencing, Barricades, and Facilities
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications G-145-1 City Project No. 103668
ITEM G-145 TEMPORARY FENCING, BARRICADES, AND FACILITIES
DESCRIPTION
145-1.1 The specification outlines safety procedures and regulations to be followed by the Contractor during
the course of this work. The work item “Temporary Fencing, Barricades, and Facilities” shall consist of
furnishing, installing, maintaining, and removing temporary fencing, barricades, and other facilities required
during the course of this work. All work shall be accomplished in conformance with FAA guidelines.
MATERIALS
145-2.1 GENERAL. All materials for temporary fencing, barricades and facilities shall be in conformance
with the details provided on the plans, in conformance with FAA requirements and to the satisfaction of the
Engineer. All work and installation of materials shall be performed in full accordance with the latest applicable
rules, regulations, requirements, and specifications included in the current editions of the following:
1. Construction Plans
2. Construction Safety and Phasing Plan (CSPP)
3. Contractor’s Safety Plan Compliance Document (SPCD)
4. Federal Aviation Administration (FAA) AC 150/5340-1M Standards for Airport Markings
5. Federal Aviation Administration (FAA) AC 150/5210-5D Painting, Marking, and Lighting of
Vehicles Used on an Airport
6. FAA Advisory Circular 150/5345-55A, Specification for L-893, Lighted Visual Aid to
Indicate Temporary Runway Closure
7. Federal Aviation Administration (FAA) AC 150/5370-2G Operational Safety on Airports
during Construction.
8. Federal Aviation Administration (FAA) AC 150/5370-10H Standard Specifications for
Construction of Airports
145-2.2 TEMPORARY FENCING.
Temporary fencing and gates shall comply with Item F-162 from AC 150/5370-10H.
145-2.3 LOW-PROFILE BARRICADES.
Low-profile barricades shall be easily collapsible upon contact with an aircraft or any of its components and
water-filled to provide sufficient weight to prevent displacement from prop wash, jet blast, wing vortex, or
other surface wind currents. Barricades shall be constructed from high-impact, UV resistant, High Density
Polyethylene (HDPE) plastic and specifically designed for airport construction. Barricades shall be marked
with diagonal, alternating orange and white highly reflective stripes on each side. Barricade units shall be
nominally 10 inches in height, 8 feet in length, and shall interlock to form a continuous barrier.
Two red flashing lights shall be mounted on each barricade. Lights shall be solar powered, omni-directional,
capable of being seen at a distance of two miles, and flash at the rate of 45 to 60 flashes per minute. Sufficient
battery capacity shall be provided to power lights during night-time hours.
Item G-145
Temporary Fencing, Barricades, and Facilities
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications G-145-2 City Project No. 103668
145-2.4 TEMPORARY TAXIWAY CLOSURE MARKINGS
Temporary taxiway closure markings shall be durable fabric markings conforming to the dimensions specified
in FAA AC 150/5340-1M. The closure markings shall include a black border and shall be properly weighted
or attached to the pavement surface so as to remain in-place during high winds or exposure to jet blast.
145-2.5 PORTABLE LIGHTED RUNWAY CLOSURE MARKER (RCM) –Portable Lighted Runway
Closure Marker (RCM) designed to form a lighted X which contains 21 90-watt PAR 38, 10 degree weather
proof outdoor standard base clear Halogen spot bulbs with one bulb located in the center and five bulbs located
in each of the four legs. All bulbs, light sockets, wiring and connections must be enclosed in a weather resistant
housing.
The RCM shall meet the following requirements:
1. FAA Airport Advisory Circular 150/5370-2G.
2. NTSB Safety Recommendation A-03-05 and 06.
3. When opened and operational shall be 27 feet each continuous leg and 20 feet 6 inches on the
peripheral.
4. Must collapse for transport and storage so that all parts are inside trailer frame.
5. Illumination of the RCM will be workable in a continuous or flashing mode controlled by a solid-state
flasher with no mechanical contacts.
6. Photocell to reduce the voltage 50 percent for nighttime operations.
7. Radio interference filter with an operation frequency of 50 Hz.
8. Provide at least two lights mounted at the backside of the upper portion of the top of the legs of the X
to indicate power is being supplied to the RCM and to indicate that more than one bulb has become
inoperative.
9. RCM shall be designed to be used while attached to tow vehicle or as stand alone.
10. RCM shall be designed to withstand winds of 40 mph while in operational mode.
11. RCM must be discernible for a distance of 3 to 5 miles VFR daytime and a minimum of 7 miles VFR
nighttime as determined from an aircraft using a Loran receiver. Provide documentation.
12. RCM shall have a set up time for one person in 10 minutes or less.
13. RCM shall have fuel capacity to operate at full load for minimum of 120 hours without refueling.
14. RCM must have capability for hard wiring to prime power.
15. RCM shall be painted with powder coated gloss to a 1.8 mil minimum dry film thickness. Powder to
be outdoor rate, UV resistant polyester TGIC.
16. All electrical components must be UL listed.
Provide trailer for each RCM. Minimum 7-feet wide by 10-feet long. Trailer floor must be expanded steel to
serve as a work platform for servicing personnel and to minimize the possibility of ice and snow accumulation.
Trailer shall have 1,500 pound axle with built-in independent Henschen type suspension. USDOT approved
brake, tail/turn lights, and reflectors; two 530-12 load range C tires, 12-inch wheels and fenders.
Provide air- or water-cooled diesel-powered generator with each RCM. Minimum 2,700 Watt, 120V, 29.2/14.6
A, with 30 gallon fuel capacity and 120 hour run time. Include electric start, hour meter, low oil pressure
shutdown, circuit breaker protection, 12V dc batter charge system, USDA and US Forestry approved muffler,
2-120V(20A), 1-120V(30A), and 1-120/240V (30A) electrical outlets.
Manufacturers: Subject to compliance with requirements, provide products by one of the following: Sherwin
Industries, Sweepster, Hi-Lite Markings, Inc.
Item G-145
Temporary Fencing, Barricades, and Facilities
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications G-145-3 City Project No. 103668
CONSTRUCTION METHODS
145-3.1 All work shall be accomplished in conformance with FAA AC 150/5370-2G, Operational Safety
on Airports During Construction, the CSPP, and SPCD.
All marking of vehicles and construction equipment shall conform to FAA AC 150/5210-5D, Painting,
Marking, and Lighting of Vehicles Used on an Airport.
145-3.2 Temporary Fencing, Barricades, and Facilities Shall be maintained in good working order through the
duration of their use. Lighted equipment shall be checked daily for proper operation and repaired or replaced
immediately if found to be inoperable.
METHOD OF MEASUREMENT
145-4.1 Temporary Fencing, Barricades, and Facilities measurement shall be by lump sum.
BASIS OF PAYMENT
145-5.1 Payment shall be made at the contract unit price per lump sum for furnishing, placing, maintaining
and removal of all materials and for all labor, equipment, tools and incidentals necessary for Temporary
Fencing, Barricades, and Facilities as prescribed in this item.
Payment will be made under:
Item G-145-5.1 Temporary Fencing, Barricades, and Facilities – per lump sum
END OF ITEM G-145
Item G-145
Temporary Fencing, Barricades, and Facilities
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications G-145-4 City Project No. 103668
Page Intentionally Blank
Item P-101
Preparation/Removal of Existing Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-101-1 City Project No. 103668
ITEM P-101 PREPARATION/REMOVAL OF EXISTING PAVEMENTS
DESCRIPTION
101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments,
removal of existing pavement, and other miscellaneous items. The work shall be accomplished in
accordance with these specifications and the applicable plans.
EQUIPMENT AND MATERIALS
101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by
the Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to
remain in place.
CONSTRUCTION
101-3.1 Removal of existing pavement.
The Contractor’s removal operation shall be controlled to not damage adjacent pavement structure, base
material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pavement.
a. Concrete pavement removal. Full depth saw cuts shall be made perpendicular to the slab surface.
The Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the
pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter
of the removal limits is not located on the joint and there are no dowels present, the perimeter shall be saw
cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which
will not cause distress in the pavement which is to remain in place. If the material is to be wasted on the
airport site, it shall be reduced to a maximum size of 1/2". Concrete slabs that are damaged by under
breaking shall be repaired or removed and replaced as directed by the RPR.
The edge of existing concrete pavement against which new pavement abuts shall be protected from
damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying
material that is to remain in place, shall be recompacted and/or replaced as shown on the plans. Adjacent
areas damaged during repair shall be repaired or replaced at the Contractor’s expense.
Clean-up of waste material from pavement removal with vacuum sweeper (s) shall be continuous in
order to minimize Foreign Object Debris (FOD).
b. Asphalt pavement removal. Asphalt pavement to be removed shall be cut to the full depth of the
asphalt pavement around the perimeter of the area to be removed. All material removed shall be disposed
of by the contractor off site at no additional expense to the owner.
c. Removal of Base, Subbase, and/or Subgrade. Existing base, subbase, and subgrade shall be fully
removed as required to construct new pavement sections. All material removed shall be disposed of by the
contractor off site at no additional expense to the owner. Materials and methods of construction shall
comply with the applicable sections of these specifications. Any damage caused by Contractor’s removal
process shall be repaired at the Contractor’s expense.
101-3.2 Removal of Pipe and other Buried Structures.
a. Removal of Existing Pipe Material. Not used.
Item P-101
Preparation/Removal of Existing Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-101-2 City Project No. 103668
b. Removal of Inlets/Manholes. Where indicated on the plans or as directed by the RPR, inlets
and/or manholes shall be removed and legally disposed of off-site in a timely fashion after removal.
Excavations after removal shall be backfilled with material equal or better in quality than adjacent
embankment. When under paved areas must be compacted to 95% of ASTM D1557, when outside of
paved areas must be compacted to 95% of ASTM D698.
METHOD OF MEASUREMENT
101-4.1 Pavement removal. The unit of measurement for pavement removal shall be the number of square
yards (square meters) removed by the Contractor. Any pavement removed outside the limits of removal
because the pavement was damaged by negligence on the part of the Contractor shall not be included in the
measurement for payment. No direct measurement or payment shall be made for removal of base, subbase,
or subgrade. Saw cutting shall be incidental to pavement removal. Dowel bar installation shall be incidental
to pavement removal.
101-4.2 Removal of Pipe and other Buried Structures. The unit of measurement for removal of pipe
and other buried structures will be made at the contract unit price for each completed and accepted item.
This price shall be full compensation for all labor, equipment, tools, and incidentals necessary to complete
this item in accordance with paragraph 101-3.2
BASIS OF PAYMENT
101-5.1 Payment. Payment shall be made at contract unit price for the unit of measurement as specified
above. This price shall be full compensation for furnishing all materials and for all preparation, hauling,
and placing of the material and for all labor, equipment, tools, and incidentals necessary to complete this
item.
Item P-101-5.1 Pavement Removal, Asphalt - per square yard (square meter)
Item P-101-5.2 Remove Inlet and Cap RC Pipe – per each
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements.
ASTM International (ASTM)
ASTM D6690 Standard Specification for Joint and Crack Sealants, Hot Applied, for
Concrete and Asphalt Pavements
END OF ITEM P-101
Item P-101
Preparation/Removal of Existing Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-101-3 City Project No. 103668
Page Intentionally Blank
Item P-151
Clearing and Grubbing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-151-1 City Project No. 013668
ITEM P-151 CLEARING AND GRUBBING
DESCRIPTION
151-1.1 This item shall consist of clearing or clearing and grubbing, including the disposal of materials, for
all areas within the limits designated on the plans or as required by the Resident Project Representative
(RPR).
a. Clearing shall consist of the cutting and removal of all trees, stumps, brush, logs, hedges, the removal
of fences and other loose or projecting material from the designated areas. The grubbing of stumps and
roots will not be required.
b. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of
all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds,
fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the
opinion of the RPR is unsuitable for the foundation of strips, pavements, or other required structures,
including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all
spoil materials resulting from clearing and grubbing.
c. Tree Removal. Tree Removal shall consist of the cutting and removal of isolated single trees or
isolated groups of trees, and the grubbing of stumps and roots. The removal of all the trees of this
classification shall be in accordance with the requirements for the particular area being cleared.
CONSTRUCTION METHODS
151-2.1 General. The areas denoted on the plans to be cleared and grubbed shall be staked on the ground
by the Contractor as indicated on the plans.
The removal of existing structures and utilities required to permit orderly progress of work shall be
accomplished by local agencies, unless otherwise shown on the plans. Whenever a telephone pole, pipeline,
conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, the Contractor
shall advise the RPR who will notify the proper local authority or owner to secure prompt action.
151-2.1.1 Disposal. All materials removed by clearing or by clearing and grubbing shall be disposed of
outside the Airport’s limits at the Contractor’s responsibility, except when otherwise directed by the RPR.
As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels.
When embankments are constructed of such material, this material shall be placed in accordance with
requirements for formation of embankments. Any broken concrete or masonry that cannot be used in
construction and all other materials not considered suitable for use elsewhere, shall be disposed of by the
Contractor. Do not leave any discarded materials in windrows or piles adjacent to or within the airport
limits. The manner and location of disposal of materials shall be subject to the approval of the RPR and
shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal
area outside the airport property limits, the Contractor shall obtain and file with the RPR permission in
writing from the property owner for the use of private property for this purpose.
151-2.1.2 Blasting. Blasting shall not be allowed.
151-2.2 Clearing. The Contractor shall clear the staked or indicated area of all materials as indicated on
the plans. Trees unavoidably falling outside the specified clearing limits must be cut up, removed, and
disposed of in a satisfactory manner. To minimize damage to trees that are to be left standing, trees shall be
felled toward the center of the area being cleared. The Contractor shall preserve and protect from injury all
trees not to be removed. The trees, stumps, and brush shall be cut flush with the original ground surface.
The grubbing of stumps and roots will not be required.
Item P-151
Clearing and Grubbing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-151-2 City Project No. 013668
Fences shall be removed and disposed of as directed by the RPR. Fence wire shall be neatly rolled and the
wire and posts stored on the airport if they are to be used again, or stored at a location designated by the
RPR if the fence is to remain the property of a local owner or authority.
151-2.3 Clearing and grubbing. In areas designated to be cleared and grubbed, all stumps, roots, buried
logs, brush, grass, and other unsatisfactory materials as indicated on the plans, shall be removed, except
where embankments exceeding 3-1/2 feet (105 cm) in depth will be constructed outside of paved areas. For
embankments constructed outside of paved areas, all unsatisfactory materials shall be removed, but sound
trees, stumps, and brush can be cut off flush with the original ground and allowed to remain. Tap roots and
other projections over 1-1/2 inches (38 mm) in diameter shall be grubbed out to a depth of at least 18 inches
(0.5 m) below the finished subgrade or slope elevation.
Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished
or removed, and all materials shall be disposed of by removal from the site. The cost of removal is incidental
to this item. The remaining or existing foundations, wells, cesspools, and like structures shall be destroyed
by breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least
2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable
material that cannot be used in backfill shall be removed and disposed of at the Contractor’s expense. The
holes or openings shall be backfilled with acceptable material and properly compacted.
All holes in embankment areas remaining after the grubbing operation shall have the sides of the holes
flattened to facilitate filling with acceptable material and compacting as required in Item P-152. The same
procedure shall be applied to all holes remaining after grubbing in areas where the depth of holes exceeds
the depth of the proposed excavation.
METHOD OF MEASUREMENT
151-3.1 The quantities of clearing and grubbing as shown by the limits on the plans shall be the number of
acres (square meters) or fractions thereof of land specifically cleared and grubbed.
BASIS OF PAYMENT
151-4.1 Payment shall be made at the contract unit price per acre (square meter) for clearing and grubbing.
This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and
incidentals necessary to complete the item.
Payment will be made under:
Item P-151-4.1 Clearing and grubbing - per acre (square meter) or fractions thereof
END OF ITEM P-151
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-1 City Project No. 103668
ITEM P-152 EXCAVATION, SUBGRADE, AND EMBANKMENT
DESCRIPTION
152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits
of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as
other areas for drainage, building construction, parking, or other purposes in accordance with these
specifications and in conformity to the dimensions and typical sections shown on the plans.
152-1.2 Classification. All material excavated shall be classified as defined below:
a.Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of
all material, regardless of its nature.
b.Rock excavation. Rock excavation shall include all solid rock in ledges, in bedded deposits, in
unstratified masses, and conglomerate deposits which are so firmly cemented they cannot be
removed without blasting or using rippers. All boulders containing a volume of more than 1/2 cubic
yard (0.4 m3) will be classified as “rock excavation.”
c.Over Excavation. Over-Excavation shall consist of the removal and disposal of deposits of
mixtures of soils and organic matter not suitable for subgrade material. This shall also include
excavation and disposal of material from soft spots encountered in the subgrade. Such over
excavation shall not include material created by the Contractors failure to properly drain the grade
or due to over-application of water during subgrade preparation. This item shall also include the
replacement of the over-excavated material with embankment from excess unclassified excavation
compacted as required and brought to grade. Material suitable may be used for embankment in
areas outside of pavement areas when approved by the RPR. Prior to excavation, areas identified
as unsuitable shall be reviewed and approved by the RPR. Over excavation will be paid under
unclassified excavation. Unsuitable material shall be removed and disposed of off-site.
153-1.3 Unsuitable excavation. Unsuitable material shall be disposed in designated waste areas as shown
on the plans. Materials containing vegetable or organic matter, such as muck, peat, organic silt, or sod
shall be considered unsuitable for use in embankment construction. Material suitable for topsoil may
be used on the embankment slope when approved by the RPR.
CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading, and embankment operations in any area, the area
shall be cleared or cleared and grubbed in accordance with Item P-151.
The suitability of material to be placed in embankments shall be subject to approval by the RPR. All
unsuitable material shall be disposed of in waste areas as shown on the plans. All waste areas shall be
graded to allow positive drainage of the area and adjacent areas. The surface elevation of waste areas shall
be specified on the plans or approved by the RPR.
When the Contractor’s excavating operations encounter artifacts of historical or archaeological
significance, the operations shall be temporarily discontinued and the RPR notified per Section 70,
paragraph 70-20. At the direction of the RPR, the Contractor shall excavate the site in such a manner as to
preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra
work.
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-2 City Project No. 103668
Areas outside the limits of the pavement areas where the top layer of soil has become compacted by hauling
or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), to loosen and
pulverize the soil. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will
not be permitted in the top 6 inches (150 mm) of the subgrade.
If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or
similar underground structures, the Contractor shall be responsible for and shall take all necessary
precautions to preserve them or provide temporary services. When such facilities are encountered, the
Contractor shall notify the RPR, who shall arrange for their removal if necessary. The Contractor, at their
own expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may
result from any of the Contractor’s operations during the period of the contract.
a. Blasting. Blasting shall not be allowed.
152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor
and the RPR has obtained from the Contractor, the survey notes of the elevations and measurements of the
ground surface. The Contractor and RPR shall agree that the original ground lines shown on the original
topographic mapping are accurate, or agree to any adjustments made to the original ground lines.
Digital terrain model (DTM) files of the existing surfaces, finished surfaces and other various surfaces were
used to develop the design plans.
Volumetric quantities were calculated by comparing DTM files of the applicable design surfaces and
generating Triangle Volume Reports. Electronic copies of DTM files and a paper copy of the original
topographic map will be issued to the successful bidder.
Existing grades on the design cross sections or DTM’s, where they do not match the locations of actual spot
elevations shown on the topographic map, were developed by computer interpolation from those spot
elevations. Prior to disturbing original grade, Contractor shall verify the accuracy of the existing ground
surface by verifying spot elevations at the same locations where original field survey data was obtained as
indicated on the topographic map. Contractor shall recognize that, due to the interpolation process, the
actual ground surface at any particular location may differ somewhat from the interpolated surface shown
on the design cross sections or obtained from the DTM’s. Contractor's verification of original ground
surface, however, shall be limited to verification of spot elevations as indicated herein, and no adjustments
will be made to the original ground surface unless the Contractor demonstrates that spot elevations shown
are incorrect. For this purpose, spot elevations which are within 0.1 foot (30 mm) of the stated elevations
for ground surfaces, or within 0.04 foot (12 mm) for hard surfaces (pavements, buildings, foundations,
structures, etc.) shall be considered “no change”. Only deviations in excess of these will be considered for
adjustment of the original ground surface. If Contractor's verification identifies discrepancies in the
topographic map, Contractor shall notify the RPR in writing at least two weeks before disturbance of
existing grade to allow sufficient time to verify the submitted information and make adjustments to the
design cross sections or DTM’s. Disturbance of existing grade in any area shall constitute acceptance by
the Contractor of the accuracy of the original elevations shown on the topographic map for that area.
All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future
use in areas designated on the plans or by the RPR. All suitable excavated material shall be used in the
formation of embankment, subgrade, or other purposes as shown on the plans. All unsuitable material shall
be disposed of as shown on the plans.
The grade shall be maintained so that the surface is well drained at all times.
When the volume of the excavation exceeds that required to construct the embankments to the grades as
indicated on the plans, the excess shall be used to grade the areas of ultimate development or disposed as
directed by the RPR. When the volume of excavation is not sufficient for constructing the embankments to
the grades indicated, the deficiency shall be obtained from borrow areas.
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-3 City Project No. 103668
a. Selective grading. When selective grading is indicated on the plans, the more suitable material
designated by the RPR shall be used in constructing the embankment or in capping the pavement subgrade.
If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled
in approved areas until it can be placed. The more suitable material shall then be placed and compacted as
specified. Selective grading shall be considered incidental to the work involved. The cost of stockpiling and
placing the material shall be included in the various pay items of work involved.
b. Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety
areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of
12 inches (300 mm) below the subgrade or to the depth specified by the RPR. Muck, peat, matted roots, or
other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified.
Unsuitable materials shall be disposed off the airport. The cost is incidental to this item. The excavated
area shall be backfilled with suitable material obtained from the grading operations or borrow areas and
compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where
rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained
in accordance with the details shown on the plans. Undercutting will be paid as “Rock Excavation.”
c. Over-break. Over-break, including slides, is that portion of any material displaced or loosened
beyond the finished work as planned or authorized by the RPR. All over-break shall be graded or removed
by the Contractor and disposed of as directed by the RPR. The RPR shall determine if the displacement of
such material was unavoidable and their own decision shall be final. Payment will not be made for the
removal and disposal of over-break that the RPR determines as avoidable. Unavoidable over-break will be
classified as “Unclassified Excavation.”
d. Removal of utilities. The removal of existing structures and utilities required to permit the orderly
progress of work will be accomplished by the Contractor as indicated on the plans. All existing foundations
shall be excavated at least 2 feet (60 cm) below the top of subgrade or as indicated on the plans, and the
material disposed of as directed by the RPR. All foundations thus excavated shall be backfilled with suitable
material and compacted as specified for embankment or as shown on the plans.
152-2.3 Borrow excavation. Borrow areas are not required.
152-2.4 Drainage excavation. Drainage excavation shall consist of excavating drainage ditches including
intercepting, inlet, or outlet ditches; or other types as shown on the plans. The work shall be performed in
sequence with the other construction. Ditches shall be constructed prior to starting adjacent excavation
operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed
in designated waste areas or as directed by the RPR. All necessary work shall be performed true to final
line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the
required cross-section and shall keep them free of debris or obstructions until the project is accepted.
152-2.5 Preparation of cut areas or areas where existing pavement has been removed. In those areas
on which a subbase or base course is to be placed, and the material will not be lime-treated, the top 12
inches (300 mm) of subgrade shall be compacted to not less than 100% of maximum density for non-
cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D1557. As used
in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI) of less than 3 as
determined by ASTM D4318. If the “cohesive” soils are determined to be expansive, subgrade shall be
compacted to not less than 95% of maximum density for cohesive soils as determined by ASTM D698.
152-2.6 Preparation of embankment area. All sod and vegetative matter shall be removed from the
surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or
scarifying to a minimum depth of 6 inches (150 mm) and shall then be compacted per paragraph 152-2.10.
Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or
broken up so that the fill material will bond with the existing material. When the subgrade is part fill and
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-4 City Project No. 103668
part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of
12 inches (300 mm) and compacted as specified for the adjacent fill.
No direct payment shall be made for the work performed under this section. The necessary clearing and
grubbing and the quantity of excavation removed will be paid for under the respective items of work.
152-2.7 Control Strip. The first half-day of construction of subgrade and/or embankment shall be
considered as a control strip for the Contractor to demonstrate, in the presence of the RPR, that the materials,
equipment, and construction processes meet the requirements of this specification. The sequence and
manner of rolling necessary to obtain specified density requirements shall be determined. The maximum
compacted thickness may be increased to a maximum of 12 inches (300 mm) upon the Contractor’s
demonstration that approved equipment and operations will uniformly compact the lift to the specified
density. The RPR must witness this demonstration and approve the lift thickness prior to full production.
Control strips that do not meet specification requirements shall be reworked, re-compacted, or removed and
replaced at the Contractor’s expense. Full operations shall not begin until the control strip has been accepted
by the RPR. The Contractor shall use the same equipment, materials, and construction methods for the
remainder of construction, unless adjustments made by the Contractor are approved in advance by the RPR.
152-2.8 Formation of embankments. The material shall be constructed in lifts as established in the control
strip, but not less than 6 inches (150 mm) nor more than 12 inches (300 mm) of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the construction
procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests
verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest
any material placed which does not meet the specifications.
The lifts shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by
the RPR. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be
incorporated or buried in the embankment.
Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained due to
rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in
the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on
surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment
to provide surface drainage at all times.
The material in each lift shall be within ±2% of optimum moisture content before rolling to obtain the
prescribed compaction. The material shall be moistened or aerated as necessary to achieve a uniform
moisture content throughout the lift. Natural drying may be accelerated by blending in dry material or
manipulation alone to increase the rate of evaporation.
The Contractor shall make the necessary corrections and adjustments in methods, materials or moisture
content to achieve the specified embankment density.
The RPR will take samples of excavated materials which will be used in embankment for testing and
develop a Moisture-Density Relations of Soils Report (Proctor) in accordance with ASTM D 1557. A new
Proctor shall be developed for each soil type based on visual classification.
Density tests will be taken by the RPR for every 3,000 square yards of compacted embankment for each
lift which is required to be compacted, or other appropriate frequencies as determined by the RPR.
If the material has greater than 30% retained on the 3/4-inch (19.0 mm) sieve, follow AASHTO T-180
Annex Correction of maximum dry density and optimum moisture for oversized particles.
Rolling operations shall be continued until the embankment is compacted to not less than 100% of
maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined
by ASTM D1557. Under all areas to be paved, the embankments shall be compacted to a depth of 12
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-5 City Project No. 103668
inches and to a density of not less than 95% percent of the maximum density as determined by ASTM
D1557. As used in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI)
of less than 3 as determined by ASTM D4318.
The in-place field density shall be determined in accordance with ASTM 6938 using Procedure A, the direct
transmission method, and ASTM D6938 shall be used to determine the moisture content of the material.
The machine shall be calibrated in accordance with ASTM D6938. The RPR shall perform all density tests.
If the specified density is not attained, the area represented by the test or as designated by the RPR shall be
reworked and/or re-compacted and additional random tests made. This procedure shall be followed until
the specified density is reached.
Compaction areas shall be kept separate, and no lift shall be covered by another lift until the proper density
is obtained.
During construction of the embankment, the Contractor shall route all construction equipment evenly over
the entire width of the embankment as each lift is placed. Lift placement shall begin in the deepest portion
of the embankment fill. As placement progresses, the lifts shall be constructed approximately parallel to
the finished pavement grade line.
When rock, concrete pavement, asphalt pavement, and other embankment material are excavated at
approximately the same time as the subgrade, the material shall be incorporated into the outer portion of
the embankment and the subgrade material shall be incorporated under the future paved areas. Stones,
fragmentary rock, and recycled pavement larger than 4 inches (100 mm) in their greatest dimensions will
not be allowed in the top 12 inches (300 mm) of the subgrade. Rockfill shall be brought up in lifts as
specified or as directed by the RPR and the finer material shall be used to fill the voids forming a dense,
compact mass. Rock, cement concrete pavement, asphalt pavement, and other embankment material shall
not be disposed of except at places and in the manner designated on the plans or by the RPR.
When the excavated material consists predominantly of rock fragments of such size that the material cannot
be placed in lifts of the prescribed thickness without crushing, pulverizing or further breaking down the
pieces, such material may be placed in the embankment as directed in lifts not exceeding 2 feet (60 cm) in
thickness. Each lift shall be leveled and smoothed with suitable equipment by distribution of spalls and
finer fragments of rock. The lift shall not be constructed above an elevation 4 feet (1.2 m) below the finished
subgrade.
There will be no separate measurement of payment for compacted embankment. All costs incidental to
placing in lifts, compacting, discing, watering, mixing, sloping, and other operations necessary for
construction of embankments will be included in the contract price for excavation, borrow, or other items.
152-2.9 Proof rolling. The purpose of proof rolling the subgrade is to identify any weak areas in the
subgrade and not for compaction of the subgrade. Before start of embankment and after compaction is
completed, the subgrade area shall be proof rolled with a 20 ton (18.1 metric ton) Tandem axle Dual Wheel
Dump Truck loaded to the legal limit with tires inflated to the maximum rated pressure in the presence of
the RPR. Apply a minimum of 50% coverage, or as specified by the RPR, under pavement areas. A
coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that
deflect more than 1 inch (25 mm) or show permanent deformation greater than 1 inch (25 mm) shall be
removed and replaced with suitable material or reworked to conform to the moisture content and
compaction requirements in accordance with these specifications. Removal and replacement of soft areas
is incidental to this item.
152-2.10 Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth
of 12 inches (300 mm) and to a density of not less than 100 percent of the maximum dry density as
determined by ASTM D1557. The subgrade in areas outside the limits of the pavement areas shall be
compacted to a depth of 12 inches (300 mm) and to a density of not less than 95 percent of the maximum
density as determined by ASTM D698.
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-6 City Project No. 103668
The material to be compacted shall be within ±2% of optimum moisture content before being rolled to
obtain the prescribed compaction (except for expansive soils). When the material has greater than 30
percent retained on the ¾ inch (19.0 mm) sieve, follow the methods in ASTM D1557 . Tests for moisture
content and compaction will be taken at a minimum of 200 S.Y. of subgrade. All quality assurance testing
shall be done by the RPR.
The in-place field density shall be determined in accordance with ASTM D6938 using Procedure A, the
direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the
material. The machine shall be calibrated in accordance with ASTM D6938 within 12 months prior to its
use on this contract. The gage shall be field standardized daily.
Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified.
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.
All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the
plans or as directed by the RPR and the finished subgrade shall be maintained.
152-2.11 Finishing and protection of subgrade. Finishing and protection of the subgrade is incidental to
this item. Grading and compacting of the subgrade shall be performed so that it will drain readily. All low
areas, holes or depressions in the subgrade shall be brought to grade. Scarifying, blading, rolling and other
methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades
shown on the plans. All ruts or rough places that develop in the completed subgrade shall be graded, re-
compacted, and retested. The Contractor shall protect the subgrade from damage and limit hauling over the
finished subgrade to only traffic essential for construction purposes.
The Contractor shall maintain the completed course in satisfactory condition throughout placement of
subsequent layers. No subbase, base, or surface course shall be placed on the subgrade until the subgrade
has been accepted by the RPR.
152-2.12 Haul. All hauling will be considered a necessary and incidental part of the work. The Contractor
shall include the cost in the contract unit price for the pay of items of work involved. No payment will be
made separately or directly for hauling on any part of the work.
The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or to the
subgrade as a result of hauling operations. Any damage caused as a result of the Contractor's hauling
operations shall be repaired at the Contractor's expense.
The Contractor shall be responsible for providing, maintaining and removing any haul roads or routes
within or outside of the work area, and shall return the affected areas to their former condition, unless
otherwise authorized in writing by the Owner. No separate payment will be made for any work or materials
associated with providing, maintaining and removing haul roads or routes.
152-2.13 Surface Tolerances. In those areas on which a subbase or base course is to be placed, the surface
shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required
smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75
mm), reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and
approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence
of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s
expense.
a. Smoothness. The finished surface shall not vary more than +/- ½ inch (12 mm) when tested with
a 12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The
straightedge shall be moved continuously forward at half the length of the 12-foot (3.7-m)
straightedge for the full length of each line on a 50-foot (15-m) grid.
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-7 City Project No. 103668
b. Grade. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within +/-
0.05 feet (15 mm) of the specified grade.
On safety areas, turfed areas and other designated areas within the grading limits where no subbase or base
is to placed, grade shall not vary more than 0.10 feet (30 mm) from specified grade. Any deviation in excess
of this amount shall be corrected by loosening, adding or removing materials, and reshaping.
152-2.14 Topsoil. When topsoil is specified or required as shown on the plans or under Item T-905, it shall
be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-
905.If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished
construction, the material shall be stockpiled at approved locations. Stockpiles shall be located as shown
on the plans and the approved CSPP and shall not be placed on areas that subsequently will require any
excavation or embankment fill. If, in the judgment of the RPR, it is practical to place the salvaged topsoil
at the time of excavation or stripping, the material shall be placed in its final position without stockpiling
or further re-handling.
Upon completion of grading operations, stockpiled topsoil shall be handled and placed as shown on the
plans and as required in Item T-905. Topsoil shall be paid for as provided in Item T-905. No direct
payment will be made for topsoil under Item P-152.
METHOD OF MEASUREMENT
152-3.1 Measurement for payment specified by the cubic yard (cubic meter) shall be computed by the
comparison of digital terrain model (DTM) surfaces for computation of neat line design quantities.
152-3.2 The quantity of unclassified excavation, over excavation, and unsuitable excavation to be paid for
shall be the number of cubic yards (cubic meters) measured in its original position. Measurement shall not
include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity
of material used for purposes other than those directed.
152-3.3 The quantity of rock excavation to be paid for shall be the number of cubic yards (cubic meters)
measured in its original position. Measurement shall not include the quantity of materials excavated without
authorization beyond normal slope lines, or the quantity of material used for purposes other than those
directed.
BASIS OF PAYMENT
152-4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard (cubic
meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and
incidentals necessary to complete the item.
152-4.2 Rock excavation payment shall be made at the contract unit price per cubic yard (cubic meter).
This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Item P-152-4.1 Unclassified Excavation - per cubic yard (cubic meter)
Item P-152-4.2 Rock Excavation – per cubic yard (cubic meter)
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-8 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO T-180 Standard Method of Test for Moisture-Density Relations of Soils Using a
4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop
ASTM International (ASTM)
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by
the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil
and Soil-Aggregate by Nuclear Methods (Shallow Depth)
Advisory Circulars (AC)
AC 150/5370-2 Operational Safety on Airports During Construction Software
Software
FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design
U.S. Department of Transportation
FAA RD-76-66 Design and Construction of Airport Pavements on Expansive Soils
END OF ITEM P-152
Item P-152
Excavation, Subgrade, and Embankment
Item P-152
Excavation, Subgrade, and Embankment
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-152-9 City Project No. 103668
Page Intentionally Blank
Item P-153
Controlled Low-Strength Material (CLSM)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-153-1 City Project No. 103668
ITEM P-153 CONTROLLED LOW-STRENGTH MATERIAL (CLSM)
DESCRIPTION
153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low-strength material
(CLSM) as flowable backfill in trenches or at other locations shown on the plans or as directed by the
Resident Project Representative (RPR).
MATERIALS
153-2.1 Materials.
a. Cement. Cement shall conform to the requirements of ASTM C 150 Type I/II or ASTM C595
Type IL, IS, IT, or IP
b. Fly ash. Fly ash shall conform to ASTM C618, Class C or F.
c. Fine aggregate (sand). Fine aggregate shall conform to the requirements of ASTM C33 except for
aggregate gradation. Any aggregate gradation which produces the specified performance characteristics of
the CLSM and meets the following requirements, will be accepted.
Sieve Size Percent Passing by weight
3/4 inch (19.0 mm) 100
No. 200 (75 µm) 0 - 12
d. Water. Water used in mixing or curing shall be from potable water sources. Other sources shall be
tested in accordance with ASTM C1602 prior to use.
MIX DESIGN
153-3.1 Proportions. The Contractor shall submit, to the RPR, a mix design including the proportions and
source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM mixture shall be produced
for payment until the RPR has given written approval of the proportions. The proportions shall be prepared
by a laboratory and shall remain in effect for the duration of the project. The proportions shall establish a
single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed. Laboratory
costs are incidental to this item.
a. Compressive strength. CLSM shall be designed to achieve a 28-day compressive strength of 100
to 200 psi (690 to 1379 kPa) when tested in accordance with ASTM D4832, with no significant strength
gain after 28 days.
b. Consistency. Design CLSM to achieve a consistency that will produce an approximate 8-inch (200
mm) diameter circular-type spread without segregation. CLSM consistency shall be determined per ASTM
D6103.
CONSTRUCTION METHODS
153-4.1 Placement.
a. Placement. CLSM may be placed by any reasonable means from the mixing unit into the space to
be filled. Agitation is required during transportation and waiting time. Placement shall be performed so
Item P-153
Controlled Low-Strength Material (CLSM)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-153-2 City Project No. 103668
structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas
is avoided. The material shall be brought up uniformly to the fill line shown on the plans or as directed by
the RPR. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in
more than one lift, the base lift shall be free of surface water and loose foreign material prior to placement
of the next lift.
b. Contractor Quality Control. The Contractor shall collect all batch tickets to verify the CLSM
delivered to the project conforms to the mix design. The Contractor shall verify daily that the CLSM is
consistent with 153-3.1a and 153-3.1b. Adjustments shall be made as necessary to the proportions and
materials as needed. The Contractor shall provide all batch tickets to the RPR.
c. Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may
begin when the air or ground temperature is at least 35°F (2°C) and rising. Mixing and placement shall stop
when the air temperature is 40°F (4°C) and falling or when the anticipated air or ground temperature will
be 35°F (2°C) or less in the 24-hour period following proposed placement. At the time of placement, CLSM
shall have a temperature of at least 40°F (4°C).
153-4.2 Curing and protection
a. Curing. The air in contact with the CLSM shall be maintained at temperatures above freezing for a
minimum of 72 hours. If the CLSM is subjected to temperatures below 32°F (0°C), the material may be
rejected by the RPR if damage to the material is observed.
b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction
activities for a period of 48 hours or until a compressive strength of 15 psi (105 kPa) is obtained. The
Contractor shall be responsible for providing evidence to the RPR that the material has reached the desired
strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph
153-3.1a.
153-4.3 Quality Assurance (QA) Acceptance. CLSM QA acceptance shall be based upon batch tickets
provided by the Contractor to the RPR to confirm that the delivered material conforms to the mix design.
METHOD OF MEASUREMENT
153-5.1 Measurement.
No separate measurement for payment shall be made for controlled low strength material (CLSM). CLSM
shall be considered necessary and incidental to the work of this Contract.
BASIS OF PAYMENT
153-6.1 Payment.
No payment will be made separately or directly for controlled low strength material (CLSM). CLSM shall
be considered necessary and incidental to the work of this Contract.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C33 Standard Specification for Concrete Aggregates
Item P-153
Controlled Low-Strength Material (CLSM)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-153-3 City Project No. 103668
ASTM C150 Standard Specification for Portland Cement
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C595 Standard Specification for Blended Hydraulic Cements
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low-
Strength Material (CLSM) Test Cylinders
ASTM D6103 Flow Consistency of Controlled Low Strength Material (CLSM)
END OF ITEM P-153
Item P-153
Controlled Low-Strength Material (CLSM)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-153-4 City Project No. 103668
Page Intentionally Blank
Item P-155
Lime-Treated Subgrade
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-1 City Project No. 103668
ITEM P-155 LIME-TREATED SUBGRADE
DESCRIPTION
155-1.1 This item shall be used for soil modification that require strength gain to a specific level. This item
shall consist of constructing one or more courses of a mixture of soil, lime, and water in accordance with
this specification, and in conformity with the lines, grades, thicknesses, and typical cross-sections shown
on the plans.
MATERIALS
155-2.1 Lime. Quicklime, hydrated lime, and either high-calcium dolomitic, or magnesium lime, as defined
by ASTM C51, shall conform to the requirements of ASTM C977. Lime not produced from calcining
limestone is not permitted.
155-2.2 Commercial lime slurry. Commercial lime slurry shall be a pumpable suspension of solids in
water. The water or liquid portion of the slurry shall not contain dissolved material injurious or
objectionable for the intended purpose. The solids portion of the mixture, when considered on the basis of
“solids content,” shall consist principally of hydrated lime of a quality and fineness sufficient to meet the
following chemical composition and residue requirements.
a. Chemical composition. The “solids content” of the lime slurry shall consist of a minimum of 70%,
by weight, of calcium and magnesium oxides.
b. Residue. The percent by weight of residue retained in the “solids content” of lime slurry shall
conform to the following requirements:
·Residue retained on a No. 6 (3.35 µm) sieve = maximum 0.0%
·Residue retained on a No. 10 (2.00 µm) sieve = maximum 1.0%
·Residue retained on a No. 30 (600 µm) sieve = maximum 2.5%
c. Grade. Commercial lime slurry shall conform to one of the following two grades:
·Grade 1. The “dry solids content” shall be at least 31% by weight, of the slurry.
·Grade 2. The “dry solids content” shall be at least 35%, by weight, of the slurry.
155-2.3 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall
be tested in accordance with ASTM C1602 prior to use.
155-2.4 Soil. The soil for this work shall consist of on-site materials free of roots, sod, weeds, and stones
larger than 2-1/2 inches (60 mm) and have a sulfate content of less than 0.3%.
COMPOSITION
155-3.1 Soil-lime mixture. Lime shall be applied at a minimum 8% dry unit weight of soil for the depth
of subgrade treatment as shown on the plans.
155-3.2 Tolerances. At final compaction, the lime and water content for each course of subgrade
treatment shall conform to the following tolerances:
Item P-155
Lime-Treated Subgrade
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-2 City Project No. 103668
Tolerances
Material Tolerance
Lime + 0.5%
Water + 2%, -0%
WEATHER LIMITATIONS
155-4.1 Weather limitation. Subgrade shall not be constructed when weather conditions detrimentally
affect the quality of the materials. Lime shall not be applied unless the air temperature is at least 40°F (4°C)
and rising. Lime shall not be applied to soils that are frozen or contain frost. Protect completed lime-treated
areas by approved methods against the detrimental effects of freezing if the air temperature falls below
35°F (2°C). Remove and replace any damaged portion of the completed soil-lime treated area with new
soil-lime material in accordance with this specification.
EQUIPMENT
155-5.1 Equipment. All equipment necessary to grade, scarify, spread, mix and compact the material shall
be provided. The Resident Project Representative (RPR) must approve the Contractor’s proposed
equipment prior to the start of the treatment.
CONSTRUCTION METHODS
155-6.1 General. This specification is to construct a subgrade consisting of a uniform lime mixture which
shall be free from loose or segregated areas. The subgrade shall be of uniform density and moisture content,
well mixed for its full depth, and have a smooth surface suitable for placing subsequent lifts. The Contractor
shall be responsible to meet the above requirements.
Prior to any treatment, the subgrade shall be constructed as specified in Item P-152, Excavation, Subgrade
and Embankment, and shaped to conform to the typical sections, lines, and grades as shown on the plans.
The mixing equipment must give visible indication at all times that it is cutting, pulverizing and mixing the
material uniformly to the proper depth over the full width of the cut.
155-6.2 Application. Lime shall be uniformly spread only over an area where the initial mixing operations
can be completed during the same work day. Lime shall not be applied when wind conditions are
detrimental to proper application. A motor grader shall not be used to spread the lime. Adequate moisture
shall be added to the cement/soil mixture to maintain the proper moisture content. Materials shall be
handled, stored, and applied in accordance with all federal, state, and local requirements.
155-6.3 Mixing. The mixing procedure shall be as described below:
a. Preliminary mixing. The full depth of the treated subgrade shall be mixed with an approved mixing
machine. Lime shall not be left exposed for more than six (6) hours. The mixing machine shall make two
coverages. Water shall be added to the subgrade during mixing to provide a moisture content approximately
3% to 5% above the optimum moisture of the material and to ensure chemical reaction of the lime and
subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation
of moisture. The water content of the subgrade mixture shall be maintained at a moisture content above the
optimum moisture content for a minimum of 4 to 24 hours or until the material becomes friable. During the
mellowing period, the material shall be sprinkled as directed by the RPR.
Item P-155
Lime-Treated Subgrade
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-3 City Project No. 103668
b. Final mixing. After the required mellowing time, the material shall be uniformly mixed by approved
methods. Any clods shall be reduced in size by blading, discing, harrowing, scarifying, or by the use of
other approved pulverization methods. After curing, pulverize lime treated material until 100% of soil
particles pass a 1-inch (25.0 mm) sieve and 60% pass the No. 4 (4.75 mm) sieve when tested dry by
laboratory sieves. If resultant mixture contains clods, reduce their size by scarifying, remixing, or
pulverization to meet specified gradation.
155-6.4 Control Strip. The first half-day of construction shall be considered the control strip. The
Contractor shall demonstrate, in the presence of the RPR, that the materials, equipment, and construction
processes meet the requirements of the specification. The sequence and manner of rolling necessary to
obtain specified density requirements shall be determined. Control strips that do not meet specification
requirements shall be reworked, re-compacted, or removed and replaced at the Contractor’s expense. Full
operations shall not continue until the control strip has been accepted by the RPR. Upon acceptance of the
control strip by the RPR, the Contractor shall use the same equipment, materials, and construction methods
for the remainder of construction, unless adjustments made by the Contractor are approved in advance by
the RPR.
155-6.5 Treatment Application and Depth Checks. The depth and amount of stabilization shall be
measured by the Contractor with no less than 2 tests per day of material placed; test shall be witnessed by
the RPR. Measurements shall be made in test holes excavated to show the full depth of mixing and the pH
checked by spraying the side of the test hole with a pH indicator such as phenolphthalein. Phenolphthalein
changes from clear to red between pH 8.3 and 10. The color change indicates the location of the bottom of
the mixing zone. pH indicators other than phenolphthalein can be used to measure pH levels. If the pH is
not at least 8.3 and/or if the depth of the treated subgrade is more than 1/2 inch (12 mm) deficient, additional
lime treatment shall be added and the material remixed. The Contractor shall correct all such areas in a
manner satisfactory to the RPR.
155-6.6 Compaction. Compaction of the mixture shall immediately follow the final mixing operation with
the mixture compacted within 1 to 4 hours after final mixing. The material shall be at the moisture content
specified in paragraph 155-3.2 during compaction. The field density of the compacted mixture shall be at
least 95% of the maximum density as specified in paragraph 155-6.10. Perform in-place density test to
determine degree of compaction between 24 and 72 hours after final compaction and the 24-hour moist
cure period. If the material fails to meet the density requirements, it shall be reworked to meet the density
requirements. Maximum density refers to maximum dry density at optimum moisture content unless
otherwise specified.
155-6.7 Finishing and curing. After the final lift or course of lime-treated subgrade has been compacted,
it shall be brought to the required lines and grades in accordance with the typical sections. The completed
section shall then be finished by rolling, as directed by the RPR, with a pneumatic or other suitable roller
sufficiently light to prevent hairline cracking. The finished surface shall not vary more than 1/2-inch (12
mm) when tested with a 12-foot (3.7 m) straightedge applied parallel with and at right angles to the
pavement centerline. Any variations in excess of this tolerance shall be corrected by the Contractor at the
Contractor’s expense in a manner satisfactory to the RPR.
The completed section shall be moist-cured for a minimum of seven (7) days before further courses are
added or any traffic is permitted, unless otherwise directed by the RPR. The final lift should not be exposed
for more than 14 days without protection or the placement of a base course material.
155-6.8 Maintenance. The Contractor shall protect and maintain the lime-treated subgrade from yielding
until the lime-treated subgrade is covered by placement of the next lift. When material has been exposed to
excessive rain, snow, or freeze-thaw conditions, prior to placement of additional material, the Contractor
shall verify that materials still meets all specification requirements. The maintenance cost shall be incidental
to this item.
Item P-155
Lime-Treated Subgrade
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-4 City Project No. 103668
155-6.9 Surface tolerance. In those areas on which a subbase or base course is to be placed, the surface
shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required
smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75
mm), reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and
approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence
of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s
expense.
a. Smoothness. The finished surface shall not vary more than +/- ½ inch (12 mm) when tested with a
12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge
shall be moved continuously forward at half the length of the 12-foot (3.7-m) straightedge for the full length
of each line on a 50-foot (15-m) grid.
b. Grade. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within +/-0.05
feet (15 mm) of the specified grade.
155-6.10 Acceptance sampling and testing. The lime treated subgrade shall be accepted for density and
thickness on an area basis. Testing frequency shall be a minimum of one compaction and thickness test per
200 square yards (170 square meters) of lime treated subgrade, but not less than four (4) tests per day of
production. Sampling locations will be determined on a random basis per ASTM D3665.
a. Density. All testing shall be done by the RPR.
The field density of the compacted mixture shall be at least 95% of the maximum density of laboratory
specimens prepared from samples taken from the material in place. The specimens shall be compacted and
tested in accordance with ASTM D698 to determine maximum density and optimum moisture content. The
in-place field density shall be determined in accordance with ASTM D6938, Procedure A, direct
transmission method. If the material fails to meet the density requirements, the area represented by the
failed test shall be reworked to meet the density requirements. Maximum density refers to maximum dry
density at optimum moisture content unless otherwise specified.
b. Thickness. The thickness of the course shall be within +0 and -1/2 inch (12 mm) of the specified
thickness as determined by depth tests taken by the Contractor in the presence of the RPR for each area.
Where the thickness is deficient by more than 1/2-inch (12 mm), the Contractor shall correct such areas at
no additional cost The Contractor shall replace, at his expense, material where depth tests have been taken.
155-6.11 Handling and safety. The Contractor shall obtain and enforce the lime supplier’s instructions for
proper safety and handling of the lime to prevent physical eye or skin contact with lime during transport or
application.
METHOD OF MEASUREMENT
155-7.1 Lime-treated subgrade shall be paid for by the square yard (square meter) in the completed and
accepted work.
155-7.2 Lime shall be paid by the number of tons (kg) of Hydrated Lime applied at the application rate
specified in paragraph 155-3.1.
a. Hydrated lime delivered to the project in dry form will be measured according to the actual tonnage
either spread on the subgrade or batched on site into a slurry, whichever is applicable.
b. Quicklime delivered to the project in dry form will be measured for payment on the basis of the tons
of equivalent hydrated lime using the following formula:
Equivalent Hydrated Lime (Ca(OH)2) = Total Quicklime (CaO) × 1.32
Item P-155
Lime-Treated Subgrade
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-5 City Project No. 103668
c. Lime delivered to the project in slurry form will be measured for payment in tons, dry weight of
hydrated lime or equivalent hydrated lime in accordance with paragraph b above.
BASIS OF PAYMENT
155-8.1 Payment shall be made at the contract unit price per square yard (square meter) for the lime-treated
subgrade at the thickness specified. The price shall be full compensation for furnishing all material, except
the lime, and for all preparation, delivering, placing and mixing these materials, and all labor, equipment,
tools and incidentals necessary to complete this item.
155-8.2 Payment shall be made at the contract unit price per ton (kg). This price shall be full compensation
for furnishing, delivery, and placing this material.
Payment will be made under:
Item P-155-8.1 Lime-treated subgrade - per square yard (m2)
Item P-155-8.2 Lime - per ton (mt)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C51 Standard Terminology Relating to Lime and Limestone (as used by the
Industry)
ASTM C977 Standard Specification for Quicklime and Hydrated Lime for Soil
Stabilization
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lbf/ft3) (600 kN-m/m3)
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the
Sand-Cone Method
ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes
(Unified Soil Classification System)
ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods (Shallow Depth)
Software
FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design
END OF ITEM P-155
Item P-155
Lime-Treated Subgrade
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-155-6 City Project No. 103668
Page Intentionally Blank
Item P-209
Crushed Aggregate Base Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-209-1 City Project No. 103668
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
DESCRIPTION
209-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared
course in accordance with these specifications and in conformity to the dimensions and typical cross-
sections shown on the plans.
MATERIALS
209-2.1 Crushed aggregate base. Crushed aggregate shall consist of clean, sound, durable particles of
crushed stone, crushed gravel, and shall be free from coatings of clay, silt, organic material, clay lumps or
balls or other deleterious materials or coatings. The method used to produce the crushed gravel shall result
in the fractured particles in the finished product as consistent and uniform as practicable. Fine aggregate
portion, defined as the portion passing the No. 4 (4.75 mm) sieve shall consist of fines from the coarse
aggregate crushing operation. The fine aggregate shall be produced by crushing stone, gravel, that meet the
coarse aggregate requirements for wear and soundness. Aggregate base material requirements are listed in
the following table.
Crushed Aggregate Base Material Requirements
Material Test Requirement Standard
Coarse Aggregate
Resistance to Degradation Loss: 45% maximum ASTM C131
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
12% maximum using Sodium sulfate - or -
18% maximum using magnesium sulfate
ASTM C88
Percentage of Fractured
Particles
Minimum 90% by weight of particles with at least
two fractured faces and 98% with at least one
fractured face1
ASTM D5821
Flat Particles, Elongated
Particles, or Flat and
Elongated Particles
10% maximum, by weight, of flat, elongated, or flat
and elongated particles 2
ASTM D4791
Clay lumps and friable
particles
Less than or equal to 3 percent ASTM C142
Fine Aggregate
Liquid limit Less than or equal to 25 ASTM D4318
Plasticity Index Not more than five (5) ASTM D4318
1 The area of each face shall be equal to at least 75% of the smallest mid-sectional area of the piece. When two
fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as
two fractured faces.
2 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having
a ratio of length to width greater than five (5).
209-2.2 Gradation requirements. The gradation of the aggregate base material shall meet the requirements
of the gradation given in the following table when tested per ASTM C117 and ASTM C136. The gradation
Item P-209
Crushed Aggregate Base Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-209-2 City Project No. 103668
shall be well graded from coarse to fine and shall not vary from the lower limit on one sieve to the high
limit on an adjacent sieve or vice versa.
Gradation of Aggregate Base
Sieve Size Design Range
Percentage by Weight
passing
Contractor’s Final
Gradation
Job Control Grading Band
Tolerances1
(Percent)
2 inch
(50 mm)
100 0
1-1/2 inch
(37.5 mm)
95-100 ±5
1 inch
(25.0 mm)
70-95 ±8
3/4 inch
(19.0 mm)
55-85 ±8
No. 4
(4.75 mm)
30-60 ±8
No. 402
(425 µm)
10-30 ±5
No. 2002
(75 µm)
0-10 ±3
1 The “Job Control Grading Band Tolerances for Contractor’s Final Gradation” in the table shall be applied to
“Contractor’s Final Gradation” to establish a job control grading band. The full tolerance still applies if
application of the tolerances results in a job control grading band outside the design range.
2 The fraction of material passing the No 200 (75 µm) sieve shall not exceed two-thirds the fraction passing the
No 40 (425 µm) sieve.
209-2.3 Sampling and Testing.
a. Aggregate base materials. The Contractor shall take samples of the aggregate base in accordance
with ASTM D75 to verify initial aggregate base requirements and gradation. Material shall meet the
requirements in paragraph 209-2.1. This sampling and testing will be the basis for approval of the aggregate
base quality requirements.
b. Gradation requirements. The Contractor shall take at least two aggregate base samples per day in
the presence of the Resident Project Representative (RPR) to check the final gradation. Sampling shall be
per ASTM D75. Material shall meet the requirements in paragraph 209-2.2. The samples shall be taken
from the in-place, un-compacted material at sampling points and intervals designated by the RPR.
209-2.4 Separation Geotextile. Not used.
CONSTRUCTION METHODS
209-3.1 Control strip. The first half-day of construction shall be considered the control strip. The
Contractor shall demonstrate, in the presence of the RPR, that the materials, equipment, and construction
processes meet the requirements of the specification. The sequence and manner of rolling necessary to
obtain specified density requirements shall be determined. The maximum compacted thickness may be
increased to a maximum of 12 inches (300 mm) upon the Contractor’s demonstration that approved
Item P-209
Crushed Aggregate Base Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-209-3 City Project No. 103668
equipment and operations will uniformly compact the lift to the specified density. The RPR must witness
this demonstration and approve the lift thickness prior to full production.
Control strips that do not meet specification requirements shall be reworked, re-compacted or removed and
replaced at the Contractor’s expense. Full operations shall not continue until the control strip has been
accepted by the RPR. The Contractor shall use the same equipment, materials, and construction methods
for the remainder of construction, unless adjustments made by the Contractor are approved by the RPR.
209-3.2 Preparing underlying subgrade and/or subbase. The underlying subgrade and/or subbase shall
be checked and accepted by the RPR before base course placing and spreading operations begin. Re-proof
rolling of the subgrade or proof rolling of the subbase in accordance with Item P-152, at the Contractor’s
expense, may be required by the RPR if the Contractor fails to ensure proper drainage or protect the
subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, hauling, or
any other cause, shall be corrected before the base course is placed. To ensure proper drainage, the spreading
of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the
pavement with a one-way slope.
209-3.3 Production. The aggregate shall be uniformly blended and, when at a satisfactory moisture content
per paragraph 209-3.5, the approved material may be transported directly to the placement.
209-3.4 Placement. The aggregate shall be placed and spread on the prepared underlying layer by spreader
boxes or other devices as approved by the RPR, to a uniform thickness and width. The equipment shall
have positive thickness controls to minimize the need for additional manipulation of the material. Dumping
from vehicles that require re-handling shall not be permitted. Hauling over the uncompacted base course
shall not be permitted.
The aggregate shall meet gradation and moisture requirements prior to compaction. The base course shall
be constructed in lifts as established in the control strip, but not less than 4 inches (100 mm) nor more than
12 inches (300 mm) of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the construction
procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests
verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest
any material placed which does not meet the specifications at the Contractor’s expense.
209-3.5 Compaction. Immediately after completion of the spreading operations, compact each layer of the
base course, as specified, with approved compaction equipment. The number, type, and weight of rollers
shall be sufficient to compact the material to the required density within the same day that the aggregate is
placed on the subgrade.
The field density of each compacted lift of material shall be at least 100% of the maximum density of
laboratory specimens prepared from samples of the base material delivered to the jobsite. The laboratory
specimens shall be compacted and tested in accordance with ASTM 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 D1557. Maximum density refers to maximum dry density at optimum moisture
content unless otherwise specified.
209-3.6 Weather limitations. Material shall not be placed unless the ambient air temperature is at least
40°F (4°C) and rising. Work on base course shall not be conducted when the subgrade or subbase is wet
or frozen or the base material contains frozen material.
209-3.7 Maintenance. The base course shall be maintained in a condition that will meet all specification
requirements. When material has been exposed to excessive rain, snow, or freeze-thaw conditions, prior to
placement of additional material, the Contractor shall verify that materials still meet all specification
requirements. Equipment may be routed over completed sections of base course, provided that no damage
results and the equipment is routed over the full width of the completed base course. Any damage resulting
Item P-209
Crushed Aggregate Base Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-209-4 City Project No. 103668
to the base course from routing equipment over the base course shall be repaired by the Contractor at the
Contractor’s expense.
209-3.8 Surface tolerances. After the course has been compacted, the surface shall be tested for
smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in
accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75 mm), reshaped and
recompacted to grade until the required smoothness and accuracy are obtained and approved by the RPR.
Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s expense. The
smoothness and accuracy requirements specified here apply only to the top layer when base course is
constructed in more than one layer.
a. Smoothness. The finished surface shall not vary more than 3/8-inch (9 mm) when tested with a 12-
foot (3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge shall
be moved continuously forward at half the length of the 12-foot (3.7-m) straightedge for the full length of
each line on a 50-foot (15-m) grid.
b. Grade. The grade and crown shall be measured on a 50-foot (15-m) grid and shall be within +0
and -1/2 inch (12 mm) of the specified grade.
209-3.9 Acceptance sampling and testing. Crushed aggregate base course shall be accepted for density
and thickness on an area basis. Two tests shall be made for density and thickness for each 300 square yds
(250 m2). Sampling locations will be determined on a random basis per ASTM D3665
a. Density. The RPR shall perform all density tests.
Each area shall be accepted for density when the field density is at least 100% of the maximum density
of laboratory specimens compacted and tested per ASTM 1557. The in-place field density shall be
determined per ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall
be used to determine the moisture content of the material. The machine shall be calibrated in accordance
with ASTM D6938. If the specified density is not attained, the area represented by the failed test must be
reworked and/or recompacted and two additional random tests made. This procedure shall be followed until
the specified density is reached. Maximum density refers to maximum dry density at optimum moisture
content unless otherwise specified.
b. Thickness. Depth tests shall be made by test holes at least 3 inches (75 mm) in diameter that extend
through the base. The thickness of the base course shall be within +0 and -1/2 inch (12 mm) of the specified
thickness as determined by depth tests taken by the Contractor in the presence of the RPR for each area.
Where the thickness is deficient by more than 1/2-inch (12 mm), the Contractor shall correct such areas at
no additional cost by scarifying to a depth of at least 3 inches (75 mm), adding new material of proper
gradation, and the material shall be blended and recompacted to grade. The Contractor shall replace, at his
expense, base material where depth tests have been taken.
METHOD OF MEASUREMENT
209-4.1 The quantity of crushed aggregate base course will be determined by measurement of the number
of square yards (square meters) of material actually constructed and accepted by the RPR as complying
with the plans and specifications. Base materials shall not be included in any other excavation quantities.
BASIS OF PAYMENT
209-5.1 Payment shall be made at the contract unit price per square yard (square meter) for crushed
aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and
placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item.
Item P-209
Crushed Aggregate Base Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-209-5 City Project No. 103668
Payment will be made under:
Item P-209-5.1 Crushed Aggregate Base Course, 21-inch thickness - per square yard
(square meter)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in
Aggregate
ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate
ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in
Mineral Aggregates by Washing
ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3))
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the
Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
ASTM D2167 Standard Test Method for Density and Unit Weight of Soil in Place by the
Rubber Balloon Method
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils
ASTM D4491 Standard Test Methods for Water Permeability of Geotextiles by
Permittivity
ASTM D4643 Standard Test Method for Determination of Water Content of Soil and
Rock by Microwave Oven Heating
ASTM D4751 Standard Test Methods for Determining Apparent Opening Size of a
Geotextile
Item P-209
Crushed Aggregate Base Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-209-6 City Project No. 103668
ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate
ASTM D5821 Standard Test Method for Determining the Percentage of Fractured
Particles in Coarse Aggregate
ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods (Shallow Depth)
ASTM D7928 Standard Test Method for Particle-Size Distribution (Gradation) of Fine-
Grained Soils Using the Sedimentation (Hydrometer) Analysis
American Association of State Highway and Transportation Officials (AASHTO)
M288 Standard Specification for Geosynthetic Specification for Highway
Applications
END OF ITEM P-209
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-1 City Project No. 103668
ITEM P-304 CEMENT-TREATED AGGREGATE BASE COURSE (CTB)
DESCRIPTION
304-1.1 This item shall consist of a cement-treated base (CTB) course composed of mineral aggregate and
cement, uniformly blended and mixed with water. The mixed material shall be spread and shaped with a
mechanical spreader, and compacted with rollers in accordance with these specifications and in
conformance to the lines, grades, dimensions, and cross-sections shown on the plans.
MATERIALS
304-2.1 Aggregate. The aggregate shall be select granular materials, comprised of crushed or uncrushed
gravel and/or stone, or recycled cement concrete. The material shall be free of roots, sod, and weeds. The
crushed or uncrushed aggregate shall consist of hard, durable particles meeting the requirements in the table
below.
Cement Treated Aggregate Base Material Requirements
Material Test Requirement Standard
Coarse Aggregate Portion (retained on the No. 4 (4.75 mm) sieve)
Resistance to Degradation Loss: 40% maximum ASTM C131
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
10% maximum using Sodium sulfate - or -
15% maximum using magnesium sulfate
ASTM C88
Flat Particles, Elongated
Particles, or Flat and
Elongated Particles1
10% maximum, by weight, for fraction retained
on the ½ inch (12.5mm) sieve and 10%
maximum, by weight, for the fraction passing
the 1/2-inch (12.5 mm) sieve
ASTM D4791
Clay lumps and friable
particles
Less than or equal to 3 percent ASTM C142
Fine Aggregate Portion (Passing the No. 40 (425µm) sieve)
Liquid limit Less than or equal to 25 ASTM D4318
Plasticity Index Not more than 6 ASTM D4318
1 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having
a ratio of length to width greater than five (5).
304-2.2 Gradation Requirements. The aggregate shall conform to the gradation(s) shown in the table
below per ASTM C136. A dense, well-graded aggregate blend that meets the requirements of the table
shall be selected by the Contractor and used in the final mix design. The final aggregate blend shall be well
graded from coarse to fine within the limits designated in the table and shall not vary from the low limit on
one sieve to the high limit on adjacent sieves, or vice versa.
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-2 City Project No. 103668
Aggregate Gradation for CTB Material
Sieve Size
Design Range
Percentage by Weight
Passing
Contractor’s Final
Gradation
Job Control Grading
Band Tolerances for
Contractor’s Final
Gradation2
Percent
2 inch (50 mm) 100 ±0
1 inch (25.0 mm) 90-100 ±5
No. 4 (4.75 mm) 45-95 ±8
No. 10 (2.00 mm) 37-80 ±8
No. 40 (425 mm) 15-50 ±5
No. 200 (75 µm) 0–15 ±3
For Contractor quality control, sample the aggregate stockpile in accordance with ASTM D75 and
perform gradation tests in accordance with ASTM C136 a minimum of once per week during production
of CTB.
304-2.3 Sampling and testing.
a. Aggregate base materials. The Contractor shall take samples of the aggregate base stockpile in
accordance with ASTM D75 to verify initial aggregate base requirements and gradation. Material shall
meet the requirements in paragraphs 304-2.1 and 304-2.2. This sampling and testing will be the basis for
approval of the aggregate base quality requirements.
304-2.4 Cement. Cement shall conform to the requirements of ASTM C150, Type I/II or ASTM C595,
Type IP or IL.
304-2.5 Cementitious additives. Pozzolanic and slag cement may be added to the CTB mix. If used, each
material must meet the following requirements:
a. Pozzolan. Pozzolanic materials must meet the requirements of ASTM C618, Class F, or N with the
exception of loss of ignition, where the maximum shall be less than 6%.
b. Slag cement (ground granulated blast furnace (GGBF) slag). Slag shall conform to ASTM C989,
Grade 100, or 120.
304-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall
be tested in accordance with ASTM C1602 prior to use.
304-2.7 Curing materials. Curing material shall be a white-pigmented, liquid membrane-forming
compound conforming to ASTM C309, Type 2, Class A or Class B (wax-based).
304-2.8 Bond Breaker. Choke stone shall be an ASTM C33 Number 89 stone.
304-2.9 Sand blotter. Sand shall be applied, when required, to prevent tracking of the emulsion curing
materials. The sand material shall be clean, dry, and non-plastic.
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-3 City Project No. 103668
COMPOSITION OF MIXTURE
304-3.1 General. The CTB material shall be composed of a mixture of aggregate, cementitious material,
and water. Fly ash or slag cement may be used as a partial replacement for cement.
304-3.2 Mix design. The mix design shall use a cement content that, when tested in the laboratory per
ASTM D1633, produces a 7-day compressive strength between 300 pounds per square inch (2068 kPa)
minimum and 600 pounds per square inch (3447 kPa) maximum. Avoid higher strengths due to potential
to cause shrinkage and reflective cracks.
The mix design shall include a complete list of materials, including type, brand, source, and amount of
cement, fine aggregate, coarse aggregate, water, and cementitious additives.
Should a change be made in aggregate sources or type of cement, or if cementitious additives are added or
deleted from the mix, production of the CTB mix shall be stopped and a new mix design shall be
submitted.
304-3.3 Submittals. At least 30 days prior to the placement of the CTB, the Contractor shall submit certified
test reports to the Resident Project Representative (RPR) for those materials proposed for use during
construction, as well as the mix design information for the CTB material. Tests older than six (6) months
shall not be used. The certification shall show the ASTM or AASHTO specifications or tests for the
material, the name of the company performing the tests, the date of the tests, the test results, and a statement
that the material did or did not comply with the applicable specifications. The submittal package shall
include the following:
a. Source(s) of materials, including aggregate, cement, cementitious additives, curing, and bond-
breaking materials.
b. Physical properties of the aggregates, cement, cementitious additives, curing, and bond-breaking
materials.
c. Mix design:
· Mix identification number
· Aggregate gradation
· Cement content
· Water content
· Cementitious materials content
· Compaction and strength results
· Laboratory compaction characteristics (maximum dry density and optimum moisture content)
· Compressive strength at seven (7) days
No CTB material shall be placed until the submittal is accepted in writing by the RPR.
During production, the Contractor shall submit batch tickets for each delivered load.
EQUIPMENT
304-4.1 Mixing. The mixer shall be a batch or continuous-flow type stationary mixer that produces a well-
blended, uniform mixture of aggregate, cement, water, and pozzolan. The mixer shall be equipped with
calibrated metering and feeding devices that introduce the aggregate, cement, water, and cementitious
additives (if used) into the mixer in the specified quantities.
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-4 City Project No. 103668
The RPR shall have free access to the plant at all times for inspection of the plant’s equipment and operation
and for sampling the CTB mixture.
304-4.2 Hauling. The CTB material shall be transported from the plant to the job site in trucks or other
hauling equipment having beds that are smooth, clean, and tight. Truck bed covers shall be provided and
used to protect the CTB from weather. CTB material that becomes wet during transport shall be rejected.
304-4.3 Placing. CTB material shall be placed with a mechanical spreader capable of receiving, spreading,
and shaping the mixture without segregation into a uniform layer or lift. The equipment shall be equipped
with a strike-off plate and end gates capable of being adjusted to the layer thickness and width.
304-4.4 Compaction. The number, type, and weight of rollers and/or compactors shall be sufficient to
compact the mixture to the required density.
CONSTRUCTION METHODS
304-5.1 Control Strip. The first half-day of construction shall be considered the control strip. The
Contractor shall demonstrate, in the presence of the RPR, that the materials, equipment, and construction
processes meet the requirements of the specification. Control strips that do not meet specification
requirements shall be removed and replaced at the Contractor’s expense. Full operations shall not continue
until the control strip has been accepted by the RPR. Upon acceptance of the control strip by the RPR, the
Contractor shall use the same equipment, materials, and construction methods for the remainder of
construction, unless adjustments made by the Contractor are approved in advance by the RPR.
304-5.2 Weather limitations. The CTB shall not be placed on frozen surfaces or when weather conditions
will detrimentally affect quality of the finished course. Apply cement when the ambient temperature is a
minimum of 40°F (4°C) and rising and aggregate are not frozen or contain frost. If ambient temperature
falls below 40°F (4°C), protect completed CTB areas against freezing.
The Contractor should stop operations prior to and during rain allowing time to cover and protect any
freshly placed material. Areas damaged by rain shall be replaced at the Contractor’s expense.
304-5.3 Maintenance. Completed portions of the cement-stabilized area may be opened to local traffic
provided the curing process is not impaired and to other traffic after the curing period has elapsed, provided
that the cement-stabilized course has hardened sufficiently to prevent surface marring or distortion by
equipment or traffic. Protect finished portions of cement stabilized base from traffic of equipment used in
constructing adjoining sections in a manner to prevent marring or damaging completed work. The CTB
shall be protected from freezing until covered.
304-5.4 Preparation of underlying course. The underlying course shall be checked by the RPR before
placing and spreading operations are started. Prior to placing the material, the final grade should be firm,
moist and free of frost. Use of chemicals to eliminate frost will not be permitted. The underlying course
shall be wetted in advance of placing the CTB layer.
304-5.5 Grade control. Grade control between the edges of the CTB shall be accomplished at intervals of
50 feet (15 m) on the longitudinal grade and at 25 feet (7.5 m) on the transverse grade.
304-5.6 Placing. The CTB mixture shall be deposited on the moistened subgrade or subbase and spread
into a uniform layer of specified width and thickness that, when compacted and trimmed, conforms to the
required line, grade, and cross-section. The longitudinal joints shall be located so there is no offset from
planned joints in any overlying layer. Placement of the material shall begin along the centerline of the
pavement on a crowned section or on the highest elevation contour of a pavement with variable cross slope.
The Contractor shall install the CTB layer in single compacted layer no greater than 6 inches (150 mm)
thick.
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-5 City Project No. 103668
304-5.7 Compaction. All compaction operations shall be completed within 2 hours from the start of
mixing. The field density of the compacted mixture shall be at least 98% of the maximum density in
accordance with paragraph 304-6.1a. At the start of compaction, the moisture content shall be within ±2
percentage points of the specified optimum moisture. Maximum density refers to maximum dry density at
optimum moisture content unless otherwise specified.
304-5.8 Finishing. After compaction, shape the surface of the CTB layer to the specified lines, grades, and
cross-section. During the finishing process, the surface shall be kept moist by means of fog-type sprayers.
Compaction and finishing shall produce a smooth, dense surface, free of ruts, cracks, ridges, and loose
material.
304-5.9 Construction limitations. All placement, compaction, and finishing operations shall be completed
within two (2) hours from the start of mixing. Material not completed within the 2-hour time limit shall be
removed and replaced at the Contractor’s expense.
At the end of each day’s construction and/or when operations are interrupted for more than 30 minutes, a
straight transverse construction joint shall be formed by a header or by cutting back into the compacted
material to form a true vertical face.
Completed portions may be opened to light traffic, if approved by the RPR, and provided the curing is not
impaired.
304-5.10 Curing. The compacted and finished CTB shall be cured with the approved curing agents as soon
as possible, but in no case later than two (2) hours after completion of the finishing operations. Curing
material(s) shall meet the requirements in paragraph 304-2.7. The layer shall be kept moist using a moisture-
retaining cover or a light application of water until the curing material is applied.
The surface of the CTB layer shall be uniformly sprayed with a liquid membrane-forming curing compound
at the rate of one gallon (3.8 liters) to not more than 100 square feet (9.3 m2) to obtain a uniform cover over
the surface. Hand spraying of odd widths or shapes and CTB surfaces exposed by the removal of forms is
permitted.
The curing seal shall be maintained and protected until the pavement is placed. If the surface of the finished
CTB and/or the curing seal becomes damaged, additional curing material shall be applied at the time it is
damaged or when the damage is first observed.
304-5.11 Surface tolerance. The Contractor shall perform smoothness and grade checks in the presence of
the RPR. Any area not meeting smoothness and grade shall be corrected by the Contractor at the
Contractor’s expense.
a. Smoothness. The finished surface shall not vary more than ±3/8-inch (9 mm) when tested with a
12-foot (3.7-m) straightedge applied parallel with and at right angles to the centerline, and moved
continuously forward at half the length of the 12-foot (3.7-m) straightedge for the full length of each line
on a 25-foot (15-m) grid.
b. Grade. The grade shall be measured on a 25-foot (15-m) grid and shall be within +/-0.05 feet (15
mm) of the specified grade.
304-5.12 Bond-breaker. Choke stone per paragraph 304-2.8 shall be placed on the surface of the lean
concrete to prevent bonding. The choke stone shall be placed in a layer approximately 1/4-inch (6 mm)
thick.
MATERIAL ACCEPTANCE
304-6.1 Acceptance sampling and testing. Cement Treated Aggregate base course shall be accepted for
density and thickness on an area basis. Two tests shall be made for density and thickness for each 600
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-6 City Project No. 103668
square yards (500 square meters), but not less than four (4) tests per day of production. Sampling locations
will be determined on a random basis per ASTM D3665.
a. Density testing. CTB samples representing the material placed shall be taken to establish density
and moisture requirements in accordance with ASTM D558. Additional CTB samples will be taken daily or
as necessary to verify density and moisture requirements. The RPR shall perform all density tests.
Each area shall be accepted for density when the field density is at least 98% of the maximum density
of laboratory specimens. The in-place field density shall be determined in accordance with ASTM D6938,
Procedure A, direct transmission method. The in-place moisture content shall be determined in accordance
with ASTM D2216. Perform in-place density test immediately after completion of compaction to determine
degree of compaction. If the material fails to meet the density requirements, compaction shall continue or
the material shall be removed and replaced at the Contractor’s expense. Maximum density refers to
maximum dry density at optimum moisture content unless otherwise specified.
b. Thickness. Thickness shall be determined by measuring the depth of core holes in the CTB at random
locations, per ASTM D3665. The resulting core holes shall be filled by the Contractor with CTB or non-
shrink grout.
When the thickness measurement is deficient by more than 1/2 inch (12 mm), the area represented by
the tests shall be removed and replaced at the Contractor’s expense.
METHOD OF MEASUREMENT
304-7.1 The quantity of cement-treated base course will be determined by measurement of the number of
square yards (square meter) of CTB actually constructed and accepted by the RPR as complying with the
plans and specifications.
BASIS OF PAYMENT
304-8.1 Payment shall be made at the contract unit price per square yard (square meter) for cement-treated
base course. This price shall be full compensation for furnishing all materials, including cement; for all
preparation, manipulation, placing, and curing of these materials; and for all labor, equipment, tools, and
incidentals necessary to complete the item.
Item P-304-8.1 Cement-Treated Base Course, 6-inch thickness – per square yard (m2).
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate
ASTM C150 Standard Specification for Portland Cement
ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregate
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-7 City Project No. 103668
ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements
Using Drilled Concrete Cores
ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete
ASTM C595 Standard Specification for Blended Hydraulic Cements
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D558 Standard Test Methods for Moisture-Density (Unit Weight) Relations of
Soil-Cement Mixtures
ASTM D559 Standard Test Methods for Wetting and Drying Compacted Soil-Cement
Mixtures
ASTM D560 Standard Test Methods for Freezing and Thawing Compacted Soil-
Cement Mixtures
ASTM D977 Standard Specification for Emulsified Asphalt
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the
Sand-Cone Method
ASTM D1633 Standard Test Methods for Compressive Strength of Molded Soil-Cement
Cylinders
ASTM D2397 Standard Specification for Cationic Emulsified Asphalt
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing
and Inspecting Road and Paving Materials
ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils
ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and
Soil-Aggregate by Nuclear Methods (Shallow Depth)
END OF ITEM P-304
Item P-304
Cement-Treated Aggregate Base Course (CTB)
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-304-8 City Project No. 103668
Page Intentionally Blank
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-1 City Project No. 103668
ITEM P-403 ASPHALT MIX PAVEMENT SURFACE COURSE
DESCRIPTION
403-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt binder
mixed in a central mixing plant and placed on a prepared course in accordance with these specifications
and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each
course shall be constructed to the depth, typical section, and elevation required by the plans and shall be
rolled, finished, and approved before the placement of the next course.
MATERIALS
403-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings,
natural sand and mineral filler, as required. The aggregates should have no known history of detrimental
pavement staining due to ferrous sulfides, such as pyrite. Coarse aggregate is the material retained on the
No. 4 (4.75 mm) sieve. Fine aggregate is the material passing the No. 4 (4.75 mm) sieve.
a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films
of matter that would prevent thorough coating and bonding with the asphalt material and free from organic
matter and other deleterious substances. Coarse aggregate material requirements are given in the table
below.
Coarse Aggregate Material Requirements
Material Test Requirement Standard
Resistance to Degradation Loss: 40% maximum ASTM C131
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
12% maximum using Sodium sulfate - or -
18% maximum using magnesium sulfate
ASTM C88
Clay lumps and friable
particles
1.0 % maximum ASTM C142
Percentage of Fractured
Particles
Minimum 75% by weight of particles with at
least two fractured faces and 85% with at least
one fractured face1
ASTM D5821
Flat, Elongated, or Flat and
Elongated Particles
8% maximum, by weight, of flat, elongated, or
flat and elongated particles with a value of 5:1 2
ASTM D4791
Bulk density of slag3 Weigh not less than 70 pounds per cubic foot
(1.12 Mg/cubic meter)
ASTM C29.
1 The area of each face shall be equal to at least 75% of the smallest mid-sectional area of the piece. When two
fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as
two fractured faces.
2 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one having
a ratio of length to width greater than five (5).
3 Only required if slag is specified.
b. Fine aggregate. Fine aggregate shall consist of clean, sound, tough, durable, angular shaped particles
produced by crushing stone, slag, or gravel and shall be free from coatings of clay, silt, or other
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-2 City Project No. 103668
objectionable matter. Natural (non-manufactured) sand may be used to obtain the gradation of the
aggregate blend or to improve the workability of the mix. Fine aggregate material requirements are listed
in the table below.
Fine Aggregate Material Requirements
Material Test Requirement Standard
Liquid limit 25 maximum ASTM D4318
Plasticity Index 4 maximum ASTM D4318
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
10% maximum using Sodium sulfate - or -
15% maximum using magnesium sulfate
ASTM C88
Clay lumps and friable particles 1.0 % maximum ASTM C142
Sand equivalent 45 minimum ASTM D2419
Natural Sand 0 to 15% maximum by weight of total
aggregate
ASTM D1073
c. Sampling. ASTM D75 shall be used in sampling coarse and fine aggregate, and ASTM C183 shall
be used in sampling mineral filler.
403-2.2 Mineral filler. Mineral filler (baghouse fines) may be added in addition to material naturally
present in the aggregate. Mineral filler shall meet the requirements of ASTM D242.
Mineral filler Requirements
Material Test Requirement Standard
Plasticity Index 4 maximum ASTM D4318
403-2.3 Asphalt binder. Asphalt binder shall conform to ASTM D6373 Performance Grade (PG) 64-22.
403-2.4 Anti-stripping agent. Any anti-stripping agent or additive (anti-strip) shall be heat stable and shall
not change the asphalt binder grade beyond specifications. Anti-strip shall be an approved material of the
Department of Transportation of the State in which the project is located.
COMPOSITION
403-3.1 Composition of mixture. The asphalt plant mix shall be composed of a mixture of well-graded
aggregate, filler and anti-strip agent if required, and asphalt binder. The several aggregate fractions shall be
sized, handled in separate size groups, and combined in such proportions that the resulting mixture meets
the grading requirements of the job mix formula (JMF).
403-3.2 Job mix formula (JMF) laboratory. The laboratory used to develop the JMF shall possess a
current certificate of accreditation, listing D3666 from a national accrediting authority and all test methods
required for developing the JMF, and listed on the accrediting authority’s website. A copy of the
laboratory’s current accreditation and accredited test methods shall be submitted to the RPR prior to start
of construction.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-3 City Project No. 103668
403-3.3 Job mix formula (JMF). No asphalt mixture shall be placed until an acceptable mix design has
been submitted to the RPR for review and accepted in writing. The RPR’s review shall not relieve the
Contractor of the responsibility to select and proportion the materials to comply with this section.
When the project requires asphalt mixtures of differing aggregate gradations and/or binders, a separate JMF
shall be submitted for each mix. Add anti-stripping agent to meet tensile strength requirements.
The JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 403-3.2.
The asphalt mixture shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design
Manual, 7th Edition. Samples shall be prepared and compacted using a Marshall compactor in accordance
with ASTM D6926.
Should a change in sources of materials be made, a new JMF must be submitted to the RPR for review and
accepted in writing before the new material is used. After the initial production JMF has been approved by
the RPR and a new or modified JMF is required for whatever reason, the subsequent cost of the new or
modified JMF, including a new control strip when required by the RPR, will be borne by the Contractor.
The RPR may request samples at any time for testing, prior to and during production, to verify the quality
of the materials and to ensure conformance with the applicable specifications.
The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving
operations. The JMF shall be developed within the same construction season using aggregates proposed
for project use.
The submitted JMF shall be dated, and stamped or sealed by the responsible professional Engineer of the
laboratory and shall include the following items as a minimum:
· Manufacturer’s Certificate of Analysis (COA) for the asphalt binder used in the JMF in accordance
with paragraph 403-2.3. Certificate of asphalt performance grade is with modifier already added,
if used and must indicate compliance with ASTM D6373. For plant modified asphalt binder,
certified test report indicating grade certification of modified asphalt binder.
· Manufacturer’s Certificate of Analysis (COA) for the anti-stripping agent if used in the JMF in
accordance with paragraph 403-2.4.
· Certified material test reports for the course and fine aggregate and mineral filler in accordance
with paragraphs 403-2.1 and 403-2.2.
· Percent passing each sieve size for individual gradation of each aggregate cold feed and/or hot bin;
percent by weight of each cold feed and/or hot bin used; and the total combined gradation in the
JMF.
· Specific Gravity and absorption of each course and fine aggregate.
· Percent natural sand.
· Percent fractured faces.
· Percent by weight of flat particles, elongated particles, and flat and elongated particles (and
criteria).
· Percent of asphalt.
· Number of blows or gyrations.
· Laboratory mixing and compaction temperatures.
· Supplier recommended mixing and compaction temperatures.
· Plot of the combined gradation on the 0.45 power gradation curve.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-4 City Project No. 103668
· Graphical plots of air voids, voids in the mineral aggregate (VMA), and unit weight versus asphalt
content. To achieve minimum VMA during production, the mix design needs to account for
material breakdown during production.
· Tensile Strength Ratio (TSR).
· Type and amount of Anti-strip agent when used.
· Asphalt Pavement Analyzer (APA) results.
· Date the JMF was developed. Mix designs that are not dated or which are from a prior construction
season shall not be accepted.
Table 1. Asphalt Design Criteria
Test Property Value Test Method
Number of blows/gyrations 75
Air voids (%) 3.5 ASTM D3203
Percent voids in mineral
aggregate (VMA), minimum See Table 2 ASTM D6995
TSR1 not less than 80 at a saturation of
70-80% ASTM D4867
1 Test specimens for TSR shall be compacted at 7 ± 1.0 % air voids. In areas subject to freeze-thaw, use freeze-
thaw conditioning in lieu of moisture conditioning per ASTM D4867.
2 AASHTO T340 at 100 psi hose pressure at 64°C test temperature may be used in the interim. If this method is
used the required Value shall be less than 5 mm @ 8000 passes
3 Where APA not available, use Hamburg wheel test (AASHTO T 324) 10 mm@ 20,000 passes at 50°C.
The mineral aggregate shall be of such size that the percentage composition by weight, as determined by
laboratory sieves, will conform to the gradation or gradations specified in Table 2 when tested in accordance
with ASTM C136 and ASTM C117.
The gradations in Table 2 represent the limits that shall determine the suitability of aggregate for use from
the sources of supply, be well graded from coarse to fine and shall not vary from the low limit on one sieve
to the high limit on the adjacent sieve, or vice versa.
Table 2. Aggregate - Asphalt Pavements
Sieve Size Percentage by Weight
Passing Sieve
1 inch (25.0 mm) --
3/4 inch (19.0 mm) 100
1/2 inch (12.5 mm) 90-100
3/8 inch (9.5 mm) 72-88
No. 4 (4.75 mm) 53-73
No. 8 (2.36 mm) 38-60
No. 16 (1.18 mm) 26-48
No. 30 (600 µm) 18-38
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-5 City Project No. 103668
Sieve Size Percentage by Weight
Passing Sieve
No. 50 (300 µm) 11-27
No. 100 (150 µm) 6-18
No. 200 (75 µm) 3-6
Voids in Mineral Aggregate (VMA)1 15
Asphalt Percent:
Stone or gravel 5.0-7.5
Slag 6.5-9.5
Recommended Minimum Construction Lift Thickness 2 inch
1To achieve minimum VMA during production, the mix design needs to account for
material breakdown during production.
The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages
passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as
indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition.
403-3.4 Reclaimed Asphalt Pavement (RAP). RAP shall not be used.
403-3.5 Control strip. Full production shall not begin until an acceptable control strip has been constructed
and accepted in writing by the RPR. The Contractor shall prepare and place a quantity of asphalt according
to the JMF. The underlying grade or pavement structure upon which the control strip is to be constructed
shall be the same as the remainder of the course represented by the control strip.
The Contractor will not be allowed to place the control strip until the Contractor quality control program
(CQCP), showing conformance with the requirements of paragraph 403-5.1, has been accepted, in writing,
by the RPR.
The control strip will consist of at least 250 tons (227 metric tons) or 1/2 sublot, whichever is greater. The
control strip shall be placed in two lanes of the same width and depth to be used in production with a
longitudinal cold joint. The cold joint must be cut back in accordance with paragraph 403-4.13 using the
same procedure that will be used during production. The cold joint for the control strip will be an exposed
construction joint at least four (4) hours old or when the mat has cooled to less than 160°F (71°C). The
equipment used in construction of the control strip shall be the same type, configuration and weight to be
used on the project.
The control strip shall be evaluated for acceptance as a single lot in accordance with the acceptance criteria
in paragraph 403-6.1 and 403-6.2.
The control strip will be considered acceptable by the RPR if the gradation, asphalt content, and VMA are
within the action limits specified in paragraph 403-5.5a; and Mat density greater than or equal to 94%, air
voids 3.5% +/- 1%, and joint density greater than or equal to 92%.
If the control strip is unacceptable, necessary adjustments to the JMF, plant operation, placing procedures,
and/or rolling procedures shall be made and another control strip shall be placed. Unacceptable control
strips shall be removed at the Contractor’s expense.
The control strip will be considered one lot for payment based upon the average of a minimum of 3 samples
(no sublots required for control strip). Payment will only be made for an acceptable control strip in
accordance with paragraph 403-8.1.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-6 City Project No. 103668
CONSTRUCTION METHODS
403-4.1 Weather limitations. The asphalt shall not be placed upon a wet surface or when the surface
temperature of the underlying course is less than specified in Table 4. The temperature requirements may
be waived by the RPR, if requested; however, all other requirements including compaction shall be met.
Table 4. Surface Temperature Limitations of Underlying Course
Mat Thickness
Base Temperature (Minimum)
Degrees F Degrees C
3 inches (7.5 cm) or greater 40 4
Greater than 2 inches (50 mm)
but less than 3 inches (7.5 cm) 45 7
403-4.2 Asphalt plant. Plants used for the preparation of asphalt shall conform to the requirements of
American Association of State Highway and Transportation Officials (AASHTO) M156 including the
following items:
a. Inspection of plant. The RPR, or RPR’s authorized representative, shall have access, at all times, to
all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying
weights, proportions, and material properties; and checking the temperatures maintained in the preparation
of the mixtures.
b. Storage bins and surge bins. The asphalt mixture stored in storage and/or surge bins shall meet the
same requirements as asphalt mixture loaded directly into trucks. Asphalt mixture shall not be stored in
storage and/or surge bins for a period greater than twelve (12) hours. If the RPR determines there is an
excessive heat loss, segregation or oxidation of the asphalt mixture due to temporary storage, temporary
storage shall not be allowed.
403-4.3 Aggregate stockpile management. Aggregate stockpiles shall be constructed in such a manner
that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall
be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become
segregated or mixed with earth or foreign material shall not be used.
A continuous supply of materials shall be provided to the work to ensure continuous placement.
403-4.4 Hauling equipment. Trucks used for hauling asphalt shall have tight, clean, and smooth metal
beds. To prevent the asphalt from sticking to the truck beds, the truck beds shall be lightly coated with a
minimum amount of paraffin oil, lime solution, or other material approved by the RPR. Petroleum products
shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the mixture from
adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified
temperature, truck beds shall be insulated or heated and covers shall be securely fastened.
403-4.4.1 Material transfer vehicle (MTV). A material transfer vehicle is not required.
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 thickness, smoothness, and grade.
The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting
the finished surface. The asphalt paver shall be equipped with a control system capable of automatically
maintaining the specified screed grade and elevation.
If the spreading and finishing equipment in use leaves tracks or indented areas or produces other blemishes
in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment
shall be discontinued.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-7 City Project No. 103668
The paver shall be capable of paving to a minimum width specified in paragraph 403-4.11.
403-4.6 Rollers. The number, type, and weight of rollers shall be sufficient to compact the asphalt to the
required density while it is still in a workable condition without crushing of the aggregate, depressions or
other damage to the pavement surface. Rollers shall be in good condition, capable of operating at slow
speeds to avoid displacement of the asphalt. All rollers shall be specifically designed and suitable for
compacting asphalt concrete and shall be properly used. Rollers that impair the stability of any layer of a
pavement structure or underlying soils shall not be used.
403-4.6.1 Density device. The Contractor shall have on site a density gauge during all paving operations
in order to assist in the determination of the optimum rolling pattern, type of roller and frequencies, as well
as to monitor the effect of the rolling operations during production paving. The Contractor shall also supply
a qualified technician during all paving operations to calibrate the density gauge and obtain accurate density
readings for all new asphalt. These densities shall be supplied to the RPR upon request at any time during
construction. No separate payment will be made for supplying the density gauge and technician.
403-4.7 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid
local overheating and provide a continuous supply of the asphalt material to the mixer at a uniform
temperature. The temperature of the unmodified asphalt binder delivered to the mixer shall be sufficient to
provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed 325°F
(160°C) when added to the aggregate. The temperature of modified asphalt binder shall be no more than
350°F (175°C) when added to the aggregate.
403-4.8 Preparation of mineral aggregate. The aggregate for the asphalt shall be heated and dried. The
maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The
temperature of the aggregate and mineral filler shall not exceed 350°F (175°C) when the asphalt binder is
added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged
by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform
distribution on the aggregate particles and to provide a mixture of satisfactory workability.
403-4.9 Preparation of asphalt mixture. The aggregates and the asphalt binder shall be weighed or
metered and introduced into the mixer in the amount specified by the JMF. The combined materials shall
be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed
throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture,
but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the
Contractor, based on the procedure for determining the percentage of coated particles described in ASTM
D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to
achieve 95% of coated particles. For continuous mix plants, the minimum mixing time shall be determined
by dividing the weight of its contents at operating level by the weight of the mixture delivered per second
by the mixer. The moisture content of all asphalt upon discharge shall not exceed 0.5%.
403-4.10 Application of Prime and Tack Coat. Immediately before placing the asphalt mixture, the
underlying course shall be cleaned of all dust and debris.
A prime coat in accordance with Item P-602 shall be applied to aggregate base prior to placing the asphalt
mixture.
A tack coat shall be applied in accordance with Item P-603 to all vertical and horizontal asphalt and concrete
surfaces prior to placement of the first and each subsequent lift of asphalt mixture.
403-4.11 Laydown plan, transporting, placing, and finishing. Prior to the placement of the asphalt, the
Contractor shall prepare a laydown plan with the sequence of paving lanes and width to minimize the
number of cold joints; the location of any temporary ramps; laydown temperature; and estimated time of
completion for each portion of the work (milling, paving, rolling, cooling, etc.). The laydown plan and any
modifications shall be approved by the RPR.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-8 City Project No. 103668
Deliveries shall be scheduled so that placing and compacting of asphalt is uniform with minimum stopping
and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has
been compacted, as specified, and allowed to cool to approximately ambient temperature. The Contractor,
at their expense, shall be responsible for repair of any damage to the pavement caused by hauling operations.
Contractor shall survey each lift of asphalt surface course and certify to RPR that every lot of each lift meets
the grade tolerances of paragraph 403-6.2e before the next lift can be placed.
Edges of existing asphalt pavement abutting the new work shall be saw cut and the cut off material and
laitance removed. Apply a tack coat in accordance with P-603 before new asphalt material is placed against
it.
The speed of the paver shall be regulated to eliminate pulling and tearing of the asphalt mat. Placement of
the asphalt mix shall begin along the centerline of a crowned section or on the high side of areas with a one
way slope unless shown otherwise on the laydown plan as accepted by the RPR. The asphalt mix shall be
placed in consecutive adjacent lanes having a minimum width of 15 feet (m) except where edge lanes
require less width to complete the area. Additional screed sections attached to widen the paver to meet the
minimum lane width requirements must include additional auger sections to move the asphalt mixture
uniformly along the screed extension.
The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by
at least 1 foot (30 cm); however, the joint in the surface top course shall be at the centerline of crowned
pavements. Transverse joints in one course shall be offset by at least 10 feet (3 m) from transverse joints in
the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet (3 m).On areas
where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing
equipment impractical, the asphalt may be spread and luted by hand tools.
The RPR may at any time, reject any batch of asphalt, on the truck or placed in the mat, which is rendered
unfit for use due to contamination, segregation, incomplete coating of aggregate, or overheated asphalt
mixture. Such rejection may be based on only visual inspection or temperature measurements. In the event
of such rejection, the Contractor may take a representative sample of the rejected material in the presence
of the RPR, and if it can be demonstrated in the laboratory, in the presence of the RPR, that such material
was erroneously rejected, payment will be made for the material at the contract unit price.
Areas of segregation in the surface course, as determined by the RPR, shall be removed and replaced at the
Contractor’s expense. The area shall be removed by saw cutting and milling a minimum of the construction
lift thickness as specified in paragraph 403-3.3, Table 2 for the approved mix design. The area to be
removed and replaced shall be a minimum width of the paver and a minimum of 10 feet (3 m) long.
403-4.12 Compaction of asphalt mixture. After placing, the asphalt mixture shall be thoroughly and
uniformly compacted by self-propelled rollers. The surface shall be compacted as soon as possible when
the asphalt has attained sufficient stability so that the rolling does not cause undue displacement, cracking
or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the
Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot
mixture and be effective in compaction. Any surface defects and/or displacement occurring as a result of
the roller, or from any other cause, shall be corrected at the Contractor’s expense.
Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface
is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent
adhesion of the asphalt to the roller, the wheels shall be equipped with a scraper and kept moistened with
water as necessary.
In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power
tampers.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-9 City Project No. 103668
Any asphalt that becomes loose and broken, mixed with dirt, contains check-cracking, or in any way
defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to
the surrounding area. This work shall be done at the Contractor’s expense. Skin patching shall not be
allowed.
403-4.13 Joints. The formation of all joints shall be made in such a manner as to ensure a continuous bond
between the courses and obtain the required density. All joints shall have the same texture as other sections
of the course and meet the requirements for smoothness and grade.
The roller shall not pass over the unprotected end of the freshly laid asphalt except when necessary to form
a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a
bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a
straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces
shall be coated with an asphalt tack coat before placing any fresh asphalt against the joint.
Longitudinal joints which have been left exposed for more than four (4) hours; the surface temperature has
cooled to less than 175°F (80°C); or are irregular, damaged, uncompacted or otherwise defective shall be
cut back with a cutting wheel or pavement saw a maximum of 3 inches (75 mm) to expose a clean, sound,
uniform vertical surface for the full depth of the course. All cutback material and any laitance produced
from cutting joints shall be removed from the project. An asphalt tack coat or other product approved by
the RPR shall be applied to the clean, dry joint prior to placing any additional fresh asphalt against the joint.
The cost of this work shall be considered incidental to the cost of the asphalt.
403-4.14 Saw-cut grooving. Saw-cut grooving is not required.
403-4.15 Diamond grinding. Diamond grinding shall be completed prior to pavement grooving. Diamond
grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive.
Diamond grinding shall be performed 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 minimum
of 55 to 60 blades per 12 inches (300 mm) of cutting head width; grooves between 0.090 and 0.130 inches
(2 and 3.5 mm) wide; and peaks and ridges approximately 1/32 inch (1 mm) higher than the bottom of the
grinding cut. The actual number of blades will be determined by the Contractor and depend on the hardness
of the aggregate. Equipment or grinding procedures that causes ravels, aggregate fractures, spalls or
disturbance to the pavement will not be permitted.
Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The
slurry resulting from the grinding operation shall be continuously removed and the pavement left in a clean
condition. The Contractor shall apply a surface treatment per P-608 to all areas that have been subject to
grinding.
403-4.16 Nighttime Paving Requirements. The Contractor shall provide adequate lighting during any
nighttime construction. A lighting plan shall be submitted by the Contractor and approved by the RPR
prior to the start of any nighttime work. All work shall be in accordance with the approved CSPP and
lighting plan.
CONTRACTOR QUALITY CONTROL (CQC)
403-5.1 General. The Contractor shall develop a CQCP in accordance with Item C-100. No partial
payment will be made for materials that are subject to specific QC requirements without an approved
CQCP.
403-5.2 Contractor quality control (QC) facilities. The Contractor shall provide or contract for testing
facilities in accordance with Item C-100. The RPR shall be permitted unrestricted access to inspect the
Contractor’s QC facilities and witness QC activities. The RPR will advise the Contractor in writing of any
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-10 City Project No. 103668
noted deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures.
When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the
materials into the work shall be suspended immediately and will not be permitted to resume until the
deficiencies are satisfactorily corrected.
403-5.3 Quality Control (QC) testing. The Contractor shall perform all QC tests necessary to control the
production and construction processes applicable to these specifications and as set forth in the approved
CQCP. The testing program shall include, but not necessarily be limited to, tests for the control of asphalt
content, aggregate gradation, temperatures, aggregate moisture, field compaction, and surface smoothness.
A QC Testing Plan shall be developed as part of the CQCP.
a. Asphalt content. A minimum of two tests shall be performed per day in accordance with ASTM
D6307 or ASTM D2172 for determination of asphalt content. When using ASTM D6307, the correction
factor shall be determined as part of the first test performed at the beginning of plant production; and as
part of every tenth test performed thereafter. The asphalt content for the day will be determined by averaging
the test results.
b. Gradation. Aggregate gradations shall be determined a minimum of twice per lot from mechanical
analysis of extracted aggregate in accordance with ASTM D5444 and ASTM C136, and ASTM C117.
c. Moisture content of aggregate. The moisture content of aggregate used for production shall be
determined a minimum of once per lot in accordance with ASTM C566.
d. Moisture content of asphalt. The moisture content of the asphalt shall be determined once per lot
in accordance with AASHTO T329 or ASTM D1461.
e. Temperatures. Temperatures shall be checked, at least four times per lot, at necessary locations to
determine the temperatures of the dryer, the asphalt binder in the storage tank, the asphalt at the plant, and
the asphalt at the job site.
f. In-place density monitoring. The Contractor shall conduct any necessary testing to ensure that the
specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in
accordance with ASTM D2950.
g. Smoothness for Contractor Quality Control.
The Contractor shall perform smoothness testing in transverse and longitudinal directions daily to
verify that the construction processes are producing pavement with variances less than ¼ inch in 12 feet,
identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness
criteria is not met, appropriate changes and corrections to the construction process shall be made by the
Contractor before construction continues
The Contractor may use a 12-foot (3.7 m) “straightedge, a rolling inclinometer meeting the
requirements of ASTM E2133 or rolling external reference device that can simulate a 12-foot (3.7m)
straightedge approved by the RPR. Straight-edge testing shall start with one-half the length of the
straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the
straightedge for each successive measurement. Testing shall be continuous across all joints. The surface
irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement
surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum
gap between the straightedge and the pavement surface in the area between the two high points. If the
rolling inclinometer or external reference device is used, the data may be evaluated using the FAA profile
program, ProFAA, using the 12-foot straightedge simulation function.
Smoothness readings shall not be made across grade changes or cross slope transitions. The transition
between new and existing pavement and between the start and stop of lanes place shall be evaluated
separately for conformance with the plans.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-11 City Project No. 103668
(1) Transverse measurements. Transverse measurements shall be taken for each day’s production
placed. Transverse measurements will be taken perpendicular to the pavement centerline each 50 feet (15
m) or more often as determined by the RPR. The joint between lanes shall be tested separately to facilitate
smoothness between lanes.
(2) Longitudinal measurements. Longitudinal measurements shall be taken for each day’s
production placed. Longitudinal tests will be parallel to the centerline of paving; at the center of paving
lanes when widths of paving lanes are less than 20 feet (6 m); and at the third points of paving lanes when
widths of paving lanes are 20 ft (6 m) or greater. When placement abuts previously placed material the first
measurement shall start with one half the length of the straight edge on the previously placed material.
Deviations on the final surface course in either the transverse or longitudinal direction that will trap
water greater than 1/4 inch (6 mm) shall be corrected with diamond grinding per paragraph 403-4.15 or by
removing and replacing the surface course to full depth. Grinding shall be tapered in all directions to
provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has been
performed shall be subject to the final pavement thickness tolerances specified in paragraph 403-6.1d(3)
Areas that have been ground shall be sealed with a surface treatment in accordance with Item P-608. To
avoid the surface treatment creating any conflict with runway or taxiway markings, it may be necessary to
seal a larger area.
Control charts shall be kept to show area of each day’s placement and the percentage of corrective
grinding required. Corrections to production and placement shall be initiated when corrective grinding is
required. If the Contractor’s machines and/or methods produce significant areas that need corrective actions
in excess of 10 percent of a day’s production, production shall be stopped until corrective measures are
implemented by the Contractor.
h. Grade. Grade shall be evaluated daily to allow adjustments to paving operations when grade
measurements do not meet specifications. As a minimum, grade shall be evaluated prior to the placement
of the first lift and then prior to and after placement of the surface lift.
Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving
lane) and longitudinal spacing as shown on cross-sections and plans. The final surface of the pavement
will not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch
(12 mm) vertically and 0.1 feet (30 mm) laterally. The documentation will be provided by the Contractor
to the RPR by the end of the following working day.
Areas with humps or depressions that exceed grade or smoothness criteria and that retain water on the
surface must be ground off provided the course thickness after grinding is not more than 1/2 inch (12 mm)
less than the thickness specified on the plans. Grinding shall be in accordance with paragraph 403-4.15.
The Contractor shall repair low areas or areas that cannot be corrected by grinding by removal of
deficient areas to the depth of the final course plus ½ inch and replacing with new material. Skin patching
is not allowed.
403-5.4 Sampling. When directed by the RPR, the Contractor shall sample and test any material that
appears inconsistent with similar material being sampled, unless such material is voluntarily removed and
replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard
procedures specified.
403-5.5 Control charts. The Contractor shall maintain linear control charts both for individual
measurements and range (i.e., difference between highest and lowest measurements) for aggregate
gradation, asphalt content, and VMA. The VMA for each day shall be calculated and monitored by the QC
laboratory.
Control charts shall be posted in a location satisfactory to the RPR and kept current. As a minimum, the
control charts shall identify the project number, the contract item number, the test number, each test
parameter, the Action and Suspension Limits applicable to each test parameter, and the Contractor’s test
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-12 City Project No. 103668
results. The Contractor shall use the control charts as part of a process control system for identifying
potential problems and assignable causes before they occur. If the Contractor’s projected data during
production indicates a problem and the Contractor is not taking satisfactory corrective action, the RPR may
suspend production or acceptance of the material.
a. Individual measurements. Control charts for individual measurements shall be established to
maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control
charts shall use the JMF target values as indicators of central tendency for the following test parameters
with associated Action and Suspension Limits:
Control Chart Limits for Individual Measurements
Sieve Action Limit Suspension Limit
3/4 inch (19.0 mm) ±6% ±9%
1/2 inch (12.5 mm) ±6% ±9%
3/8 inch (9.5 mm) ±6% ±9%
No. 4 (4.75 mm) ±6% ±9%
No. 16 (1.18 mm) ±5% ±7.5%
No. 50 (300 µm) ±3% ±4.5%
No. 200 (75 µm) ±2% ±3%
Asphalt Content ±0.45% ±0.70%
Minimum VMA -0.5% -1.0%
b. Range. Control charts for range shall be established to control process variability for the test
parameters and Suspension Limits listed below. The range shall be computed for each lot as the difference
between the two test results for each control parameter. The Suspension Limits specified below are based
on a sample size of n = 2. Should the Contractor elect to perform more than two tests per lot, the Suspension
Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n = 3 and by 1.27 for n = 4.
Control Chart Limits Based on Range
(n = 2)
Sieve Suspension Limit
1/2 inch (12.5 mm) 11%
3/8 inch (9.5 mm) 11%
No. 4 (4.75 mm) 11%
No. 16 (1.18 mm) 9%
No. 50 (300 µm) 6%
No. 200 (75 µm) 3.5%
Asphalt Content 0.8%
c. Corrective action. The CQCP shall indicate that appropriate action shall be taken when the process
is believed to be out of tolerance. The Plan shall contain sets of rules to gauge when a process is out of
control and detail what action will be taken to bring the process into control. As a minimum, a process shall
be deemed out of control and production stopped and corrective action taken, if:
(1) One point falls outside the Suspension Limit line for individual measurements or range; or
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-13 City Project No. 103668
(2) Two points in a row fall outside the Action Limit line for individual measurements.
403-5.6 Quality control (QC) reports. The Contractor shall maintain records and shall submit reports of
QC activities daily, in accordance with the CQCP described in Item C-100.
MATERIAL ACCEPTANCE
403-6.1. Quality Assurance Acceptance sampling and testing. Unless otherwise specified, all acceptance
sampling and testing necessary to determine conformance with the requirements specified in this section
will be performed by the RPR at no cost to the Contractor except that coring as required in this section shall
be completed and paid for by the Contractor.
a. Quality Assurance (QA) testing laboratory. The QA testing laboratory performing these
acceptance tests will be accredited in accordance with ASTM D3666. The QA laboratory accreditation will
be current and listed on the accrediting authority’s website. All test methods required for acceptance
sampling and testing will be listed on the lab accreditation.
b. Lot Size. A standard lot will be equal to one day’s production divided into approximately equal
sublots of between 400 to 600 tons. When only one or two sublots are produced in a day’s production, the
sublots will be combined with the production lot from the previous or next day.
Where more than one plant is simultaneously producing asphalt for the job, the lot sizes will apply
separately for each plant.
c. Asphalt air voids. Plant-produced asphalt will be tested for air voids on a sublot basis.
(1) Sampling. Material from each sublot shall be sampled in accordance with ASTM D3665.
Samples shall be taken from material deposited into trucks at the plant or at the job site in accordance with
ASTM D979. The sample of asphalt may be put in a covered metal tin and placed in an oven for not less
than 30 minutes nor more than 60 minutes to maintain the material at or above the compaction temperature
as specified in the JMF.
(2) Testing. Air voids will be determined for each sublot in accordance with ASTM D3203 for a
set of three compacted specimens prepared in accordance with ASTM D6926.
d. In-place asphalt mat and joint density. Each sublot will be tested for in-place mat and joint density
as a percentage of the theoretical maximum density (TMD).
(1) Sampling. The Contractor will cut minimum 5 inches (125 mm) diameter samples in
accordance with ASTM D5361. The Contractor shall furnish all tools, labor, and materials for cleaning,
and filling the cored pavement. Laitance produced by the coring operation shall be removed immediately
after coring, and core holes shall be filled within one day after sampling in a manner acceptable to the RPR.
(2) Bond. Each lift of asphalt shall be bonded to the underlying layer. If cores reveal that the
surface is not bonded, additional cores shall be taken as directed by the RPR to determine the extent of
unbonded areas. Unbonded areas shall be removed by milling and replaced at no additional cost as directed
by the RPR.
(3) Thickness. Thickness of each lift of surface course will be evaluated by the RPR for
compliance to the requirements shown on the plans after any necessary corrections for grade. Measurements
of thickness will be made using the cores extracted for each 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 lifts, will not be less than the indicated thickness. Where
the thickness tolerances are not met, the lot or sublot shall be corrected by the Contractor at his expense by
removing the deficient area and replacing with new pavement. The Contractor, at his expense, may take
additional cores as approved by the RPR to circumscribe the deficient area.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-14 City Project No. 103668
(4) Mat density. One core shall be taken from each sublot. Core locations will be determined by
the RPR in accordance with ASTM D3665. Cores for mat density shall not be taken closer than one foot
(30 cm) from a transverse or longitudinal joint. The bulk specific gravity of each cored sample will be
determined in accordance with ASTM D2726. The percent compaction (density) of each sample will be
determined by dividing the bulk specific gravity of each sublot sample by the TMD for that sublot.
(5) Joint density. One core centered over the longitudinal joint shall be taken for each sublot which
contains a longitudinal joint. Core locations will be determined by the RPR in accordance with ASTM
D3665. The bulk specific gravity of each core sample will be determined in accordance with ASTM D2726.
The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity
of each joint density sample by the average TMD for the lot. The TMD used to determine the joint density
at joints formed between lots will be the lower of the average TMD values from the adjacent lots.
403-6.2 Acceptance criteria.
a. General. Acceptance will be based on the implementation of the Contractor Quality Control Program
(CQCP) and the following characteristics of the asphalt and completed pavements: air voids, mat density,
joint density, grade.
b. Air voids. Acceptance of each lot of plant produced material for air voids will be based upon the
average air void from the sublots. If the average air voids of the lot are equal to or greater than 2% and
equal to or less than 5%, then the lot will be acceptable. If the average is below 2% or greater than 5%, the
lot shall be removed and replaced at the Contractor’s expense.
c. Mat density. Acceptance of each lot of plant produced material for mat density will be based on the
average of all of the densities taken from the sublots. If the average mat density of the lot so established
equals or exceeds 94%, the lot will be acceptable. If the average mat density of the lot is below 94%, the
lot shall be removed and replaced at the Contractor’s expense.
d. Joint density. Acceptance of each lot of plant produced asphalt for joint density will be based on
the average of all of the joint densities taken from the sublots. If the average joint density of the lot so
established equals or exceeds 92%, the lot will be acceptable. If the average joint density of the lot is less
than 92%, the Contractor shall stop production and evaluate the method of compacting joints. Production
may resume once the reason for poor compaction has been determined and appropriate measures have been
taken to ensure proper compaction.
e. Grade. The final finished surface of the pavement of the completed project shall be surveyed to
verify that the grade elevations and cross-sections shown on the plans do not deviate more than 1/2 inch
(12 mm) vertically or 0.1 feet (30 mm) laterally.
Cross-sections of the pavement shall be taken at a minimum 50-foot (15-m) longitudinal spacing and
at all longitudinal grade breaks. Minimum cross-section grade points shall include grade at mid-point and
edges of shoulder pavement.
The survey and documentation shall be stamped and signed by a licensed 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 Mat Density.
a. General. Resampling of a lot of pavement will only be allowed for mat density and then, only if the
Contractor requests same in writing, within 48 hours after receiving the written test results from the RPR.
A retest will consist of all the sampling and testing procedures contained in paragraphs 403-6.1. Only one
resampling per lot will be permitted.
(1) A redefined mat density will be calculated for the resampled lot. The number of tests used to
calculate the redefined mat density will include the initial tests made for that lot plus the retests.
(2) The cost for resampling and retesting shall be borne by the Contractor.
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-15 City Project No. 103668
b. Payment for resampled lots. The redefined mat density for a resampled lot will be used to evaluate
the acceptance of that lot in accordance with paragraph 403-6.2.
c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%. Outliers
will be discarded and density determined using the remaining test values.
METHOD OF MEASUREMENT
403-7.1 Measurement. Plant mix asphalt mix pavement shall be measured by the number of tons (kg) of
asphalt pavement used in the accepted work. Recorded batch weights or truck scale weights will be used to
determine the basis for the tonnage.
BASIS OF PAYMENT
403-8.1 Payment. Payment for a lot of asphalt mixture meeting all acceptance criteria as specified in
paragraph 403-6.2 shall be made at the contract unit price per ton (kg) for asphalt. The price shall be
compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and
for all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-403-8.1 Asphalt Mixture Surface Course - per ton (kg)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in
Aggregate
ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate
ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in
Mineral Aggregates by Washing
ASTM C127 Standard Test Method for Density, Relative Density (Specific Gravity),
and Absorption of Coarse Aggregate
ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates
ASTM C183 Standard Practice for Sampling and the Amount of Testing of Hydraulic
Cement
ASTM C566 Standard Test Method for Total Evaporable Moisture Content of
Aggregate by Drying
ASTM D75 Standard Practice for Sampling Aggregates
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-16 City Project No. 103668
ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures
ASTM D946 Standard Specification for Penetration-Graded Asphalt Cement for Use in
Pavement Construction
ASTM D979 Standard Practice for Sampling Bituminous Paving Mixtures
ASTM D1073 Standard Specification for Fine Aggregate for Bituminous Paving
Mixtures
ASTM D1074 Standard Test Method for Compressive Strength of Bituminous Mixtures
ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Bituminous
Paving Mixtures
ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and
Density of Bituminous Paving Mixtures
ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from
Bituminous Paving Mixtures
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate
ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of
Bituminous-Aggregate Mixtures
ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non-
Absorptive Compacted Bituminous Mixtures
ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by
Nuclear Methods
ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and
Open Bituminous Paving Mixtures
ASTM D3381 Standard Specification for Viscosity-Graded Asphalt Cement for Use in
Pavement Construction
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing
and Inspecting Road and Paving Materials
ASTM D4125 Standard Test Methods for Asphalt Content of Bituminous mixtures by the
Nuclear Method
ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity
Index of Soils
ASTM D4552 Standard Practice for Classifying Hot-Mix Recycling Agents
ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate
ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving
Mixtures
ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted
Aggregate
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-17 City Project No. 103668
ASTM D5581 Standard Test Method for Resistance to Plastic Flow of Bituminous
Mixtures Using Marshall Apparatus (6 inch-Diameter Specimen)
ASTM D5821 Standard Test Method for Determining the Percentage of Fractured
Particles in Coarse Aggregate
ASTM D6307 Standard Test Method for Asphalt Content of Hot-Mix Asphalt by Ignition
Method
ASTM D6373 Standard Specification for Performance Graded Asphalt Binder
ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of
Compacted Bituminous Mixtures Using Automatic Vacuum Sealing
Method
ASTM D6925 Standard Test Method for Preparation and Determination of the Relative
Density of Hot Mix Asphalt (HMA) Specimens by Means of the
SuperPave Gyratory Compactor
ASTM D6926 Standard Practice for Preparation of Bituminous Specimens Using
Marshall Apparatus
ASTM D6927 Standard Test Method for Marshall Stability and Flow of Bituminous
Mixtures
ASTM D6995 Standard Test Method for Determining Field VMA based on the
Maximum Specific Gravity of the Mix (Gmm)
ASTM E11 Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves
ASTM E178 Standard Practice for Dealing with Outlying Observations
ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure
Longitudinal and Transverse Profiles of a Traveled Surface
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot-
Mixed, Hot-Laid Bituminous Paving Mixtures
AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA)
by Oven Method
AASHTO T 340 Standard Method of Test for Determining the Rutting Susceptibility of Hot
Mix Asphalt (APA) Using the Asphalt Pavement Analyzer (APA)
Asphalt Institute (AI)
MS-2 Mix Design Manual, 7th Edition
MS-26 Asphalt Binder Handbook
AI State Binder Specification Database
FAA Orders
5300.1 Modifications to Agency Airport Design, Construction, and Equipment
Standards
Federal Highway Administration (FHWA)
Long Term Pavement Performance Binder program
Item P-403
Asphalt Mix Pavement Surface Course
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-403-18 City Project No. 103668
Software
FAARFIELD
END OF ITEM P-403
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-1 City Project No. 103668
ITEM P-501 CEMENT CONCRETE PAVEMENT
DESCRIPTION
501-1.1 This work shall consist of pavement composed of cement concrete with and without reinforcement
constructed on a prepared underlying surface in accordance with these specifications and shall conform to
the lines, grades, thickness, and typical cross-sections shown on the plans. The terms cement concrete,
hydraulic cement concrete, and concrete are interchangeable in this specification.
MATERIALS
501-2.1 Aggregates.
a. Reactivity. Fine and Coarse aggregates to be used in PCC on this project shall be tested and evaluated
by the Contractor for alkali-aggregate reactivity in accordance with both ASTM C1260 and ASTM C1567.
Tests must be representative of aggregate sources which will be providing material for production. ASTM
C1260 and ASTM C1567 tests may be run concurrently.
(1) Coarse aggregate and fine aggregate shall be tested separately in accordance with ASTM
C1260, however, the length of test shall be extended to 28 days (30 days from casting). Tests must have
been completed within 6 months of the date of the concrete mix submittal.
(2) The combined coarse and fine aggregate shall be tested in accordance with ASTM C1567,
modified for combined aggregates, using the proposed mixture design proportions of aggregates,
cementitious materials, and/or specific reactivity reducing chemicals. If the expansion does not exceed
0.10% at 28 days, the proposed combined materials will be accepted. If the expansion is greater than 0.10%
at 28 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can
reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested.
(3) If lithium nitrate is proposed for use with or without supplementary cementitious materials, the
aggregates shall be tested in accordance with Corps of Engineers (COE) Concrete Research Division (CRD)
C662 in lieu of ASTM C1567. If lithium nitrate admixture is used, it shall be nominal 30% ±0.5% weight
lithium nitrate in water. If the expansion does not exceed 0.10% at 28 days, the proposed combined
materials will be accepted. If the expansion is greater than 0.10% at 28 days, the aggregates will not be
accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10%
at 28 days, or new aggregates shall be evaluated and tested.
b. Fine aggregate. Grading of the fine aggregate, as delivered to the mixer, shall conform to the
requirements of ASTM C33 and the parameters identified in the fine aggregate material requirements
below. Fine aggregate material requirements and deleterious limits are shown in the table below.
Fine Aggregate Material Requirements
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
10% maximum using Sodium sulfate - or -
15% maximum using magnesium sulfate
ASTM C88
Sand Equivalent 45 minimum ASTM D2419
Fineness Modulus (FM) 2.50 ≤ FM ≤ 3.40 ASTM C136
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-2 City Project No. 103668
Limits for Deleterious Substances in Fine Aggregate for Concrete
Clay lumps and friable
particles
1.0% maximum ASTM C142
Coal and lignite 0.5% using a medium with a density of Sp. Gr.
of 2.0
ASTM C123
Total Deleterious Material 1.0% maximum
c. Coarse aggregate. The maximum size coarse aggregate shall be 1-1/2-inch.
Aggregates delivered to the mixer shall be clean, hard, uncoated aggregates consisting of crushed stone,
crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement, or a
combination. The aggregates shall have no known history of detrimental pavement staining. Steel blast
furnace slag shall not be permitted. Coarse aggregate material requirements and deleterious limits are
shown in the table below; washing may be required to meet aggregate requirements.
Coarse Aggregate Material Requirements
Material Test Requirement Standard
Resistance to Degradation Loss: 40% maximum ASTM C131
Soundness of Aggregates
by Use of Sodium Sulfate or
Magnesium Sulfate
Loss after 5 cycles:
12% maximum using Sodium sulfate - or -
18% maximum using magnesium sulfate
ASTM C88
Flat, Elongated, or Flat and
Elongated Particles
8% maximum, by weight, of flat, elongated, or
flat and elongated particles at 5:1 for any size
group coarser than 3/8 (9.5 mm) sieve 1
ASTM D4791
Bulk density of slag 2 Weigh not less than 70 pounds per cubic foot
(1.12 Mg/cubic meter)
ASTM C29
1 A flat particle is one having a ratio of width to thickness greater than five (5); an elongated particle is one
having a ratio of length to width greater than five (5).
2 Only required if slag is specified.
The amount of deleterious material in the coarse aggregate shall not exceed the following limits:
Limits for Deleterious Substances in Coarse Aggregate
Deleterious material ASTM Percentage
by Mass
Clay Lumps and friable particles ASTM C142 1.0
Material finer than No. 200 sieve (75 µm) ASTM C117 1.01
Lightweight particles ASTM C123 using a medium with a
density of Sp. Gr. of 2.0
0.5
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-3 City Project No. 103668
Deleterious material ASTM Percentage
by Mass
Chert2 (less than 2.40 Sp Gr.) ASTM C123 using a medium with a
density of Sp. Gr. of 2.40)
0.1
1 The limit for material finer than 75-μm is allowed to be increased to 1.5% for crushed aggregates
consisting of dust of fracture that is essentially free from clay or shale. Test results supporting
acceptance of increasing limit to 1.5% with statement indicating material is dust of fracture must be
submitted with Concrete mix. Acceptable techniques to characterizing these fines include methylene
blue adsorption or X-ray diffraction analysis.
2 Chert and aggregates with less than 2.4 specific gravity.
d. Combined aggregate gradation. This specification is targeted for a combined aggregate gradation
developed following the guidance presented in United States Air Force Engineering Technical Letter (ETL)
97-5: Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements. Base the
aggregate grading upon a combination of all the aggregates (coarse and fine) to be used for the mixture
proportioning. Three aggregate sizes may be required to achieve an optimized combined gradation that
will produce a workable concrete mixture for its intended use. Use aggregate gradations that produce
concrete mixtures with well-graded or optimized aggregate combinations. The Contractor shall submit
complete mixture information necessary to calculate the volumetric components of the mixture. The
combined aggregate grading shall meet the following requirements:
(1) The materials selected and the proportions used shall be such that when the Coarseness Factor
(CF) and the Workability Factor (WF) are plotted on a diagram as described in paragraph 501-2.1d(4)
below, the point thus determined shall fall within the parallelogram described therein.
(2) The CF shall be determined from the following equation:
CF = (cumulative percent retained on the 3/8 in. (9.5 mm) sieve)(100) / (cumulative
percent retained on the No. 8 (2.36 mm) sieve)
(3) The WF is defined as the percent passing the No. 8 (2.36 mm) sieve based on the combined
gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds (42
kg) of cementitious material per cubic meter yard greater than 564 pounds per cubic yard (335 kg per cubic
meter).
(4) A diagram shall be plotted using a rectangular scale with WF on the Y-axis with units from 20
(bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this
diagram a parallelogram shall be plotted with corners at the following coordinates (CF-75, WF-28), (CF-
75, WF-40), (CF-45, WF-32.5), and (CF-45, WF-44.5). If the point determined by the intersection of the
computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate
used and the proportions selected shall be changed as necessary. The point determined by the plotting of
the CF and WF may be adjusted during production ±3 WF and ±5 CF. Adjustments to gradation may not
take the point outside of the parallelogram.
e. Contractors combined aggregate gradation. The Contractor shall submit their combined
aggregate gradation using the following format:
Contractor’s Combined Aggregate Gradation
Sieve Size Contractor’s Concrete mix Gradation
(Percent passing by weight)
2 inch (50 mm) *
1-1/2 inch (37.5 mm) *
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-4 City Project No. 103668
Sieve Size Contractor’s Concrete mix Gradation
(Percent passing by weight)
1 inch (25.0 mm) *
3/4 inch (19.0 mm) *
1/2 inch (12.5 mm) *
3/8 inch (9.5 mm) *
No. 4 (4.75 mm) *
No. 8 (2.36 mm) *
No. 16 (1.18 mm) *
No. 30 (600 µm) *
No. 50 (300 µm) *
No. 100 (150 µm) *
501-2.2 Cement. Cement shall conform to the requirements of one of the following types:
· ASTM C150 Type I, II, or V
· ASTM C595 Type IP, IL, or IS
· ASTM C1157 Type GU, HS, or MH
501-2.3 Cementitious materials.
a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition,
where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than
15% and a total alkali content less than 3% per ASTM C311. The Contractor shall furnish the previous
three most recent, consecutive ASTM C618 reports for each source of fly ash proposed in the concrete mix,
and shall furnish each additional report as they become available during the project. The reports can be used
for acceptance or the material may be tested independently by the Resident Project Representative (RPR).
b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM
C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total
cementitious material by mass.
c. Raw or calcined natural pozzolan. Natural pozzolan shall be raw or calcined and conform to
ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling
Alkali-Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in
mitigating Alkali-Silica Reactivity shall have a total available alkali content less than 3%.
501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of
Items P-604 and P-605 and shall be of the type specified in the plans.
501-2.5 Isolation joint filler. Premolded joint filler for isolation joints shall conform to the requirements
of ASTM D1751 or ASTM D1752 and shall be where shown on the plans. The filler for each joint shall be
furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by
the RPR. When the use of more than one piece is required for a joint, the abutting ends shall be fastened
securely and held accurately to shape by stapling or other positive fastening means satisfactory to the RPR.
501-2.6 Steel reinforcement. Reinforcing shall consist of epoxy coated bar mats conforming to the
requirements of ASTM A184 or A704 and ASTM A775.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-5 City Project No. 103668
501-2.7 Dowel and tie bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be
free from burring or other deformation restricting slippage in the concrete.
a. Dowel Bars. Before delivery to the construction site each dowel bar shall be epoxy coated per
ASTM A1078, Type 1, with a coating thickness after curing greater than 10 mils. Patched ends are not
required for Type 1 coated dowels. The dowels shall be coated with a bond-breaker recommended by the
manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal
or plastic devices capable of supporting the dowel until the grout hardens.
b. Tie Bars. Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615.
Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring
bent bars.
501-2.8 Water. Water used in mixing or curing shall be potable. If water is taken from other sources
considered non-potable, it shall meet the requirements of ASTM C1602.
501-2.9 Material for curing concrete. Curing materials shall conform to one of the following
specifications:
a. Liquid membrane-forming compounds for curing concrete shall conform to the requirements of
ASTM C309, Type 2, Class A, or Class B.
b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171.
c. White burlap-polyethylene sheeting for curing concrete shall conform to the requirements of ASTM
C171.
d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171.
501-2.10 Admixtures. Admixtures shall conform to the following specifications:
a. Air-entraining admixtures. Air-entraining admixtures shall meet the requirements of ASTM C260
and shall consistently entrain the air content in the specified ranges under field conditions. The air-
entraining agent and any water reducer admixture shall be compatible.
b. Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM
C494, Type A, B, or D.
c. Other admixtures. The use of set retarding and set-accelerating admixtures shall be approved by
the RPR prior to developing the concrete mix. Retarding admixtures shall meet the requirements of ASTM
C494, Type A, B, or D and set-accelerating admixtures shall meet the requirements of ASTM C494, Type
C. Calcium chloride and admixtures containing calcium chloride shall not be used.
d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium
Nitrate, with a density of 10 pounds/gallon (1.2 kg/L), and shall have the approximate chemical form as
shown below:
Lithium Admixture
Constituent Limit (Percent by Mass)
LiNO3 (Lithium Nitrate) 30 ±0.5
SO4 (Sulfate Ion) 0.1 (max)
Cl (Chloride Ion) 0.2 (max)
Na (Sodium Ion) 0.1 (max)
K (Potassium Ion) 0.1 (max)
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-6 City Project No. 103668
The lithium nitrate admixture dispensing and mixing operations shall be verified and certified by the lithium
manufacturer’s representative.
501-2.11 Epoxy-resin. All epoxy-resin materials shall be two-component materials conforming to the
requirements of ASTM C881, Class as appropriate for each application temperature to be encountered,
except that in addition, the materials shall meet the following requirements:
a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3.
b. Material for use as patching materials for complete filling of spalls and other voids and for use in
preparing epoxy resin mortar shall be Type III, Grade as approved.
c. Material for use for injecting cracks shall be Type IV, Grade 1.
d. Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin
concrete or mortar to hardened concrete shall be Type V, Grade as approved.
501-2.12 Bond Breaker. Choke stone shall be an ASTM C33 Number 89 stone.
CONCRETE MIX
501-3.1. General. No concrete shall be placed until an acceptable concrete mix has been submitted to the
RPR for review and the RPR has taken appropriate action. The RPR’s review shall not relieve the
Contractor of the responsibility to select and proportion the materials to comply with this section.
501-3.2 Concrete Mix Laboratory. The laboratory used to develop the concrete mix shall be accredited
in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the
accrediting authority’s website. All test methods required for developing the concrete mix must be included
in the lab accreditation. A copy of the laboratory’s current accreditation and accredited test methods shall
be submitted to the RPR prior to start of construction.
501-3.3 Concrete Mix Proportions. Develop the mix using the procedures contained in Portland Cement
Association (PCA) publication, "Design and Control of Concrete Mixtures." Concrete shall be proportioned
to achieve a 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph
501-6.6 for a flexural strength of 700 psi per ASTM C78.
The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum
cementitious material (cement plus fly ash, or slag cement) shall be 470 pounds per cubic yard (280 kg per
cubic meter). The ratio of water to cementitious material, including free surface moisture on the aggregates
but not including moisture absorbed by the aggregates shall be between 0.38 – 0.45 by weight.
Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance
with ASTM C78. At the start of the project, the Contractor shall determine an allowable slump as
determined by ASTM C143 not to exceed 2 inches (50 mm) for slip-form placement. For fixed-form
placement, the slump shall not exceed 3 inches (75 mm). For hand placement, the slump shall not exceed
4 inches (100 mm).
The results of the concrete mix shall include a statement giving the maximum nominal coarse aggregate
size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis.
Aggregate quantities shall be based on the mass in a saturated surface dry condition.
If a change in source(s) is made, or admixtures added or deleted from the mix, a new concrete mix must be
submitted to the RPR for approval.
The RPR may request samples at any time for testing, prior to and during production, to verify the quality
of the materials and to ensure conformance with the applicable specifications.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-7 City Project No. 103668
501-3.4 Concrete Mix submittal. The concrete mix shall be submitted to the RPR at least 30 days prior
to the start of operations. The submitted concrete mix shall not be more than 180 days old and must use the
materials to be used for production for the project. Production shall not begin until the concrete mix is
approved in writing by the RPR.
Each of the submitted concrete mixes (i.e, slip form, side form machine finish and side form hand finish)
shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the
following items and quantities as a minimum:
· Certified material test reports for aggregate in accordance with paragraph 501-2.1. Certified
reports must include all tests required; reporting each test, test method, test result, and
requirement specified (criteria).
· Combined aggregate gradations and analysis; and including plots of the fine aggregate fineness
modulus.
· Reactivity Test Results.
· Coarse aggregate quality test results, including deleterious materials.
· Fine aggregate quality test results, including deleterious materials.
· Mill certificates for cement and supplemental cementitious materials.
· Certified test results for all admixtures, including Lithium Nitrate if applicable.
· Specified flexural strength, slump, and air content.
· Recommended proportions/volumes for proposed mixture and trial water-cementitious
materials ratio, including actual slump and air content.
· Flexural and compressive strength summaries and plots, including all individual beam and
cylinder breaks.
· Correlation ratios for acceptance testing and Contractor QC testing, when applicable.
· Historical record of test results documenting production standard deviation, when applicable.
501-3.5 Cementitious materials.
a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be
determined from laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious
material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed
10% by weight of total cementitious material.
b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement may be used. The slag
cement, or slag cement plus fly ash if both are used, may constitute between 25 to 55% of the total
cementitious material by weight.
c. Raw or calcined natural pozzolan. Natural pozzolan may be used in the concrete mix. When
pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from
laboratory trial mixes, and shall be between 20 and 30% by weight of the total cementitious material. If
pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by
weight of total cementitious material.
501-3.6 Admixtures.
a. Air-entraining admixtures. Air-entraining admixture are to be added in such a manner that will
ensure uniform distribution of the agent throughout the batch. The air content of freshly mixed air-entrained
concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-8 City Project No. 103668
concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5%. Air
content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse
aggregate and ASTM C173 for slag and other highly porous coarse aggregate.
b. Water-reducing admixtures. Water-reducing admixtures shall be added to the mix in the manner
recommended by the manufacturer and in the amount necessary to comply with the specification
requirements. Tests shall be conducted with the materials to be used in the work, in accordance with ASTM
C494.
c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the
manner recommended by the manufacturer and in the amount necessary to comply with the specification
requirements. Tests shall be conducted with the materials to be used in the work, in accordance with ASTM
C494.
d. Lithium nitrate. Lithium nitrate shall be added to the mix in the manner recommended by the
manufacturer and in the amount necessary to comply with the specification requirements in accordance
with paragraph 501-2.10d.
CONSTRUCTION METHODS
501-4.1 Control Strip. The control strip(s) shall be to the next planned joint after the initial 250 feet (75
m) of each type of pavement construction (slip-form pilot lane, slip-form fill-in lane, or fixed form). The
Contractor shall demonstrate, in the presence of the RPR, that the materials, concrete mix, equipment,
construction processes, and quality control processes meet the requirements of the specifications. The
concrete mixture shall be extruded from the paver meeting the edge slump tolerance and with little or no
finishing. Pilot, fill-in, and fixed-form control strips will be accepted separately. Minor adjustments to the
mix design may be required to place an acceptable control strip. The production mix will be the adjusted
mix design used to place the acceptable control strip. Upon acceptance of the control strip by the RPR, the
Contractor must use the same equipment, materials, and construction methods for the remainder of concrete
paving. Any adjustments to processes or materials must be approved in advance by the RPR. Acceptable
control strips will meet edge slump tolerance and surface acceptable with little or no finishing, air content
within action limits, strength equal or greater than requirements of P501-3.3. The control strip will be
considered one lot for payment (no sublots required for control strip). Payment will only be made for an
acceptable control strip in accordance with paragraph 501-8.1 using a lot pay factor equal to 100.
501-4.2 Equipment. The Contractor is responsible for the proper operation and maintenance of all
equipment necessary for handling materials and performing all parts of the work to meet this specification.
a. Plant and equipment. The plant and mixing equipment shall conform to the requirements of ASTM
C94 and/or ASTM C685. Each truck mixer shall have attached in a prominent place a manufacturer’s
nameplate showing the capacity of the drum in terms of volume of mixed concrete and the speed of rotation
of the mixing drum or blades. The truck mixers shall be examined daily for changes in condition due to
accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be
replaced when they have worn down 3/4 inch (19 mm) or more. The Contractor shall have a copy of the
manufacturer’s design on hand showing dimensions and arrangement of blades in reference to original
height and depth.
Equipment for transferring and spreading concrete from the transporting equipment to the paving lane
in front of the finishing equipment shall be provided. The equipment shall be specially manufactured, self-
propelled transfer equipment which will accept the concrete outside the paving lane and will spread it evenly
across the paving lane in front of the paver and strike off the surface evenly to a depth which permits the
paver to operate efficiently.
b. Finishing equipment.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-9 City Project No. 103668
(1) Slip-form. The standard method of constructing concrete pavements shall be with an approved
slip-form paving equipment designed and operated to spread, consolidate, screed, and finish the freshly
placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous
pavement which is achieved with a minimum of hand finishing. The paver-finisher shall be a heavy duty,
self-propelled machine designed specifically for paving and finishing high quality concrete pavements.
(2) Fixed-form. In irregular areas at locations inaccessible to slip-form paving equipment, concrete
pavement may be placed with equipment specifically designed for placement and finishing using stationary
side forms. Methods and equipment shall be reviewed and accepted by the RPR. Hand screeding and float
finishing may only be used on small irregular areas as allowed by the RPR.
c. Vibrators. Vibrator shall be the internal type. The rate of vibration of each vibrating unit shall be
sufficient to consolidate the pavement without segregation or voids. The number, spacing, and frequency
shall be as necessary to provide a dense and homogeneous pavement and meet the recommendations of
American Concrete Institute (ACI) 309R, Guide for Consolidation of Concrete. Adequate power to operate
all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they
shall be stopped as forward motion ceases. The Contractor shall provide an electronic or mechanical means
to monitor vibrator status. The checks on vibrator status shall occur a minimum of two times per day or
when requested by the RPR.
Hand held 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 equipment adequate in number of units and
power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby
saw in good working order and a supply of saw blades at the site of the work at all times during sawing
operations.
e. Fixed forms. Straight side fixed forms shall be made of steel and shall be furnished in sections not
less than 10 feet (3 m) in length. Forms shall be provided with adequate devices for secure settings so that
when in place they will withstand, without visible spring or settlement, the impact and vibration of the
consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms
shall not be used. Built-up forms shall not be used, except as approved by the RPR. The top face of the
form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg
shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting
sections together tightly for secure setting. Wood forms may be used under special conditions, when
approved by the RPR. The forms shall extend the full depth of the pavement section.
501-4.3 Form setting. Forms shall be set to line and grade as shown on the plans, sufficiently in advance
of the concrete placement, to ensure continuous paving operation. Forms shall be set to withstand, without
visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms
shall be cleaned and oiled prior to the concrete placement.
501-4.4 Base surface preparation prior to placement. Any damage to the prepared base, subbase, and
subgrade shall be corrected full depth by the Contractor prior to concrete placement. The underlying surface
shall be entirely free of frost when concrete is placed. The prepared grade shall be moistened with water,
without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from
concrete. Bond breaker shall be applied in accordance with 501-2.12.
501-4.5 Handling, measuring, and batching material. Aggregate stockpiles shall be constructed and
managed in such a manner that prevents segregation and intermixing of deleterious materials. Aggregates
from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant.
Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All
aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned
for draining at least 12 hours before being batched. Store and maintain all aggregates at a uniform moisture
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-10 City Project No. 103668
content prior to use. A continuous supply of materials shall be provided to the work to ensure continuous
placement.
501-4.6 Mixing concrete. The concrete may be mixed at the work site, in a central mix plant or in truck
mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time
all materials are placed into the drum until the drum is emptied into the truck. All concrete shall be mixed
and delivered to the site in accordance with the requirements of ASTM C94 or ASTM C685.
Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non-
agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete
is discharged from the truck should not exceed 30 minutes when the concrete is hauled in non-agitating
trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. In no case shall the
temperature of the concrete when placed exceed 90°F (32°C). Retempering concrete by adding water or
by other means will not be permitted. With transit mixers additional water may be added to the batch
materials and additional mixing performed to increase the slump to meet the specified requirements
provided the addition of water is performed within 45 minutes after the initial mixing operations and
provided the water/cementitious ratio specified is not exceeded.
501-4.7 Weather Limitations on mixing and placing. No concrete shall be mixed, placed, or finished
when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated.
a. Cold weather. Unless authorized in writing by the RPR, mixing and concreting operations shall be
discontinued when a descending air temperature in the shade and away from artificial heat reaches 40°F
(4°C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat
reaches 35°F (2°C).
The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer. The temperature
of the mixed concrete shall not be less than 50°F (10°C) at the time of placement. Concrete shall not be
placed on frozen material nor shall frozen aggregates be used in the concrete.
When concreting is authorized during cold weather, water and/or the aggregates may be heated to not
more than 150°F (66°C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude
the possible occurrence of overheated areas which might be detrimental to the materials.
Curing during cold weather shall be in accordance with paragraph 501-4.13d.
b. Hot weather. During periods of hot weather when the maximum daily air temperature exceeds 85°F
(30°C), the following precautions shall be taken.
The forms and/or the underlying surface shall be sprinkled with water immediately before placing the
concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the
temperature of the concrete when placed exceed 90°F (32°C). The aggregates and/or mixing water shall be
cooled as necessary to maintain the concrete temperature at or not more than the specified maximum.
The concrete placement shall be protected from exceeding an evaporation rate of 0.2 psf (0.98 kg/m2
per hour) per hour. When conditions are such that problems with plastic cracking can be expected, and
particularly if any plastic cracking begins to occur, the Contractor shall immediately take such additional
measures as necessary to protect the concrete surface. If the Contractor’s measures are not effective in
preventing plastic cracking, paving operations shall be immediately stopped.
Curing during hot weather shall be in accordance with paragraph 501-4.13e.
c. Temperature management program. Prior to the start of paving operation for each day of paving,
the Contractor shall provide the RPR with a Temperature Management Program for the concrete to be
placed to assure that uncontrolled cracking is avoided. (Federal Highway Administration HIPERPAV 3 is
one example of a temperature management program.) As a minimum, the program shall address the
following items:
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-11 City Project No. 103668
(1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the
concrete material.
(2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative
humidity; and anticipated evaporation rate using Figure 19-9, PCA, Design and Control of Concrete
Mixtures.
(3) Anticipated timing of initial sawing of joint.
(4) Anticipated number and type of saws to be used.
d. Rain. The Contractor shall have available materials for the protection of the concrete during
inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils
(0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting
may be mounted on either the paver or a separate movable bridge from which it can be unrolled without
dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop
and all available personnel shall begin covering the surface of the unhardened concrete with the protective
covering.
501-4.8 Concrete Placement. At any point in concrete conveyance, the free vertical drop of the concrete
from one point to another or to the underlying surface shall not exceed 3 feet (1 m). The finished concrete
product must be dense and homogeneous, without segregation and conforming to the standards in this
specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the
paver. Front end loaders will not be used. All concrete shall be consolidated without voids or segregation,
including under and around all load-transfer devices, joint assembly units, and other features embedded in
the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously
constructed pavement when the concrete strength reaches a flexural strength of 550 psi (3.8 MPa), based
on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed.
The Contractor must determine that the above minimum strengths are adequate to protection the pavement
from overloads due to the construction equipment proposed for the project.
The Contractor shall have available materials for the protection of the concrete during cold, hot and/or
inclement weather in accordance with paragraph 501-4.7.
a. Slip-form construction. The concrete shall be distributed uniformly into final position by a self-
propelled slip-form paver without delay. The alignment and elevation of the paver shall be regulated from
outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width
and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency
of concrete that will stand normal to the surface with sharp well-defined edges. The sliding forms shall be
rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively
consolidated by internal vibration with transverse vibrating units for the full width of the pavement and/or
a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to
longitudinal unit shall not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in
lanes. The spacing of internal units shall be uniform and shall not exceed 18 inches (0.5 m).
The term internal vibration means vibrating units located within the specified thickness of pavement
section.
The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without,
segregation, voids, or vibrator trails and the amplitude of vibration shall be sufficient to be perceptible on
the surface of the concrete along the entire length of the vibrating unit and for a distance of at least one foot
(30 cm). The frequency of vibration 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 tachometer or
other suitable device for measuring and indicating the actual frequency of vibrations.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-12 City Project No. 103668
The concrete shall be held at a uniform consistency. The slip-form paver shall be operated with as
nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading
concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a
minimum. If for any reason, it is necessary to stop the forward movement of the paver, the vibratory and
tamping elements shall also be stopped immediately. No tractive force shall be applied to the machine,
except that which is controlled from the machine.
When concrete is being placed adjacent to an existing pavement, that part of the equipment which is
supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber-tired
wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to
avoid breaking the pavement edge.
Not more than 15% of the total free edge of each 500-foot (150 m) segment of pavement, or fraction
thereof, shall have an edge slump exceeding 1/4 inch (6 mm), and none of the free edge of the pavement
shall have an edge slump exceeding 3/8 inch (9 mm). (The total free edge of 500 feet (150 m) of pavement
will be considered the cumulative total linear measurement of pavement edge originally constructed as
nonadjacent to any existing pavement; that is, 500 feet (150 m) of paving lane originally constructed as a
separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free
edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall
be limited to not more than 18 inches (0.5 m) from the edge.
When excessive edge slump cannot be corrected before the concrete has hardened, the area with
excessive edge slump will be removed the full width of the slip form lane and replaced at the expense of
the Contractor as directed by the RPR.
b. Fixed-form construction. Forms shall be drilled in advance of being placed to line and grade to
accommodate tie bars / dowel bars where these are specified.
Immediately in advance of placing concrete and after all subbase operations are completed, side forms
shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay in
placing.
Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases
until the edge of the pavement no longer requires the protection of the forms. Curing compound shall be
applied to the concrete immediately after the forms have been removed.
Side forms shall be thoroughly cleaned and coated with a release agent each time they are used and
before concrete is placed against them.
Concrete shall be spread, screed, shaped and consolidated by one or more self-propelled machines.
These machines shall uniformly distribute and consolidate concrete without segregation so that the
completed pavement will conform to the required cross-section with a minimum of handwork.
The number and capacity of machines furnished shall be adequate to perform the work required at a
rate equal to that of concrete delivery. The equipment must be specifically designed for placement and
finishing using stationary side forms. Methods and equipment shall be reviewed and accepted by the RPR.
Concrete for the full paving width shall be effectively consolidated by internal vibrators. The rate of
vibration of each vibrating unit shall be sufficient to consolidate the pavement without segregation, voids,
or leaving vibrator trails.
Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the
machine is stopped.
c. Consolidation. Concrete shall be consolidated with the specified type of lane-spanning, gang-
mounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented,
in rare instances as specified, by hand-operated vibrators. The vibrators shall be inserted into the concrete
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-13 City Project No. 103668
to a depth that will provide the best full-depth consolidation but not closer to the underlying material than
2 inches (50 mm). Vibrators shall not be used to transport or spread the concrete. For each paving train, at
least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be
maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the
edges, large air pockets, or any other evidence) or over-consolidation (vibrator trails, segregation, or any
other evidence) shall require the immediate stopping of the paving operation and adjustment of the
equipment or procedures as approved by the RPR.
If a lack of consolidation of the hardened concrete is suspected by the RPR, referee testing may be
required. Referee testing of hardened concrete will be performed by the RPR by cutting cores from the
finished pavement after a minimum of 24 hours curing. The RPR shall visually examine the cores for
evidence of lack of consolidation. Density determinations will be made by the RPR based on the water
content of the core as taken. ASTM C642 shall be used for the determination of core density in the saturated-
surface dry condition. When required, referee cores will be taken at the minimum rate of one for each 500
cubic yards (382 m2) of pavement, or fraction. The Contractor shall be responsible for all referee testing
cost if they fail to meet the required density.
The average density of the cores shall be at least 97% of the original concrete mix density, with no
cores having a density of less than 96% of the original concrete mix density. Failure to meet the referee
tests will be considered evidence that the minimum requirements for vibration are inadequate for the job
conditions. Additional vibrating units or other means of increasing the effect of vibration shall be employed
so that the density of the hardened concrete conforms to the above requirements.
501-4.9 Strike-off of concrete and placement of reinforcement. Following the placing of the concrete, it
shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the
concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown
on the plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck
off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on
the concrete in its final position without further manipulation. The reinforcement shall then be placed
directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screed.
If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered
with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed
concrete at the Contractor’s expense. When reinforced concrete is placed in one layer, the reinforcement
may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical
or vibratory means after spreading.
Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may
adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be
considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire-
brushed test specimen are not less than the applicable ASTM specification requirements.
501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these
requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement
and finished or edged as shown on the plans. Joints shall not vary more than 1/2-inch (12 mm) from their
designated position and shall be true to line with not more than 1/4-inch (6 mm) variation in 10 feet (3 m).
The surface across the joints shall be tested with a 12-foot (3 m) straightedge as the joints are finished and
any irregularities in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. All
joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the
plans.
a. Construction. Longitudinal construction joints shall be slip-formed or formed against side forms as
shown in the plans.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-14 City Project No. 103668
Transverse construction joints shall be installed at the end of each day’s placing operations and at any
other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it
appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint
shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the
Contractor shall remove the excess concrete back to the previous planned joint.
b. Contraction. Contraction joints shall be installed at the locations and spacing as shown on the plans.
Contraction joints shall be installed to the dimensions required by forming a groove or cleft in the top of
the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete
has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even
and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be
according to the manufacturer’s instructions. The groove shall be finished or cut clean so that spalling will
be avoided at intersections with other joints. Grooving or sawing shall produce a slot at least 1/8 inch (3
mm) wide and to the depth shown on the plans.
c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler
of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint. The
filler shall be fastened uniformly along the hardened joint face with no buckling or debris between the filler
and the concrete interface, including a temporary filler for the sealant reservoir 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
(1) Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie
bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals
shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the
slab depth and within the tolerances in paragraph 501-4.10(f.). When tie bars extend into an unpaved lane,
they may be bent against the form at longitudinal construction joints, unless threaded bolt or other
assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When slip-
form operations call for tie bars, two-piece hook bolts can be installed.
(2) Dowel bars. Dowel bars shall be placed across joints in the proper horizontal and vertical
alignment as shown on the plans. The dowels shall be coated with a bond-breaker or other lubricant
recommended by the manufacturer and approved by the RPR. Dowels bars at longitudinal construction
joints shall be bonded in drilled holes.
(3) Placing dowels and tie bars. Horizontal spacing of dowels shall be within a tolerance of ±3/4
inch (19 mm). The vertical location on the face of the slab shall be within a tolerance of ±1/2 inch (12 mm).
The method used to install dowels shall ensure that the horizontal and vertical alignment will not be greater
than 1/4 inch per feet (6 mm per 0.3 m), except for those across the crown or other grade change joints.
Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal
alignment shall be checked perpendicular to the joint edge. The portion of each dowel intended to move
within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of lubricating
oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following
subparagraphs.
Dowels and tie bars shall not be placed closer than 0.6 times the dowel bar or tie bar length to the planned
joint line. If the last regularly spaced longitudinal dowel and/or tie bar is closer than that dimension, it
shall be moved away from the joint to a location 0.6 times the dowel bar and/or tie bar length, but not
closer than 6 inches (150 mm) to its nearest neighbor.
(a) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction
joints within the paving lane shall be held securely in place by means of rigid metal frames or basket
assemblies of an approved type. The basket assemblies shall be held securely in the proper location by
means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-15 City Project No. 103668
At the Contractor’s option, dowels and tie bars in contraction joints may be installed by
insertion into the plastic concrete using approved equipment and procedures per the paver manufacturer’s
design. Approval of installation methods will be based on the results of the control strip showing that the
dowels and tie bars are installed within specified tolerances as verified by cores or non-destructive rebar
location devices approved by the RPR.
(b) Construction joints. Install dowels and tie bars by the cast-in- place or the drill-and-
dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels
and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held
in the proper horizontal and vertical position during placing and finishing operations, by means of devices
fastened to the forms.
(c) Joints in hardened concrete. Install dowels in hardened concrete by bonding the
dowels into holes drilled into the concrete. The concrete shall have cured for seven (7) days or reached a
minimum flexural strength of 450 psi (3.1 MPa) before drilling begins. Holes 1/8 inch (3 mm) greater in
diameter than the dowels shall be drilled into the hardened concrete using rotary-core drills. Rotary-
percussion drills may be used, provided that excessive spalling does not occur. Spalling beyond the limits
of the grout retention ring will require modification of the equipment and operation. Depth of dowel hole
shall be within a tolerance of ±1/2 inch (12 mm) of the dimension shown on the drawings. On completion
of the drilling operation, the dowel hole shall be blown out with oil-free, compressed air. Dowels shall be
bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before
installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void
around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in
alignment at the collar of the hole by means of a suitable metal or plastic grout retention ring fitted around
the dowel.
e. Sawing of joints. Sawing shall commence, without regard to day or night, as soon as the concrete
has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled
shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been
sawn. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing.
Curing compound or system shall be reapplied in the initial saw-cut and maintained for the remaining cure
period.
Joints shall be cut in locations as shown on the plans. The initial joint cut shall be a minimum 1/8 inch
(3 mm) wide and to the depth shown on the plans. Prior to placement of joint sealant or seals, the top of the
joint shall be widened by sawing as shown on the plans.
501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting
immediately behind the strike-off of the paver. Initial finishing shall be provided by the transverse screed
or extrusion plate. The sequence of operations shall be transverse finishing, longitudinal machine floating
if used, straightedge finishing, edging of joints, and then texturing. Finishing shall be by the machine
method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event
of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished
pavement shall be kept to an absolute minimum. Any machine finishing operation which requires
appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately
stopped and proper adjustments made or the equipment replaced. Equipment, mixture, and/or procedures
which produce more than 1/4 inch (6 mm) of mortar-rich surface shall be immediately modified as
necessary to eliminate this condition or operations shall cease. Compensation shall be made for surging
behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that
paving and finishing machines are properly adjusted so that the finished surface of the concrete (not just
the cutting edges of the screeds) will be at the required line and grade. Finishing equipment and tools shall
be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab
with the finishing equipment or tools, or in any other way. Fog (mist) sprays or other surface applied
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-16 City Project No. 103668
finishing aids specified to prevent plastic shrinkage cracking, approved by the RPR, may be used in
accordance with the manufacturer’s requirements.
a. Machine finishing with slipform pavers. The slipform paver shall be operated so that only a very
minimum of additional finishing work is required to produce pavement surfaces and edges meeting the
specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall
immediately be replaced or modified as necessary. A self-propelled non-rotating pipe float may be used
while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe
float shall be allowed. Equipment, mixture, and/or procedures which produce more than 1/4 inch (6 mm)
of mortar-rich surface shall be immediately modified as necessary to eliminate this condition or operations
shall cease. Remove excessive slurry from the surface with a cutting straightedge and wipe off the edge.
Any slurry which does run down the vertical edges shall be immediately removed by hand, using stiff
brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the
pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens.
b. Machine finishing with fixed forms. The machine shall be designed to straddle the forms and shall
be operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be
replaced. The machine shall make only one pass over each area of pavement. If the equipment and
procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be
immediately stopped and the equipment, mixture, and procedures adjusted as necessary.
c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck
finishers are not allowed on mainline paving, but may be allowed on irregular or odd-shaped slabs, and
near buildings or trench drains, subject to the RPR’s approval.
Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) and shall have
a transversely operating carriage containing a knock-down auger and a minimum of two immersion
vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted
as specified, and only where specifically approved.
d. Hand finishing. Hand finishing methods will not be permitted, except under the following
conditions: (1) in the event of breakdown of the mechanical equipment, hand methods may be used to finish
the concrete already deposited on the grade and (2) in areas of narrow widths or of irregular dimensions
where operation of the mechanical equipment is impractical.
e. Straightedge testing and surface correction. After the pavement has been struck off and while the
concrete is still plastic, it shall be tested for trueness with a 12-foot (3.7-m) finishing straightedge swung
from handles capable of spanning at least one-half the width of the slab. The straightedge shall be held in
contact with the surface in successive positions parallel to the centerline and the whole area gone over from
one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than
one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch (3 mm) thick
shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled
with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and
refinished. Special attention shall be given to assure that the surface across joints meets the smoothness
requirements. Straightedge testing and surface corrections shall continue until the entire surface is found
to be free from observable departures from the straightedge and until the slab conforms to the required
grade and cross-section. The use of long-handled wood floats shall be confined to a minimum; they may be
used only in emergencies and in areas not accessible to finishing equipment.
501-4.12 Surface texture. The surface of the pavement shall be finished as designated below for all newly
constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the
pavement surface during the operation. The texture shall be uniform in appearance and approximately 1/16
inch (2 mm) in depth. Any imperfections resulting from the texturing operation shall be corrected to the
satisfaction of the RPR.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-17 City Project No. 103668
a. Brush or broom finish. Shall be applied when the water sheen has practically disappeared. The
equipment shall operate transversely across the pavement surface.
b. Burlap drag finish. Not used.
c. Artificial turf finish. Not used.
501-4.13 Curing. Immediately after finishing operations are completed and bleed water is gone from the
surface, all exposed surfaces of the newly placed concrete shall be cured for a 7-day cure period in
accordance with one of the methods below. Failure to provide sufficient cover material of whatever kind
the Contractor may elect to use, or lack of water to adequately take care of both curing and other
requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be
left exposed for more than 1/2 hour during the curing period.
When a two-saw-cut method is used to construct the contraction joint, the curing compound shall be applied
to the saw-cut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until
after the curing period has been completed. When the one cut method is used to construct the contraction
joint, the joint shall be cured with wet rope, wet rags, or wet blankets. The rags, ropes, or blankets shall be
kept moist for the duration of the curing period.
a. Impervious membrane method. Curing with liquid membrane compounds should not occur until
bleed and surface moisture has evaporated. All exposed surfaces of the pavement shall be sprayed uniformly
with white pigmented curing compound immediately after the finishing of the surface and before the set of
the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound
shall be applied by mechanical sprayers under pressure at the rate of one gallon (4 liters) to not more than
150 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 compound shall be in a thoroughly mixed condition with the pigment
uniformly dispersed throughout the vehicle. During application, the compound shall be stirred continuously
by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal
of forms will be permitted. When hand spraying is approved by the RPR, a double application rate shall be
used to ensure coverage. Should the film become damaged from any cause, including sawing operations,
within the required curing period, the damaged portions shall be repaired immediately with additional
compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be
protected immediately to provide a curing treatment equal to that provided for the surface.
b. White burlap-polyethylene sheets. The surface of the pavement shall be entirely covered with the
sheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of
the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both
edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact
with the surface covered, and the covering shall be maintained fully saturated and in position for seven (7)
days after the concrete has been placed.
c. Water method. The entire area shall be covered with burlap or other water absorbing material. The
material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The
material shall be kept wet at all times and maintained for seven (7) days. When the forms are stripped, the
vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of
the curing water on the subbase.
d. Concrete protection for cold weather. Maintain the concrete at a temperature of at least 50°F
(10°C) for a period of 72 hours after placing and at a temperature above freezing for the remainder of the
7-day curing period. The Contractor shall be responsible for the quality and strength of the concrete placed
during cold weather; and any concrete damaged shall be removed and replaced at the Contractor’s expense.
e. Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire
curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-18 City Project No. 103668
However, if moisture curing is not practical beyond 24 hours, the concrete surface shall be protected from
drying with application of a liquid membrane-forming curing compound while the surfaces are still damp.
Other curing methods may be approved by the RPR.
501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed
concrete until it has hardened sufficiently to permit removal without chipping, spalling, or tearing. After
the forms have been removed, the sides of the slab shall be cured in accordance with paragraph 501-4.13.
If honeycombed areas are evident when the forms are removed, materials, placement, and consolidation
methods must be reviewed and appropriate adjustments made to assure adequate consolidation at the edges
of future concrete placements. Honeycombed areas that extend into the slab less than approximately 1 inch
(25 mm), shall be repaired with an approved grout, as directed by the RPR. Honeycombed areas that extend
into the slab greater than a depth of 1 inch (25 mm) shall be considered as defective work and shall be
removed and replaced in accordance with paragraph 501-4.19.
501-4.15 Saw-cut grooving. Not used.
501-4.16 Sealing joints. The joints in the pavement shall be sealed in accordance with Items P-604 and P-
605.
501-4.17 Protection of pavement. The Contractor shall protect the pavement and its appurtenances against
both public traffic and traffic caused by the Contractor’s employees and agents until accepted by the RPR.
This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights,
pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any
damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at
the Contractor’s expense.
Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic
shall be excluded from the new pavement by erecting and maintaining barricades and signs until the
concrete is at least seven (7) days old, or for a longer period if directed by the RPR.
In paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving
equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days,
the joints are protected, the concrete has attained a minimum field cured flexural strength of 450 psi (3100
kPa), and the slab edge is protected.
All new and existing pavement carrying construction traffic or equipment shall be kept clean and spillage
of concrete and other materials shall be cleaned up immediately.
Damaged pavements shall be removed and replaced at the Contractor’s expense. Slabs shall be removed to
the full depth, width, and length of the slab.
501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens
molded and cured in accordance with ASTM C31 have attained a flexural strength of 450 pounds per square
inch (3100 kPa) when tested in accordance with ASTM C78. If such tests are not conducted, the pavement
shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to
construction traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion
of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints from
foreign matter intrusion.
501-4.19 Repair, removal, or replacement of slabs. New pavement slabs that are broken or contain cracks
or are otherwise defective or unacceptable as defined by acceptance criteria in paragraph 501-6.6 shall be
removed and replaced or repaired, as directed by the RPR, at the Contractor’s expense. Spalls along joints
shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be
full depth, shall be full width of the slab, and the limit of removal shall be normal to the paving lane and to
each original transverse joint. The RPR will determine whether cracks extend full depth of the pavement
and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be have a
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-19 City Project No. 103668
diameter of 2 inches (50 mm) to 4 inches (100 mm), shall be drilled by the Contractor and shall be filled
by the Contractor with a well consolidated concrete mixture bonded to the walls of the hole with a bonding
agent, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner.
Repair of cracks as described in this section shall not be allowed if in the opinion of the RPR the overall
condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished
pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with
an absence of coarse aggregate in the upper 1/8 inch (3 mm) of the pavement surface.
a. Shrinkage cracks. Shrinkage cracks which do not exceed one-third of the pavement depth shall be
cleaned and either high molecular weight methacrylate (HMWM) applied; or epoxy resin (Type IV, Grade
1) pressure injected using procedures recommended by the manufacturer and approved by the RPR.
Sandblasting of the surface may be required following the application of HMWM to restore skid resistance.
Care shall be taken to ensure that the crack is not widened during epoxy resin injection. All epoxy resin
injection shall take place in the presence of the RPR. Shrinkage cracks which exceed one-third the pavement
depth shall be treated as full depth cracks in accordance with paragraphs 501-4.19b and 501-19c.
b. Slabs with cracks through interior areas. Interior area is defined as that area more than 6 inches
(150 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no
cost to the Owner, when there are any full depth cracks, or cracks greater than one-third the pavement depth,
that extend into the interior area.
c. Cracks close to and parallel to joints. All full-depth cracks within 6 inches (150 mm) either side
of the joint and essentially parallel to the original joints, shall be treated as follows.
(1) Full depth cracks and original joint not cracked. The full-depth crack shall be treated as the
new joint and the original joint filled with an epoxy resin.
i. Full-depth crack. The joint sealant reservoir for the crack shall be formed by sawing to a
depth of 3/4 inches (19 mm), ±1/16 inch (2 mm), and to a width of 5/8 inch (16 mm), ±1/8 inch (3 mm).
The crack shall be sawed with equipment specially designed to follow random cracks. Any equipment or
procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent
raveling or spalling. The joint shall be sealed with sealant in accordance with P-605 or as directed by the
RPR.
ii. Original joint. If the original joint sealant reservoir has been sawed out, the reservoir and
as much of the lower saw cut as possible shall be filled with epoxy resin, Type IV, Grade 2, thoroughly
tooled into the void using approved procedures.
If only the original narrow saw cut has been made, it shall be cleaned and pressure injected
with epoxy resin, Type IV, Grade 1, using approved procedures.
Where a parallel crack goes part way across paving lane and then intersects and follows the
original joint which is cracked only for the remained of the width, it shall be treated as specified above for
a parallel crack, and the cracked original joint shall be prepared and sealed as originally designed.
(2) Full depth cracks and original joint cracked. If there is any place in the lane width where a
parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall
be removed and replaced.
d. Removal and replacement of full slabs. Make a full depth cut perpendicular to the slab surface
along all edges of the slab with a concrete saw cutting any dowels or tie-bars. Remove damaged slab
protecting adjacent pavement from damage. Damage to adjacent slabs may result in removal of additional
slabs as directed by the RPR at the Contractor’s expense.
The underlying material shall be repaired, re-compacted and shaped to grade.
Dowels of the size and spacing specified for other joints in similar pavement on the project shall be installed
along all four (4) edges of the new slab in accordance with paragraph 501-4.10d.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-20 City Project No. 103668
Placement of concrete shall be as specified for original construction. The joints around the new slab shall
be prepared and sealed as specified for original construction.
e. Spalls along joints.
(1) Spalls less than one inch wide and less than the depth of the joint sealant reservoir, shall be
filled with joint sealant material.
(2) Spalls larger than one inch and/or deeper than the joint reservoir, but less than ½ the slab depth,
and less than 25% of the length of the adjacent joint shall be repaired as follows:
i. Make a vertical saw cut at least one inch (25 mm) outside the spalled area and to a depth of
at least 2 inches (50 mm). Saw cuts shall be straight lines forming rectangular areas surrounding the spalled
area.
ii. Remove unsound concrete and at least 1/2 inch (12 mm) of visually sound concrete between
the saw cut and the joint or crack with a light chipping hammer.
iii. Clean cavity with high-pressure water jets supplemented with compressed air as needed to
remove all loose material.
iv. Apply a prime coat of epoxy resin, Type III, Grade I, to the dry, cleaned surface of all sides
and bottom of the cavity, except any joint face.
v. Fill the cavity with low slump concrete or mortar or with epoxy resin concrete or mortar.
vi. An insert or other bond-breaking medium shall be used to prevent bond at all joint faces.
vii. A reservoir for the joint sealant shall be sawed to the dimensions required for other joints,
or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer
specified for the joints.
(3) Spalls deeper than 1/2 of the slab depth or spalls longer than 25% of the adjacent joint require
replacement of the entire slab.
f. Diamond grinding of Concrete surfaces. Diamond grinding shall be completed prior to pavement
grooving. Diamond grinding of the hardened concrete should not be performed until the concrete is at least
14 days old and has achieved full minimum strength. Equipment that causes ravels, aggregate fractures,
spalls or disturbance to the joints will not be permitted. The depth of diamond grinding shall not exceed 1/2
inch (13 mm) and all areas in which diamond grinding has been performed will be subject to the final
pavement thickness tolerances specified.
Diamond grinding shall be performed with a machine specifically designed 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
sufficient number of flush cut blades that create grooves between 0.090 and 0.130 inches (2 and 3.5 mm)
wide; and peaks and ridges approximately 1/32 inch (1 mm) higher than the bottom of the grinding cut. The
Contractor shall determine the number and type of blades based on the hardness of the aggregate.
Contractor shall demonstrate to the RPR that the grinding equipment will produce satisfactory results prior
to making corrections to surfaces.
Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding.
The slurry resulting from the grinding operation shall be continuously removed and the pavement left in a
clean condition. All grinding shall be at the expense of the Contractor.
CONTRACTOR QUALITY CONTROL (CQC)
501-5.1 Quality control program. The Contractor shall develop a Quality Control Program in accordance
with Item C-100. No partial payment will be made for materials that are subject to specific quality control
requirements without an approved quality control program.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-21 City Project No. 103668
501-5.2 Contractor Quality Control (CQC). The Contractor shall provide or contract for testing facilities
in accordance with Item C-100. The RPR shall be permitted unrestricted access to inspect the Contractor’s
QC facilities and witness QC activities. The RPR will advise the Contractor in writing of any noted
deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures. When
the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the
materials into the work shall be suspended immediately and will not be permitted to resume until the
deficiencies are satisfactorily corrected.
501-5.3 Contractor QC testing. The Contractor shall perform all QC tests necessary to control the
production and construction processes applicable to this specification and as set forth in the CQCP. The
testing program shall include, but not necessarily be limited to, tests for aggregate gradation, aggregate
moisture content, slump, and air content. A QC Testing Plan shall be developed and approved by the RPR
as part of the CQCP.
The RPR may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to
dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation,
or improper slump. Such rejection may be based on only visual inspection. In the event of such rejection,
the Contractor may take a representative sample of the rejected material in the presence of the RPR, and if
it can be demonstrated in the laboratory, in the presence of the RPR, that such material was erroneously
rejected, payment will be made for the material at the contract unit price.
a. Fine aggregate.
(1) Gradation. A sieve analysis shall be made at least twice daily in accordance with ASTM C136
from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt.
(2) Moisture content. If an electric moisture meter is used, at least two direct measurements of
moisture content shall be made per week to check the calibration. If direct measurements are made in lieu
of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM
C70 or ASTM C566.
(3) Deleterious substances. Fine aggregate as delivered to the mixer shall be tested for deleterious
substances in fine aggregate for concrete as specified in paragraph 501-2.1b, prior to production of the
control strip, and a minimum of every 30-days during production or more frequently as necessary to control
deleterious substances.
b. Coarse Aggregate.
(1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests
shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge
gate of storage bins or from the conveyor belt.
(2) Moisture content. If an electric moisture meter is used, at least two direct measurements of
moisture content shall be made per week to check the calibration. If direct measurements are made in lieu
of using an electric meter, two tests shall be made per day. Tests shall be made in accordance with ASTM
C566.
(3) Deleterious substances. Coarse aggregate as delivered to the mixer shall be tested for
deleterious substances in coarse aggregate for concrete as specified in paragraph 501-2.1c, prior to
production of the control strip, and a minimum of every 30-days during production or more frequently as
necessary to control deleterious substances.
c. Slump. One test shall be made for each sublot. Slump tests shall be performed in accordance with
ASTM C143 from material randomly sampled from material discharged from trucks at the paving site.
Material samples shall be taken in accordance with ASTM C172.
d. Air content. One test shall be made for each sublot. Air content tests shall be performed in
accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag or other
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-22 City Project No. 103668
porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples
shall be taken in accordance with ASTM C172.
e. Unit weight and Yield. One test shall be made for each sublot. Unit weight and yield tests shall be
in accordance with ASTM C138. The samples shall be taken in accordance with ASTM C172 and at the
same time as the air content tests.
f. Temperatures. Temperatures shall be checked at least four times per lot at the job site in accordance
with ASTM C1064.
g. Smoothness for Contractor Quality Control.
The Contractor shall perform smoothness testing in transverse and longitudinal directions daily to
verify that the construction processes are producing pavement with variances less than ¼ inch in 12 feet,
identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness
criteria is not met, appropriate changes and corrections to the construction process shall be made by the
Contractor before construction continues
The Contractor may use a 12-foot (3.7 m) “straightedge, a rolling inclinometer meeting the
requirements of ASTM E2133 or rolling external reference device that can simulate a 12-foot (3.7m)
straightedge approved by the RPR. Straight-edge testing shall start with one-half the length of the
straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the
straightedge for each successive measurement. Testing shall be continuous across all joints. The surface
irregularity shall be determined by placing the freestanding (unleveled) straightedge on the pavement
surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum
gap between the straightedge and the pavement surface in the area between the two high points. If the
rolling inclinometer or external reference device is used, the data may be evaluated using either the FAA
profile program, ProFAA, or FHWA profile program ProVal, using the 12-foot straightedge simulation
function.
Smoothness readings shall not be made across grade changes or cross slope transitions. The transition
between new and existing pavement shall be evaluated separately for conformance with the plans.
(1) Transverse measurements. Transverse measurements shall be taken for each day’s production
placed. Transverse measurements shall be taken perpendicular to the pavement centerline each 50 feet (15
m) or more often as determined by the RPR. The joint between lanes shall be tested separately to facilitate
smoothness between lanes.
(2) Longitudinal measurements. Longitudinal measurements shall be taken for each day’s
production placed. Longitudinal tests shall 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 lanes when
widths of paving lanes are 20 ft (6 m) or greater. When placement abuts previously placed material the first
measurement shall start with one half the length of the straight edge on the previously placed material.
Deviations on the final surface course in either the transverse or longitudinal direction that will trap
water greater than 1/4 inch (6 mm) shall be corrected with diamond grinding per paragraph 501-4.19f or by
removing and replacing the surface course to full depth. Grinding shall be tapered in all directions to
provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has been
performed shall be subject to the final pavement thickness tolerances specified in paragraph 501-6.6.
Control charts shall be kept to show area of each day’s placement and the percentage of corrective
grinding required. Corrections to production and placement shall be initiated when corrective grinding is
required. If the Contractor’s machines and/or methods produce significant areas that need corrective actions
in excess of 10 percent of a day’s production, production shall be stopped until corrective measures are
implemented by the Contractor.
h. Grade. Grade will be evaluated prior to and after placement of the concrete surface.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-23 City Project No. 103668
Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving
lane) and longitudinal spacing as shown on cross-sections and plans. The final surface of the pavement
will not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch
(12 mm) vertically and 0.1 feet (30 mm) laterally. The documentation will be provided by the Contractor
to the RPR by the end of the following working day.
Areas with humps or depression that that exceed grade or smoothness and that retain water on the surface
must be ground off provided the course thickness after grinding is not more than 1/2 inch (12 mm) less than
the thickness specified on the plans. If these areas cannot be corrected with grinding then the slabs that are
retaining water must be removed and replaced in accordance with paragraph 501-4.19d. Grinding shall be
in accordance with paragraph 501-4.19f. All corrections will be at the Contractors expense.
501-5.4 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 control chart plotting the coarseness
factor/workability factor from the combined gradations in accordance with paragraph 501-2.1d.
Control charts shall be posted in a location satisfactory to the RPR and shall be kept up to date at all times.
As a minimum, the control charts shall identify the project number, the contract item number, the test
number, each test parameter, the Action and suspension Limits, or Specification limits, applicable to each
test parameter, and the Contractor’s test results. The Contractor shall use the control charts as part of a
process control system for identifying potential problems and assignable causes before they occur. If the
Contractor’s projected data during production indicates a potential problem and the Contractor is not taking
satisfactory corrective action, the RPR may halt production or acceptance of the material.
a. Fine and coarse aggregate gradation. The Contractor shall record the running average of the last
five gradation tests for each control sieve on linear control charts. Superimposed on the control charts shall
be the action and suspension limits. Gradation tests shall be performed by the Contractor per ASTM C136.
The Contractor shall take at least 2 samples per lot to check the final gradation. Sampling shall be per
ASTM D75 from the flowing aggregate stream or conveyor belt.
b. Slump and air content. The Contractor shall maintain linear control charts both for individual
measurements and range (that is, difference between highest and lowest measurements) for slump and air
content in accordance with the following Action and Suspension Limits.
c. Combined gradation. The Contractor shall maintain a control chart plotting the coarseness factor
and workability factor on a chart in accordance with paragraph 501-2.1d.
Control Chart Limits1
Control Parameter
Individual Measurements
Action Limit Suspension Limit
Gradation2 *3 *3
Coarseness Factor (CF) ±3.5 ±5
Workability Factor (WF) ±2 ±3
Slump +0.5 to -1 inch
(+13 to -25 mm)
+1 to -1.5 inch
(+25 to -38 mm)
Air Content ±1.5% ±2.0%
1 Control charts shall developed and maintained for each control parameter indicated.
2 Control charts shall be developed and maintained for each sieve size.
3 Action and suspension limits shall be determined by the Contractor.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-24 City Project No. 103668
501-5.5 Corrective action at Suspension Limit. The CQCP shall indicate that appropriate action shall be
taken when the process is believed to be out of control. The CQCP shall detail what action will be taken to
bring the process into control and shall contain sets of rules to gauge when a process is out of control. As
a minimum, a process shall be deemed out of control and corrective action taken if any one of the following
conditions exists.
a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside of
the suspension limits, immediate steps, including a halt to production, shall be taken to correct the
grading.
b. Coarseness and Workability factor (CF and WF). When the CF or WF reaches the applicable
suspension limits, the Contractor, immediate steps, including a halt to production, shall be taken to
correct the CF and WF.
c. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse
aggregate changes by more than 0.5%, the scale settings for the aggregate batcher and water batcher shall
be adjusted.
d. Slump. The Contractor shall halt production and make appropriate adjustments whenever:
(1) one point falls outside the Suspension Limit line for individual measurements
OR
(2) two points in a row fall outside the Action Limit line for individual measurements.
d. Air content. The Contractor shall halt production and adjust the amount of air-entraining admixture
whenever:
(1) one point falls outside the Suspension Limit line for individual measurements
OR
(2) two points in a row fall outside the Action Limit line for individual measurements.
MATERIAL ACCEPTANCE
501-6.1 Quality Assurance (QA) Acceptance sampling and testing. All acceptance sampling and testing
necessary to determine conformance with the requirements specified in this section, with the exception of
coring for thickness determination, will be performed by the RPR. The Contractor shall provide adequate
facilities for the initial curing of beams. The Contractor shall bear the cost of providing initial curing
facilities and coring and filling operations, per paragraph 501-6.5b(1).
The samples will be transported while in the molds. The curing, except for the initial cure period, will be
accomplished using the immersion in saturated lime water method. During the 24 hours after molding, the
temperature immediately adjacent to the specimens must be maintained in the range of 60° to 80°F (16° to
27°C), and loss of moisture from the specimens must be prevented. The specimens may be stored in tightly
constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in
favorable weather, or in heavyweight closed plastic bags, or using other suitable methods, provided the
temperature and moisture loss requirements are met.
501-6.2 Quality Assurance (QA) testing laboratory. Quality assurance testing organizations performing
these acceptance tests will be accredited in accordance with ASTM C1077. The quality assurance
laboratory accreditation must be current and listed on the accrediting authority’s website. All test methods
required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the
laboratory’s current accreditation and accredited test methods will be submitted to the RPR prior to start of
construction.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-25 City Project No. 103668
501-6.3 Lot size. Concrete will be accepted for strength and thickness on a lot basis. A lot will consist of
a day’s production not to exceed 3,000 square yards (2,500 square meters). Each lot will be divided into
approximately equal sublots with individual sublots between 400 to 600 cubic yards. Where three sublots
are produced, they will constitute a lot. Where one or two sublots are produced, they will be incorporated
into the previous or next lot. Where more than one plant is simultaneously producing concrete for the job,
the lot sizes will apply separately for each plant.
501-6.4 Partial lots. When operational conditions cause a lot to be terminated before the specified number
of tests have been made for the lot or for overages or minor placements to be considered as partial lots, the
following procedure will be used to adjust the lot size and the number of tests for the lot.
Where three sublots have been produced, they will constitute a lot. Where one or two sublots have been
produced, they will be incorporated into the next lot or the previous lot and the total number of sublots will
be used in the acceptance criteria calculation, that is, n=5 or n=6.
501-6.5 Acceptance Sampling and Testing.
a. Strength.
(1) Sampling. One sample will be taken for each sublot from the concrete delivered to the job site.
Sampling locations will be determined by the RPR in accordance with random sampling procedures
contained in ASTM D3665. The concrete will be sampled in accordance with ASTM C172.
(2) Test Specimens. The RPR will be responsible for the casting, initial curing, transportation, and
curing of specimens in accordance with ASTM C31. Two (2) specimens will be made from each sample
and slump, air content, unit weight, and temperature tests will be conducted for each set of strength
specimens. Within 24 to 48 hours, the samples will be transported from the field to the laboratory while in
the molds. Samples will be cured in saturated lime water.
The strength of each specimen will be determined in accordance with ASTM C78. The strength
for each sublot will be computed by averaging the results of the two test specimens representing that sublot.
(3) Acceptance. Acceptance of pavement for strength will be determined by the RPR in accordance
with paragraph 501-6.6b(1). All individual strength tests within a lot will be checked for outliers in
accordance with ASTM E178, at a significance level of 5%. Outliers will be discarded and the remaining
test values will be used to determine acceptance in accordance with paragraph 501-6.5b.
b. Pavement thickness.
(1) Sampling. One core will be taken by the Contractor for each sublot in the presence of the RPR.
Sampling locations will be determined by the RPR in accordance with random sampling procedures
contained in ASTM D3665. Areas, such as thickened edges, with planned variable thickness, will be
excluded from sample locations.
Cores shall be a minimum 4 inch (100 mm) in diameter neatly cut with a core drill. The Contractor
will furnish all tools, labor, and materials for cutting samples and filling the cored hole. Core holes will be
filled by the Contractor with a non-shrink grout approved by the RPR within one day after sampling.
(2) Testing. The thickness of the cores will be determined by the RPR by the average caliper
measurement in accordance with ASTM C174. Each core shall be photographed and the photograph
included with the test report.
(3) Acceptance. Acceptance of pavement for thickness will be determined by the RPR in
accordance with paragraph 501-6.6.
501-6.6 Acceptance criteria.
a. General. Acceptance will be based on the following characteristics of the completed pavement
discussed in paragraph 501-6.5b:
(1) Strength
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-26 City Project No. 103668
(2) Thickness
(3) Grade
(4) Profilograph smoothness
(5) Adjustments for repairs
Acceptance for strength, thickness, and grade, will be based on the criteria contained in accordance
with paragraph 501-6.6b(1), 501-6.6b(2), and 501-6.6b(3), respectively. Acceptance for profilograph
smoothness will be based on the criteria contained in paragraph 501-6.6b(4).
Production quality must achieve 90 PWL or higher to receive full payment.
Strength and thickness will be evaluated for acceptance on a lot basis using the method of estimating
PWL. Production quality must achieve 90 PWL or higher to receive full pavement. The PWL will be
determined in accordance with procedures specified in Item C-110.
The lower specification tolerance limit (L) for strength and thickness will be:
Lower Specification Tolerance Limit (L)
Strength 0.93 ´ strength specified in paragraph 501-3.3
Thickness Lot Plan Thickness in inches, - 0.50 in
b. Acceptance criteria.
(1) Strength. If the PWL of the lot equals or exceeds 90%, the lot will be acceptable. Acceptance
and payment for the lot will be determined in accordance with paragraph 501-8.1.
(2) Thickness. If the PWL of the lot equals or exceeds 90%, the lot will be acceptable. Acceptance
and payment for the lot will be determined in accordance with paragraph 501-8.1.
(3) Grade. The final finished surface of the pavement of the completed project will not vary from
the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch (12 mm) vertically or
0.1 feet (30 mm) laterally. The documentation, stamped and signed by a licensed surveyor shall be in
accordance with paragraph 501-5.3h. Payment for sublots that do not meet grade for over 25% of the sublot
shall reduced by 5% and not be more than 95%.
(4) Profilograph roughness for QA Acceptance. The final profilograph shall be the full length
of the project to facilitate testing of roughness between lots. The Contractor, in the presence of the RPR,
shall perform a profilograph roughness test on the completed project with a profilograph meeting the
requirements of ASTM E1274 or a Class I inertial profiler meeting ASTM E950. Data and results shall be
provided within 48 hrs of profilograph roughness tests.
The pavement shall have an average profile index less than 15 inches per mile per 1/10 mile. The
equipment shall utilize electronic recording and automatic computerized reduction of data to indicate “must
grind” bumps and the Profile Index for the pavement using a 0.2-inch (5 mm) blanking band. The bump
template must span one inch (25 mm) with an offset of 0.4 inches (10 mm). The profilograph must be
calibrated prior to use and operated by a factory or State DOT approved, trained operator. Profilograms
shall be recorded on a longitudinal scale of one inch (25 mm) equals 25 feet (7.5 m) and a vertical scale of
one inch (25 mm) equals one inch (25 mm). Profilograph shall be performed one foot right and left of
project centerline and 15 feet (4.5 m) right and left of project centerline. Any areas that indicate “must
grind” shall be corrected with diamond grinding per paragraph 501-4.19f or by removing and replacing full
depth of surface course. as directed by the RPR. Where corrections are necessary, a second profilograph
run shall be performed to verify that the corrections produced an average profile index of 15 inches per
mile per 1/10 mile or less.
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-27 City Project No. 103668
(5) Adjustments for repair. Sublots with spall repairs, crack repairs, or partial panel replacement,
will be limited to no more than 95% payment.
(6) Adjustment for grinding. For sublots with grinding over 25% of a sublot, payment will be
reduced 5%.
METHOD OF MEASUREMENT
501-7.1 Concrete pavement shall be measured by the number of square yards (square meters) of plain and
reinforced pavement as specified in-place, completed and accepted.
BASIS OF PAYMENT
501-8.1 Payment. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph
501-6.6. Acceptance Criteria shall be based on results of strength, smoothness, and thickness tests. Payment
for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501-8.1a for
strength and thickness; 501-8.1b for repairs; 501-8.1c for grinding; and 501-8.1d for smoothness, subject
to the limitation that:
The total project payment for concrete pavement shall not exceed 100 percent of the product of the contract
unit price and the total number of square yards (square meters)of concrete pavement used in the accepted
work (See Note 1 under the Price Adjustment Schedule table below).
Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to
complete the work as specified herein and on the drawings.
a. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance
with the Price Adjustment Schedule table below. A pay factor shall be calculated for both strength and
thickness. The lot pay factor shall be the higher of the two values when calculations for both strength and
thickness are 100% or higher. The lot pay factor shall be the product of the two values when only one of
the calculations for either strength or thickness is 100% or higher. The lot pay factor shall be the lower of
the two values when calculations for both strength and thickness are less than 100%.
Price Adjustment Schedule1
Percentage of Materials Within Specification
Limits
(PWL)
Lot Pay Factor
(Percent of Contract Unit Price)
96 – 100 106
90 – 95 PWL + 10
75 – 90 0.5 PWL + 55
55 – 74 1.4 PWL – 12
Below 55 Reject2
1 Although it is theoretically possible to achieve a pay factor of 106% for each lot, actual payment in excess of
100% shall be subject to the total project payment limitation specified in paragraph 501-8.1.
2 The lot shall be removed and replaced unless, after receipt of FAA concurrence, the Owner and Contractor
agree in writing that the lot will remain; the lot paid at 50% of the contract unit price; and the total project
payment limitation reduced by the amount withheld for that lot.
For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the
lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-28 City Project No. 103668
paragraph 501-8.1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to
offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100%; except
for rejected lots which remain in place and/or sublots with adjustments for repairs.
b. Adjusted payment for repairs. The PWL lot pay factor shall be reduced by 5% and be no higher
than 95% for sublots which contain repairs in accordance with paragraph 501-4.19 on more than 20% of
the slabs within the sublot. Payment factors greater than 100 percent for the strength and thickness cannot
be used to offset adjustments for repairs.
c. Adjusted payment for grinding. The PWL lot pay factor shall be reduced by 5% and be no higher
than 95% for sublots with grinding over 25% of a sublot.
d. Profilograph Roughness. The Contractor will receive full payment when the profilograph average
profile index is in accordance with paragraph 501-6.6b(4). When the final average profile index for the
entire length of pavement does not exceed 15 inches per mile per 1/10 mile, payment will be made at the
contract unit price for the completed pavement.
e. Payment. Payment shall be made under:
Item P-501-8.1 19-inch Concrete Pavement, Unreinforced – per square yard (square
meter)
Item P-501-8.2 19-inch Concrete Pavement, Reinforced – per square yard (square meter)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete
Reinforcement
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for
Concrete Reinforcement
ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for
Concrete Reinforcement
ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars
ASTM A884 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire
Reinforcement
ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing
Bars
ASTM A996 Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for
Concrete Reinforcement
ASTM A1035 Standard Specification for Deformed and Plain, Low-Carbon, Chromium,
Steel Bars for Concrete Reinforcement
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-29 City Project No. 103668
ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire
Reinforcement, Plain and Deformed, for Concrete
ASTM A1078 Standard Specification for Epoxy-Coated Steel Dowels for Concrete
Pavement
ASTM C29 Standard Test Method for Bulk Density (“Unit Weight”) and Voids in
Aggregate
ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the
Field
ASTM C33 Standard Specification for Concrete Aggregates
ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate
ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple
Beam with Third-Point Loading)
ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium
Sulfate or Magnesium Sulfate
ASTM C94 Standard Specification for Ready-Mixed Concrete
ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement
ASTM C117 Standard Test Method for Materials Finer than 75-μm (No. 200) Sieve in
Mineral Aggregates by Washing
ASTM C123 Standard Test Method for Lightweight Particles in Aggregate
ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates
ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse
Aggregate by Abrasion and Impact in the Los Angeles Machine
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content
(Gravimetric) of Concrete
ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates
ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete
ASTM C150 Standard Specification for Portland Cement
ASTM C171 Standard Specification for Sheet Materials for Curing Concrete
ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete
ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the
Volumetric Method
ASTM C174 Standard Test Method for Measuring Thickness of Concrete Elements
Using Drilled Concrete Cores
ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement-
Aggregate Combinations (Mortar-Bar Method)
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-30 City Project No. 103668
ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method
ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete
ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete
ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete
ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use in Portland Cement Concrete
ASTM C494 Standard Specification for Chemical Admixtures for Concrete
ASTM C566 Standard Test Method for Total Evaporable Moisture Content of
Aggregates by Drying
ASTM C595 Standard Specification for Blended Hydraulic Cements
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C642 Standard Test Method for Density, Absorption, and Voids in Hardened
Concrete
ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and
Thawing
ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and
Continuous Mixing
ASTM C881 Standard Specification for Epoxy-Resin-Base Bonding Systems for
Concrete
ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars
ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing
Flowing Concrete
ASTM C1064 Test Method for Temperature of Freshly Mixed Hydraulic-Cement
Concrete
ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates
for Use in Construction and Criteria for Testing Agency Evaluation
ASTM C1157 Standard Performance Specification for Hydraulic Cement
ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates
(Mortar-Bar Method)
ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in
Portland Cement and Portland-Cement Clinker Using X-Ray Powder
Diffraction Analysis
ASTM C1567 Standard Test Method for Determining the Potential Alkali-Silica
Reactivity of Combinations of Cementitious Materials and Aggregate
(Accelerated Mortar-Bar Method)
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
Item P-501
Cement Concrete Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-501-31 City Project No. 103668
ASTM D75 Standard Practice for Sampling Aggregates
ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete
Paving and Structural Construction (Nonextruding and Resilient
Bituminous Types)
ASTM D1752 Standard Specification for Preformed Sponge Rubber and Cork and
Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural
Construction
ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine
Aggregate
ASTM D3665 Standard Practice for Random Sampling of Construction Materials
ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and
Elongated Particles in Coarse Aggregate
ASTM E178 Standard Practice for Dealing with Outlying Observations
ASTM E1274 Standard Test Method for Measuring Pavement Roughness Using a
Profilograph
ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure
Longitudinal and Transverse Profiles of a Traveled Surface
American Concrete Institute (ACI)
ACI 305R Guide to Hot Weather Concreting
ACI 306R Guide to Cold Weather Concreting
ACI 309R Guide for Consolidation of Concrete
Advisory Circulars (AC)
AC 150/5320-6 Airport Pavement Design and Evaluation
Federal Highway Administration (FHWA)
HIPERPAV 3, version 3.2
Portland Concrete Association (PCA)
PCA Design and Control of Concrete Mixtures, 16th Edition
U.S. Army Corps of Engineers (USACE) Concrete Research Division (CRD)
CRD C662 Determining the Potential Alkali-Silica Reactivity of Combinations of
Cementitious Materials, Lithium Nitrate Admixture and Aggregate
(Accelerated Mortar-Bar Method)
United States Air Force Engineering Technical Letter (ETL)
ETL 97-5 Proportioning Concrete Mixtures with Graded Aggregates for Rigid
Airfield Pavements
END ITEM P-501
Item P-602
Emulsified Asphalt Prime Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-602-1 City Project No. 103668
ITEM P-602 EMULSIFIED ASPHALT PRIME COAT
DESCRIPTION
602-1.1 This item shall consist of an application of emulsified asphalt material on the prepared base course
in accordance with these specifications and in reasonably close conformity to the lines shown on the plans.
MATERIALS
602-2.1 Emulsified Asphalt material. The emulsified asphalt material shall be as specified in ASTM
D3628 for use as a prime coat appropriate to local conditions. The Contractor shall provide a copy of the
manufacturer’s Certificate of Analysis (COA) for the emulsified asphalt material. The COA shall be
provided to and approved by the Resident Project Representative (RPR) before the emulsified asphalt
material is applied. The furnishing of the COA for the emulsified asphalt material shall not be interpreted
as a basis for final acceptance. The manufacturer’s COA may be subject to verification by testing the
material delivered for use on the project.
CONSTRUCTION METHODS
602-3.1 Weather limitations. The emulsified asphalt prime coat shall be applied only when the existing
surface is dry; the atmospheric temperature is 50°F (10°C) or above, and the temperature has not been
below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The
temperature requirements may be waived when directed by the RPR.
602-3.2 Equipment. The equipment shall include a self-powered pressure asphalt material distributor and
equipment for heating asphalt material.
Provide a distributor with pneumatic tires of such size and number that the load produced on the base
surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise
damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to
spray the asphalt material in a uniform coverage at the specified temperature, at readily determined and
controlled rates from 0.05 to 1.0 gallons per square yard (0.23 to 4.5 L/square meter), with a pressure range
of 25 to 75 psi (172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more
than ±5%, and at variable widths. Include with the distributor equipment a separate power unit for the
bitumen pump, full-circulation spray bars, tachometer, pressure gauges, volume-measuring devices,
adequate heaters for heating of materials to the proper application temperature, a thermometer for reading
the temperature of tank contents, and a hand hose attachment suitable for applying asphalt material
manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the asphalt
material during the heating process. If the distributor is not equipped with an operable quick shutoff valve,
the prime operations shall be started and stopped on building paper.
A power broom and power blower suitable for cleaning the surfaces to which the asphalt coat is to be
applied shall be provided.
Asphalt distributors must be calibrated annually in accordance with ASTM D2995. The Contractor must
furnish a current calibration certification for the asphalt distributor truck from any State or other agency as
approved by the RPR.
602-3.3 Application of emulsified asphalt material. Immediately before applying the prime coat, the full
width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other
objectionable material.
Item P-602
Emulsified Asphalt Prime Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-602-2 City Project No. 103668
The asphalt emulsion material shall be uniformly applied with an asphalt distributor at the rate of 0.15 to
0.30 gallons per square yard (0.68 to 1.36 liters per square meter) depending on the base course surface
texture. The type of asphalt material and application rate shall be approved by the RPR prior to application.
Following application of the emulsified asphalt material and prior to application of the succeeding layer of
pavement, allow the asphalt coat to cure and to obtain evaporation of any volatiles or moisture. Maintain
the coated surface until the succeeding layer of pavement is placed, by protecting the surface against
damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed
for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course.
Furnish and spread sand to effectively blot up and cure excess asphalt material. The Contractor shall remove
blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. Keep
traffic off surfaces freshly treated with asphalt material. Provide sufficient warning signs and barricades so
that traffic will not travel over freshly treated surfaces.
602-3.4 Trial application rates. The Contractor shall apply a minimum of three lengths of at least 100 feet
(30 m) for the full width of the distributor bar to evaluate the amount of emulsified asphalt material that
can be satisfactorily applied with the equipment. Apply three different application rates of emulsified
asphalt materials within the application range specified in paragraph 602-3.3. Other trial applications can
be made using various amounts of material as directed by the RPR. The trial application is to demonstrate
the equipment can uniformly apply the emulsified asphalt material within the rates specified and determine
the application rate for the project.
602-3.5 Freight and waybills. The Contractor shall submit waybills and delivery tickets during the
progress of the work. Before the final estimate is allowed, file with the RPR certified waybills and certified
delivery tickets for all emulsified asphalt materials used in the construction of the pavement covered by the
contract. Do not remove emulsified asphalt material from storage until the initial outage and temperature
measurements have been taken. The delivery or storage units will not be released until the final outage has
been taken.
METHOD OF MEASUREMENT
602-4.1 The emulsified asphalt material for prime coat shall be measured by the gallon (liter). Volume shall
be corrected to the volume at 60°F (16°C) in accordance with ASTM D4311. The emulsified asphalt
material paid for will be the measured quantities used in the accepted work, provided that the measured
quantities are not 10% over the specified application rate. Any amount of emulsified asphalt material more
than 10% over the specified application rate for each application will be deducted from the measured
quantities, except for irregular areas where hand spraying of the emulsified asphalt material is necessary.
Water added to emulsified asphalt will not be measured for payment.
BASIS OF PAYMENT
602-5.1 Payment shall be made at the contract unit price per gallon (liter)for emulsified asphalt prime coat.
This price shall be full compensation for furnishing all materials and for all preparation, delivering, and
applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item.
Payment will be made under:
Item P-602-5.1 Emulsified Asphalt Prime Coat - per gallon (liter)
Item P-602
Emulsified Asphalt Prime Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-602-3 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D2995 Standard Practice for Estimating Application Rate and Residual
Application Rate of Bituminous Distributors
ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts
END OF ITEM P-602
Item P-602
Emulsified Asphalt Prime Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-602-4 City Project No. 103668
Page Intentionally Blank
Item P-603
Emulsified Asphalt Tack Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-603-1 City Project No. 103668
ITEM P-603 EMULSIFIED ASPHALT TACK COAT
DESCRIPTION
603-1.1 This item shall consist of preparing and treating an asphalt or concrete surface with asphalt material
in accordance with these specifications and in reasonably close conformity to the lines shown on the plans.
MATERIALS
603-2.1 Asphalt materials. The asphalt material shall be an emulsified asphalt as specified in ASTM
D3628 as an asphalt application for tack coat appropriate to local conditions. The emulsified asphalt shall
not be diluted. The Contractor shall provide a copy of the manufacturer’s Certificate of Analysis (COA)
for the asphalt material to the Resident Project Representative (RPR) before the asphalt material is applied
for review and acceptance. The furnishing of COA for the asphalt material shall not be interpreted as a basis
for final acceptance. The manufacturer’s COA may be subject to verification by testing the material
delivered for use on the project.
CONSTRUCTION METHODS
603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the
atmospheric temperature is 50°F (10°C) or above; the temperature has not been below 35°F (2°C) for the
12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements
may be waived when directed by the RPR.
603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the emulsified
asphalt material. The emulsion shall be applied with a manufacturer-approved computer rate-controlled
asphalt distributor. The equipment shall be in good working order and contain no contaminants or diluents
in the tank. Spray bar tips must be clean, free of burrs, and of a size to maintain an even distribution of the
emulsion. Any type of tip or pressure source is suitable that will maintain predetermined flow rates and
constant pressure during the application process with application speeds under eight (8) miles per hour (13
km per hour) or seven (700) feet per minute (213 m per minute).
The equipment will be tested under pressure for leaks and to ensure proper set-up before use to verify truck
set-up (via a test-shot area), including but not limited to, nozzle tip size appropriate for application, spray-
bar height and pressure and pump speed, evidence of triple-overlap spray pattern, lack of leaks, and any
other factors relevant to ensure the truck is in good working order before use.
The distributor truck shall be equipped with a minimum 12-foot (3.7-m) spreader spray bar with individual
nozzle control with computer-controlled application rates. The distributor truck shall have an easily
accessible thermometer that constantly monitors the temperature of the emulsion and have an operable
mechanical tank gauge that can be used to cross-check the computer accuracy. If the distributor is not
equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building
paper.
The distributor truck shall be equipped to effectively heat and mix the material to the required temperature
prior to application as required. Heating and mixing shall be done in accordance with the manufacturer’s
recommendations. Do not overheat or over mix the material.
The distributor shall be equipped with a hand sprayer.
Item P-603
Emulsified Asphalt Tack Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-603-2 City Project No. 103668
Asphalt distributors must be calibrated annually in accordance with ASTM D2995. The Contractor must
furnish a current calibration certification for the asphalt distributor truck from any State or other agency as
approved by the RPR.
A power broom and/or power blower suitable for cleaning the surfaces to which the asphalt tack coat is to
be applied shall be provided.
603-3.3 Application of emulsified asphalt material. The emulsified asphalt shall not be diluted.
Immediately before applying the emulsified asphalt tack coat, the full width of surface to be treated shall
be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material.
The emulsified asphalt material shall be uniformly applied with an asphalt distributor at the rates
appropriate for the conditions and surface specified in the table below. The type of asphalt material and
application rate shall be approved by the RPR prior to application.
Emulsified Asphalt
Surface Type Residual Rate, gal/SY
(L/square meter)
Emulsion Application Bar Rate, gal/SY
(L/square meter)
New asphalt 0.02-0.05 (0.09-0.23) 0.03-0.07 (0.13-0.32)
Existing asphalt 0.04-0.07 (0.18-0.32) 0.06-0.11 (0.27-0.50)
Milled Surface 0.04-0.08 (0.18-0.36) .0.06-0.12 (0.27-0.54)
Concrete 0.03-0.05 (0.13-0.23) 0.05-0.08 (0.23-0.36)
After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period
of time necessary to permit drying and setting of the tack coat. This period shall be determined by the RPR.
The Contractor shall protect the tack coat and maintain the surface until the next course has been placed.
When the tack coat has been disturbed by the Contractor, tack coat shall be reapplied at the Contractor’s
expense.
603-3.4 Freight and waybills The Contractor shall submit waybills and delivery tickets, during progress
of the work. Before the final statement is allowed, file with the RPR certified waybills and certified delivery
tickets for all emulsified asphalt materials used in the construction of the pavement covered by the contract.
Do not remove emulsified asphalt material from storage until the initial outage and temperature
measurements have been taken. The delivery or storage units will not be released until the final outage has
been taken.
METHOD OF MEASUREMENT
603-4.1 The emulsified asphalt material for tack coat shall be measured by the gallon (liter). Volume shall
be corrected to the volume at 60°F (16°C) in accordance with ASTM D1250. The emulsified asphalt
material paid for will be the measured quantities used in the accepted work, provided that the measured
quantities are not 10% over the specified application rate. Any amount of emulsified asphalt material more
than 10% over the specified application rate for each application will be deducted from the measured
quantities, except for irregular areas where hand spraying of the emulsified asphalt material is necessary.
Water added to emulsified asphalt will not be measured for payment.
BASIS OF PAYMENT
603.5-1 Payment shall be made at the contract unit price per gallon (liter)of emulsified asphalt material.
This price shall be full compensation for furnishing all materials, for all preparation, delivery, and
Item P-603
Emulsified Asphalt Tack Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-603-3 City Project No. 103668
application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the
item.
Payment will be made under:
Item P-603-5.1 Emulsified Asphalt Tack Coat - per gallon (liter)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables
ASTM D2995 Standard Practice for Estimating Application Rate and Residual
Application Rate of Bituminous Distributors
ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts
END ITEM P-603
Item P-603
Emulsified Asphalt Tack Coat
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-603-4 City Project No. 103668
Page Intentionally Blank
Item P-604
Compression Joint Seals for Concrete Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-604-1 City Project No. 103668
ITEM P-604 COMPRESSION JOINT SEALS FOR CONCRETE PAVEMENTS
DESCRIPTION
604-1.1 This item shall consist of preformed polychloroprene compression seals used for sealing joints of
rigid pavements.
MATERIALS
604-2.1 Compression seals. Compression joint seal materials shall be a vulcanized elastomeric compound
using polychloroprene as the only base polymer. The material and the manufactured seal shall conform to
ASTM D2628.
The joint seal shall be a labyrinth type seal. The uncompressed depth of the face of the compression seal
(that is to be bonded to the joint wall) shall be greater than the uncompressed width of the seal, except that
for seals one inch (25 mm) or greater in width, the depth need be only one inch (25 mm) or greater. The
actual width of the uncompressed seal shall be as recommended by the joint seal manufacturer for the type
and width of joints as shown on the plans. The tolerance on the seal shall be +1/8 inch or -1/16 inch (+3
mm or -2 mm), below the top of the pavement surface or bottom of groove for grooved pavement.
The Contractor shall provide a copy of the manufacturer’s Certificate of Analysis (COA) for the joint seal
material delivered to the project. The COA shall be provided to and approved by the RPR before the
material is installed. The furnishing of the vendor’s certified test report shall not be interpreted as a basis
for final acceptance. The manufacturer’s COA may be subject to verification by testing the material
delivered for use on the project.
Materials delivered to the job site shall be inspected for defects, unloaded, and stored with a minimum of
handling to avoid damage. Storage facilities shall be provided at the job site to protect materials from
weather and maintain materials at temperatures recommended by the manufacturer.
Representative sample of joint seal material will be sampled and retained by the RPR for possible testing.
604-2.2 Lubricant/adhesive. Lubricant/adhesive used for the compression elastomeric joint seal shall be
a one-component compound conforming to ASTM D2835.
CONSTRUCTION METHODS
604-3.1 Equipment. Machines, tools, and equipment used in the performance of the work required by this
section shall be approved by the RPR before the work starts and shall be maintained by the Contractor in
satisfactory condition at all times.
a. Joint cleaning equipment.
(1) Concrete saw. A self-propelled power saw with water-cooled diamond saw blades shall be
provided for cutting joints to the depths and widths specified and for removing filler, existing old joint seal
or other material embedded in the joints or adhered to the joint faces.
(2) Waterblasting equipment. Waterblasting equipment shall include a trailer-mounted water
tank, pumps, high-pressure hose, a wand with safety release cutoff controls, nozzle, and auxiliary water
resupply equipment. The water tank and auxiliary water resupply equipment shall be of sufficient capacity
to permit continuous operations. The pumps, hoses, wand, and nozzle shall be of sufficient capacity to
Item P-604
Compression Joint Seals for Concrete Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-604-2 City Project No. 103668
permit the cleaning of both walls of the joint and the pavement surface for a width of at least 1/2 inch (12
mm) on either side of the joint. The pump shall be capable of supplying a pressure of at least 3,000 psi (20.7
MPa). A pressure gauge mounted at the pump shall show at all times the pressure in pounds per square inch
(psi) (kPa) at which the equipment is operating.
(3) Sandblasting equipment. Sandblasting equipment shall include an air compressor, hose, and
a long-wearing venturi-type nozzle of proper size, shape, and opening. The maximum nozzle opening
should not exceed 1/4 inch (6 mm). The air compressor shall be portable and shall be capable of furnishing
not less than 150 cubic feet (4200 liters) per minute and maintaining a line pressure of not less than 90 psi
(620 kPa) at the nozzle while in use. The compressor shall be equipped with traps that will maintain the
compressed air free of oil and water. The nozzle shall have an adjustable guide that will hold the nozzle
aligned with the joint about one inch (25 mm) above the pavement surface and will direct the blast to clean
the joint walls. The height, angle of inclination, and the size of the nozzle shall be adjusted as necessary to
ensure satisfactory results.
b. Sealing equipment. Equipment used to install the compression seal shall place the compression seal
to the prescribed depths within the specified tolerances without cutting, nicking, twisting, or otherwise
damaging the seal. The equipment shall not stretch or compress the seal more than 2.0% longitudinally
during installation. The machine shall be an automatic self-propelled joint seal application equipment and
shall be engine powered. The machine shall include a reservoir for the lubricant/adhesive, a device for
conveying the lubricant/adhesive in the proper quantities to the sides the preformed seal or the sidewalls of
the joint, a reel capable of holding one full spool of compression seal, and a power-driven apparatus for
feeding the joint seal through a compression device and inserting the seal into the joint. The equipment
shall also include a guide to maintain the proper course along the joint being sealed. The machine shall at
all times be operated by an experienced operator.
Hand operated joint seal application equipment may be used for localized areas and for projects less
than 500 square yards (450 square meters). The equipment shall be a two-axle, four-wheel machine that
includes means for compressing and inserting the compression seal into the joint and a reel capable of
holding one full spool of compression seal material.
CONSTRUCTION METHODS
604-4.1 Environmental conditions. The ambient temperature and the pavement temperature within the
joint wall shall be at least 35°F (2°C) and rising at the time of installation of the materials. Sealant
application will not be permitted if moisture or any foreign material is observed in the joint.
604-4.2 Trial joint seal and lubricant/adhesive installation. Prior to the cleaning and sealing of the joints
for the entire project, a control strip at least 200 feet (69 meters) long shall be prepared at a location
designated by the RPR using the specified materials and the approved equipment, to demonstrate the
materials and construction processes for joint preparation and sealing of all types of joints included in the
project. No other joints shall be sealed until the test installation has been approved by the RPR.
If materials or installation do not meet requirements, the materials shall be removed, and the joints shall be
cleaned and a new trial joint seal installation shall be performed at the Contractor’s expense. The RPR
approved trial section will be incorporated into the permanent work.
604-4.3 Preparation of joints. Immediately before installation of the compression joint seal, the joints
shall be thoroughly cleaned to remove all laitance, filler, existing sealer, foreign material and protrusions
of hardened concrete from the sides and upper edges of the joint space to be sealed. Cleaning shall extend
along pavement surfaces at least 1/2 inch (12 mm) on either side of the joint. After final cleaning and
immediately prior to sealing, the joints shall be blown out with compressed air and left free of debris and
water. Any irregularity in the joint face that would prevent uniform contact between the joint seal and the
joint face shall be corrected prior to the installation of the joint seal.
Item P-604
Compression Joint Seals for Concrete Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-604-3 City Project No. 103668
a. Sawing. Joints shall be sawed to clean and to open them to the full specified width and depth.
Immediately following the sawing operation, the joint faces and opening shall be thoroughly cleaned using
a water jet to remove all saw cuttings or debris remaining on the faces or in the joint opening. Compression
seal shall be installed within three (3) calendar days of the time the joint cavity is sawed. Depth of the joint
cavity shall be in accordance with manufacturer’s instructions. Submit printed copies of manufacturers’
instructions 30 days prior to use on the project. The saw cut for the joint seal cavity shall at all locations be
centered over the joint line. The nominal width of the sawed joint seal cavity shall be as follows; the actual
width shall be within a tolerance of ±1/16 inch (2 mm):
(1) If a nominal 13/16 inch (21 mm) wide compression seal is furnished, the nominal width of the
saw cut shall be 1/2 inches (13 mm) when the pavement temperature at the time of sawing is between +30
and +110° F (-1 and 43° C). If the pavement temperature at the time of sawing is above this range, the
nominal width of the saw cut shall be decreased 1/16 inch (2 mm). If the pavement temperature at the time
of sawing is below this range, the nominal width of the saw cut shall be increased 1/16 inch (2 mm).
(2) If a nominal one inch (25 mm) wide compression seal is furnished, the nominal width of the
saw cut shall be 9/16 inches (14 mm) when the pavement temperature at the time of sawing is between +30
and +170° F (-1 and 77° C). If the pavement temperature at the time of sawing is above this range, the
nominal width of the saw cut shall be decreased 1/16 inch (2 mm). If the pavement temperature at the time
of sawing is below this range, the nominal width of the saw cut shall be increased 1/16 inch (2 mm).
(3) The pavement temperature shall be measured and recorded in the presence of the RPR.
Measurement shall be made each day before commencing sawing and at any other time during the day
when the temperature appears to be moving out of the allowable sawing range.
b. Waterblast cleaning. The concrete joint faces and pavement surfaces extending at least 1/2 inch (12
mm) from the joint edges shall be waterblasted clean. A multiple pass technique shall be used until the
surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform
contact of the seal and bonding of the lubricant/adhesive to the concrete. After final cleaning and
immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of
debris and water.
c. Sandblast cleaning. The concrete joint faces and pavement surfaces extending at least 1/2 inch (12
mm) from the joint edges shall be sandblasted clean. A multiple pass technique shall be used until the
surfaces are free of dust, dirt, curing compound, or any residue that might prevent ready insertion or uniform
contact of the seal and bonding of the lubricant/adhesive to the concrete. After final cleaning and
immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of
debris and water.
d. Rate of progress. Cleaning of the joint faces shall be limited to the linear footage of joint that can
be sealed during the same workday.
604-4.4 Installation of the compression seal.
a. Time of installation. Joints 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 installed to prevent infiltration of foreign
material. If rain interrupts the sealing operations, the joints shall be washed, cleaned with air and be dry
before proceeding with installing of the lubricant/adhesive and compression seal.
b. Installation Sequence. Longitudinal joints shall be sealed first, then seal the transverse joints.
Transverse joint seals will be continuous from edge to edge of the pavement. Intersections shall be made
monolithic by use of joint seal adhesive and care in fitting the intersection parts together. Seals which do
not reach an intersection shall be removed and replaced with new seal as directed by the RPR at the
Contractor’s Expense. Seal extender pieces shall not be used at intersections.
Item P-604
Compression Joint Seals for Concrete Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-604-4 City Project No. 103668
c. Sealing joints. The sides of the joint seal or the sides of the joint shall be covered with a coating of
lubricant/adhesive and the seal installed as specified. Butt joints and seal intersections shall be coated with
liberal applications of lubricant/adhesive. Lubricant/adhesive spilled on the pavement shall be removed
immediately to prevent setting on the pavement.
The joint seal shall be placed at a uniform depth within the tolerances specified. The compression joint seal
shall be placed to a depth of 3/16 inch (5 mm), ±1/8 inch (3 mm), below the pavement surface or below the
depth of the groove unless otherwise directed by the RPR.
The seal shall be installed in the longest practicable lengths in longitudinal joints and shall be cut at the
joint intersections to provide continuous installation of the seal in the transverse joints. The joint seal shall
be installed in an upright position, free from twisting, distortion, and cuts. If stretch of installed joint seal
exceeds 1%, adjustments shall be made to the installation equipment and procedure. Stretch of installed
joint seals exceeding 2% stretch shall be removed and replaced.
After installation of the longitudinal joint seals, it shall set for a minimum of one (1) hour prior to cutting
the seal at the joint intersections. For all transverse joints, the minimum length of the preformed joint seal
shall be the pavement width from edge to edge.
604-4.5 Clean-up. Upon completion of the project, all unused materials shall be removed from the site, all
lubricant/adhesive on the pavement surface shall be removed, and the pavement shall be left in clean
condition.
604-4.6 Quality Control and Quality Assurance.
a. Quality Control The application equipment shall be inspected to assure uniform application of
lubricant/adhesive to the sides of the compression joint seal or the walls of the joint. Equipment causing
cutting, twisting, nicking, excessive stretching or compressing of the compression seal, or improper
application of the lubricant/adhesive, shall not be used until causes of the deficiencies are determined and
corrected by the Contractor.
The seal shall be inspected by the Contractor a minimum of once per 400 feet (120 m) of seal for
compliance to the shrinkage or compression requirements. Measurements shall be made at the same interval
to determine conformance with depth and width installation requirements.
b. Quality Assurance. Cleaned joints shall be approved by the RPR prior to installation of the
lubricant/adhesive and compression joint seal.
Conformance to stretching and compression limitations shall be determined by the RPR using the
following procedures:
(1) Mark the top surface of the compression seal at one foot (30 cm) intervals in a manner clear
and durable to enable length determinations of the seal.
(2) After installation, the distance between the marks on the seal shall be measured by the
Contractor.
(3) If the stretching or compression exceeds the specified limit, the seal shall be removed and
replaced with new joint seal at the Contractor’s Expense. The seal shall be removed up to the last correct
measurement.
604-4.7 Acceptance. The joint sealing system (compression seal and lubricant/adhesive) shall be inspected
by the RPR for proper rate of cure and bonding to the concrete, cuts, twists, nicks, and other deficiencies.
Seals exhibiting any defects prior to final acceptance of the project, shall be removed from the joint, wasted,
and replaced with new material in a satisfactory manner, at the Contractor’s expense, as determined by the
RPR.
Item P-604
Compression Joint Seals for Concrete Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-604-5 City Project No. 103668
METHOD OF MEASUREMENT
604-5.1 Measurement. The quantity of compression joint seals installed and accepted, will be determined
by the linear feet (meter).
BASIS OF PAYMENT
604-6.1 Payment. Payment will be made at the contract unit bid prices per linear foot (meter) for the
compression joint seals. The unit bid prices shall include the cost of all labor, materials, the use of all
equipment, and tools required to complete the work.
Item 604-6.1 Compression Joint Seals for Concrete Pavements –per linear foot (meter)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D2628 Standard Specification for Preformed Polychloroprene Elastomeric Joint
Seals for Concrete Pavements
ASTM D2835 Standard Specification for Lubricant for Installation of Preformed
Compression Seals in Concrete Pavements
Corps of Engineers
CRD C548 Standard Specification for Jet-Fuel and Heat Resistant Preformed
Polychloroprene Elastomeric Joint Seals for Rigid Pavements
Unified Facilities Criteria (UFC)
UFC 3-250-08FA Standard Practice for Sealing Joints and Cracks in Rigid and Flexible
Pavements
END ITEM P-604
Item P-604
Compression Joint Seals for Concrete Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-604-6 City Project No. 103668
Page Intentionally Blank
Item P-605
Joint Sealant for Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-605-1 City Project No. 103668
ITEM P-605 JOINT SEALANTS FOR PAVEMENTS
DESCRIPTION
605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material
capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks
in existing pavement.
MATERIALS
605-2.1 Joint sealants. Joint sealant materials shall meet the requirements of ASTM D5893, Standard
Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland
Cement Concrete Pavements.
Each lot or batch of sealant shall be delivered to the jobsite in the manufacturer’s original sealed container.
Each container shall be marked with the manufacturer’s name, batch or lot number, the safe heating
temperature, and shall be accompanied by the manufacturer’s certification stating that the sealant meets the
requirements of this specification.
605-2.2 Backer rod. The material furnished shall be a compressible, non-shrinking, non-staining, non-
absorbing material that is non-reactive with the joint sealant in accordance with ASTM D5249. The backer-
rod material shall be 25% ± 5 % larger in diameter than the nominal width of the joint.
605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible, non-
shrinkable, non-absorbing, non-staining, and non-reacting adhesive-backed tape. The material shall have a
melting point at least 5°F (3°C) greater than the pouring temperature of the sealant being used when tested
in accordance with ASTM D789. The bond breaker tape shall be approximately 1/8 inch (3 mm) wider than
the nominal width of the joint and shall not bond to the joint sealant.
CONSTRUCTION METHODS
605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible
and before the pavement is opened to traffic, including construction equipment. The pavement temperature
shall be 50°F (10°C) and rising at the time of application of the poured joint sealing material. Do not apply
sealant if moisture is observed in the joint.
605-3.2 Equipment. Machines, tools, and equipment used in the performance of the work required by this
section shall be approved before the work is started and maintained in satisfactory condition at all times.
Submit a list of proposed equipment to be used in performance of construction work including descriptive
data, 14 days prior to use on the project.
b. Concrete saw. Provide a self-propelled power saw, with water-cooled diamond or abrasive saw
blades, for cutting joints to the depths and widths specified.
c. Sandblasting equipment. The Contractor must demonstrate sandblasting equipment including the
air compressor, hose, guide and nozzle size, under job conditions, before approval in accordance with
paragraph 605-3.3. The Contractor shall demonstrate, in the presence of the Resident Project Representative
(RPR), that the method cleans the joint and does not damage the joint.
d. Waterblasting equipment. The Contractor must demonstrate waterblasting equipment including
the pumps, hose, guide and nozzle size, under job conditions, before approval in accordance with paragraph
605-3.3. The Contractor shall demonstrate, in the presence of the RPR, that the method cleans the joint and
does not damage the joint.
Item P-605
Joint Sealant for Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-605-2 City Project No. 103668
e. Hand tools. Hand tools may be used, when approved, for removing defective sealant from a crack
and repairing or cleaning the crack faces. Hand tools should be carefully evaluated for potential spalling
effects prior to approval for use.
f. Hot-poured sealing equipment. The unit applicators used for heating and installing ASTM D6690
joint sealant materials shall be mobile and shall be equipped with a double-boiler, agitator-type kettle with
an oil medium in the outer space for heat transfer; a direct-connected pressure-type extruding device with
a nozzle shaped for inserting in the joint to be filled; positive temperature devices for controlling the
temperature of the transfer oil and sealant; and a recording type thermometer for indicating the temperature
of the sealant. The applicator unit shall be designed so that the sealant will circulate through the delivery
hose and return to the inner kettle when not in use.
g. Cold-applied, single-component sealing equipment. The equipment for installing ASTM D5893
single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses,
and nozzle for transferring the sealant from the storage container into the joint opening. The dimension of
the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom
of the joint to the top. Maintain the initially approved equipment in good working condition, serviced in
accordance with the supplier’s instructions, and unaltered in any way without obtaining prior approval.
Small hand-held air-powered equipment (i.e., caulking guns) may be used for small applications.
605-3.3 Preparation of joints. Pavement joints for application of material in this specification must be
dry, clean of all scale, dirt, dust, curing compound, and other foreign matter. The Contractor shall
demonstrate, in the presence of the RPR, that the method cleans the joint and does not damage the joint.
a. Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately
after sawing the joint, the resulting slurry shall be completely removed from joint and adjacent area by
flushing with a jet of water, and by use of other tools as necessary.
b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance,
curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the
sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by
sandblasting or waterblaster as specified in paragraph 605-3.2. The newly exposed concrete joint faces and
the pavement surface extending a minimum of 1/2 inch (12 mm) from the joint edge shall be sandblasted
clean. Sandblasting shall be accomplished in a minimum of two passes. One pass per joint face with the
nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After
final cleaning and immediately prior to sealing, blow out the joints with compressed air and leave them
completely free of debris and water. The joint faces shall be surface dry when the seal is applied.
c. Backer Rod. When the joint opening is of a greater depth than indicated for the sealant depth, plug
or seal off the lower portion of the joint opening using a backer rod in accordance with paragraph 605-2.2
to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backer rod is
placed at the specified depth and is not stretched or twisted during installation.
d. Bond-breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint
opening does not allow for the use of a backup material, insert a bond-separating tape breaker in accordance
with paragraph 605-2.3 to prevent incompatibility with the filler materials and three-sided adhesion of the
sealant. Securely bond the tape to the bottom of the joint opening so it will not float up into the new sealant.
605-3.4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, and
preparation, and shall be approved by the RPR before sealing is allowed. Sealants shall be installed in
accordance with the following requirements:
Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a
final cleaning with compressed air. Fill the joints from the bottom up to 3/8 inch (10mm) ±1/16 inch (2
mm) below the top of pavement surface; or bottom of groove for grooved pavement. Remove and discard
excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as
Item P-605
Joint Sealant for Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-605-3 City Project No. 103668
to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be
used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until
authorized by the RPR. When a primer is recommended by the manufacturer, apply it evenly to the joint
faces in accordance with the manufacturer’s instructions. Check the joints frequently to ensure that the
newly installed sealant is cured to a tack-free condition within the time specified.
605-3.5 Inspection. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding
to the joint walls, cohesive separation within the sealant, reversion to liquid, entrapped air and voids.
Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be
removed from the joint, wasted, and replaced as specified at no additional cost to the airport.
605-3.6 Clean-up. Upon completion of the project, remove all unused materials from the site and leave the
pavement in a clean condition.
METHOD OF MEASUREMENT
605-4.1 Joint sealing material shall be measured by the linear foot (meter)of sealant in place, completed,
and accepted.
BASIS OF PAYMENT
605-5.1 Payment for joint sealing material shall be made at the contract unit price per linear foot (meter).
The price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing
of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P-605-5.1 Joint Sealing Filler - per linear foot (meter)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D789 Standard Test Method for Determination of Relative Viscosity of
Polyamide (PA)
ASTM D5249 Standard Specification for Backer Material for Use with Cold- and Hot-
Applied Joint Sealants in Portland-Cement Concrete and Asphalt Joints
ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically
Curing Silicone Joint Sealant for Portland Cement Concrete Pavements
Advisory Circulars (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
END ITEM P-605
Item P-605
Joint Sealant for Pavements
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-605-4 City Project No. 103668
Page Intentionally Blank
Item P-606
Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-606-1 City Project No. 103668
ITEM P-606 ADHESIVE COMPOUNDS, TWO-COMPONENT FOR SEALING WIRE AND
LIGHTS IN PAVEMENT
DESCRIPTION
606-1.1 This specification covers two types of material; a liquid suitable for sealing electrical wire in saw
cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding
light fixtures in the pavement. Both types of material are two-component filled formulas with the
characteristics specified in paragraph 606-2.4. Materials supplied for use with asphalt and/or concrete
pavements must be formulated so they are compatible with the asphalt and/or concrete.
MATERIALS
606-2.1 Curing. When pre-warmed to 77°F (25°C), mixed, and placed in accordance with manufacturer’s
directions, the materials shall cure at temperatures of 45°F (7°C) or above without the application of
external heat.
606-2.2 Storage. The adhesive components shall not be stored at temperatures over 86°F (30°C), unless
otherwise specified by the manufacturer.
606-2.3 Caution. Installation and use shall be in accordance with the manufacturer’s recommended
procedures. Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and flush
with water. If taken internally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well-
ventilated areas. Keep in cool place. Keep away from children.
606-2.4 Characteristics. When mixed and cured in accordance with the manufacturer’s directions, the
materials shall have the following properties shown in Table 1.
Table 1. Property Requirements
Physical or Electrical Property Minimum Maximum ASTM Method
Tensile
Portland cement concrete 1,000 psi
(70 kg/sq cm) D 638
Asphalt concrete 500 psi
(35 kg/sq cm)
Elongation
Portland cement concrete See note 1 D 638
Asphalt concrete 50% D 638
Coef. of cub. exp.
cu. cm/cu. cm/°C 0.00090 0.00120 D 1168
Coef. of lin. exp.
cm/cm/°C 0.000030 0.000040 D 1168
Dielectric strength, short time test 350 volts/mil. D 149
Arc resistance 125 sec
Pull-off
Item P-606
Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-606-2 City Project No. 103668
Physical or Electrical Property Minimum Maximum ASTM Method
Adhesion to steel 1,000 psi
(70 kg/sq cm)
Adhesion to Portland cement concrete 200 psi
(14 kg/sq cm)
Adhesion to asphalt concrete No test available.
Adhesion to aluminum 250 psi
1 20% or more (without filler) for formulations to be supplied for areas subject to freezing.
SAMPLING, INSPECTION, AND TEST PROCEDURES
606-3.1 Tensile properties. Tests for tensile strength and elongation shall be conducted in accordance with
ASTM D638.
606-3.2 Expansion. Tests for coefficients of linear and cubical expansion shall be conducted in accordance
with, Method B, except that mercury shall be used instead of glycerine. The test specimen shall be mixed
in the proportions specified by the manufacturer, and cured in a glass tub approximately 2 inch (50 mm)
long by 3/8 inch (9 mm) in diameter. The interior of the tube shall be precoated with a silicone mold release
agent. The hardened sample shall be removed from the tube and aged at room temperature for one (1) week
before conducting the test. The test temperature range shall be from 35°F (2°C) to 140°F (60°C).
606-3.3 Test for dielectric strength. Test for dielectric strength shall be conducted in accordance with
ASTM D149 for sealing compounds to be furnished for sealing electrical wires in pavement.
606-3.4 Test for arc resistance. Test for arc resistance shall be conducted for sealing compounds to be
furnished for sealing electrical wires in pavement.
606-3.5 Test for adhesion to steel. The ends of two smooth, clean, steel specimens of convenient size
(1 inch by 1 inch by 6 inch) (25 mm by 25 mm by 150 mm) would be satisfactory when bonded together
with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation
requirements and then tested to failure on a Riehle (or similar) tensile tester. The thickness of adhesive to
be tested shall be 1/4 inch (6 mm).
606-3.6 Adhesion to Portland cement concrete
a. Concrete test block preparation. The aggregate grading shall be as shown in Table 2.
The coarse aggregate shall consist of crushed rock having a minimum of 75% of the particles with at
least one fractured face and having a water absorption of not more than 1.5%. The fine aggregate shall
consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete shall
have a water-cement ratio of 5.5 gallons (21 liters) of water per bag of cement, a cement factor of 6, ±0.5,
bags of cement per cubic yard (0.76 cubic meter) of concrete, and a slump of 2-1/2 inch (60 mm), ±1/2 inch
(60 mm ±12 mm). The ratio of fine aggregate to total aggregate shall be approximately 40% by solid
volume. The air content shall be 5.0%, ±0.5%, and it shall be obtained by the addition to the batch of an
air-entraining admixture such as Vinsol® resin. The mold shall be of metal and shall be provided with a
metal base plate.
Means shall be provided for securing the base plate to the mold. The assembled mold and base plate
shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall
be such that several one inch (25 mm) by 2-inch (75 mm) by 3-inch (25 mm by 50 mm by 75 mm) test
blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be
prepared and cured in accordance with ASTM C192.
Item P-606
Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-606-3 City Project No. 103668
Table 2. Aggregate for Bond Test Blocks
Type Sieve Size Percent Passing
Coarse Aggregate 3/4 inch (19.0 mm) 97 to 100
1/2 inch (12.5 mm) 63 to 69
3/8 inch (9.5 mm) 30 to 36
No. 4 (4.75 mm) 0 to 3
Fine Aggregate No. 4 (4.75 mm) 100
No. 8 (2.36 mm) 82 to 88
No. 16 (1.18 mm) 60 to 70
No. 30 (600 μm) 40 to 50
No. 50 (300 μm) 16 to 26
No. 100 (150 μm) 5 to 9
b. Bond test. Prior to use, oven-dry the test blocks to constant weight at a temperature of 220°F to
230°F (104°C to 110°C), cool to room temperature, 73.4°F ±3°F (23°C ±1.6°C), in a desiccator, and clean
the surface of the blocks of film or powder by vigorous brushing with a stiff-bristled fiber brush. Two test
blocks shall be bonded together on the one inch by 3 inch (25 mm by 75 mm) sawed face with the adhesive
mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and
then tested to failure in a Riehle (or similar) tensile tester. The thickness of the adhesive to be tested shall
be 1/4 inch (6 mm).
606-3.7 Compatibility with asphalt mix. Test for compatibility with asphalt in accordance with ASTM
D5329.
606-3.8 Adhesive compounds - Contractor’s responsibility. The Contractor shall furnish the vendor’s
certified test reports for each batch of material delivered to the project. The report shall certify that the
material meets specification requirements and is suitable for use with concrete pavements. The report shall
be provided to and accepted by the Resident Project Representative (RPR) before use of the material. In
addition, the Contractor shall obtain a statement from the supplier or manufacturer that guarantees the
material for one year. The supplier or manufacturer shall furnish evidence that the material has performed
satisfactorily on other projects.
606-3.9 Application. Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose
particles. The method of mixing and application shall be in strict accordance with the manufacturer’s
recommendations. When used with Item P-605, such as light can installation, Item P-605 shall not be
applied until the Item P-606 has fully cured.
METHOD OF MEASUREMENT
606-4.1 No measurement will be made for direct payment of adhesive compound, as the cost of furnishing
and installing shall be considered as a subsidiary obligation in the completion of the installation.
BASIS OF PAYMENT
606-5.1 No payment will be made for direct payment of adhesive compound, as the cost of furnishing and
installing shall be considered as a subsidiary obligation in the completion of the installation.
Item P-606
Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-606-4 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the
Laboratory
ASTM D149 Standard Test Method for Dielectric Breakdown Voltage and Dielectric
Strength of Solid Electrical Insulating Materials at Commercial Power
Frequencies
ASTM D638 Standard Test Method for Tensile Properties of Plastics
ASTM D5329 Standard Test Methods for Sealants and Fillers, Hot-applied, for Joints and
Cracks in Asphaltic and Portland Cement Concrete Pavements
END OF ITEM P-606
Item P-610
Concrete for Miscellaneous Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-610-1 City Project No. 103668
ITEM P-610 CONCRETE FOR MISCELLANEOUS STRUCTURES
DESCRIPTION
610-1.1 This item shall consist of concrete and reinforcement, as shown on the plans, prepared and
constructed in accordance with these specifications. This specification shall be used for all concrete other
than airfield pavement which are cast-in-place, including encasement, encapsulation and sign foundations.
MATERIALS
610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall
be used in the work. Materials may be subject to inspection and tests at any time during their preparation
or use. The source of all materials shall be approved by the Resident Project Representative (RPR) before
delivery or use in the work. Representative preliminary samples of the materials shall be submitted by the
Contractor, when required, for examination and test. Materials shall be stored and handled to ensure
preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All
equipment for handling and transporting materials and concrete must be clean before any material or
concrete is placed in them.
The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and
washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different
aggregates from different sources in one storage stockpile or alternating batches of different aggregates
shall not be permitted.
a. Reactivity. Fine aggregate and coarse aggregates to be used in all concrete shall have been tested
separately within six months of the project in accordance with ASTM C1260. Test results shall be
submitted to the RPR. The aggregate shall be considered innocuous if the expansion of test specimens,
tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the
expansion either or both test specimen is greater than 0.08% at 14 days, but less than 0.20%, a minimum of
25% of Type F fly ash, or between 40% and 55% of slag cement shall be used in the concrete mix.
If the expansion is greater than 0.20%, the aggregates shall not be used, and test results for other
aggregates must be submitted for evaluation; or aggregates that meet P-501 reactivity test requirements
may be utilized.
610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33
and the requirements of Table 4, Class Designation 5S; and the grading requirements shown below, as
required for the project.
Coarse Aggregate Grading Requirements
Maximum Aggregate Size ASTM C33, Table 3 Grading
Requirements (Size No.)
1 1/2 inch (37.5 mm) 467 or
4 and 67
1 inch (25 mm) 57
¾ inch (19 mm) 67
½ inch (12.5 mm) 7
Item P-610
Concrete for Miscellaneous Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-610-2 City Project No. 103668
610-2.2.1 Coarse Aggregate susceptibility to durability (D) cracking. Not used.
610-2.3 Fine aggregate. The fine aggregate for concrete shall meet all fine aggregate requirements of
ASTM C33.
610-2.4 Cement. Cement shall conform to the requirements of one of the following types:
· C150 Type I, IA, II, II-A, III, III-A or V
· ASTM C595 Type IP, IP-A, IS, IS-A, or IL
· ASTM C1157 Type GU, HS, or MH
610-2.5 Cementitious materials.
a. Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition,
where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide (CaO) content of less than
15% and a total available alkali content less than 3% per ASTM C311. Fly ash produced in furnace
operations using liming materials or soda ash (sodium carbonate) as an additive shall not be acceptable.
The Contractor shall furnish the previous three most recent, consecutive ASTM C618 reports for each
source of fly ash proposed in the concrete mix, and shall furnish each additional report as they become
available during the project. The reports can be used for acceptance or the material may be tested
independently by the RPR.
b. Slag cement (ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM
C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25% and 55% of the total
cementitious material by mass.
610-2.6 Water. Water used in mixing or curing shall be from potable water sources. Other sources shall
be tested in accordance with ASTM C1602 prior to use.
610-2.7 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished
meets all of the requirements indicated below. In addition, the RPR may require the Contractor to submit
complete test data from an approved laboratory showing that the material to be furnished meets all of the
requirements of the cited specifications. Subsequent tests may be made of samples taken by the RPR from
the supply of the material being furnished or proposed for use on the work to determine whether the
admixture is uniform in quality with that approved.
a. Air-entraining admixtures. Air-entraining admixtures shall meet the requirements of ASTM C260
and shall consistently entrain the air content in the specified ranges under field conditions. The air-
entrainment agent and any water reducer admixture shall be compatible.
b. Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM
C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM
C1017 flowable admixtures shall not be used.
c. Other chemical admixtures. The use of set retarding and set-accelerating admixtures shall be
approved by the RPR. Retarding shall meet the requirements of ASTM C494, Type A, B, or D and set-
accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures
containing calcium chloride shall not be used.
610-2.8 Premolded joint material. Premolded joint material for expansion joints shall meet the
requirements of ASTM D1751 or ASTM D1752.
610-2.9 Joint filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise
specified.
610-2.10 Steel reinforcement. Reinforcing shall consist of deformed bars conforming to the
requirements of A615.
Item P-610
Concrete for Miscellaneous Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-610-3 City Project No. 103668
610-2.11 Materials for curing concrete. Curing materials shall be white-pigmented liquid membrane-
forming compound, Type 2, Class B conforming to ASTM C309.
CONSTRUCTION METHODS
610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary for, and incidental
to, the completion of all work as shown on the drawings and specified here. All machinery and equipment
used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All
work shall be subject to the inspection and approval of the RPR.
610-3.2 Concrete Mixture. The concrete 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 concrete shall contain not less than 470 pounds of cementitious material per cubic yard
(280 kg per cubic meter). The water cementitious ratio shall not exceed 0.45 by weight. The air content of
the concrete shall be 5% +/- 1.2% as determined by ASTM C231 and shall have a slump of not more than
4 inches (100 mm) as determined by ASTM C143.
610-3.3 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in
truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM
C94 or ASTM C685.
The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed
while the air temperature is below 40°F (4°C) without the RPRs approval. If approval is granted for mixing
under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a
temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible
for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall
replace such work at his expense.
Retempering of concrete by adding water or any other material is not permitted.
The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the
concrete.
610-3.4 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected
and approved by the RPR. Forms shall be of suitable material and shall be of the type, size, shape, quality,
and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall
be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces
of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be
responsible for their adequacy.
The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface
when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a
non-staining mineral oil, which shall be applied immediately before the concrete is placed. Forms shall be
constructed so they can be removed without injuring the concrete or concrete surface.
610-3.5 Placing reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and
shall be firmly held in position during concrete placement. Bars shall be fastened together at intersections.
The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details
shall be supplied by the Contractor when required.
610-3.6 Embedded items. Before placing concrete, all embedded items shall be firmly and securely
fastened in place as indicated. All embedded items shall be clean and free from coating, rust, scale, oil, or
any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The
embedding of wood shall not be allowed.
Item P-610
Concrete for Miscellaneous Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-610-4 City Project No. 103668
610-3.7 Concrete Consistency. The Contractor shall monitor the consistency of the concrete delivered to
the project site; collect each batch ticket; check temperature; and perform slump tests on each truck at the
project site in accordance with ASTM C143.
610-3.8 Placing concrete. All concrete shall be placed during daylight hours, unless otherwise approved.
The concrete shall not be placed until the depth and condition of foundations, the adequacy of forms and
falsework, and the placing of the steel reinforcing have been approved by the RPR. Concrete shall be placed
as soon as practical after mixing, but in no case later than one (1) hour after water has been added to the
mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement.
Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall
not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nearly as practical
in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures
which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on
a properly consolidated soil foundation.
610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee
309R, Guide for Consolidation of Concrete.
610-3.10 Joints. Joints shall be constructed as indicated on the plans.
610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas,
depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper
elevation with the finished top surface struck-off with a straightedge and floated.
610-3.12 Curing and protection. All concrete shall be properly cured in accordance with the
recommendations in American Concrete Institute (ACI) 308R, Guide to External Curing of Concrete. The
concrete shall be protected from damage until project acceptance.
610-3.13 Cold weather placing. When concrete is placed at temperatures below 40°F (4°C), follow the
cold weather concreting recommendations found in ACI 306R, Cold Weather Concreting.
610-3.14 Hot weather placing. When concrete is placed in hot weather greater than 85ºF (30 ºC), follow
the hot weather concreting recommendations found in ACI 305R, Hot Weather Concreting.
QUALITY ASSURANCE (QA)
610-4.1 Quality Assurance sampling and testing. Concrete for each day’s placement will be accepted on
the basis of the compressive strength specified in paragraph 610-3.2. The RPR will sample the concrete in
accordance with ASTM C172; test the slump in accordance with ASTM C143; test air content in accordance
with ASTM C231; make and cure compressive strength specimens in accordance with ASTM C31; and test
in accordance with ASTM C39. The QA testing agency will meet the requirements of ASTM C1077.
The Contractor shall provide adequate facilities for the initial curing of cylinders.
610-4.2 Defective work. Any defective work that cannot be satisfactorily 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 dimensions, honeycombing and other voids on the surface or edges of the concrete.
METHOD OF MEASUREMENT
610-5.1 Concrete for Miscellaneous Structures shall be considered incidental to the items requiring its use
and no separate measurement shall be made.
Item P-610
Concrete for Miscellaneous Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-610-5 City Project No. 103668
BASIS OF PAYMENT
610-6.1 Concrete for Miscellaneous Structures shall be considered incidental to the items requiring its use
and no separate payment shall be made.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are
referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete
Reinforcement
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for
Concrete Reinforcement
ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for
Concrete Reinforcement
ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars
ASTM A884 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire
Reinforcement
ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing
Bars
ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire
Reinforcement, Plain and Deformed, for Concrete
ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the
Field
ASTM C33 Standard Specification for Concrete Aggregates
ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
ASTM C94 Standard Specification for Ready-Mixed Concrete
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse
Aggregates
ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement
ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates
ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete
ASTM C150 Standard Specification for Portland Cement
ASTM C171 Standard Specification for Sheet Materials for Curing Concrete
ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete
ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the
Pressure Method
Item P-610
Concrete for Miscellaneous Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-610-6 City Project No. 103668
ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete
ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete
ASTM C311 Standard Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use in Portland-Cement Concrete
ASTM C494 Standard Specification for Chemical Admixtures for Concrete
ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and
Thawing
ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and
Continuous Mixing
ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars
ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing
Flowing Concrete
ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates
for Use in Construction and Criteria for Testing Agency Evaluation
ASTM C1157 Standard Performance Specification for Hydraulic Cement
ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates
(Mortar-Bar Method)
ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in
Portland Cement and Portland-Cement Clinker Using X-Ray Powder
Diffraction Analysis
ASTM C1602 Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete
ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete
Paving and Structural Construction (Nonextruding and Resilient Asphalt
Types)
ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled
PVC Expansion Joint Fillers for Concrete Paving and Structural
Construction
American Concrete Institute (ACI)
ACI 305R Hot Weather Concreting
ACI 306R Cold Weather Concreting
ACI 308R Guide to External Curing of Concrete
ACI 309R Guide for Consolidation of Concrete
END OF ITEM P-610
Item P-620
Runway and Taxiway Marking
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-620-1 City Project No. 103668
ITEM P-620 RUNWAY AND TAXIWAY MARKING
DESCRIPTION
620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the
surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations
shown on the plans, or as directed by the Resident Project Representative (RPR). The terms “paint” and
“marking material” as well as “painting” and “application of markings” are interchangeable throughout this
specification.
MATERIALS
620-2.1 Materials acceptance. The Contractor shall furnish manufacturer’s certified test reports, for
materials shipped to the project. The certified test reports shall include a statement that the materials meet
the specification requirements. This certification along with a copy of the paint manufacturer’s surface
preparation; marking materials, including adhesion, flow promoting and/or floatation additive; and
application requirements must be submitted and approved by the Resident Project Representative (RPR)
prior to the initial application of markings. The reports can be used for material acceptance or the RPR may
perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor
shall notify the RPR upon arrival of a shipment of materials to the site. All material shall arrive in sealed
containers that are easily quantifiable for inspection by the RPR.
620-2.2 Marking materials.
Table 1. Marking Materials
Paint1 Glass Beads2
Type Color Fed Std. 595
Number
Application
Rate
Maximum
Type Application Rate
Minimum
Type I Black 37038 115 ft2/gal
(2.2 m2/l) N/A N/A
Type I Yellow 33538 or 33655 115 ft2/gal
(2.2 m2/l) Type III 10 lb/gal
(1.2 kg/l)
Type I White 37925 115 ft2/gal
(2.2 m2/l) Type III 10 lb/gal
(1.2 kg/l)
Type I Red 31136 115 ft2/gal
(2.2 m2/l)
Type I,
Gradation A
5 lb/gal
(0.85 kg/l)
1 See paragraph 620-2.2a
2 See paragraph 620-2.2b
a. Paint. Paint shall be waterborne in accordance with the requirements of this paragraph. Paint
colors shall comply with Federal Standard No. 595, Type III.
Waterborne. Paint shall meet the requirements of Federal Specification TT-P-1952F, Type I. The non-
volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined
by infrared spectral analysis.
Item P-620
Runway and Taxiway Marking
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-620-2 City Project No. 103668
b. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal
Specification TT-B-1325D Type III.
Glass beads for red paint shall meet the requirements for Type I, Gradation A.
Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the
paint and reflective media to ensure adhesion and embedment.
Glass beads shall not be used in black paint.
Type III glass beads shall not be used in red and pink paint.
CONSTRUCTION METHODS
620-3.1 Weather limitations. Painting shall only be performed when the surface is dry, and the ambient
temperature and the pavement surface temperature meet the manufacturer’s recommendations in
accordance with paragraph 620-2.1. Painting operations shall be discontinued when the ambient or surface
temperatures does not meet the manufacturer’s recommendations. Markings shall not be applied when the
wind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not
be applied when weather conditions are forecasts to not be within the manufacturers’ recommendations for
application and dry time.
620-3.2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface,
a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as
may be necessary to satisfactorily complete the job.
The mechanical marker shall be an atomizing spray-type or airless type marking machine with automatic
glass bead dispensers suitable for application of traffic paint. It shall produce an even and uniform film
thickness and appearance of both paint and glass beads at the required coverage and shall apply markings
of uniform cross-sections and clear-cut edges without running or spattering and without over spray. The
marking equipment for both paint and beads shall be calibrated daily.
620-3.3 Preparation of surfaces. Immediately before application of the paint, the surface shall be dry and
free from dirt, grease, oil, laitance, or other contaminates that would reduce the bond between the paint and
the pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in
advance by the RPR. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water
shall be performed to ensure the surface is clean and free of grit or other debris left from the cleaning
process.
a. Preparation of new pavement surfaces. The area to be painted shall be cleaned by broom, blower,
water blasting, or by other methods approved by the RPR to remove all contaminants, including PCC curing
compounds, minimizing damage to the pavement surface.
b. Removal of existing markings. Existing pavement markings shall be removed by rotary grinding,
water blasting, or by other methods approved by the RPR minimizing damage to the pavement surface.
The removal area may need to be larger than the area of the markings to eliminate ghost markings. After
removal of markings on asphalt pavements, apply a fog seal or seal coat to ‘block out’ the removal area to
eliminate ‘ghost’ markings.
620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application.
The locations of markings to receive glass beads shall be shown on the plans.
620-3.5 Application. A period of 30 days shall elapse between placement of surface course or seal coat
and application of the 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 the layout and condition of
the surface has been approved by the RPR.
Item P-620
Runway and Taxiway Marking
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-620-3 City Project No. 103668
The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15
m), and marking dimensions and spacing shall be within the following tolerances:
Marking Dimensions and Spacing Tolerance
Dimension and Spacing Tolerance
36 inch (910 mm) or less ±1/2 inch (12 mm)
greater than 36 inch to 6 feet (910 mm to 1.85 m) ±1 inch (25 mm)
greater than 6 feet to 60 feet (1.85 m to 18.3 m) ±2 inch (50 mm)
greater than 60 feet (18.3 m) ±3 inch (76 mm)
The paint shall be mixed in accordance with the manufacturer’s instructions and applied to the pavement
with a marking machine at the rate shown in Table 1. The addition of thinner will not be permitted.
Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass
beads immediately after application of the paint. A dispenser shall be furnished that is properly designed
for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied
at the rate shown in Table 1. Glass beads shall not be applied to black paint or green paint. Glass beads
shall adhere to the cured paint or all marking operations shall cease until corrections are made. Different
bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be
performed.
620-3.6 Application--preformed thermoplastic airport pavement markings. Preformed thermoplastic
pavement markings are not used.
620-3.7 Control strip. Prior to the full application of airfield markings, the Contractor shall prepare a
control strip in the presence of the RPR. The Contractor shall demonstrate the surface preparation method
and all striping equipment to be used on the project. The marking equipment must achieve the prescribed
application rate of paint and population of glass beads (per Table 1) that are properly embedded and evenly
distributed across the full width of the marking. Prior to acceptance of the control strip, markings must be
evaluated during darkness to ensure a uniform appearance.
620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting
ASTM E1710 (or equivalent). A total of 6 reading shall be taken over a 6 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 other.
Minimum Retro-Reflectance Values
Material Retro-reflectance mcd/m2/lux
White Yellow Red
Initial Type I 300 175 35
Initial Type III 600 300 35
620-3.9 Protection and cleanup. After application of the markings, all markings shall be protected from
damage until dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration
by spatter, splashes, spillage, or drippings. The Contractor shall remove from the work area all debris,
Item P-620
Runway and Taxiway Marking
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-620-4 City Project No. 103668
waste, loose reflective media, and by-products generated by the surface preparation and application
operations to the satisfaction of the RPR. The Contractor shall dispose of these wastes in strict compliance
with all applicable state, local, and federal environmental statutes and regulations.
METHOD OF MEASUREMENT
620-4.1 The quantity of surface preparation shall be measured by the number of square feet (square meters)
of each type of surface preparation specified in paragraph 620-3.3.
620-4.2 The quantity of markings shall be paid for shall be measured by the number of square feet (square
meters) of painting.
620-4.3 The quantity of Type I, Gradation A reflective media shall be paid for by the number of pounds
(km)of reflective media.
620-4.4 The quantity of Type III reflective media shall be paid for by the number of pounds (km)of
reflective media.
620-4.5 The quantity of marking removal shall be paid for shall be measured by the number of square feet
(square meters) of removal.
BASIS OF PAYMENT
620-5.1 Payment for surface preparation shall be made at the contract price for the number of square feet
(square meters) for each type of surface preparation specified in paragraph 620-3.3. This price shall be
full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals
necessary to complete the item complete in place and accepted by the RPR in accordance with these
specifications.
620-5.2 Payment for markings shall be made at the contract price by the number of square feet (square
meters) of painting. This price shall be full compensation for furnishing all materials and for all labor,
equipment, tools, and incidentals necessary to complete the item complete in place and accepted by the
RPR in accordance with these specifications.
620-5.3 Payment for Type I, Gradation A reflective media shall be made at the contract unit price for the
number of pounds (km) of Type I, Gradation A reflective media.
620-5.4 Payment for Type III reflective media shall be made at the contract unit price for the number of
pounds (km) of Type III reflective media.
620-5.5 Payment for marking removal shall be made at the contract unit price for the number of square
feet (square meters) of marking removal. This price shall be full compensation for furnishing all
materials and for all labor, equipment, tools, and incidentals necessary to complete the item complete in
place and accepted by the RPR in accordance with these specifications.
Payment will be made under:
Item P-620-5.1 Surface Preparation – per square foot (square meter)
Item P-620-5.2 Marking – per square foot (square meter)
Item P-620-5.3 Reflective Media, Type I, Gradation A – per pound (kg)
Item P-620-5.4 Reflective Media, Type III – per pound (kg)
Item P-620-5.5 Marking Removal – per square foot (square meter)
Item P-620
Runway and Taxiway Marking
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-620-5 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products
ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by
Falling Abrasive
ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins
ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary
Amine Values of Fatty Amines by Alternative Indicator Method
ASTM D2240 Standard Test Method for Rubber Property - Durometer Hardness
ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings
Using Portable Hand-Operated Instruments
ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using
the British Pendulum Tester
ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement
Marking Materials with CEN-Prescribed Geometry Using a Portable
Retroreflectometer
ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient
Under Diffuse Illumination of Pavement Marking Materials Using a
Portable Reflectometer
ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet (UV) Lamp
Apparatus for Exposure of Nonmetallic Materials
Code of Federal Regulations (CFR)
40 CFR Part 60, Appendix A-7, Method 24
Determination of volatile matter content, water content, density, volume
solids, and weight solids of surface coatings
29 CFR Part 1910.1200 Hazard Communication
Federal Specifications (FED SPEC)
FED SPEC TT-B-1325D Beads (Glass Spheres) Retro-Reflective
FED SPEC TT-P-1952F Paint, Traffic and Airfield Marking, Waterborne
FED STD 595 Colors used in Government Procurement
Commercial Item Description
A-A-2886B Paint, Traffic, Solvent Based
Advisory Circulars (AC)
AC 150/5340-1 Standards for Airport Markings
AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport
Pavement Surfaces
END OF ITEM P-620
Item P-620
Runway and Taxiway Marking
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications P-620-6 City Project No. 103668
Page Intentionally Blank
Item D-751
Manholes, Catch Basins, Inlets and Inspection Holes
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications D-751-1 City Project No. 103668
Item D-751 Manholes, Catch Basins, Inlets and Inspection Holes
DESCRIPTION
751-1.1 This item shall consist of construction of manholes, catch basins, inlets, inspection holes, in
accordance with these specifications, at the specified locations and conforming to the lines, grades, and
dimensions shown on the plans or required by the RPR. In addition, this item consists of modifications to
existing manholes, catch basins, inlets, and inspection holes, including but not limited to adjusting existing
structures to new grades and installing new frames and grates on existing structures.
MATERIALS
751-2.1 Brick. The brick shall conform to the requirements of ASTM C32, Grade MS.
751-2.2 Mortar. Mortar shall consist of one part Portland cement and two parts sand. The cement shall
conform to the requirements of ASTM C150, Type I. The sand shall conform to the requirements of ASTM
C144.
751-2.3 Concrete. Plain and reinforced concrete used in structures, connections of pipes with structures,
and the support of structures or frames shall conform to the requirements of Item P-610.
751-2.4 Precast concrete pipe manhole rings. Precast concrete pipe manhole rings shall conform to the
requirements of ASTM C478. Unless otherwise specified, the risers and offset cone sections shall have an
inside diameter of not less than 36 inches (90 cm) nor more than 48 inches (120 cm). There shall be a gasket
between individual sections and sections cemented together with mortar on the inside of the manhole.
Gaskets shall conform to the requirements of ASTM C443.
751-2.5 Corrugated metal. Corrugated metal shall conform to the requirements of American Association
of State Highway and Transportation Officials (AASHTO) M36.
751-2.6 Frames, covers, and grates. The castings shall conform to one of the following requirements:
a. ASTM A48, Class 35B: Gray iron castings
b. ASTM A47: Malleable iron castings
c. ASTM A27: Steel castings
d. ASTM A283, Grade D: Structural steel for grates and frames
e. ASTM A536, Grade 65-45-12: Ductile iron castings
f. ASTM A897: Austempered ductile iron castings
All castings or structural steel units shall conform to the dimensions shown on the plans and shall be
designed to support the loadings, aircraft gear configuration and/or direct loading, specified.
Each frame and cover or grate unit shall be provided with fastening members to prevent it from being
dislodged by traffic but which will allow easy removal for access to the structure.
All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet
the requirements of ASTM A123.
751-2.7 Steps. The steps or ladder bars shall be gray or malleable cast iron or galvanized steel. The steps
shall be the size, length, and shape shown on the plans and those steps that are not galvanized shall be given
a coat of asphalt paint, when directed.
Item D-751
Manholes, Catch Basins, Inlets and Inspection Holes
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications D-751-2 City Project No. 103668
751-2.8 Precast inlet structures. Manufactured in accordance with and conforming to ASTM C913.
CONSTRUCTION METHODS
751-3.1 Unclassified excavation.
a. The Contractor shall excavate for structures and footings to the lines and grades or elevations, shown
on the plans, or as staked by the RPR. The excavation shall be of sufficient size to permit the placing of the
full width and length of the structure or structure footings shown. The elevations of the bottoms of footings,
as shown on the plans, shall be considered as approximately only; and the RPR may direct, in writing,
changes in dimensions or elevations of footings necessary for a satisfactory foundation.
b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All
rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either
level, stepped, or serrated, as directed by the RPR. All seams or crevices shall be cleaned out and grouted.
All loose and disintegrated rock and thin strata shall be removed. Where concrete will rest on a surface
other than rock, the bottom of the excavation shall not be disturbed and excavation to final grade shall not
be made until immediately before the concrete or reinforcing is placed.
c. The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the
excavation and the structure as required for safety or conformance to governing laws. The cost of bracing,
sheathing, or shoring shall be included in the unit price bid for the structure.
d. All bracing, sheathing, or shoring involved in the construction of this item shall be removed by the
Contractor after the completion of the structure. Removal shall not disturb or damage finished masonry.
The cost of removal shall be included in the unit price bid for the structure.
e. After excavation is completed for each structure, the Contractor shall notify the RPR. No concrete
or reinforcing steel shall be placed until the RPR has approved the depth of the excavation and the character
of the foundation material.
751-3.2 Brick structures. Not used.
751-3.3 Concrete structures. Concrete structures which are to be cast-in-place within the project
boundaries shall be built on prepared foundations, conforming to the dimensions and shape indicated on
the plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement
required shall be placed as indicated on the plans and shall be approved by the RPR before the concrete is
placed.
All invert channels shall be constructed and shaped accurately to be smooth, uniform, and cause minimum
resistance to flowing water. The interior bottom shall be sloped to the outlet.
751-3.4 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another RPR approved third party
certification program.
Precast concrete structures shall conform to ASTM C478. Precast concrete structures shall be constructed
on prepared or previously placed slab foundations conforming to the dimensions and locations shown on
the plans. All precast concrete sections necessary to build a completed structure shall be furnished. The
different sections shall fit together readily. Joints between precast concrete risers and tops shall be full-
bedded in cement mortar and shall: (1) be smoothed to a uniform surface on both interior and exterior of
the structure or (2) utilize a rubber gasket per ASTM C443. The top of the upper precast concrete section
shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as
required. Provision shall be made for any connections for lateral pipe, including drops and leads that may
be installed in the structure. The flow lines shall be smooth, uniform, and cause minimum resistance to
flow. The metal or metal encapsulated steps that are embedded or built into the side walls shall be aligned
Item D-751
Manholes, Catch Basins, Inlets and Inspection Holes
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications D-751-3 City Project No. 103668
and placed in accordance to ASTM C478. When a metal ladder replaces the steps, it shall be securely
fastened into position.
751-3.5 Corrugated metal structures. Corrugated metal structures shall be prefabricated. All standard or
special fittings shall be furnished to provide pipe connections or branches with the correct dimensions and
of sufficient length to accommodate connecting bands. The fittings shall be welded in place to the metal
structures. The top of the metal structure shall be designed so that either a concrete slab or metal collar may
be attached to allow the fastening of a standard metal frame and grate or cover. Steps or ladders shall be
furnished as shown on the plans. Corrugated metal structures shall be constructed on prepared foundations,
conforming to the dimensions and locations as shown on the plans. When indicated, the structures shall be
placed on a reinforced concrete base.
751-3.6 Inlet and outlet pipes. Inlet and outlet pipes shall extend through the walls of the structures a
sufficient distance beyond the outside surface to allow for connections. They shall be cut off flush with the
wall on the inside surface of the structure, unless otherwise directed. For concrete or brick structures, mortar
shall be placed around these pipes to form a tight, neat connection.
751-3.7 Placement and treatment of castings, frames, and fittings. All castings, frames, and fittings shall
be placed in the positions indicated on the plans or as directed by the RPR, and shall be set true to line and
elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in
place before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete
has set.
When frames or fittings are placed on previously constructed masonry, the bearing surface of the masonry
shall be brought true to line and grade and shall present an even bearing surface so the entire face or back
of the unit will come in contact with the masonry. The unit shall be set in mortar beds and anchored to the
masonry as indicated on the plans or as directed by the RPR. All units shall set firm and secure.
After the frames or fittings have been set in final position, the concrete or mortar shall be allowed to harden
for seven (7) days before the grates or covers are placed and fastened down.
751-3.8 Installation of steps. The steps shall be installed as indicated on the plans or as directed by the
RPR. When the steps are to be set in concrete, they shall be placed and secured in position before the
concrete is placed. When the steps are installed in brick masonry, they shall be placed as the masonry is
being built. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least
seven (7) days. After seven (7) days, the steps shall be cleaned and painted, unless they have been
galvanized.
When steps are required with precast concrete structures they shall meet the requirements of ASTM C478.
The steps shall be cast into the side of the sections at the time the sections are manufactured or set in place
after the structure is erected by drilling holes in the concrete and cementing the steps in place.
When steps are required with corrugated metal structures, they shall be welded into aligned position at a
vertical spacing of 12 inches (300 mm).
Instead of steps, prefabricated ladders may be installed. For brick or concrete structures, the ladder shall be
held in place by grouting the supports in drilled holes. For metal structures, the ladder shall be secured by
welding the top support to the structure and grouting the bottom support into drilled holes in the foundation
or as directed by the RPR.
751-3.9 Backfilling.
a. After a structure has been completed, the area around it shall be backfilled with approved material,
in horizontal layers not to exceed 8 inches (200 mm) in loose depth, and compacted to the density required
in Item P-152. Each layer shall be deposited evenly around the structure to approximately the same
elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the RPR.
Item D-751
Manholes, Catch Basins, Inlets and Inspection Holes
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications D-751-4 City Project No. 103668
b. Backfill shall not be placed against any structure until approved by the RPR. For concrete structures,
approval shall not be given until the concrete has been in place seven (7) days, or until tests establish that
the concrete has attained sufficient strength to withstand any pressure created by the backfill and placing
methods.
c. Backfill shall not be measured for direct payment. Performance of this work shall be considered an
obligation of the Contractor covered under the contract unit price for the structure involved.
751-3.10 Modifications to Existing Structures. Modifications to existing structures shall be completed in
accordance with the details in the Plans. Frames and castings shall be purchased new and meet the
requirements of D-751-2.6 and installed per D-751-3.7. Mortar used shall meet the requirements of D-
7512-2.2. Concrete used for reconstruction new walls and top lid to meet the requirements of P-610.
751-3.11 Cleaning and restoration of site. After the backfill is completed, the Contractor shall dispose of
all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments,
shoulders, or as approved by the RPR. The Contractor shall restore all disturbed areas to their original
condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in
good condition.
METHOD OF MEASUREMENT
751-4.1 The quantity of existing inlets lowered to new grades will be measured by each unit adjusted.
751-4.2 The quantity of new manhole covers installed on existing structures will be measured by each unit
installed.
BASIS OF PAYMENT
751-5.1 The accepted quantities of lowering existing inlets will be paid for at the contract unit price per
each inlet lowered when completed. This price shall be full compensation for furnishing all materials and
for all preparation, excavation, backfilling and placing of the materials; and for all labor equipment, tools
and incidentals necessary to complete the structure.
751-5.2 The accepted quantities of manhole covers installed on existing structures will be paid for at the
contract unit price per each when completed. This price shall be full compensation for furnishing all
materials and for all preparation, excavation, backfilling and placing of the materials; and for all labor
equipment, tools and incidentals necessary to complete the structure.
Payment will be made under:
Item D-751-5.1 Lower Existing Inlet - per each
Item D-751-5.2 Install Manhole Cover on Existing Structure – per each
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM A27 Standard Specification for Steel Castings, Carbon, for General
Application
Item D-751
Manholes, Catch Basins, Inlets and Inspection Holes
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications D-751-5 City Project No. 103668
ASTM A47 Standard Specification for Ferritic Malleable Iron Castings
ASTM A48 Standard Specification for Gray Iron Castings
ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron
and Steel Products
ASTM A283 Standard Specification for Low and Intermediate Tensile Strength
Carbon Steel Plates
ASTM A536 Standard Specification for Ductile Iron Castings
ASTM A897 Standard Specification for Austempered Ductile Iron Castings
ASTM C32 Standard Specification for Sewer and Manhole Brick (Made from Clay
or Shale)
ASTM C144 Standard Specification for Aggregate for Masonry Mortar
ASTM C150 Standard Specification for Portland Cement
ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes, Using
Rubber Gaskets.
ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole
Sections
ASTM C913 Standard Specification for Precast Concrete Water and Wastewater
Structures.
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic-Coated, for
Sewers and Drains
END OF ITEM D-751
Item T-900
Temporary Irrigation System
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-900-1 City Project No. 103668
ITEM T-900 TEMPORARY IRRIGATION SYSTEM
900.1 Description
This item shall consist of all materials, labor, equipment, tools, and incidentals necessary to perform the
work of providing a temporary irrigation system installation as specified in this section.
The Specifications indicate and specify a complete and efficient irrigation system which will operate in
accordance with the specified equipment manufacturer's recommendations and with state and local codes
and regulations. Items not specified, but found to be necessary for a complete system, shall be furnished
under this Contract.
The irrigation system will be temporary. All pipes are to be laid above ground, except where crossing active
airfield pavement or otherwise not possible. All above ground lines will be placed as unobtrusively as
possible. Existing storm drain pipes may be used for underground pavement crossings, however Owner
makes no representation as to their condition or suitability for use. If inlet or manhole covers must be left
open, Contractor shall provide adequate and substantial barriers to identify the potential hazard.
In areas where it is not possible or practical to extend the temporary system, supplemental water shall be
provided by truck watering or hand watering (e.g., hose, gator bag). All water used shall be metered and
paid for under a separate bid item.
No irrigation pipes shall be laid within the Runway Safety Area (RSA) or Taxiway Safety Area (TSA).
System must provide nozzles capable of shooting up to 150 feet from edge of RSA to water grass and sod
within RSA.
There are multiple phases in this project. The contractor will be required to mobilize and install temporary
irrigation systems multiple times within the duration of the project.
A. Scope of Work
Design and install a complete and efficient landscape irrigation system which will operate in accordance
with the specified equipment manufacturer's recommendations and with state and local codes and
regulations. The irrigation system will include:
1. Temporary meter, backflow prevention, valves.
2. Rotors or rotary nozzles for seeded revegetation areas. For sloping bank areas, install irrigation at
the top of the bank and spray down on to the slope.
3. All other elements necessary to provide a fully functioning and efficient irrigation system.
Temporary irrigation will be kept in place until vegetation is established, and then removed by Contractor.
B. Qualification of Installer
A Texas-licensed landscape irrigator in good standing, approved by the Owner or his agent, with a minimum
of 5 years continuous experience in designing and installing systems of this type, and who is regularly
engaged in installing landscape irrigation systems shall be employed by contractor for this Work.
900.2 Permits and Inspections
The Contractor shall obtain necessary permits, tests, and inspections, and pay any related fees and taxes
required by governing agencies, including cost of meter(s).
Item T-900
Temporary Irrigation System
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-900-2 City Project No. 103668
900.3 Submittals
The submittal requirements for this specification item shall include:
1. Copy of Irrigator’s license issued by the Texas Commission on Environmental Quality (TCEQ).
2. Per State of Texas code (Title 30, Texas Administrative Code, Chapter 344, Rules for Landscape
Irrigation) the Contractor shall provide the Owner with a watering schedule. This schedule shall be
a chart listing zone number, zone flow (gpm), run time (minutes/month), type of vegetation
irrigated per zone and type of emission device per zone
3. In the event of mandated watering restrictions, provide a completed variance request approved by
Local Municipality.
4. As-built irrigation plan showing all emission devices, valves, controller, backflow prevention
device, and sized pipes.
5. Completed irrigation system maintenance checklist (Attachment A). The first sheet of Attachment
A is due after the irrigation system is completed, during time of inspection with Owner. The second
sheet of Attachment A is due yearly, in the spring when the system is reinitiated during the extended
landscape maintenance period. If accepted grass stand is established in less than a year second sheet
of Attachment A shall not be required.
900.4 Damage to Property
A. Repair or replace any property damage inflicted in the course of the irrigation installation, without
additional charge and before final payment. Included are damages to building, paving, structures,
equipment, piping, pipe covering, utilities, sewers, walls, signs, sidewalks and landscaping.
B. The Irrigation Installer is responsible for damage caused by leaks in the piping systems and shall
make repairs without charge.
900.5 Existing Conditions
A. Field verify all existing site conditions. By bidding this Work, the Contractor acknowledges that
they have satisfied themselves as to the nature of the Work and to the quality of surface and
subsurface materials and obstacles insofar as this data is reasonably ascertainable from a site
inspection. Failure of the Contractor to acquaint themselves with the available information will not
relieve their responsibility of proper estimation of the difficulty or cost of successful performance
of the Work.
B. Contractor shall locate all utilities in work area before installation. Any damage to existing utilities
occurring during irrigation installation requiring repair or replacement shall be the Contractor’s
responsibility. This replacement clause extends to existing trees and other landscape materials
proposed for preservation.
C. Verify water supply static pressure and volume as adequate before system installation. Report
inadequacies immediately to the Owner or Irrigation Designer of record for resolution. In cases of
high pressure, pressure reduction equipment shall be used.
D. The irrigation installation shall account for elevation changes on the site as part of pressure
considerations.
E. Irrigation layout shall account for slope on a site. Pipes should run perpendicular to a slope where
possible. For temporary irrigation systems, above ground pipes should be secured to slopes every
Item T-900
Temporary Irrigation System
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-900-3 City Project No. 103668
10 feet in a manner that does not create a safety hazard. Stake temporary, above ground lateral
pipes at end points.
F. Determine and verify the location and size of the irrigation meter to be used for this project.
Contractor is responsible for the tap, for following state and municipal regulations regarding
connection to the water supply, and for obtaining all required permits and inspections.
900.6 Materials
Provide all equipment and materials necessary to complete work.
A. Pipe and Tube
1. Irrigation lines: Irrigation lines may be aluminum, PVC, or polyethylene intended for use in
agricultural irrigation systems.
2. Velocity: The irrigation system must be designed and installed so that the flow of water in the
pipe will not exceed a velocity of five (5) feet per second.
B. Connections
1. Connections shall be suitable for the type of pipe and fittings being utilized and shall not leak.
C. Valves: A sufficient number of valves shall be provided to adequately control the system in an
efficient manner.
D. Backflow Prevention Devices
1. Provide a Double Check Backflow Prevention (DCA) or Reduced Pressure Backflow
Prevention Device (RPZ) as required by the local water utility.
M. Pressure Regulation
1. The irrigation system shall be designed and installed to operate within adequate pressure
conditions. Available static pressure shall be determined by the Contractor before installation.
2. If available static pressure is excessive, the Contractor shall install pressure reducing valve.
N. Water
The contractor is responsible for identifying and obtaining adequate sources of water, and for
obtaining taps and meters.
900.7 Construction/Maintenance Methods
Provide all construction equipment and methods required to complete work.
A. System Design and Layout
1. Water Supply: Verify location and source of the water meter or tap for irrigation. Perform tests
as needed to verify the pressure and volume are adequate to run the system as designed and
with full, even and complete coverage. When necessary, supplemental water, in addition to the
permanent and/or temporary sources, can be provided via water truck or other. This may be
needed during times of mandatory water restrictions to provide sufficient water to the
landscape.
2. Standard Installation: Perform all Work and provide material in accordance with the local codes
and ordinances in force at the job site. Where provisions of these Specifications exceed such
requirements, these specifications shall govern.
Item T-900
Temporary Irrigation System
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-900-4 City Project No. 103668
B. Layout
1. Installer is responsible for locating valves, piping and fittings relative to existing conditions as
the Drawings may show schematic layout only.
2. If a discrepancy in the size and shape of areas to be watered becomes apparent in the Drawings
at the time of installation, such discrepancy shall be discussed with the Irrigation designer or
Engineer before commencement of the installation.
3. Work shall not proceed until design changes have been approved.
4. All materials shall be installed in strict accordance to the manufacturer’s installation
specifications.
5. The maximum spacing between emission devices must not exceed the radius of throw
recommended by the manufacturer.
C. Pipe Fitting and Assembly
1. Keep ends of pipe securely closed when Work is not in operation to prevent water and other
matter from entering the lines.
2. The routing of the pressure supply lines shall avoid large tree roots and other existing items.
Deviate where necessary and install lines to provide coverage without off-setting assemblies
from pressure supply lines.
3. Piping Installation:
(a) General. The Installer is responsible for being familiar with any and all methods of
assemblage, joining and installation of various types of pipe to be used. Adhere in strict
accordance with the manufacturer's recommendations.
D. Backflow Prevention Devices
1. Install backflow prevention device as per requirements of Uniform Plumbing Code and Local
Municipality Requirements. Provide testing and coordinate inspection of the backflow
preventer as required by state statute and as per local municipal requirements.
E. Emission Devices
1. Spray heads shall be capable of providing uniform and adequate coverage of the area to be
reestablished.
2. Sprinklers shall not directly overspray onto non-irrigated areas (e.g., runways and taxiways).
3. All emission devices shall be installed, where applicable, in plumb position, with proper
spacing and in locations shown on the plans provided by the Contractor.
F. Watering Schedule
1. Contractor shall provide the Engineer with a chart listing information for each zone, including
precipitation rate, gallons per minute (gpm), and run time for each season.
G. Inspection, Testing and Approval
1. Do not enclose or cover any Work until it has been inspected, tested and approved per local
codes. Where required, contact the Engineer to arrange an inspection.
2. Hydrostatic Piping Test:
Item T-900
Temporary Irrigation System
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-900-5 City Project No. 103668
(a) In the presence of the Engineer hydrostatically test the mainline piping system. Test to a
minimum psi of 100. Test period shall not be less than 4 hours. Pipe may be tested in
sections to expedite the work.
(b) Test is acceptable if no leakage occurs during test period.
(c) Repair all leaks and retest system for another 4-hour period if necessary. Continue this
procedure until all leaks are repaired.
3. Operation Test:
(a) After all equipment is installed, test the system for coverage, flow and pressure in the
presence of the Owner.
(b) Test is acceptable if system operates satisfactorily, with adequate pressure and flow and if
all irrigated areas are receiving proper coverage with no overspray onto pavement or
buildings.
(c) After all required adjustments are made, coordinate with Engineer to obtain an inspection
by a Local Municipality Irrigation Inspector, if required.
4. Final Acceptance:
(a) Final Acceptance may be given when all punchlist items are satisfactorily completed and,
if required, a Local Municipality Irrigation Inspector has approved the job (with all
comments acceptable addressed).
H. Cleanup
1. Maintain a clean work area during the progress of the Work within reasonable limits of the
installation area. Periodically remove all rubbish, debris, etc., from Work site and dispose
legally.
2. Upon completion of the Work, remove all construction and installation equipment from the
premises; make ground surface level where it has been affected by irrigation system
installation; and remove excess materials, rubbish and debris.
3. Immediately replace and thoroughly hand water any plant material and groundcover which may
be displaced during installation.
900.8 Measurement
A. Work and acceptable material for “Temporary Irrigation System” will be measured as a complete
system in working order with all the elements necessary to efficiently provide water for
reestablishment of vegetation for all phases of the project.
B. Water used in the system and for any truck irrigation of grass and sod shall be from a metered
connection arranged for and provided by the contractor. Payment for water shall be separately and
be paid for by the one-hundred cubic foot.
900.9 Payment
The work performed will be paid for at the lump sum unit price bid for “Temporary Irrigation System”,
which price shall be full compensation for designing, furnishing and installing all components; flushing and
testing waterlines; furnishing and operating equipment; disassembly and complete removal; and labor,
tools, incidentals and subsequent removal of system for all phases of the project.
This project is phased. Contractor will be required to provide a temporary irrigation system at the end of
each phase and keep it in place until an acceptable stand of grass is established for that phase. Therefore,
there will be multiple mobilizations for Contractor’s irrigation sub-contractor.
Item T-900
Temporary Irrigation System
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-900-6 City Project No. 103668
The work will comprise duration up to and including the project Substantial Completion and through to the
end of the Extended Maintenance Period(s).
Payment will be made under:
Item T-900-9.1 Temporary Irrigation system installations and removal - per Lump Sum
Item T-900-9.2 Water for Irrigation – per one-hundred cubic feet
END OF ITEM T-900
Item T-904
Sodding
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-904-1 City Project No. 103668
ITEM T-904 SODDING
DESCRIPTION
904-1.1 This item shall consist of furnishing, hauling, and placing approved live Bermuda sod on prepared
areas in accordance with this specification at the locations shown on the plans or as directed by the RPR.
MATERIALS
904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall
be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of
renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably
fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly
matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials
that might be detrimental to the development of the sod or to future maintenance. Any vegetation more than
6 inches (150 mm) in height shall be mowed to a height of 3 inches (75 mm) or less before sod is lifted.
Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to
a thickness not less than that stated in the special provisions.
904-2.2 Lime. Not required.
904-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures
containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They
shall be applied at the rate and to the depth specified,and shall meet the requirements of applicable state
laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of
contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed
fertilizers.
The fertilizers may be supplied in one of the following forms:
a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader;
b. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or
c. A granular or pellet form suitable for application by blower equipment.
Fertilizers shall be 3-1-2 ratio of nitrogen, phosphorus and potassium commercial fertilizer and shall be
spread at the rate of 1 pound of soluble nitrogen every 4 to 6 weeks or 1 ½ pounds of slow release nitrogen
every 8 to 10 weeks per 1,000 square feet.
904-2.4 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials
that would inhibit the growth of grass.
904-2.5 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal
quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from
large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed,
compacting, and establishing turf, and shall be approved by the RPR before being placed.
CONSTRUCTION METHODS
904-3.1 General. Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring
special ground surface preparation such as tilling and those areas in a satisfactory condition that are to
remain undisturbed shall also be shown on the plans.
Item T-904
Sodding
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-904-2 City Project No. 103668
Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing
of all required materials shall be on hand, in good condition, and shall be approved by the RPR before the
various operations are started. The Contractor shall demonstrate to the RPR before starting the various
operations that the application of required materials will be made at the specified rates.
904-3.2 Preparing the ground surface. After grading of areas has been completed and before applying
fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches
(50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of
grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes occurs
after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor
shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other
incidental damage.
904-3.3 Applying fertilizer and ground limestone. Following ground surface preparation, fertilizer shall
be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer
ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread
at a rate that will provide not less than the minimum quantity stated in the special provisions. These
materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm) by discing, raking,
or other suitable methods. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and
other litter brought to the surface by this operation shall be removed.
904-3.4 Obtaining and delivering sod. After inspection and approval of the source of sod by the RPR, the
sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed
on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2
inches (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 mm),
and in lengths of not less than 18 inches (0.5 m), but of such length as may be readily lifted without breaking,
tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass
folded inside. The Contractor may be required to mow high grass before cutting sod.
The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the
Contractor’s control make storing necessary. In such cases, sod shall be stacked, kept moist, and protected
from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when
the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry,
approval to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the
depth the sod is to be cut.
904-3.5 Laying sod. Sodding shall be performed only during the seasons when satisfactory results can be
expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted
during periods of drought with the approval of the RPR, provided the sod bed is watered to moisten the soil
to a depth of at least 4 inches (100 mm) immediately prior to laying the sod.
The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod,
and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge
and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be
sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by
tamping or rolling with approved equipment to provide a true and even surface and ensure knitting without
displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced
during sodding operations, the workmen, when replacing it, shall work from ladders or treaded planks to
prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods.
The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow
of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction
shall be set approximately one inch (25 mm) below the pavement edge. Where the flow will be over the
sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after
compaction shall be placed flush with pavement edges.
Item T-904
Sodding
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-904-3 City Project No. 103668
On slopes steeper than one (1) vertical to 2-1/2 horizontal and in v-shaped or flat-bottom ditches or gutters,
the sod shall be pegged with wooden pegs not less than 12 inches (300 mm) in length and have a cross-
sectional area of not less than 3/4 sq inch (18 sq mm). The pegs shall be driven flush with the surface of the
sod.
904-3.6 Watering. Adequate water and watering equipment must be on hand before sodding begins, and
sod shall be kept moist until it has become established and its continued growth assured. In all cases,
watering shall be done in a manner that will avoid erosion from the application of excessive quantities and
will avoid damage to the finished surface.
904-3.7 Establishing turf. The Contractor shall provide general care for the sodded areas as soon as the
sod has been laid and shall continue until final inspection and acceptance of the work. All sodded areas
shall be protected against traffic or other use by warning signs or barricades approved by the RPR. The
Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and
growth conditions and the needs for mowing specific areas. Weeds or other undesirable vegetation shall be
mowed and the clippings raked and removed from the area.
904-3.8 Repairing. When the surface has become gullied or otherwise damaged during the period covered
by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil,
as directed by the RPR, and shall then be sodded as specified in paragraph 904-3.5.
METHOD OF MEASUREMENT
904-4.1 This item shall be measured on the basis of the area in square yards (square meters) of the surface
covered with sod and accepted.
BASIS OF PAYMENT
904-5.1 This item will be paid for on the basis of the contract unit price per square yard (square meter) for
sodding, which price shall be full compensation for all labor, equipment, material, staking, and incidentals
necessary to satisfactorily complete the items as specified.
Payment will be made under:
Item T-904-5.1 Sodding - per square yard (square meter)
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C602 Standard Specification for Agricultural Liming Materials
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-904
Item T-904
Sodding
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-904-4 City Project No. 103668
Page Intentionally Blank
Item T-905
Topsoil
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-905-1 City Project No. 103668
ITEM T-905 TOPSOIL
DESCRIPTION
905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil
from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and
placing and spreading the topsoil on prepared areas in accordance with this specification at the locations
shown on the plans or as directed by the RPR.
MATERIALS
905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic
to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches (50
mm) or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be
incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and
herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and
intermixed with the soil during handling operations. Heavy sod or other cover, which cannot be
incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless
otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in
accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the
date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined
by the wet-combustion method (chromic acid reduction). There shall be not less than 20% nor more than
80% of the material passing the 200 mesh (75 µm) sieve as determined by the wash test in accordance with
ASTM C117.
Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above
specifications.
905-2.2 Inspection and tests. Within 10 days following acceptance of the bid, the RPR shall be notified of
the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the
selected soil meets the requirements specified and to determine the depth to which stripping will be
permitted. At this time, the Contractor may be required to take representative soil samples from several
locations within the area under consideration and to the proposed stripping depths, for testing purposes as
specified in paragraph 905-2.1.
CONSTRUCTION METHODS
905-3.1 General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the
location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the
plans.
Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of
topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and
approved by the RPR before the various operations are started.
905-3.2 Preparing the ground surface. Immediately prior to dumping and spreading the topsoil on any
area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the RPR,
to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil.
The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any
diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary
Item T-905
Topsoil
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-905-2 City Project No. 103668
moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too
compact to respond to these operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be
maintained in a true and even condition. Where grades have not been established, the areas shall be smooth-
graded and the surface left at the prescribed grades in an even and compacted condition to prevent the
formation of low places or pockets where water will stand.
905-3.3 Obtaining topsoil. Prior to the stripping of topsoil from designated areas, any vegetation, briars,
stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent
operations, shall be removed using methods approved by the RPR. Heavy sod or other cover, which cannot
be incorporated into the topsoil by discing or other means shall be removed.
All topsoil to be used on the project shall be obtained off the airport site. The Contractor shall locate and
obtain the supply, subject to the approval of the RPR. The Contractor shall notify the RPR sufficiently in
advance of operations in order that necessary measurements and tests can be made. The Contractor shall
remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site
of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and
stockpiled shall be rehandled and placed without additional compensation.
905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 4
inches (100 mm) after compaction, unless otherwise shown on the plans or stated in the special provisions.
Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a
condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with
a minimum of soil preparation or tilling.
After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective
means, and all stones or rocks (2 inches (50 mm) or more in diameter), roots, litter, or any foreign matter
shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be
satisfactorily compacted by rolling with a cultipacker or by other means approved by the RPR. The
compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or
other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed.
METHOD OF MEASUREMENT
905-4.1 Topsoil obtained off the site shall be measured by the number of cubic yards (cubic meters) of
topsoil measured in its original position and stripped or excavated. Topsoil shall be measured by volume in
cubic yards (meters) computed by the method of end areas.
BASIS OF PAYMENT
905-5.1 Payment will be made at the contract unit price per cubic yard (cubic meter) for topsoil obtained
off the site. This price shall be full compensation for furnishing all materials and for all preparation, placing,
and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete
the item.
Payment will be made under:
Item T-905-5.1 Topsoil, 4-inch thickness - per cubic yard (cubic meter)
Item T-905
Topsoil
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-905-3 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
ASTM International (ASTM)
ASTM C117 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by
Washing
Advisory Circulars (AC)
AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports
FAA/United States Department of Agriculture
Wildlife Hazard Management at Airports, A Manual for Airport Personnel
END OF ITEM T-905
Item T-905
Topsoil
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications T-905-4 City Project No. 103668
Page Intentionally Blank
Item L-100
General Provisions - Electrical
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-100-1 City Project No. 103668
ITEM L-100 GENERAL PROVISIONS - ELECTRICAL
(Non-Standard FAA Specification)
100-1.1 General. This item is intended to supplement the specifications for the Airfield Electrical
requirements of this contract.
It is the intent and meaning of the Plans and Specifications that the Contractor shall provide an electrical
installation that is operational and complete, including all items and appurtenances necessary, reasonably
incidental, or customarily included, even though each and every item is not specifically called out or
shown.
Installations and construction under these provisions shall be coordinated with the Resident Project
Representative (RPR). Contractor shall confirm scheduling and sequencing, and locations and types of
interfaces between Contractor’s electrical work and Owner’s separate electrical contract work, if any, and
between Contractor’s electrical work and existing electrical facilities. Contractor shall not begin work at
these interfaces without approval of the Engineer through the RPR. Specification requirements for
approvals, reviews, or other involvement of the Engineer shall be transmitted by the Contractor through
the RPR to the Engineer.
QUALITY ASSURANCE
100-2.1 Applicable Codes And Standards.
a. Codes. All electrical work shall conform with the requirements and recommendations of
the latest edition of the National Electrical Code. In conflicts among plans, specifications
and codes, the most stringent requirements shall govern.
b. Standards. The specifications and standards of the following organizations are by
reference made part of these specifications and all electrical work, unless otherwise
indicated, shall comply with their requirements and recommendations wherever
applicable:
Institute of Electrical and Electronic Engineers (IEEE)
American National Standards Institute (ANSI)
American Society for Testing and Materials (ASTM)
Insulated Power Cable Engineers Association (ICEA)
National Bureau of Standards (NBS)
National Electrical Contractor's Association (NECA)
National Electrical Manufacturer's Association (NEMA)
National Fire Protection Association (NFPA)
National Electrical Safety Code (NESC)
100-2.2 Requirements Of Regulatory Agencies. Airport lighting equipment and materials covered by
FAA Airports Division specifications shall be certified per Advisory Circular (AC) 150/5345-53, Airport
Lighting Equipment Certification Program (ALECP) and listed in the ALECP Addendum. All
advisory circulars referenced in these specifications shall be the latest edition.
All other equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer's certification of compliance with the applicable specification when
requested by the RPR. The requirements and recommendations of the latest edition of the Occupational
Item L-100
General Provisions - Electrical
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-100-2 City Project No. 103668
Safety and Health Act are by reference made a part of these specifications and all electrical work shall
comply with those requirements and recommendations wherever applicable.
100-2.3 Workmanship And Personal Requirements.
a. All electrical work shall be performed by workmen skilled in the electrical trade and licensed
for the work by the State of Texas.
b. A licensed Master Electrician will be required for the issuance of a building permit for
constructing, installing, altering, maintaining, repairing or replacing any electrical wiring,
apparatus, or equipment on any voltage level in the jurisdiction of the Airport.
c. A licensed Master Electrician or a licensed Journeyman Electrician is required to be on the
job site whenever any electrical work is performed. Any airfield electrical work or associated
electrical installations shall be accomplished under the direct on-site supervision of a licensed
Journeyman Electrician working under the responsible Master Electrician.
d. To insure compliance with Paragraph c. above, only a documented Electrical work force with
a ratio of a maximum of one Electrical Apprentice for each licensed Journeyman Electrician
shall be allowed to work on the airfield electrical systems.
e. Contractor shall prepare documentation associated with the electrical work force confirming
adherence to the requirements of Paragraph d. above. These documents shall be submitted to
the RPR for approval. Also, any work force changes or revisions which affect compliance
with paragraph d. above shall also be submitted to the RPR for approval by the Engineer.
f. Every airfield lighting cable splicer shall be qualified in making cable splices and
terminations on cables rated above 1,000 volts AC. Contractor shall submit to the Engineer
through the RPR proof of the qualifications of each proposed cable splicer for the cable type
and voltage level to be worked. Cable splicing/terminating personnel shall have a minimum
of three (3) years continuous experience in terminating/splicing medium voltage cable.
g. At least ten (10) days prior to performing any cable splicing/terminating, Contractor shall
submit to the Engineer through the RPR a written list of proposed cable splicing/terminating
personnel, including written evidence that the proposed personnel have had a minimum of
eight (8) hours of technical training by authorized splice/termination kit manufacturer
personnel. Approved training shall include a thorough review of kit components and
splicing/terminating techniques and procedures. Field splices shall only be installed by
technicians approved by the RPR.
h. In addition, each trained cable splicer shall be required to install a splice and a connector on
type and size of the cable to be used under this contract if requested by the RPR. Sample
connections shall be accomplished in accordance with the manufacturer's instructions and in
the presence of the RPR.
100-2.4 Equipment, Material And Installation Requirements. The Contractor shall furnish and install
all materials, equipment, accessories, connections and incidental items in accordance with the approved
recommendations of the manufacturer and the best practices of the trade to provide a complete installation
operational and ready for use by the Owner. All equipment and materials shall be new, unless
specifically noted otherwise, and shall bear the manufacturer's name, trademark and ASME, UL, and/or
other labels in every case where a standard has been established for the particular item. The Contractor
Item L-100
General Provisions - Electrical
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-100-3 City Project No. 103668
shall promptly notify the Engineer in writing of any conflict between any requirements of the Contract
Documents and equipment manufacturer's directions and shall obtain written instructions from the
Engineer before proceeding with the work. Should the Contractor perform any work that does not
comply with the manufacturer's directions or such written instructions from the Engineer, Contractor shall
bear all costs arising in correcting deficiencies.
After review of equipment submittals, and instructions by the Engineer through the RPR to proceed,
equipment installations may require arrangements or connections different from those shown on the
drawings. It is the responsibility of the Contractor to install the equipment to operate properly. The
Contractor shall provide any additional equipment and/or materials required for installations to operate in
accordance with the intent of the drawings and specifications.
It is the responsibility of the Contractor to ensure that items installed fit the space available with adequate
room for proper equipment operation and maintenance. Contractor shall make field measurements to
ascertain space requirements, including those for connections, and shall furnish and install such sizes and
shapes of equipment that the final installation provides a complete and operational system that complies
with the requirements of the drawings and specifications. The Contractor shall be responsible for
coordinating proper location of roughing in and connections by other trades when applicable. Changes
associated with coordination requirements shall be made at no increase in the Contract amount or
additional costs to other trades. The Contractor shall support work and equipment plumb, rigid, and true
to line. The Contractor shall determine how equipment, fixtures, conduit, etc., are to be installed, as
required by codes, drawings and specifications. Foundations, bolts, inserts, stands, hangers, brackets and
accessories required for proper support shall be provided by the Contractor, whether or not specifically
indicated on the drawings.
100-2.5 Submittals.
a. Submit manufacturer's data or drawings of the following items, where applicable, giving
full information as to the dimensions, materials, and other information required to verify
compliance with the specifications. Additional items to be submitted may be listed in the
specification sections.
5kV L-824C Cable Counterpoise and Ground Wire
Ground Rods Isolation Transformers
Light Fixtures L-823 Connectors
Light Bases Splice Kits
Base Can Bolts PVC Conduit/Couplings
Identification Tags Junction Structures
Tape High Performance Grout
Airfield Signs
b. When requested by the RPR, samples of these items shall be submitted for approval.
Equipment/installation diagrams shall also be submitted for approval, as required by
project specifications and/or requested by the RPR.
c. Contractor submittal package shall include a typewritten list indicating each bid item,
with a breakdown of all item components and all parts that are assembled or associated
with bid item installation. Submittal package list shall indicate: (1) Bid item number, (2)
Part numbers of associated item components, as required and (3) Reference page number
where item and component information is located in the submittal package. An example
Item L-100
General Provisions - Electrical
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-100-4 City Project No. 103668
of this procedure is shown in the following table:
Bid Item #
Description
Ref. Page #
(XX)
(Bid Item Description)
(P/N) - (Item Component #1)
(P/N) - (Item Component #2)
(P/N) - (Item Component #3)
etc . . .
(YY)
(YY)
(YY)
(YY)
Where:
(XX) = Bid Item Number
(YY) = Reference Page Number in Submittal Package
(P/N) = Manufacturer Part Number
d. Checking of submittals is done as an aid to the Contractor, and approval of submittals
shall not relieve Contractor of responsibility for any errors or omissions in the submittals,
nor shall it relieve the Contractor of total responsibility for proper and complete
execution of the job.
e. Documentation certifying compliance with the BUY AMERICAN preference rules for
Airport Improvement Program (AIP) cited in 49 USC §50101) shall be included with
each equipment and material submittal.
100-2.6 Inspection And Testing. All work performed by the Contractor shall be subject to periodic
inspections by the Engineer, the Owner, and the RPR to verify that the installation is in compliance with
the applicable requirements of these specifications. System and component testing shall be performed as
specified in individual specifications. Test results shall be evaluated by the Engineer based upon the
criteria indicated.
Any installation found which does not conform to the required technical provisions of these
specifications, or any specimen which does not meet the defined test criteria, shall be immediately
removed by the Contractor and then replaced at Contractor’s expense. When required, testing shall be
performed on the new specimen in place to verify compliance with the defined criteria.
CONSTRUCTION PROVISIONS
100-3.1 Airfield Installation Provisions. To enhance personnel safety and avoid contractual problems,
the Contractor shall comply with the provisions indicated below.
100-3.2 Electrical Work Provisions.
a. Existing Underground Utilities. At least twenty-four (24) hours prior to beginning any
excavation within the Airport Operations Area (AOA), locations of all utility lines in the
construction area will be identified and marked with surveyor flags, or other approved
method, by appropriate utility personnel. The Contractor shall be responsible for maintaining
the location flags. Any flags displaced shall be replaced by the Contractor. The Contractor
shall coordinate with the RPR any additional prior notification time required during weekend
Item L-100
General Provisions - Electrical
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-100-5 City Project No. 103668
and/or holiday work periods.
The above noted line identification information shall not relieve the Contractor of the
responsibility of pinpointing underground lines to avoid unplanned disruptions or disturbing
of installation or operation of underground lines in construction areas. Contractor shall use
cable tracing equipment, or other methods at Contractor’s disposal approved by the RPR, to
pinpoint line locations. Excavation shall not proceed until all underground lines have been
identified to the satisfaction of the RPR. Contractor shall hand excavate in areas of airport
underground electrical, communication, and FAA lines to avoid disruption of service. Repair
of underground lines damaged by the Contractor shall be the sole responsibility of the
Contractor.
b. Lockout/Tagout Procedure. Contractor shall establish a procedure to ensure that each circuit
being worked upon cannot be accidentally activated. The lockout/tagout procedure shall be
approved by the Airport Manager prior to implementing the procedure.
100-3.3 Temporary And Bypass Circuit Provisions. During construction, temporary or bypass wiring
or cable installations may be required to maintain operation of certain equipment and/or airfield lighting
circuits, as indicated in Construction Documents and/or as specified. Temporary/bypass circuit
installations shall adhere to provisions indicated below.
a. General Requirements. Contractor shall review the requirements in the specifications and
Construction Documents, including, but not restricted to: Phasing and Sequencing Plans,
Demolition Plans and Wiring Diagrams. Contractor shall determine locations, sizes and
quantities of temporary/bypass wiring and conduits required for project construction.
At least 5 days prior to commencement of installation of temporary/bypass wiring, the
Contractor shall submit a layout of proposed temporary/bypass conduits and circuits for
review and approval by the Engineer, including proposed installation protection provisions.
b. Equipment and Materials. Temporary/bypass wiring shall meet the requirements of Item
L-108, Underground Power Cable for Airports, and shall also conform to the construction
plans. Temporary/bypass wiring shall be identified at junction points with clear heat shrink
or brass tags as approved by the RPR. Installation of temporary/bypass wiring shall include
installation of associated, specified counterpoise wiring, and indicated in Item L-108,
Underground Power Cable for Airports.
c. Installation. Temporary/bypass circuits shall be installed with due consideration to personnel
safety and circuit protection against physical damage. Provisions of Paragraph 100-3.2 shall
be applicable to temporary/bypass wiring installations. All damage to existing circuits as a
result of Contractor action or inaction shall be corrected accordingly at the Contractor's
expense.
Temporary/bypass airfield lighting system cables shall be placed to minimize accidental
personnel or equipment contact with circuits. All temporary/bypass cables shall be routed in
conduit; routing temporary/bypass cables without protection is conduit is prohibited.
Temporary/bypass circuits shall be removed immediately upon completion of construction or
purpose for which the wiring was installed. Temporary/bypass cable and counterpoise shall
be removed and discarded off the Airport by the Contractor, unless used, in place, as a
Item L-100
General Provisions - Electrical
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-100-6 City Project No. 103668
permanent installation. Underground conduits installed for temporary/bypass circuits shall be
removed, unless Contractor is authorized by the RPR to abandon in place. All abandoned
conduits thus authorized shall be indicated on the As-Built Drawings. Any temporary/bypass
cable removed from initial installation shall not be re-used for any airport permanent
installation. Cable re-use is not allowed to minimize the possibility of a damaged cable being
re-installed on an active airport circuit.
Temporary lighting for barricades shall be battery or generator powered, unless otherwise
shown on the plans. Submit proposed method of providing any required barricade lighting
for approval of the RPR.
All temporary airfield wiring shall include associated counterpoise wiring.
100-3.4 Existing Electrical Equipment And Materials. The Contractor shall remove all existing wiring
not direct earth buried and electrical equipment made unnecessary by the new installation. Abandoned
direct earth 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 modifications are made to existing systems and
facilities. Do not interrupt service without prior consent of the RPR, with a definite understanding of time
and duration of outage. All outages will take place at a time for minimum disruption of facility activity.
100-3.6 As-Built Drawings. The Contractor shall maintain a set of as-built drawings on the job site.
Contractor shall mark on the as-built drawings all work details, alterations installed to meet site
conditions and changes made by Change Orders, including all abandoned conduit and cable left in place.
As-built drawings shall be kept available for inspection by the RPR and/or the Engineer at all times.
Airfield wiring verification diagrams shall be maintained throughout the project and later submitted to the
RPR upon completion. These field wiring diagrams shall depict the exact routing and number of cable
installed in each conduit originating from the airfield lighting vaults and extending to each junction
structure, sign, and lighting fixture for each new circuit or circuit revision.
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
All items covered in this section, excluding temporary wiring, will not be measured or paid directly, but
will be considered subsidiary to the bid items. See L-108 for measurement and payment provisions for
temporary wiring.
END OF ITEM L-100
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-1 City Project No. 103668
ITEM L-108 UNDERGROUND POWER CABLE FOR AIRPORTS
108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and
furnishing and/or installing power cables within conduit or duct banks per these specifications at the
locations shown on the plans. It includes excavation and backfill of trench for direct-buried cables only.
Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable
splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating
condition as a completed unit to the satisfaction of the RPR. This item shall not include the installation of
duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of
cable for FAA owned/operated facilities. Requirements and payment for trenching and backfilling for the
installation of underground conduit and duct banks are in Item L-110, Airport Underground Electrical
Duct Banks and Conduits.
EQUIPMENT AND MATERIALS
108-2.1 General.
a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be certified per
AC 150/5345-53, Airport Lighting Equipment Certification Program (ALECP) and listed in the ALECP
Addendum.
b. All other equipment and materials covered by other referenced specifications shall be subject to
acceptance through manufacturer’s certification of compliance with the applicable specification, when
requested by the RPR.
c. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications. Materials supplied and/or installed that do not comply with these
specifications shall be removed (when directed by the RPR) and replaced with materials that comply with
these specifications at the Contractor’s cost.
d. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals shall be in accordance with the provisions of Item L-100,
General Provisions – Electrical. The Contractor is solely responsible for delays in the project that may
accrue directly or indirectly from late submissions or resubmissions of submittals.
e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format. The
RPR reserves the right to reject any and all equipment, materials, or procedures that do not meet the
system design and the standards and codes, specified in this document.
f. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by
the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s
discretion, with no additional cost to the Owner. The Contractor shall maintain a minimum insulation
resistance of 500 megohms (1000 V megger with isolation transformers connected in new circuits and
new segments of existing circuits through the end of the contract warranty period. The insulation
resistance to ground of all non-grounded conductors of multiple circuits shall be not less than 100
megohms and that level shall be maintained by the Contractor throughout the warranty period
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-2 City Project No. 103668
108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs)
shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical
Cable for Airport Lighting Circuits latest edition. Conductors for use on primary airfield lighting series
circuits shall be single conductor, seven strand, #8 AWG, L-824 Type C, 5,000 volts, nonshielded, with
cross-linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield
lighting series circuits shall be sized in accordance with the manufacturer’s recommendations. All other
conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes
noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and
fixtures.
Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item
Description A-A-59544 and shall be type THWN-2. Conductors for parallel (voltage) circuits shall be
sized and installed in accordance with NFPA-70, National Electrical Code.
Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a THWN-
2, 600 volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in
free air. The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The
Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In
no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be #12 AWG.
Conductor sizes may have been adjusted due to voltage drop or other engineering considerations.
Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors
shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up
adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall
be considered incidental to the respective pay items provided.
Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans.
108-2.3 Bare copper wire (counterpoise, bare copper wire ground and ground rods). Wire for
counterpoise or ground installations for airfield lighting systems shall be #6 AWG bare solid copper wire
for counterpoise and #6 AWG stranded for ground wire per ASTM B3 and ASTM B8. For voltage
powered circuits, the equipment ground conductor shall be minimum # 6 AWG, 600V rated, Type
XHHW insulated, green color, stranded copper equipment ground conductor.
Ground rods shall be copper-clad steel. The ground rods shall be of the length and diameter specified on
the plans, but in no case shall they be less than 8 feet long and 5/8 inch in diameter.
108-2.4 Cable connections. In-line connections or splices of underground primary cables shall be of the
type called for on the plans, and shall be one of the types listed below. No separate payment will be made
for cable connections.
a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that
manufactured by 3MTM Company, “Scotchcast” Kit No. 82-B, or as manufactured by Hysol®
Corporation, “Hyseal Epoxy Splice” Kit No. E1135, or an approved equivalent, used for potting the splice
is acceptable.
b. The Field-attached Plug-in Splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug
and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single
conductor cable. It shall be the Contractor’s responsibility to determine the outside diameter of the cable
to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with
integral sealant.
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-3 City Project No. 103668
c. The Factory-molded Plug-in Splice. Specification for L-823 Connectors, Factory-Molded to
Individual Conductors, is acceptable.
d. The Taped or Heat-shrink Splice. Taped splices employing field-applied rubber, or synthetic
rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of
ASTM D4388 and the plastic tape should comply with Military Specification MIL-I-24391 or
Commercial Item Description A-A-55809. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing
rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall
be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being
spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor
cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat
shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation,
Energy Division, or approved equivalent.
In all the above cases, connections of cable conductors shall be made using crimp connectors using a
crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824
splices and terminations shall be made per the manufacturer’s recommendations and listings.
All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic
process or approved equivalent, except that a light base ground clamp connector shall be used for
attachment to the base can. All exothermic connections shall be made per the manufacturer’s
recommendations and listings.
108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport
cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to
the RPR proof of the qualifications of each proposed cable splicer for the airport cable type and voltage
level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years
continuous experience in terminating/splicing medium voltage cable.
108-2.8 Cable identification tags. Cable identification tags shall be made from a non-corrosive material
with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on
the plans. The tags shall be at least 1/16” thick polypropylene with 1” tall, black characters on yellow
background, with hole punched for UV protected plastic zip tie.
108-2.9 Tape. Electrical tapes shall be ScotchTM Electrical Tapes –ScotchTM 88 (1-1/2 inch (38 mm)
wide) and ScotchTM 130C® linerless rubber splicing tape (2-inch (50 mm) wide), as manufactured by the
Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent.
108-2.10 Electrical coating. Electrical coating shall be Scotchkote™ as manufactured by 3MTM, or an
approved equivalent.
108-2.11 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the
existing circuit’s insulation resistance shall be tested, in the presence of the RPR. The test shall be
performed per this item and prior to any activity that will affect the respective circuit. The Contractor
shall record the results on forms acceptable to the RPR. When the work affecting the circuit is complete,
the circuit’s insulation resistance shall be checked again, in the presence of the RPR. The Contractor shall
record the results on forms acceptable to the RPR. The second reading shall be equal to or greater than the
first reading or the Contractor shall make the necessary repairs to the existing circuit to bring the second
reading above the first reading. All repair costs including a complete replacement of the L-823
connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test
results shall be submitted in the Operation and Maintenance (O&M) Manual.
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-4 City Project No. 103668
CONSTRUCTION METHODS
108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated
on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected
to carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be
run without splices, from connection to connection.
Cable connections between lights will be permitted only at the light locations for connecting the
underground cable to the primary leads of the individual isolation transformers. The Contractor shall be
responsible for providing cable in continuous lengths for home runs or other long cable runs without
connections unless otherwise authorized in writing by the Engineer or shown on the plans.
In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for
maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification
markers shall be installed on both sides of the L-823 connectors installed or at least once in each access
point where L-823 connectors are not installed.
Provide not less than 3 feet (1 m) of cable slack on each side of all connections, isolation transformers,
light units, and at points where cable is connected to field equipment. Where provisions must be made for
testing or for future above grade connections, provide enough slack to allow the cable to be extended at
least one foot (30 cm) vertically above the top of the access structure. This requirement also applies where
primary cable passes through empty light bases, junction boxes, and access structures to allow for future
connections, or as designated by the RPR.
Primary airfield lighting cables installed shall have cable circuit identification markers attached on both
sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points,
such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for
imprinting the cable circuit identification legend on one line, using letters not less than 1/4 inch (6 mm) in
size. The cable circuit identification shall match the circuits noted on the construction plans.
108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct
banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables
installed in each single duct or conduit, and the current-carrying capacity of each cable shall be per the
latest version of the National Electric Code, or the code of the local agency or authority having
jurisdiction.
The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct
banks.
Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable
first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance
that the shortest routes are selected and that any potential interference is avoided.
Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground
Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit
prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of
debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all
conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once
cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be
kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to
the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-5 City Project No. 103668
reason shall be re-cleaned at the Contractor’s expense. The Contractor shall verify existing ducts
proposed for use in this project as clear and open. The Contractor shall notify the RPR of any blockage in
the existing ducts.
The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the
insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with
moisture-seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately,
heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are
made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at
the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch
or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed
the cable manufacturer’s recommendations. A non-hardening cable-pulling lubricant recommended for
the type of cable being installed shall be used where required.
The Contractor shall submit the recommended pulling tension values to the RPR prior to any cable
installation. If required by the RPR, pulling tension values for cable pulls shall be monitored by a
dynamometer in the presence of the RPR. Cable pull tensions shall be recorded by the Contractor and
reviewed by the RPR. Cables exceeding the maximum allowable pulling tension values shall be removed
and replaced by the Contractor at the Contractor’s expense.
The manufacturer’s minimum bend radius or NEC requirements (whichever is more restrictive) shall
apply. Cable installation, handling and storage shall be per manufacturer’s recommendations. During cold
weather, particular attention shall be paid to the manufacturer’s minimum installation temperature. Cable
shall not be installed when the temperature is at or below the manufacturer’s minimum installation
temperature. At the Contractor’s option, the Contractor may submit a plan, for review by the RPR, for
heated storage of the cable and maintenance of an acceptable cable temperature during installation when
temperatures are below the manufacturer’s minimum cable installation temperature.
Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be
coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable
jacket.
108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel
regularly engaged in this type of work and shall be made as follows:
a. Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall
be assembled, and the compound shall be mixed and poured per the manufacturer’s instructions and to the
satisfaction of the RPR.
b. Field-attached plug-in splices. These shall be assembled per the manufacturer’s instructions.
These splices shall be made by plugging directly into mating connectors. The joint where the connectors
come together shall be finished by one of the following methods: (1) wrapped with at least one layer of
rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2
inches (38 mm) on each side of the joint (2) Covered with heat shrinkable tubing with integral sealant
extending at least 1-1/2 inches (38 mm) on each side of the joint or (3) On connector kits equipped with
water seal flap; roll-over water seal flap to sealing position on mating connector.
c. Factory-molded plug-in splices. These shall be made by plugging directly into mating connectors.
The joint where the connectors come together shall be finished by one of the following methods: (1)
Wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half
lapped, extending at least 1-1/2 inches (38 mm) on each side of the joint. (2) Covered with heat
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-6 City Project No. 103668
shrinkable tubing with integral sealant extending at least 1-1/2 inches (38 mm) on each side of the joint.
or (3) On connector kits so equipped with water seal flap; roll-over water seal flap to sealing position on
mating connector.
d. Taped or heat-shrink splices. A taped splice shall be made in the following manner:
Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and
jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6
mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable
insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type.
Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors
shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression
connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp
before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to
assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is
clean. After scraping, wipe the entire area with a clean lint-free cloth. Do not use solvents.
Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as
recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating
the tape, stretching it just short of its breaking point. The manufacturer's recommendation for stretching
tape during splicing shall be followed. Always attempt to exactly half-lap to produce a uniform buildup.
Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of
approximately one inch (25 mm) over the original jacket. Cover rubber tape with two layers of vinyl
pressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as
solvents to the tape. No further cable covering or splice boxes are required.
Heat shrinkable tubing shall be installed following manufacturer’s instructions. Direct flame heating shall
not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat-
shrink application shall be clean and free of contaminates prior to application.
e. Assembly. Surfaces of equipment or conductors being terminated or connected shall be prepared in
accordance with industry standard practice and manufacturer’s recommendations. All surfaces to be
connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other
foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean
all surfaces at least 1/4 inch (6.4 mm) beyond all sides of the larger bonded area on all mating surfaces.
Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to
original condition after completing the connection.
108-3.6 Bare counterpoise wire installation for lightning protection and grounding.
If shown on the plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire
shall be installed for lightning protection of the underground cables using the equipotential method
Unless shown otherwise on the plans, counterpoise wire shall be installed in the same trench for the
entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. The
counterpoise is centered over the cable/conduit/duct to be protected.
a. Each light base or mounting stake shall be provided with a grounding electrode.
When a metallic light base is used, the grounding electrode shall be bonded to the metallic light base or
mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor.
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-7 City Project No. 103668
When a nonmetallic light base is used, the grounding electrode shall be bonded to the metallic light
fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor.
b. For raceways installed under pavement; for raceways and cables not installed adjacent to the full
strength pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for
optional method of edge lights installed in turf (stabilized soils); and for raceways or cables adjacent to
the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to
be protected as follows:
The counterpoise conductor shall be installed no less than 8 inches above the raceway or
cable to be protected, unless shown otherwise on the plans.
The counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic
airfield lighting component.
All metallic airfield lighting components in the field circuit on the output side of the constant current
regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system.
The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans
but not more than 500 feet apart around the entire circuit. The counterpoise system shall be continuous
and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or
equipment external ground ring or other made electrode-grounding system. The connections shall be
made as shown on the plans and in the specifications.
A separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using
the following method:
A ground rod installed at and securely attached to each light fixture base, mounting stake,
and to all metal surfaces at junction/access structures via #6 AWG wire.
Where an existing airfield lighting system is being extended or modified, the new counterpoise
conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and
existing airfield lighting counterpoise systems.
108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall
be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to
provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or
duct banks for airfield cable are installed in the same trench, the number and location of counterpoise
wires above the conduits shall be adequate to provide a complete cone of protection measured 45 degrees
each side of vertical.
Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed
above the duct bank. Reference details on the construction plans.
108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on
the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at
ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct
bank. The new counterpoise conductor shall be bonded to the existing counterpoise system.
108-3.9 Exothermic bonding. Bonding of counterpoise wire shall be by the exothermic welding process.
Only personnel experienced in and regularly engaged in this type of work shall make these connections.
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-8 City Project No. 103668
Contractor shall demonstrate to the satisfaction of the RPR, the welding kits, materials and procedures to
be used for welded connections prior to any installations in the field. The installations shall comply with
the manufacturer’s recommendations and the following:
a. All slag shall be removed from welds.
b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not
recommended unless the base has been specially modified. Consult the manufacturer’s installation
directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for
galvanized light base exception.
c. If called for in the plans, all buried copper and weld material at weld connections shall be
thoroughly coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar
Bitumastic® material to prevent surface exposure to corrosive soil or moisture.
108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the
airport electrical systems and underground cable circuits before and after installation. The Contractor
shall perform all tests in the presence of the RPR. The Contractor shall demonstrate the electrical
characteristics to the satisfaction of the RPR. All costs for testing are incidental to the respective item
being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the
test results throughout the entire project as well as during the warranty period that meet the following:
a. Earth resistance testing methods shall be submitted to the RPR for approval. Earth resistance
testing results shall be recorded on an approved form and testing shall be performed in the presence of the
RPR. All such testing shall be at the sole expense of the Contractor.
b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by
construction activities the Contractor shall test the conductors for continuity with a low resistance
ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The
RPR shall approve of the test method selected. All such testing shall be at the sole expense of the
Contractor.
After installation, the Contractor shall test and demonstrate to the satisfaction of the RPR the
following:
c. That all affected lighting power and control circuits (existing and new) are continuous and free
from short circuits.
d. That all affected circuits (existing and new) are free from unspecified grounds.
e. That the insulation resistance to ground of all new non-grounded high voltage series circuits or
cable segments is not less than 500 megohms. Verify continuity of all series airfield lighting circuits prior
to energization.
f. That the insulation resistance to ground of all new non-grounded conductors of new multiple
circuits or circuit segments is not less than 100 megohms.
g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams.
h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include
operating each control not less than 10 times and the continuous operation of each lighting and power
circuit for not less than 1/2 hour.
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-9 City Project No. 103668
i. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing
connections to other ground electrodes. (See L-111-3.2.) The fall-of-potential ground impedance test shall
be used, as described by American National Standards Institute/Institute of Electrical and Electronic
Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp-on style ground
impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its
calibration sheets shall be submitted for review and approval by the RPR prior to performing the testing.
Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the
RPR. Where connecting new cable to existing cable, insulation resistance tests shall be performed on the
new cable prior to connection to the existing circuit.
There are no approved “repair” procedures for items that have failed testing other than complete
replacement.
METHOD OF MEASUREMENT
108-4.1 The cost of all excavation, backfill, dewatering and restoration regardless of the type of material
encountered shall be included in the unit price bid for the work. Cable or counterpoise wire installed in
trench, duct bank or conduit shall be measured by the number of linear feet (meters) installed and
grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate
measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit.
The measurement for this item shall include additional quantities required for slack.
BASIS OF PAYMENT
108-5.1 Payment will be made at the contract unit price for bare counterpoise wire installed in trench
(direct-buried) cable, or cable and equipment ground installed in duct bank or conduit, in place by the
Contractor and accepted by the RPR. Payment for new cables installed in existing duct bank or conduit
shall include removal of existing cables to accommodate installation of existing and new circuit runs. This
price shall be full compensation for furnishing all materials and for all preparation and installation of
these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground
connectors and trench marking tape, necessary to complete this item.
Payment will be made under:
Item L-108-5.1 No. 8 L-824C 5kV Cable Inst. In Duct Or Conduit - per linear foot
Item L-108-5.2 No. 6 Solid CU Counterpoise Inst. w/Ground Rods And Connectors - per linear foot
Item L-108-5.3 No. 6 Stranded CU Ground Inst. w/Ground Rods And Connectors - per linear foot
Item L-108-5.4 No 8 L-824C 5kV Temp Jumper Cable, Incl. Counterpoise w/Ground Rods And
Connectors, Trench And Backfill, Conduit Or Other Protection, Installed And
Removed - per linear foot
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-10 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-53 Airport Lighting Equipment Certification Program
Commercial Item Description
A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation)
A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic
ASTM International (ASTM)
ASTM B3 Standard Specification for Soft or Annealed Copper Wire
ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors,
Hard, Medium-Hard, or Soft
ASTM B33 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for
Electrical Purposes
ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and
Electrically Insulating Rubber Tapes
Mil Spec
MIL-PRF-23586F Performance Specification: Sealing Compound (with Accelerator),
Silicone Rubber, Electrical
MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
NFPA-780 Standard for the Installation of Lightning Protection Systems
American National Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-11 City Project No. 103668
Federal Aviation Administration Standard
FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding Requirements
for Facilities and Electronic Equipment
END OF ITEM L-108
L-108
Underground Power Cable For Airports
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-108-12 City Project No. 103668
THIS PAGE LEFT BLANK INTENTIONALLY.
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-1 City Project No. 103668
ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS
110-1. This item shall consist of underground electrical conduits and duct banks (single or multiple
conduits encased in concrete or buried in sand) installed per this specification at the locations and per the
dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of
all underground electrical duct banks and individual and multiple underground conduits. It shall also
include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete
encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the
installation as a completed system ready for installation of cables per the plans and specifications. This
item shall also include furnishing and installing conduits and all incidentals for providing positive
drainage of the system. Verification of existing ducts is incidental to the pay items provided in this
specification.
EQUIPMENT AND MATERIALS
110-2.1 General.
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when requested by
the 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 installed that do
not comply with these specifications shall be removed, when directed by the RPR and replaced with
materials that comply with these specifications, at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals shall be in accordance with the provisions of Item L-100,
General Provisions –The Contractor is solely responsible for delays in project that accrue directly or
indirectly from late submissions or resubmissions of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format,
tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or
procedures that do not meet the system design and the standards and codes specified in this document.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by
the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s
discretion, with no additional cost to the Owner.
110-2.2 Steel conduit. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized
inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and
1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or
other similar environments shall be painted with a 10-mil thick coat of asphaltum sealer or shall have a
factory-bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with
10 mils of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage
the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written
instructions. In lieu of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is
in contact with direct earth.
110-2.3 Plastic conduit. Plastic conduit and fittings shall conform to the following requirements:
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-2 City Project No. 103668
Underwriters Laboratories Standards UL-651 and Articles 352 and 353 of the current National Electrical
Code shall be one of the following, as shown on the plans:
b. Type II – Schedule 40 PVC suitable for either above ground or underground use.
c Type III – Schedule 80 PVC suitable for either above ground or underground use either direct-
buried or encased in concrete.
d Type III – HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with
directional boring under pavement.
The type of solvent cement shall be as recommended by the conduit/fitting manufacturer.
110-2.4 Split conduit. Split conduit shall be pre-manufactured for the intended purpose and shall be
made of steel or plastic.
110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the
intended purpose. They shall be of double wall construction made of high grade, high density
polyethylene complete with interlocking cap and base pads. They shall be designed to accept No. 4
reinforcing bars installed vertically.
110-2.6 Concrete. Concrete shall be proportioned, placed, and cured per Item P-610, Concrete for
Miscellaneous Structures.
110-2.7 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another RPR approved third party
certification program. Precast concrete structures shall conform to ASTM C478.
110-2.8 Flowable backfill. Flowable material used to back fill conduit and duct bank trenches shall
conform to the requirements of Item P-153, Controlled Low Strength Material.
110-2.9 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) red
(continuously marked “CAUTION. Electric Line Buried Below”) tape shall be polyethylene film at least 4
mils thick with a metallized foil core 0.35 mil thick (min.) and shall be 6 inches (150 mm) wide.
Detectable tape is incidental to the respective bid item.
CONSTRUCTION METHODS
110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate
locations indicated on the plans. The RPR shall indicate specific locations as the work progresses, if
required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated
on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits
shall be not less than 2 inches (50 mm) inside diameter or comply with the National Electrical Code based
on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade
toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades
shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the
grade all one way, the duct bank and conduit lines shall be graded from the center in both directions
toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where
moisture may accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less
than 18 inches (0.5 m) below the subgrade; in other locations, the top of the duct bank or underground
conduit shall be be not less than 18 inches (0.5 m) below finished grade.
The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct
bank. An iron-shod mandrel, not more than 1/4 inch (6 mm) smaller than the bore of the conduit shall be
pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger
than the conduit hole.
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-3 City Project No. 103668
The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors
immediately prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc.,
and all accessible points of entry to the duct/conduit system shall be kept closed except when installing
cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being
cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the
Contractor’s expense. All accessible points shall be kept closed when not installing cable. The Contractor
shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify
the RPR of any blockage in the existing ducts.
For pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or part of
a duct bank, shall be provided with a 200-pound (90 kg) test polypropylene pull rope. The ends shall be
secured and sufficient length shall be left in access points to prevent it from slipping back into the
conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with
removable tapered plugs, designed for this purpose.
All conduits shall be securely fastened in place during construction and shall be plugged to prevent
contaminants from entering the conduits. Any conduit section having a defective joint shall not be
installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5
feet (1.5 m).
Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under
pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When
under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill
for protection.
All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in
current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with
concrete.
Where turf is well established and the sod can be removed, it shall be carefully stripped and properly
stored.
Trenches for conduits and duct banks may be excavated manually or with mechanical trenching
equipment unless in pavement, in which case they shall be excavated with mechanical trenching
equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is
disturbed. Blades of graders shall not be used to excavate the trench.
When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the
required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand
containing no mineral aggregate particles that would be retained on a 1/4-inch (6.3 mm) sieve. Flowable
backfill may alternatively be used.
Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct
banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for
approval by the RPR. If not shown on the plans, the warning tape shall be located 6 inches above the
duct/conduit or the counterpoise wire if present.
Joints in plastic conduit shall be prepared per the manufacturer’s recommendations for the particular type
of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic
solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then
be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one
conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum
of 2 feet (60 cm).
Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished
using manufactured sweep bends.
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-4 City Project No. 103668
Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank
grade is an unsuitable material, as determined by the RPR, the unsuitable material shall be removed per
Item P-152 and replaced with suitable material. Additional duct bank supports shall be installed, as
approved by the RPR.
All excavation shall be unclassified and shall be considered incidental to Item L-110. Dewatering
necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item
L-110.
Unless otherwise specified, excavated materials that are deemed by the RPR to be unsuitable for use in
backfill or embankments shall be removed and disposed of offsite.
Any excess excavation shall be filled with suitable material approved by the RPR and compacted per Item
P-152.
It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation.
Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables
are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing
cables, except as specified on the plans. Installation of new cable where such crossings must occur shall
proceed as follows:
a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely
no damage has occurred
b. Trenching, etc., in cable areas shall then proceed with approval of the RPR, with care taken to
minimize possible damage or disruption of existing cable, including careful backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction, the
Contractor shall be responsible for the complete repair.
110-3.2 Duct banks. Unless otherwise shown in the plans, duct banks shall be installed so that the top of
the concrete envelope is not less than 18 inches (0.5 m) below the bottom of the base or stabilized base
course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18
inches (0.5 m) below finished grade where installed in unpaved areas.
Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet (1 m)
beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside
the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so
that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown
on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick
prior to its initial set. The Contractor shall space the conduits not less than 3 inches (75 mm) apart
(measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit
spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed
around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the
plans. All conduits shall terminate with female ends for ease of access in current and future use. Install
factory plugs in all unused ends. Do not cover the ends or plugs with concrete.
Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be
driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prior
to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking
collars attached to the vertical bars. Spacers shall be installed at 5-foot (1.5-m) intervals. Spacers shall be
in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to
the RPR for review prior to use.
When specified, the Contractor shall reinforce the bottom side and top of encasements with steel
reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall
supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-5 City Project No. 103668
where shown on the plans. Under such conditions, the complete duct structure shall be supported on
reinforced concrete footings, piers, or piles located at approximately 5-foot (1.5-m) intervals.
All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical
face. All excavation shall be included in the contract with price for the duct.
Install a plastic, detectable, color as noted, 6 inches (150 mm) wide tape, 8 inches (200 mm) minimum
below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch
(75-mm) wide tape only for single conduit runs. Utilize the 6-inch (150-mm) wide tape for multiple
conduits and duct banks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize
more than one tape for sufficient coverage and identification of the duct bank as required.
When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully
located and exposed by hand tools. Prior to being placed in duct, the RPR shall be notified so that he may
inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as
shown on the drawings or as required by the RPR.
110-3.3 Conduits without concrete encasement. Trenches for single-conduit lines shall be not less than
6 inches (150 mm) nor more than 12 inches (300 mm) wide. The trench for 2 or more conduits installed at
the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement
shall be made to conform accurately to grade so as to provide uniform support for the conduit along its
entire length.
Unless otherwise shown on the plans, a layer of fine earth material, at least 43 inches (75 mm) thick
(loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding
material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be
retained on a 1/4-inch (6.3 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill
may alternatively be used.
Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the
Airport’s secured area where trespassing is prohibited are at least 18 inches (0.5 m) below the finished
grade. Conduits outside the Airport’s secured area shall be installed so that the tops of the conduits are at
least 24 inches (60 cm) below the finished grade per National Electric Code (NEC), Table 300.5.
When two or more individual conduits intended to carry conductors of equivalent voltage insulation
rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3
inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less
than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to
carry conductors of differing voltage insulation rating are installed in the same trench without concrete
encasement, they shall be placed not less than 3 inches (75 mm) apart (measured from outside wall to
outside wall) in a horizontal direction and lot less than 6 inches (150 mm) apart in a vertical direction.
Trenches shall be opened the complete length between normal termination points before conduit is
installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid
them.
Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the
soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth while backfilling. For this
purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers
shall be installed at 5-foot (1.5-m) intervals. Spacers shall be in the proper sizes and configurations to fit
the conduits. Locking collars and spacers shall be submitted to the RPR for review prior to use.
110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks
shall be marked by a concrete slab marker 2 feet (60 cm) square and 6 inches (150 mm) thick extending
approximately one inch (25 mm) above the surface. The markers shall also be located directly above the
ends of all conduits or duct banks, except where they terminate in a junction/access structure or building.
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-6 City Project No. 103668
Each cable or duct run from a line of lights and signs to the equipment vault must be marked at
approximately every 200 feet (61 m) along the cable or duct run, with an additional marker at each
change of direction of cable or duct run.
The Contractor shall impress the word “DUCT” or “CONDUIT” on each marker slab. Impression of
letters shall be done in a manner, approved by the RPR, for a neat, professional appearance. All letters
and words must be neatly stenciled. After placement, all markers shall be given one coat of high-visibility
orange paint, as approved by the RPR. The Contractor shall also impress on the slab the number and size
of conduits beneath the marker along with all other necessary information as determined by the RPR. The
letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of stroke 1/2 inch (12 mm)
and 1/4 inch (6 mm) deep or as large as the available space permits. Furnishing and installation of duct
markers is incidental to the respective duct pay item.
110-3.5 Backfilling for conduits. For conduits, 8 inches (200 mm) of sand, soft earth, or other fine fill
(loose measurement) shall be placed around the conduits ducts and carefully tamped around and over
them with hand tampers. In areas where the trenches are within the safety areas of runways or taxiways,
the backfill shall be thoroughly tamped and compacted to a minimum 95 percent dry density as
determined by ASTM D 1557 with moisture content of +/-2 percent of optimum. In all other areas, the
backfill shall be thoroughly tamped and compacted to a minimum 93 percent dry density as determined
by ASTM D 698. Moisture content shall be from –1 percent to +4 percent of optimum. If necessary to
obtain the desired compaction, the backfill material shall be moistened or aerated as required. Material
used for select backfill shall be sand or soft earth with no clods larger than 2 inches in diameter.
Flowable backfill may alternatively be used.
Trenches shall not contain pools of water during back filling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be
backfilled and compacted in accordance with paragraph 110-3.5.
Flowable backfill may alternatively be used.
Trenches shall not contain pools of water during backfilling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where
sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the
sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the
backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The
restoration shall include sodding, topsoiling, fertilizing, and mulching as shown on the plans or as directed
by Owner. The Contractor shall be held responsible for maintaining all disturbed surfaces and
replacements until final acceptance. All restoration shall be considered incidental to the respective L-110
pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall
thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is
found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a
component part.
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-7 City Project No. 103668
METHOD OF MEASUREMENT
110-4.1 Underground conduits and duct banks shall be measured by the linear feet of conduits and duct
banks installed, including encasement, locator tape, trenching and backfill with designated material, and
for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted.
Separate measurement shall be made for the various types and sizes.
110-4.2 Demolition of abandoned conduit and duct bank shall be by plan measurement. No separate
measurement shall be made for various types or sizes. Removal and disposal of abandoned cable in
conduit and duct bank shall be considered incidental to the demolition.
BASIS OF PAYMENT
110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit
and duct bank completed and accepted, including trench and backfill with the designated material, and, for
drain lines, the termination at the drainage structure. This price shall be full compensation for furnishing
all materials and for all preparation, assembly, and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete this item per the provisions and intent of the plans
and specifications.
110-5.2 Payment will be made at the contract unit price per linear foot for demolition of abandoned
conduit and duct bank, including cable, completed and accepted, including excavation, removal,
compacted backfill, offsite disposal, and site restoration. This price shall be full compensation for
furnishing all materials and for all preparation, assembly, and installation of these materials, and for all
labor, equipment, tools, and incidentals necessary to complete this item per the provisions and intent of
the plans and specifications.
Payment will be made under:
Item L-110-5.1 2" Sch. 40 PVC Conduit, DEB, Incl. Trench And Backfill - per linear foot
Item L-110-5.2 2" Sch. 40 PVC Conduit Under New Full Strength Pvmt., Incl. Trench And
Backfill - per linear foot
Item L-110-5.3 2" Sch. 40 PVC Conduit Under New Shoulder Pvmt., Incl. Trench And
Backfill - per linear foot
Item L-110-5.4 2" Sch. 40 PVC Drain Conduit, Incl. Trench And Backfill - per linear foot
Item L-110-5.5 4W-4" Duct Bank, Incl. Trench And Backfill - per linear foot
Item L-110-5.6 Demo Duct Bank, Incl. Cable - per linear foot
Item L-110-5.7 2" HDPE Directional Bore, Complete - per linear foot
Item L-110
Airport Underground Electrical Duct Banks and Conduits
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-110-8 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
Advisory Circular (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
ASTM International (ASTM)
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
Underwriters Laboratories (UL)
UL Standard 6 Electrical Rigid Metal Conduit - Steel
UL Standard 514B Conduit, Tubing, and Cable Fittings
UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
UL Standard 1242 Electrical Intermediate Metal Conduit Steel
UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings
UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit
END OF ITEM L-110
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-1 City Project No. 103668
Item L-111 AIRFIELD ELECTRICAL INSTALLATION TESTING
(Non-Standard FAA Specification)
111-1.1 This item shall consist of furnishing all equipment, materials and appliances necessary for testing
of airfield lighting circuit installations and associated systems.
a. Requirements under this item shall be coordinated with the Resident Project Representative
(RPR). Specification requirements for approvals, reviews or other involvement of the Engineer shall be
transmitted by the Contractor through the RPR to the Engineer.
EQUIPMENT AND MATERIALS
111-2.1 Materials and equipment covered by this item shall be subject to acceptance through
manufacturer's certification of compliance with the applicable specification, when requested by the
Engineer. If requested by RPR, Contractor shall provide instrument calibration records for review.
CONSTRUCTION METHODS
111-3.1 General. The Contractor shall furnish all necessary equipment and appliances for testing
installations as indicated below.
111-3.2 Ground Rod Testing.
a. Contractor shall provide equipment and personnel to measure the resistance to earth for all ground
rods installed using Fall of Potential Method. Earth resistance measurement tests shall adhere to
recommendations of IEEE Standard 142, latest edition. Contractor shall submit testing procedure,
equipment and report form to the RPR for approval.
b. As each rod is installed, tests shall be administered. Any rod which does not have a resistance to
ground of 25 ohms or less shall be augmented by an additional rod not less than 10 feet away, and connected
together, at no cost to the Owner. No testing of the additional rod is required. Testing results, including
confirmation of installation of augmenting ground rods, shall be submitted to the Engineer for approval.
111-3.3 Airfield Lighting Circuits Testing. The Contractor shall notify the RPR and the Airport
Manager 48 hours prior to cable testing. All testing shall be conducted in the presence of the RPR and
designated Airport personnel. All test results shall be simultaneously recorded by the Contractor and
RPR. Contractor shall provide test report information to the Engineer for approval. Test procedures for
the following required tests, including field test report forms, shall be submitted to the Engineer for
approval prior to testing.
a. Testing Requirements.
(1) Testing Required for Existing Circuits and Existing Portions of Circuits to be Extended.
The existing part of circuits to be extended shall be subjected to Low Voltage Tests in accordance with
paragraph b.1 below. Tests shall be performed with the isolation transformers and other lighting system
devices connected. Test results shall be submitted to the Engineer for approval prior to extending or
revising the existing circuit.
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-2 City Project No. 103668
(2) Testing Required for Existing Circuits with Circuit Modifications and/or Extensions
Completed. Each existing series circuit that has been modified and/or extended shall be subjected to
Low Voltage Tests in accordance with paragraph b.(1) below. Test shall be performed with the lighting
isolation transformers and other lighting system devices connected. Circuits tested shall meet the
requirements of paragraph c.(2) below. Any faults indicated by these tests shall be corrected before
proceeding with additional testing. Test results shall be submitted to the Engineer for approval.
(3) Testing Required For New Circuits and New Portions of Existing Circuits. Each new
series circuit, or new part of existing circuits being extended or replaced, shall be tested as follows:
(a) After new cable with new connectors is installed and prior to connecting light fixture
transformers, the following tests shall be performed.
(i) Low Voltage Megger (Continuity and Insulation Resistance [IR]) Tests in accordance
with paragraph b.(1) below, to determine if the total insulation resistance of each circuit is satisfactory, so
that the series lighting circuit will operate without excessive leakage current when energized. Circuits
tested shall meet the requirements of paragraph c.(3)(a) below. Any faults indicated by these tests shall
be corrected before proceeding with additional testing. All test results shall be submitted to the Engineer
for approval.
(b) New segments of existing circuits meeting the requirements of paragraph a.(3)(a) above
shall then have the isolation transformers connected and shall again be subjected to the Low Voltage
Megger Tests of paragraph b.(1). Any faults indicated by these tests shall be corrected before energizing
the circuit. All test results shall be submitted to the Engineer for approval.
(4) All Circuits. Upon completion of all rewiring of each circuit, the Low Voltage Tests shall be
performed on the completed circuit in accordance with paragraph b.(1) below. All isolation transformers
and other lighting system devices shall be connected to the completed circuit. Circuits tested shall meet
the requirements of paragraph c.(3)(a) below. Any faults indicated by these tests shall be corrected before
proceeding with additional testing. All test results shall be submitted to the Engineer for approval.
b. Testing Procedures.
(1) Low Voltage Tests. Low Voltage Continuity and Insulation-Resistance [IR] (Megger) Tests
(a) Test Required. As noted in paragraph a. above, circuits and segments of circuits shall be
subjected to a low voltage (1000 volt) continuity test and to a 2,500 volt insulation-resistance [IR]
(megger) test.
(b) Test Equipment. Contractor shall provide a 2,500 volt direct current Insulation
Resistance [IR] test set for low voltage testing. IR test set shall be a 120V AC device, non-crank type,
manufactured by Associated Research Meg-Check, the James Biddle Megger, General Radio
Megohmmeter or an approved equivalent. The Contractor shall be responsible for providing any required
120V AC power source at testing locations remote from available power. Equipment calibration
information shall be readily available for review by the Engineer, if requested.
(c) Test Procedures. Contractor shall follow all Airport Lock-Out Procedure requirements.
Test procedures for the required tests, including field test report forms, shall be submitted to the Engineer
for approval prior to testing.
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-3 City Project No. 103668
1. Test equipment grounding electrode shall be adjacent to the test equipment and be a
part of/connected to the airfield grounding counterpoise/ground rod system.
2. Verify that all devices and connections are rated for the test voltage to be applied.
3. Ground other cables in the same conduit as cable under test.
4. Clean and isolate “remote” end of cable to be tested.
5. Ground the cable for a minimum of one (1) minute prior to testing.
6. Test cable.
7. After testing is complete, cable shall be discharged to the grounding electrode using
resistor designed for the purpose. Solidly ground the cable after discharge. Cable shall remain
solidly grounded for a minimum of 5 minutes.
(d) Test Results. Cable specimens that do note meet the test criteria given in paragraphs
c.(2) for existing circuits 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 not
meeting testing requirements.
(2) For all Testing. All existing and/or new cables, equipment and materials damaged during
testing shall be repaired and/or replaced by the Contractor at no additional cost to the Owner, as directed
by the Engineer. Tests shall be performed and faulty installations corrected, until satisfactory results are
obtained. Exact correction procedures for specific faulty installation circumstances shall be as specified
and approved by the Engineer. The Contractor is not responsible for the repair of existing cables that are
to be modified or extended that are deemed by the Engineer to be faulty prior to modification of extension
unless directed by the Contract Documents.
c. Testing Results.
(1) Existing Circuits and Existing Portions of Circuits to be Extended or Modified. Low
voltage continuity test results and insulation resistance test results shall be submitted to the Engineer for
determination of suitability for extension or modification and any remedial action that may be
appropriate.
(2) Existing Circuits and Existing Portions of Circuits that have been Extended or
Modified. Low Voltage Tests shall demonstrate to the satisfaction of the Engineer the following:
(i) All circuits are properly connected in accordance with the applicable wiring diagrams.
(ii) All lighting power and control circuits are continuous and free from short circuits.
(iii) All circuits are free from unspecified grounds.
(iv) The insulation resistance to ground is equal to or greater than its original value prior to
circuit modifications, with current transformers disconnected, for all existing underground series lighting
circuits.
(v) The circuit insulation-resistance to ground of all existing non-grounded conductors or
multiple circuits meets both of the following requirements:
• The circuit insulation resistance to ground is equal or greater than its original value
prior to circuit modifications to the existing series lighting circuit with current
transformers intact.
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-4 City Project No. 103668
• Insulation resistance of cables with same length installed in same duct bank does not
show a comparison ratio of over 3 to 1.
(3) New Circuits and New Segments of Existing Circuits.
(a) Low Voltage Tests shall demonstrate to the satisfaction of the Engineer the following:
(i) All circuits are properly connected in accordance with the applicable wiring diagrams.
(ii) All lighting power and control circuits are continuous and free from short circuits.
(iii) All circuits are free from unspecified grounds.
(iv) The insulation resistance to ground is equal to or greater than 1000 megohms for
new circuits and new segments of existing circuits with current transformers disconnected. Isolation
transformers shall then be connected. New circuits and new segments of existing circuits shall maintain
an insulation resistance of not less than 500 megohms, with isolation transformers connected, through the
end of the construction and not less than 450 megohms at the end of the warranty period.
(v) The insulation-resistance to ground of all new non-grounded conductors or multiple
circuits meets both of the following requirements. Insulation resistance to ground is equal or greater than
1000 megohms. In addition, new circuits shall exhibit an insulation resistance of not less than 900
megohms, valid through the end of the construction 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. Deficient Testing Results (Circuits Not Meeting Requirements).
(1) Existing Circuits and Existing Portions of Circuits that have been Extended or
Modified.
(a) Cables that do not meet the test criteria of paragraph c.(2) above shall be considered
unacceptable and shall not be energized until corrected. Refer to Item L-100, General Provisions -
Electrical, for procedures to follow for cable that does not conform to the test criteria.
(b) If all requirements of the Lockout Procedure have been satisfied by the Contractor and
the Engineer determines non-complying circuits or portions of circuits are the responsibility of the
Owner, then the Contractor shall provide to WCAA Electrical Department, through the RPR, all test
reports identifying location of non-complying cables.
(2) New Circuits and New Portions of Existing Circuits. Cables that do not meet the test
criteria of paragraph c.(3) above shall be considered unacceptable and shall not be energized until
corrected. Refer to Item L-100, General Provisions - Electrical, for procedures to follow for cable that
does not conform to the test criteria.
e. Submittal of Testing Data.
(1) Low Voltage Tests. Contractor shall submit 5 copies of tests reports for approval of the
Engineer and WCAA Electrical Department. Report shall include all measured data including applied
voltage, time length of voltage application and calculated megohms from each segment of cable within a
circuit.
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-5 City Project No. 103668
Data shall show the calculations for acceptable leakage current from each cable section tested. The Low
Voltage Tests data form shall also include, as a minimum:
DATE CABLE NUMBER
START TIME OPERATING VOLTAGE
END TIME MAX. TEST VOLTAGE
CABLE B/M NO. FROM EQUIPMENT
DESCRIPTION TO EQUIPMENT
TEMP. MEASURE EQUIP. NO. HUMID. MEASURE EQUIP. NO.
CALIBRATION DUE DATE CALIBRATION DUE DATE
AMBIENT TEMPERATURE RELATIVE HUMIDITY
111-3.4 System Tests. After the airfield lighting systems installation is complete and at such times as the
Engineer may direct, the contractor shall conduct airfield lighting systems operating tests for approval.
a. The equipment shall be demonstrated to operate in accordance with the requirements of this
specification. The test shall be performed in the presence of the Engineer or its authorized representative.
The contractor shall furnish all equipment and personnel required for the test.
b. Each applicable switch in the control tower lighting panels shall be operated so that each switch
position is engaged at least ten times. During this process, all lights and associated equipment shall be
observed to determine that each control device properly commands the corresponding circuit. Radio
communication between the operator and the observers shall be provided by the Contractor.
c. The above tests shall be repeated from the local control switches on the regulators. Each installed
or revised lighting circuit shall be tested by operating the lamps throughout the range of applicable steps
and shall be operated separately at Step 3 or Step 5 as appropriate for full intensity or as directed by the
Engineer, for not less than 1 hour. Visual examination shall be made at the beginning and at the end of
this test to determine that the installed airfield light fixtures are illuminating at full intensity.
d. If circuit regulators are installed under project construction, regulator output ampacity shall be
adjusted for proper outputs following manufacturer's recommendations and requirements to insure proper
circuit operation.
e. Systems tests shall confirm by demonstration in service that all lighting circuits are in good
operating condition to the satisfaction of the Engineer if the tests are unsatisfactory, lighting systems
installed shall be corrected and systems tests shall again be implemented.
111-3.5 Fiber Optic Cable Testing. Provide all labor, tools, and equipment necessary to perform the fiber
optic cable tests. Provide 72 hours prior notice of testing FAA fiber optic cable to the AFW FAA SSC
representative through the Construction Manager. Conduct tests in the presence of the CM and FAA
representatives, as appropriate. Provide written test results.
a. Test fiber optic cables using an Optical Time Domain Reflectometer (OTDR), in accordance with
paragraph (4) below. Coordinate with the CM to test existing cables between the nearest termination
point prior to cutting cable in order to document existing cable condition. Test cables at both 1310 nm
and 1550 nm by OTDR on the cable spools prior to installation at the job site. Reject and replace cables
having attenuation at wavelength greater than factory specifications.
b. Test fiber optic cables by OTDR after installation and termination. Reject and replace cables
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-6 City Project No. 103668
having attenuation at wavelength greater than maximum factory specifications or having a localized
discontinuity in excess of 0.1dB.
c. Fiber optic cable testing with an OTDR shall be performed as follows:
The Contractor shall test all light guide cable prior to the installation of the cable. The Contractor
shall assume all liability for the replacement of the cable should it be found defective at a later
date.
(1) All fiber testing shall be performed on all fibers in the completed end to end system. Testing
shall consist of a bidirectional end to end OTDR trace performed per TIA/EIA 455-61. The
system loss measurements shall be provided at 1310 and 1550 nanometers for single mode
fibers.
(2) Fiber links shall have a maximum loss of: (allowable cable loss per km)(km of fiber in link) +
(.4dB)(number of connectors) = maximum allowable loss.
(3) Loss numbers for the installed link shall be calculated by taking the sum of the bidirectional
measurements and dividing that sum by two.
Any link not meeting the requirements of the standard shall be brought into compliance by the
Contractor, at no cost to the Owner.
111-3.6 Control Cable Testing. After installation control cables shall comply with the requirements of
the following table:
CABLE SIZE MINIMUM NUMBER OF
ACCEPTABLE CONDUCTORS
12 pair or less All
13 – 25 pair All, except 1 pair
Over 25 pair All, except 2 pairs
a. Acceptable conductors satisfactorily pass tests for (a) continuity, (b) freedom from short circuits, and
(c) a minimum of 50 megohms resistance between conductors and from each conductor to grounded shield
when tested at not less than 500 volts DC. Contractor shall document measured resistance values and furnish
the results to the RPR.
b. The Contractor shall test the cable prior to installation and tag any defective conductor pairs that are
found. The Contractor shall notify the RPR of any unusable conductors found.
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-7 City Project No. 103668
METHOD OF MEASUREMENT
111-4.1 Ground rod earth resistance testing shall not be measured separately, but shall be considered
subsidiary to Item L-108, Installation of Underground Cable for Airports.
111-4.2 Low Voltage Continuity Testing and Insulation Resistance Testing of all airfield lighting circuits
shall not be measured separately, but considered subsidiary to Item L-108, Installation of Underground
Cable for Airports.
111-4.3 The System Tests and testing for fiber optic and control cables will not be measured for payment,
but considered subsidiary to the various pay items.
BASIS OF PAYMENT
111-5.1 No separate payment shall be made for ground rod earth resistance testing.
111-5.2 No separate payment shall be made for the system tests nor testing for fiber optic or control
cables.
END OF ITEM L-111
Item L-111
Airfield Electrical Installation Testing
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-111-8 City Project No. 103668
THIS PAGE LEFT BLANK INTENTIONALLY.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-1 City Project No. 103668
ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES
115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes,
junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines,
grades and dimensions shown on the plans or as required by the RPR. This item shall include the
installation of each electrical manhole and/or junction structures with all associated excavation,
backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering
and restoration of surfaces to the satisfaction of the RPR including removal of existing manholes and
junction structures as shown on the plans.
EQUIPMENT AND MATERIALS
115-2.1 General.
a. All equipment and materials covered by referenced specifications shall be subject to acceptance
through manufacturer’s certification of compliance with the applicable specification when so requested by
the RPR.
b. Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide
materials per these specifications. Materials supplied and/or installed that do not comply with these
specifications shall be removed (when directed by the RPR) and replaced with materials that comply with
these specifications at the Contractor’s cost.
c. All materials and equipment used to construct this item shall be submitted to the RPR for approval
prior to ordering the equipment. Submittals shall be in accordance with the provisions of Item L-100,
General Provisions – Electrical. The Contractor is solely responsible for delays in the project that may
accrue directly or indirectly from late submissions or resubmissions of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the
plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format,
tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or
procedures that do not meet the system design and the standards and codes, specified in this document.
e. All equipment and materials furnished and installed under this section shall be guaranteed against
defects in materials and workmanship for a period of at least twelve (12) months from the date of final
acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the
Owner’s discretion, with no additional cost to the Owner.
115-2.2 Concrete structures. Concrete shall be proportioned, placed, and cured per Item P-610,
Concrete for Miscellaneous Structures. Cast-in-place concrete structures shall be as shown on the plans.
115-2.3 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting
National Precast Concrete Association Plant Certification Program or another engineer approved third
party certification program. Provide precast concrete structures where shown on the plans.
Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall
have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be
designed to withstand 100,000 lb aircraft wheel loads, unless otherwise shown on the plans. Openings or
knockouts shall be provided in the structure as detailed on the plans.
Threaded inserts and pulling eyes shall be cast in as shown on the plans.
If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design
calculations, and other information requested by the RPR shall be submitted by the Contractor to allow
for a full evaluation by the RPR. The RPR shall review per the process defined in the General Provisions.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-2 City Project No. 103668
115-2.4 Junction boxes. Junction boxes shall be L-867 Class 1 (non-load bearing) or L-868 Class 1 (load
bearing) airport light bases that are encased in concrete. The base cans shall have a L-894 blank cover,
gasket, and stainless steel hardware. All bolts, studs, nuts, lock washers, and other similar fasteners used
for the light fixture assemblies must be fabricated from 316L (equivalent to EN 1.4404), 18-8, 410, or 416
stainless steel. If 18-8, 410, or 416 stainless steel is utilized it shall be passivated and be free from any
discoloration. Covers shall be 3/8-inch (9-mm) thickness for L-867 and 3/4-inch (19-mm) thickness for L-
868. All junction boxes shall be provided with both internal and external ground lugs.
115-2.5 Mortar. The mortar shall be composed of one part of cement and two parts of mortar sand, by
volume. The cement shall be per the requirements in ASTM C150, Type I. The sand shall be per the
requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an
amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements
of ASTM C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar,
vegetable, or other substances injurious to the finished product.
115-2.6 Concrete. All concrete used in structures shall conform to the requirements of Item P-610,
Concrete for Miscellaneous Structures.
115-2.7 Frames and covers. The frames shall conform to one of the following requirements:
a. ASTM A48 Gray iron castings
b. ASTM A47 Malleable iron castings
c. ASTM A27 Steel castings
d. ASTM A283, Grade D Structural steel for grates and frames
e. ASTM A536 Ductile iron castings
f. ASTM A897 Austempered ductile iron castings
All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 100,000
lbs. aircraft wheel loads, unless indicated otherwise on the plans.
Aircraft rated hatch covers shall be fitted with spring-assist or strut-assist lifting device. These units shall
consist of gray iron frames and ductile iron lids meeting the above ASTM requirements. Frames and lids
shall be connected by two hinges allowing the lids to rotate no more than 10 degrees past the 90-degree
open position. Lids shall be filled with a latch device which engages when the lid is slammed shut and
releases for lid opening via use of a lever. Each unit shall be fitted with two lift-assist springs which shall
be constructed of corrosion resistant stainless steel following ASTM A 693. The springs will provide
sufficient assist-power to push the lid open a minimum of 15 degrees upon release of the latch device.
The lift-assist springs shall be mounted on receptors positioned on the underside of the lid and the spring
assist apparatus must move substantially out of the free opening when the lid is in the fully open position.
The units shall be provided with a hold-open, safety-arm, to be engaged when the lid is in the fully open
position prohibiting the lid from accidental closure. It shall be attached to the unit in such a way as to
allow engagement of the hold-open, safety-arm during all phases of a maintenance event.
All castings or structural steel units shall conform to the dimensions shown on the plans and shall be
designed to support the loadings specified.
Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged
by traffic, but which will allow easy removal for access to the structure.
All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to
meet the requirements of ASTM A123.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-3 City Project No. 103668
Each cover shall have the word “AIRFIELD ELECTRIC” or other designation cast on it as indicated on
the plans. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches
are required.
Each manhole shall be provided with a “DANGER -- PERMIT-REQUIRED CONFINED SPACE, DO
NOT ENTER” safety warning sign as detailed in the Contract Documents and in accordance with OSHA
1910.146 (c)(2).
115-2.8 Ladders. Ladders, if specified, shall be galvanized steel or as shown on the plans.
115-2.9 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the
requirements of ASTM A615, Grade 60.
115-2.10 Bedding/special backfill. Bedding or special backfill shall be as shown on the plans.
115-2.11 Flowable backfill. Flowable material used to backfill shall conform to the requirements of Item
P-153, Controlled Low Strength Material.
115-2.12 Cable trays. Cable trays shall be of galvanized stainless steel or non-metallic. Cable trays shall
be located as shown on the plans.
115-2.13 Plastic conduit. Plastic conduit shall comply with Item L-110, Airport Underground Electrical
Duct Banks and Conduits.
115-2.14 Conduit terminators. Conduit terminators shall be pre-manufactured for the specific purpose
and sized as required or as shown on the plans.
115-2.15 Pulling-in irons. Pulling-in irons shall be manufactured with 7/8-inch (22 mm) diameter hot-
dipped galvanized steel or stress-relieved carbon steel roping designed for concrete applications (7 strand,
1/2-inch (12 mm) diameter with an ultimate strength of 270,000 psi (1862 MPa)). Where stress-relieved
carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed
surfaces shall be encapsulated with a polyester coating to prevent corrosion.
115-2.16 Ground rods. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the
length and diameter specified on the plans, but in no case shall they be less than 8 feet (2.4 m) long nor
less than 5/8 inch (16 mm) in diameter.
CONSTRUCTION METHODS
115-3.1 Unclassified excavation. It is the Contractor’s responsibility to locate existing utilities within the
work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be
repaired or replaced to the satisfaction of the RPR without additional expense to the Owner.
The Contractor shall perform excavation for structures and structure footings to the lines and grades or
elevations shown on the plans or as staked by the RPR. The excavation shall be of sufficient size to
permit the placing of the full width and length of the structure or structure footings shown.
All excavation shall be unclassified and shall be considered incidental to Item L-115. Dewatering
necessary for structure installation and erosion per federal, state, and local requirements is incidental to
Item L-115.
Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock
and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either
level, stepped or serrated, as directed by the RPR. All seams, crevices, disintegrated rock and thin strata
shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to
disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the
concrete or reinforcing is to be placed.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-4 City Project No. 103668
The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the
excavation and the structure as required for safety or conformance to governing laws. The cost of bracing,
sheeting and shoring shall be included in the unit price bid for the structure.
Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be
removed by the Contractor after the completion of the structure. Removal shall be effected in a manner
that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid
for the structure.
After each excavation is completed, the Contractor shall notify the RPR. Structures shall be placed after
the RPR has approved the depth of the excavation and the suitability of the foundation material.
Prior to installation the Contractor shall provide a minimum of 6 inches (150 mm) of Item 247 Flexible
Base of the TxDOT Standard Specifications for Construction of Highways, Streets and Bridges sand or a
material approved by the RPR as a suitable base to receive the structure. The base material shall be
compacted and graded level and at proper elevation to receive the structure in proper relation to the
conduit grade or ground cover requirements, as indicated on the plans.
115-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to
the dimensions and form indicated on the plans. The concrete and construction methods shall conform to
the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the
plans and shall be approved by the RPR before the concrete is placed.
115-3.3 Precast unit installations. Precast units shall be installed plumb and true. Joints shall be made
watertight by use of sealant at each tongue-and-groove joint and at roof of manhole. Excess sealant shall
be removed and severe surface projections on exterior of neck shall be removed.
115-3.4 Placement and treatment of castings, frames and fittings. All castings, frames and fittings
shall be placed in the positions indicated on the Plans or as directed by the RPR and shall be set true to
line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or
bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed
until the mortar or concrete has set.
Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted
unless shown otherwise on the approved shop drawings and written approval is granted by the casting
manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication
or deformation resulting from handling and transportation that prevent the proper assembly and fitting of
parts shall be reported immediately to the RPR and approval of the method of correction shall be
obtained. Approved corrections shall be made at Contractor’s expense.
Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors
shall be preset by the use of templates or such other methods as may be required to locate the anchors and
anchor bolts accurately.
Pulling-in irons shall be located opposite all conduit entrances into structures to provide a strong,
convenient attachment for pulling-in blocks when installing cables. Pulling-in irons shall be set directly
into the concrete walls of the structure.
115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides
of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are
being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn,
unless otherwise directed, before more than 6 inches (150 mm) of material is placed above the top of the
structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with
selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be
approved.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-5 City Project No. 103668
The RPR may direct the Contractor to delay the removal of sheeting and bracing if, in his judgment, the
installed work has not attained the necessary strength to permit placing of backfill.
115-3.7 Backfilling. After a structure has been completed, the area around it shall be backfilled in
horizontal layers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density
requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the
same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the RPR.
Backfill shall not be placed against any structure until approval is given by the RPR. In the case of
concrete, such approval shall not be given until tests made by the laboratory under supervision of the RPR
establish that the concrete has attained sufficient strength to provide a factor of safety against damage or
strain in withstanding any pressure created by the backfill or the methods used in placing it.
Where required, the RPR may direct the Contractor to add, at his own expense, sufficient water during
compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all
damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or
compacting of backfill.
115-3.8 Connection of duct banks. To relieve stress of joint between concrete-encased duct banks and
structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into
duct bank reinforcement at the time the duct bank is installed.
115-3.9 Grounding. A ground rod shall be installed in the floor of all concrete structures so that the top
of rod extends 6 inches (150 mm) above the floor. The ground rod shall be installed within one foot (30
cm) of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab.
Where the soil condition does not permit driving the ground rod into the earth without damage to the
ground rod, the Contractor shall drill a 4-inch (100 mm) diameter hole into the earth to receive the ground
rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland
cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through
bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with
Portland cement grout around the ground rod.
A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop
the concrete structure walls. Unless otherwise indicated on the plans, the ground bus shall be a minimum
of one foot (30 cm) above the floor of the structure and separate from other cables. No. 2 American wire
gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal
hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an
exothermic weld is not possible, connections to the grounding bus shall be made by using connectors
approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical,
using a lug designed for that purpose.
115-3.10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired by
applying a liquid cold-galvanizing compound per MIL-P-21035. Surfaces shall be prepared and
compound applied per the manufacturer’s recommendations.
Prior to acceptance, the entire structure shall be cleaned of all dirt and debris.
115-3.11 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material,
dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than
their original condition. All sodding, grading and restoration shall be considered incidental to the
respective Item L-115 pay item.
The Contractor shall grade around structures as required to provide positive drainage away from the
structure.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-6 City Project No. 103668
Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill
compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to
original materials.
Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly
visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This
FOD inspection and removal shall be considered incidental to the pay item of which it is a component
part.
After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire
site free, clear and in good condition.
115-3.12 Inspection. Prior to final approval, the electrical structures shall be thoroughly inspected for
conformance with the plans and this specification. Any indication of defects in materials or workmanship
shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not
exceed 25 ohms. Each ground rod shall be tested using the fall-of-potential ground impedance test per
American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE)
Standard 81. This test shall be performed prior to establishing connections to other ground electrodes.
115-3.13 Manhole elevation adjustments. The Contractor shall adjust the tops of existing manholes in
areas designated in the Contract Documents to the new elevations shown. The Contractor shall be
responsible for determining the exact height adjustment required to raise or lower the top of each manhole
to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in
the field and subtracted/added from the proposed top elevation.
The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or
manhole access. The Contractor shall install precast concrete sections or grade rings of the required
dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole
walls to shorten the existing structure, as required by final grades. The Contractor shall reinstall the
manhole top section or ring and cover on top and check the new top elevation.
The Contractor shall construct a concrete slab around the top of adjusted structures located in graded
areas that are not to be paved. The concrete slab shall conform to the dimensions shown on the plans.
115-3.14 Duct Extension To Existing Ducts. Where existing concrete encased ducts are to be extended,
the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together
shall be standard manufactured connectors designed and approved for the purpose. The duct extensions
shall be installed according to the concrete encased duct detail and as shown on the plans.
METHOD OF MEASUREMENT
115-4.1 Electrical manholes and junction structures shall be measured by each unit completed in place
and accepted. The following items shall be included in the price of each unit: All required excavation and
dewatering; sheeting and bracing; all required backfilling with on-site materials; restoration of all surfaces
and finished grading and turfing; cable racks, grounding and all required connections; temporary cables
and connections; and ground rod testing.
115-4.2 Manhole elevation adjustments shall be measured by the completed unit installed, in place,
completed, and accepted. Separate measurement shall not be made for the various types and sizes.
115-4.3 Electrical junction structure demolition shall be measured by each unit removed, completed, and
accepted.
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-7 City Project No. 103668
BASIS OF PAYMENT
115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the
Contract unit price per each, complete and in place. This price shall be full compensation for furnishing
all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and
installation of appurtenances and connections to duct banks and other structures as may be required to
complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to
complete the structure.
115-5.2 Payment shall be made at the contract unit price for manhole elevation adjustments. This price
shall be full compensation for furnishing all materials and for all preparation, assembly, and installation
of these materials, and for all labor, equipment, tools, and incidentals necessary, including but not limited
to, spacers, concrete, rebar, dewatering, excavating, backfill, topsoil, sodding, and pavement restoration,
where required, to complete this item as shown in the plans and to the satisfaction of the RPR.
115-5.3 Payment shall be made at the contract unit price for electrical junction structure demolition. This
price shall be full compensation for removal, transport, offsite disposal and site restoration, and for all
labor, equipment, tools, and incidentals necessary, including but not limited to, excavating, backfill,
topsoil, sodding and pavement restoration, where required, to complete this item as shown in the plans
and to the satisfaction of the RPR.
Payment will be made under:
Item L-115-5.1 Demo Manhole/Pullbox In Earth - per each
Item L-115-5.2 Demo Handhole/Junction Can/Light Base In Earth - per each
Item L-115-5.3 Aircraft Rated 4'x4'x4' Manhole - per each
Item L-115-5.4 Junction Can In Earth - per each
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications
are referred to within the text by the basic designation only.
American National Standards Institute / Insulated Cable Engineers Association (ANSI/ICEA)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and
Earth Surface Potentials of a Ground System
Advisory Circular (AC)
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction
Boxes, and Accessories
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
Commercial Item Description (CID)
A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation)
Item L-115
Electrical Manholes and Junction Structures
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-115-8 City Project No. 103668
ASTM International (ASTM)
ASTM A27 Standard Specification for Steel Castings, Carbon, for General
Application
ASTM A47 Standard Specification for Ferritic Malleable Iron Castings
ASTM A48 Standard Specification for Gray Iron Castings
ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron
and Steel Products
ASTM A283 Standard Specification for Low and Intermediate Tensile Strength
Carbon Steel Plates
ASTM A536 Standard Specification for Ductile Iron Castings
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement
ASTM A897 Standard Specification for Austempered Ductile Iron Castings
ASTM C144 Standard Specification for Aggregate for Masonry Mortar
ASTM C150 Standard Specification for Portland Cement
ASTM C206 Standard Specification for Finishing Hydrated Lime
FAA Engineering Brief (EB)
EB #83 In Pavement Light Fixture Bolts
Mil Spec
MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair
National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
END OF ITEM L-115
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-1 City Project No. 103668
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with
this specification, the referenced specifications, and the applicable advisory circulars (ACs). The
systems shall be installed at the locations and in accordance with the dimensions, design, and details
shown in the plans. This item shall include the furnishing of all equipment, materials, services, and
incidentals necessary to place the systems in operation as completed units to the satisfaction of the
RPR.
EQUIPMENT AND MATERIALS
125-2.1 General.
a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA)
specifications shall be certified per AC 150/5345-53, Airport Lighting Equipment Certification
Program (ALECP) and listed in the ALECP Addendum. FAA certified airfield lighting shall be
compatible with each other to perform in compliance with FAA criteria and the intended operation.
If the Contractor provides equipment that does not performs as intended because of incompatibility
with the system, the Contractor assumes all costs to correct the system for to operate properly.
b. Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide
materials in accordance with these specifications and acceptable to the RPR. Materials supplied
and/or installed that do not comply with these specifications shall be removed, when directed by the
RPR and replaced with materials, which do comply with these specifications, at the sole cost of the
Contractor.
c. All materials and equipment used shall be submitted to the RPR for approval prior to ordering
the equipment. Submittals shall be in accordance with the provisions of Item L-100, General
Provisions – Electrical. The Contractor shall be responsible for delays in the project accruing directly
or indirectly from late submissions or resubmissions of submittals.
d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with
the plans and specifications. The Contractor's submittals shall be submitted in electronic PDF format,
tabbed by specification section. The RPR reserves the right to reject any or all equipment, materials
or procedures, which, in the RPR’s opinion, do not meet the system design and the standards and
codes, specified herein.
e. All equipment and materials, with the exception of LED light fixtures, furnished and installed
under this section shall be guaranteed against defects in materials and workmanship for a period of at
least twelve (12) months from final acceptance by the Owner. LED light fixtures, with the exception
of obstruction lighting (AC 150/5345-43) must be warranted by the manufacturer for a minimum of
four (4) years after date of installation inclusive of all electronics.” Obstruction lighting warranty is
set by the individual manufacturer. The defective materials and/or equipment shall be repaired or
replaced, at the Owner's discretion, with no additional cost to the Owner.
EQUIPMENT AND MATERIALS
125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground
Electrical Duct Banks and Conduits.
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-2 City Project No. 103668
125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108
Underground Power Cable for Airports.
125-2.4 Tape. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88
respectively, as manufactured by 3M Company or an approved equal.
125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of
Underground Cable for Airports.
125-2.6 Retroreflective Markers. Retroreflective markers shall be type L-853 and shall conform to
the requirements of AC 150/5345-39.
125-2.7 Runway And Taxiway Lights. Runway and taxiway lights shall conform to the
requirements of AC 150/5345-46. Light fixtures shall be of size and type indicated in the fixture
schedule on the plans, or as required by fixture manufacturer for each lighting fixture required under
this contract. Filters shall be of colors conforming to the specification for the light concerned or to the
standard referenced. The airfield lighting systems are designed using the fixtures indicated on the
plans. Other approved airfield lighting fixtures are permissible provided the Contractor assumes all
costs for the redesign of the airfield lighting and necessary power distribution systems and all costs
incurred furnishing and installing any additional equipment. In no case shall the Contractor be
allowed to reduce the size of the constant current regulators or the power distribution systems.
125-2.8 Runway And Taxiway Signs. Runway and Taxiway Guidance Signs shall conform to the
requirements of AC 150/5345-44. Signs shall be of the size and type indicated in the sign schedule
and as detailed on the plans.
125-2.10 Precision Approach Path Indicator (PAPI). Refer to Item L-131, Precision Approach
Path Indicator (PAPI).
125-2.12 Light Base And Transformer Housings. Light bases shall conform to the requirements of
AC 150/5345-42. Light bases shall be of the type, class, and size as indicated on the plans or as
required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter
plates shall be provided to accommodate various sizes of fixtures.
125-2.13 Isolation Transformers. Isolation Transformers shall be of the type and size as required
for each installation. Transformers shall conform to AC 150/5345-47.
125-2.14 Fixture Hold Down Bolts. Semiflush fixture hold down bolts and installations shall adhere
to the following requirements: Bolts shall be all-thread, fluoropolymer coated, SAE Grade 5, in
accordance with FAA Engineering Brief No. 83. All other bolts shall be all-thread, 18-8, Type 304
stainless steel. Bolt information shall be submitted for approval of the Engineer. Submittal shall
specifically identify, as a minimum, the bolt material, dimensions, and threading. Bolt material shall
be readily identifiable in the field by appropriate ASTM markings on the bolts or by having material
identified on bolt packaging, as approved through the Engineer. Stainless steel bolts shall receive anti
seize compound. Grade 5 coated bolts shall not receive any anti-seize compound or lubricant.
125-2.15 High Performance Non-Shrink Grout. Where specified in the plans, a high performance
non-shrink grout shall be used for backfill around light bases and conduit. This high performance
non-shrink grout shall be Delpatch Elastomeric Concrete by D. S. Brown of North Baltimore, Ohio,
Telephone No. 419-257-3561, or approved equivalent. Contractor shall use this product in accordance
with the manufacturer’s recommendations and warnings. The RPR may require that Contractor have a
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-3 City Project No. 103668
representative of the manufacturer onsite to demonstrate the proper use of the product if Contractor
cannot demonstrate prior experience.
INSTALLATION
125-3.1 Installation. The Contractor shall furnish, install, connect and test all equipment,
accessories, conduit, cables, wires, buses, grounds and support items necessary to ensure a complete
and operable airport lighting system as specified here and shown in the plans.
The equipment installation and mounting shall comply with the requirements of the National
Electrical Code and state and local code agencies having jurisdiction.
The Contractor shall install the specified equipment in accordance with the applicable advisory
circulars and the details shown on the plans.
a. General Cable Installation Requirements. The primary cable shall enter the light base and
transformer housing as shown on the plans. Primary cable slack shall be provided inside the
light fixture base as specified in Item L-108. In general, enough slack shall be left in the
cable to permit installation aboveground of the connections between the primary cable and
the isolating transformer primary leads. A similar length of primary cable slack shall be
provided for any unconnected cable installed in a fixture base can. When more than one (1)
circuit is installed within the lighting base, each cable shall bear its appropriate circuit
identification marker. The transformer secondary leads shall be connected to the lamp leads
with a disconnecting plug and receptacle. The secondary connection shall not be taped; the
cable connections to the isolating transformer's leads shall be made as specified in Item
L-108. Ends of cables shall be sealed with heat shrinkable tubing until the splice is made to
prevent the entrance of moisture.
b. Installing Light Fixtures at Existing Bases. At locations indicated on the plans, the
Contractor shall install light fixtures at existing fixture bases. This shall include providing
the following items, as required and directed by the RPR.
(1) Remove and salvage existing base cover plates.
(2) Refurbish and prepare the base flange with flange rings or spacer rings, as
required and directed by the Engineer, in order to properly install the
specified light fixture.
(3) Clean out and refurbish the interior of the bases, including conduits.
(4) Install primary airfield lighting circuit cable.
(5) Install fixture isolation transformers of proper specified rating and wattage.
(6) Install L-823 connectors and fixture ground.
(7) Install specified fixtures.
c. Fixture Ground Requirements. All fixtures shall be bonded to the light base internal ground
lug via a #6 AWG stranded copper wire rated for 600V with green XHHW insulation or a
braided ground strap of equivalent current rating. The ground wire must be of sufficient
length to allow the removal of the light fixture from the light base for routine maintenance.
Light fixture manufacturer shall provide a means to attach the ground conductor to the
fixture or fixture base plate, as applicable.
d. Demolition. At locations noted on plans, existing light fixtures, bases, signs, foundations,
cables and other materials shall be removed. Payment for demolished lights and signs,
inclusive of bases and foundations, shall be made under this item as provided herein.
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-4 City Project No. 103668
Salvageable materials shall be delivered to the Owner salvage area or disposed of as
directed by the Owner.
e. Light Installations In New Concrete Pavement. Install light fixture bases in accordance
with the general requirements of paragraph 125-3.1, as shown on the plans, and as noted
below. Conduit and base trench shall be filled with a concrete slurry of well graded
aggregate mix with a top size aggregate of one inch. This concrete shall have a minimum
28-day compressive strength of 4,000 psi. The aggregate and other material shall meet the
requirements of P-610, Concrete For Miscellaneous Structures. See applicable details
shown in the plans. Light base setting and leveling jig shall not be removed for 24 hours
after placing the encapsulation or until a hard set has occurred when using a high
performance grout encapsulation. After installation of the light fixture, the azimuth of the
light beam shall not vary more than +1/2 degree from the required direction. The
elevation of the light fixture outside edge shall be flush with the surrounding surface
elevation such that the elevation of the fixture is not more than +0 inches higher than nor -
1/16 inch lower than the elevation of the pavement. If this tolerance is not met, the
Contractor shall, at its own expense, remove and replace the light base extension (top
section) to the satisfaction of the Engineer. In concrete light bases shall have one, two or
more 2 inch threaded metallic hubs for all required conduit entrances, as indicated on the
plans. Grommeted conduit entrances are strictly prohibited except where shown on the
plans.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and
receptacle conforming to AC 150/5345 26 without taping the joint. Install a lamp of the
proper rating in the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125 3.1.
f. Light Installations In Existing Concrete Pavement. Install light fixture bases in accordance
with the general requirements of paragraph 125-3.1, as shown on the plans, and as noted
below. The pavement core and backfill is included as part of base installation pay item.
Conduit trench and base core shall be backfilled in accordance with applicable details shown
in the plans.
After installation of the light fixture, the azimuth of the light beam shall not vary more than ½º
from the required direction. The elevation of the light fixture outside edge shall be flush with
the surrounding surface elevation such that the elevation of the fixture is not more than +0 inch
higher than or -1/16 inch lower than the elevation of the pavement. If this tolerance is not met,
the Contractor shall, at its own expense, remove and replace the fixture to the satisfaction of
the Engineer.
In-pavement light bases shall have one, two, or more hubs for all required conduit entrances,
as indicated on the plans. Grommeted conduit entrances are strictly prohibited except where
shown on the plans.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-5 City Project No. 103668
receptacle conforming to AC 150/5345 26 without taping the joint. Install a lamp of the
proper rating in the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125 3.1.
Assemble the light fixture in accordance with the manufacturer's instructions. Connect the
secondary leads of the transformer to the fixture leads with a disconnecting plug and receptacle
conforming to AC 150/5345-26 without taping the joint. Install a lamp of the proper rating in
the fixture. Level each fixture as recommended by the manufacturer.
Install in accordance with the general requirements noted in paragraph 125-3.1.
125-3.2 Testing. Because certain components may be inaccessible after final installation, lighting
shall be tested concurrently with installation. The airfield electrical installations shall be tested in
accordance with the requirements of Item L-111. Systems Tests shall also be conducted as specified
in Item L-111. Any system installation errors or unacceptable discrepancies of installation shall be
corrected to the satisfaction of the RPR.
a. Elevation And Alignment. Light unit installation procedures shall be checked during
construction and after the system has been completed to determine that the recommended
fixture elevation and alignment is in accordance with design and manufacturer's installation
requirements.
b. Securing Screws Or Bolts. All fixture securing screws or bolts shall be tightened in
accordance with the manufacturer's recommendations.
c. Light Channels And Lenses. Each light fixture shall be checked to determine that the lenses
and the channels in front of the lenses are clean and that the glassware is properly oriented.
All lights shall be fully tested by continuous operation for not less than 24 hours as a completed
system prior to acceptance. The test shall include operating the constant current regulator in each step
not less than 10 times at the beginning and end of the 24-hour test. The fixtures shall illuminate
properly during each portion of the test.
125-3.3 Shipping And Storage. Equipment shall be shipped in suitable packing material to prevent
damage during shipping. Store and maintain equipment and materials in areas protected from
weather and physical damage. Any equipment and materials, in the opinion of the RPR, damaged
during construction or storage shall be replaced by the Contractor at no additional cost to the owner.
Painted or galvanized surfaces that are damaged shall be repaired in accordance with the
manufacturer’s recommendations.
125-3.4 Elevated And In-Pavement Lights. Water, debris, and other foreign substances shall be
removed prior to installing fixture base and light.
A jig or holding device shall be used when installing each light fixture to ensure positioning to the
proper elevation, alignment, level control, and azimuth control. Light fixtures shall be oriented with
the light beams parallel to the runway or taxiway centerline and facing in the required direction. The
outermost edge of fixture shall be level with the surrounding pavement. Surplus sealant or flexible
embedding material shall be removed. The holding device shall remain in place until sealant has
reached its initial set.
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-6 City Project No. 103668
METHOD OF MEASUREMENT
125-4.1 The measurement of existing items demolished, including all removal, offsite disposal and
site restoration, to be paid for shall be the number per each for every item demolished,
completed and accepted by the RPR.
125-4.2 The measurement of existing items removed and returned to Owner to be paid for shall be the
number per each for every item removed and returned, completed and accepted by the RPR.
125-4.3 The measurement of items furnished and installed to be paid for shall be the number per each
for every type of item furnished and installed, completed and accepted by the RPR.
125-4.4 The measurement of items furnished to be paid for shall be the number per each for every
type of item furnished and accepted by the RPR.
125-4.5 The measurement of items installed to be paid for shall be the number per each for every type
of item installed and accepted by the RPR.
125-4.6 The measurement of items established, maintained and removed to be paid for shall be the
number per each for every type of item established, maintained and removed and accepted by
the RPR.
125-4.7 The measurement of items replaced to be paid for shall be the number per each for every type
of item replaced and accepted by the RPR.
125-4.8 The measurement of the field investigation of taxiway centerline circuitry shall be paid for by
a lump sum amount.
BASIS OF PAYMENT
125-5.1 Payment will be made at the contract unit price for each complete unit demolished, including
all removal, offsite disposal and site restoration, by the Contractor and accepted by the RPR. Payment
will be made at the contract unit price for each complete unit removed and returned to Owner by the
Contractor and accepted by the RPR. Payment will be made at the contract unit price for each
complete unit furnished and installed by the Contractor and accepted by the RPR. Payment will be
made at the contract unit price for each complete unit furnished by the Contractor and accepted by the
RPR. Payment will be made at the contract unit price for each complete unit installed by the
Contractor and accepted by the RPR. Payment will be made at the contract unit price for each
complete unit established, maintained and removed by the Contractor and accepted by the RPR.
Payment will be made at the contract unit price for each complete unit replaced by the Contractor and
accepted by the RPR. Payment will be made at the lump sum contract price for field investigation of
taxiway centerline circuitry. These prices shall be full compensation for furnishing all materials and
for all preparation, assembly, and installation of these materials, where applicable, and for all labor,
equipment, tools, and incidentals necessary to complete these items.
Payment will be made under:
L-125-5.1 Remove Fixture And Transformer, Dispose Of Off Site - per each
L-125-5.2 Remove Light Base Blank Lid, Return to Owner – per each
L-125-5.3 Remove Sign And Transformer, Return to Owner - per each
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-7 City Project No. 103668
L-125-5.4 Demo Sign Foundation – per each
L-125-5.5 Remove Elevated Retroreflective Taxiway Edge Marker, Return To Owner – per each
L-125-5.6 Furnish And Install L-867 Base In New Shoulder Pvmt. – per each
L-125-5.7 Furnish And Install L-867 Base In Existing Shoulder Pvmt. – per each
L-125-5.8 Furnish And Install L-868 2-Piece Base In New Full Strength Pvmt. - per each
L-125-5.9 Furnish And Install L-867 Blank Lid - per each
L-125-5.10 Furnish And Install L-868 Blank Lid - per each
L-125-5.11 Furnish L-850C Rwy Semiflush Edge Fixture And Transformer - per each
L-125-5.12 Furnish L-852C(L) Bidirectional Twy Centerline Fixture And Transformer - per each
L-125-5.13 Furnish L-852D(L) Bidirectional Twy Centerline Fixture And Transformer - per each
L-125-5.14 Furnish L-861T(L) Twy Edge Fixture And Transformer - per each
L-125-5.15 Furnish And Install L-853 Elevated Retroreflective Taxiway Edge Marker - per each
L-125-5.16 Install Fixture And Transformer - per each
L-125-5.17 Furnish And Install L-858(L) 1 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.18 Furnish And Install L-858(L) 2 Mod, Double Face Sign, Incl. Foundation - per each
L-125-5.19 Furnish And Install L-858(L) 3 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.20 Furnish And Install L-858(L) 4 Mod, Single Face Sign, Incl. Foundation - per each
L-125-5.21 Relocate Distance Remaining Sign And Transformer On New Foundation - per
each
L-125-5.22 Replace Sign Panel Array, Complete - per each
L-125-5.23 Pavement Blockout For Light Base, Complete - per each
L-125-5.24 Broken Bolt Repair, Complete - per each
L-125-5.25 Weld Ground Stud in Existing Light Base, Complete - per each
L-125-5.26 P-606 Around Light Fixture Or Blank Lid, Complete - per each
L-125-5.27 Field Investigation Of Taxiway Centerline Circuitry - per lump sum
Item L-125
Installation of Airport Lighting Systems
CITY OF FORT WORTH AFW Taxiway Papa, Phase III
Technical Specifications L-125-8 City Project No. 103668
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-18 Standards for Airport Sign Systems
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-5 Circuit Selector Switch
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective
Markers
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings,
Junction Boxes, and Accessories
AC 150/5345-44 Specification for Runway and Taxiway Signs
AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures
AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport
Lighting Systems
AC 150/5345-53 Airport Lighting Equipment Certification Program
END OF ITEM L-125
City of Fort
Worth
Appendix
GC-4.02 Subsurface and
Physical Conditions
GEOTECHNICAL DATA REPORT
FORT WORTH ALLIANCE AIRPORT TAXIWAY P DESIGN
FORT WORTH, TEXAS
GEOTECHNICAL DATA REPORT
Fort Worth Alliance Airport Taxiway P Design
Fort Worth, Texas
Prepared by:
����..��,�
i � i
: A:
► .
Ii.....ri�
Gorrondona & Associates, Inc.
Prepared for:
CP&Y, Inc.
1820 Regal Row, Suite 200
Dallas, Texas 75235
Attention: Mr. James A. McKenzie, P.E.
October 22, 2018
G&AI Project No. CPY18-0359
GORRONDONA & ASSOCIATES, INC. - TEXAS ENGINEERING FIRM REGISTRATION NO. F-7933
('orrondona & Associates, Inc.
October 22, 2018
Mr. James A. McKenzie, P.E.
CP&Y, Inc.
1820 Regal Row, Suite 200
Dallas, Texas 75235
Re: GEOTECHNICAL DATA REPORT
Fort Worth Alliance Airport Taxiway P Design
Fort Worth, Texas
G&AI Project No. CPY18-0359
Dear Mr. McKenzie:
Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Data
Report for the referenced project. We appreciate the opportunity of working with
you. Please contact us if you have any questions or require additional services.
�.� �,��r��.� a;� ,r
,��. � � ���e E.�^' ,�-tiS. %��
Respectfullysubmitted, � �°���°`" '.``���;�s
° ��
���`°� '� � �,,
j.�.00�.ao.oa.o..a.,..,e.. .�.�:. �
� , - , LEE E. GURECKY �s
� lo..o......a <a.. . ,.,. ,r
�ff.� ; 120055� �`.�.,�
Lee Gurecky, P.E. B���i��s !CENs��a�\�"������2Z f 2,0 � g
Project Engineer ��`����N��;�� �
,,, Vivek Chikyala
.,.
� , - , '� `_ ` `- 2018.10.22 15:36:11
-05'00'
Vivek Chikyala, P.E
Geotechnical Engineering Manager - Transportation
75241ack Newell Bivd. South • Fort Worth, Texas 76118 • 817.496.1424 • Fax 817.496.1768
Gorrondona & Associates, Inc. —Texas Engineering Firm Registration No. F-7933
TABLE OF CONTENTS
Pa e
1.0 Introduction .................................................................................................................... 1
2.0 Field Investigation ...........................................................................................................2
3.0 Laboratory Testing .......................................................................................................... 3
4.0 Site Conditions ................................................................................................................ 4
4.1 General ........................................................................................................................4
4.2 Geology ....................................................................................................................... 5
4.3 Soil/Rock ......................................................................................................................5
4.4 Groundwater ...............................................................................................................7
5.0 General Comments ......................................................................................................... 8
APPENDICES
Appendix A- Project Location Diagrams
Appendix B- Boring Location Diagram
Appendix C- Boring Logs and Laboratory Results
Appendix D - Aerial Photographs
Appendix E- USGS Topographic Map
Appendix F - Geologic Information
Appendix G- Unified Soil Classification System
GEOTECHNICAL DATA REPORT
Fort Worth Alliance Airport Taxiway P Design
Fort Worth, Texas
1.0 INTRODUCTION
Prolect Location. The project is located at the Fort Worth Alliance Airport near Haslet, Texas.
The general location and orientation of the site are provided in Appendix A- Project Location
Diagrams.
Prolect Description. The project involves the planned construction of a new taxiway located
at the western end of the airport. This geotechnical data report comprises the results from
the geotechnical field investigation and laboratory testing for the proposed Taxiway P, E and
F extensions.
Prolect Authorization. This geotechnical investigation was authorized by Mr. Christopher D.
Coons, P.E. with CP&Y, Inc. and performed in accordance with G&AI Proposal No. P18-0177
dated March 5, 2018.
Purpose and Methodolo�v. The principal purposes of this investigation were to evaluate the
soil conditions at the proposed site using geotechnical soil borings, perform laboratory
testing on the soil samples as directed by the Client and to provide a Geotechnical Data
Report containing the general characterization of site geology, geotechnical soil boring logs
and the results of laboratory tests. Neither engineering assessments nor engineering
analyses were required of Gorrondona & Associates under this scope.
Cautionary Statement Re�ardin� Use of this Report. As with any geotechnical data report,
this report presents technical information and provides detailed technical recommendations
for civil and structural engineering design and construction purposes. G&AI, by necessity,
has assumed the user of this document possesses the technical acumen to understand and
properly utilize information and recommendations provided herein. G&AI strives to be clear
in its presentation and, like the user, does not want potentially detrimental
misinterpretation or misunderstanding of this report. Therefore, we encourage any user of
this report with questions regarding its content to contact G&AI for clarification.
Clarification will be provided verbally and/or issued by G&AI in the form of a report
addendum, as appropriate.
Report Specificity. This report was prepared to meet the specific needs of the client for the
specific project identified.
G&AI Project No. CPY18-0359 Page 1
2.0 FIELD INVESTIGATION
Subsurface Investi�ation. The subsurface investigation for this project is summarized below.
Boring locations are provided in Appendix B- Boring Location Diagram.
Boring Existing Surface Depth, Date Drilled GPS Location3
Nos. Elevation feet Latitude Lon itude
Above (msl)1, bgs2 g
(feet)
TB-01 679.21 10 7/17/2018 32°58'S3.53"N 97°19'12.02"W
TB-02 679.36 10 7/17/2018 32°58'S5.57"N 97°19'11.94"W
TB-03 680.15 9 7/17/2018 32°58'S7.36"N 97°19'13.37"W
TB-04 681.88 10.5 7/17/2018 32°58'S9.36"N 97°19'13.19"W
TB-05 683.40 10 7/17/2018 32°59'1.38"N 97°19'13.16"W
TB-06 685.05 10 7/17/2018 32°59'3.18"N 97°19'14.53"W
TB-07 686.44 10 7/17/2018 32°59'S.31"N 97°19'14.41"W
TB-08 688.57 10 7/16/2018 32°59'7.22"N 97°19'14.31"W
TB-09 690.42 10.5 7/16/2018 32°59'9.04"N 97°19'15.70"W
TB-10 693.01 10 7/16/2018 32°59'11.03"N 97°19'15.57"W
TB-11 695.90 10.5 7/16/2018 32°59'13.06"N 97°19'15.51"W
TB-12 697.21 10 7/16/2018 32°59'14.85"N 97°19'16.84"W
TB-13 699.90 10 7/16/2018 32°59'16.85"N 97°19'16.77"W
TC-1 686.02 10 7/17/2018 32°59'S.87"N 97°19'12.74"W
TC-2 698.11 10 7/16/2018 32°59'17.57"N 97°19'15.13"W
TC-3 692.93 10 7/16/2018 32°59'18.29"N 97°19'9.66"W
TC-4 691.87 10 7/16/2018 32°59'18.62"N 97°19'7.65"W
AR-1 675.95 9 7/16/2018 32°58'S0.31"N 97°19'12.96"W
AR-2 687.79 10.5 7/17/2018 32°59'S.38"N 97°19'16.06"W
AR-3 699.14 10.5 7/17/2018 32°59'17.04"N 97°19'18.47"W
Notes:
1. msl = mean sea level.
2. bgs = below ground surface.
3. Boring TC-4 was offset 40-feet to the west to avoid underground utility.
Borin� Lo�s. Subsurface conditions were defined using the sample borings. Boring logs
generated during this study are included in Appendix C- Boring Logs and Laboratory Results.
Borings were advanced between sample intervals using continuous flight auger drilling
procedures.
Cohesive Soil Samplin�. Cohesive soil samples were generally obtained using Shelby tube
samplers in general accordance with American Society for Testing and Materials (ASTM)
D1587. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting
edge connected to a head equipped with a ball valve threaded for rod connection. The tube
is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil
specimens were extruded from the tube in the field, logged, tested for consistency using a
hand penetrometer, sealed and packaged to maintain "in situ" moisture content.
G&AI Project No. CPY18-0359 Page 2
Consistencv of Cohesive Soils. The consistency of cohesive soil samples was evaluated in the
field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is
pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results
of these tests are tabulated at the respective sample depths on the boring logs. When the
capacity of the penetrometer is exceeded, the value is tabulated as 4.5+.
Granular Soil Samplin�. Granular soil samples were generally obtained using split-barrel
sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure,
a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel
sampling spoon driven 18-inches into the ground using a 140-pound (Ib) hammer falling
freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch
penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values
are recorded on the boring logs at the depth of sampling. Samples were sealed and returned
to our laboratory for further examination and testing.
Texas Cone Penetration Test (Tex-132-E): Texas Cone Penetration (TCP) test was generally
performed in accordance with Tex-132-E, to assess the apparent in-place strength
characteristics of the subsurface materials. In the TCP test procedure, a 3-inch outside
diameter (OD) steel cone was driven by a 170-pound hammer dropped 24 inches (340 ft-
pounds of energy). The number of blows of the hammer required to provide 12 inches of
penetration, or the inches of penetration of the cone due to 100 blows of the hammer
(whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design
Manual).
Groundwater Observations. Groundwater observations are shown on the boring logs.
Borehole Plu��in�. Upon completion of the borings, the boreholes were backfilled from the
top and plugged at the surface.
3.0 LABORATORY TESTING
G&AI performs visual classification and any of a number of laboratory tests, as appropriate,
to define pertinent engineering characteristics of the soils encountered. Tests are
performed in general accordance with ASTM or other standards and the results included at
the respective sample depths on the boring logs or separately tabulated, as appropriate, and
included in Appendix C- Boring Logs and Laboratory Results. Laboratory tests and
procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated
below.
Test Procedure Description
ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle-Size Analysis and
Determination of Soil Constants
G&AI Project No. CPY18-0359 Page 3
Test Procedure Description
ASTM D422 Standard Test Method for Particle-Size Analysis of Soils
ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm)
Sieve
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using
Modified Effort
ASTM D1883 Standard Test Method for CBR (California Bearing Ratio) of Laboratory-Compacted Soils
ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of
Soil and Rock by Mass
ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle-Size Analysis and
Determination of Soil Constants
ASTM D2434 Standard Test Method for Permeability of Granular Soils (Constant Head)
ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification
System)
ASTM D2488 Standard Practice for Description and Identification of Soils (Visual-Manual Procedure)
ASTM D2850 Standard Test Method for Unconsolidated-Undrained Triaxial Compression Test on
Cohesive Soil
ASTM D2937 Standard Test Method for Density of Soil in Place by the Drive-Cylinder Method
ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples
ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils
ASTM D4643 Standard Test Method for Determination of Water (Moisture) Content of Soil by the
Microwave Oven Method
Tex-145-E Determining Sulfate Content in Soils - Colorimetric Method
4.0 SITE CONDITIONS
4.1 General
Review of Aerial Photo�raphs. Historical aerial photographs of the site were reviewed for
potential past alterations to the site which could impact geotechnical design conditions.
Specifically, aerial photographs were reviewed to visually assess obvious areas of significant
past fill on site. Aerial photographs reviewed for this study are identified below and are
included in Appendix D- Aerial Photographs.
Aerial Photographs Reviewed
Year Observations Since Prior Aerial Photograph
1995 N/A
2001 Taxiway G Addition
2003 Taxiway P Addition
2005 Unchanged.
2008 Unchanged.
2009 Unchanged.
2011 Unchanged.
2013 Unchanged.
2015 Unchanged.
2016 Unchanged.
2018 Unchanged.
G&AI Project No. CPY18-0359 Page 4
Site Fills. Aerial photographs indicate that some areas of the site may have been used for
agricultural purposes. Therefore, we would expect surficial disturbance of site soils. Our
review revealed no obvious areas of significant fill on-site.
Limitations. Due to the intermittent nature and relatively low resolution of aerial
photographs, as well as our lack of detailed information regarding the past land use of the
site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on
site which could detrimentally affect future construction.
Topo�raphy. A United States Geological Survey (USGS) topographic map of the site is
provided in Appendix E- USGS Topographic Map.
4.2 Geology
Geolo�ic Formation. Based on available surface geology maps and our experience, it
appears this site is located in the Fort Worth Limestone and Duck Creek Formation,
undivided near a mapped contact with Pawpaw Formation, Weno Limestone, and Denton
Clay, undivided. A geologic atlas and USGS formation description are provided in Appendix F
- Geologic Information. Soils and rock within the Fort Worth Limestone and Duck Creek
Formation, undivided can generally be characterized as limestone and marl with residual
lean-to fat clays. Soils and rock within the Pawpaw Formation, Weno Limestone, and Denton
Clay, undivided can generally be characterized as limestone and marl with residual lean-to
fat clays.
Geolo�ic Faults. A geologic fault study was beyond the scope of this investigation.
4.3 Soil/Rock
Strati�raphy. Descriptions of the various strata and their approximate depths and thickness
per the Unified Soil Classification System (USCS) are provided on the boring logs included in
Appendix C- Boring Logs and Laboratory Results. Terms and symbols used in the USCS are
presented in Appendix G- Unified Soil Classification System. A brief summary of the
stratigraphy indicated by the borings is provided below.
SPACE LEFT INTENTIONALLY BLANK
G&AI Project No. CPY18-0359 Page 5
Generalized Subsurface Conditions along the Proposed Taxiway P Extension
(AR-2, AR-3, TB-01 to TB-13 and TC-1)
Nominal Depth, feet bgs
(Except as Noted) General Detailed Description of
Top of Bottom of Description Soils/Materials Encountered
Layer Layer
0 3 to 10 FAT CLAY Stiff to hard FAT CLAY (CH) / SANDY FAT CLAY (CH).
3 9 to 10.5 LEAN CLAY Stiff to hard LEAN CLAY (CL) / SANDY LEAN CLAY (CL).
EXCEPTION: TB-11 - Very dense CLAVEY GRAVEL WITH
SAND (GCJ from 5 to 6.5 feet.
Note: Boring Termination Depth = 9 to 10.5 feet bgs.
Generalized Subsurface Conditions along the Proposed Taxiway P Extension
(AR-1, TG2, TC-3 and TC-4)
Nominal Depth, feet bgs
(Except as Noted) General Detailed Description of
Top of Bottom of Description Soils/Materials Encountered
Layer Layer
0 5 to 10 LEAN CLAY Stiff to hard LEAN CLAY (CL) / SANDY LEAN CLAY (CL) and
FAT CLAY hard FAT CLAY (CH).
5 9 to 10 VARIABLE Stiff to hard LEAN CLAY (CL) / SANDY LEAN CLAY (CL), dense
to very dense CLAYEY GRAVEL WITH SAND (GC), hard FAT
CLAY (CH) and firm to hard CLAYEY SAND (SC).
Note: Boring Termination Depth = 9 to 10 feet bgs.
Swell Potential based on Atterber� Limits. Atterberg (plastic and liquid) limits were
performed on 37 shallow soil samples obtained at depths between 0- and 10-feet bgs. The
plasticity index of the samples was between 11 and 60 with an average of 33 indicating that
the soils have a moderate to high potential for shrinking and swelling with changes in soil
moisture content.
Linear Shrinka�e. Bar linear shrinkage tests were performed (TEX-107-E) for this project. The
results are included in Appendix C- Boring Logs and Laboratory Results.
Soluble Sulfate Testin�. Soluble sulfate testing (TEX-145-E) was performed for this project.
The results are included in Appendix C- Boring Logs and Laboratory Results. Based on the
results of laboratory testing, the soluble sulfate content measured on the samples tested is
considered relatively low.
Soil Lime Testin�. Results of the admixing lime to reduce the plasticity index of soils per
(TEX-112-E) are included in Appendix C- Boring Logs and Laboratory Results.
CBR Test Results. G&AI performed five California Bearing Ratio (CBR) tests in accordance
with ASTM D1883 on two composite subgrade samples obtained within the upper 3-feet of
soil along the proposed project alignment. The method of compaction was in accordance
with ASTM D1557. The samples were compacted near optimum moisture content and
soaked prior to penetration. Results of the CBR test performed for this project are
G&AI Project No. CPY18-0359 Page 6
summarized in the table below. CBR test results are also provided in Appendix C- Borings
Logs and Laboratory Test Results.
Location Source Description Maximum Dry Optimum Moisture
Density (pcf) Content (%)
AR-1 and TB-1 Composite Sample FAT CLAY 107.0 16.4
(0 to 3 feet)
TB-4 and AR-2 Composite Sample FAT CLAY 106.9 16.1
(0 to 3 feet)
Location Source Description Percent Moisture Maximum Swell CBR
Maximum Content (%) (%)
Dry Density
(%)
AR-1 and TB-1 Composite FAT CLAY 97.4 16.0 0 3.9
(0 to 3 feet) Sample 1
AR-1 and TB-1 Composite FAT CLAY 97.2 17.5 4.6 3.2
(0 to 3 feet) Sample 2
AR-1 and TB-1 Composite FAT CLAY 98.1 17.6 4.3 3.1
(0 to 3 feet) Sample 3
TB-4 and AR-2 Composite FAT CLAY 97.4 14.9 3.5 2.6
(0 to 3 feet) Sample 1
TB-4 and AR-2 Composite FAT CLAY 97.5 14.4 7.7 2.3
(0 to 3 feet) Sample 2
Sub�rade Modulus. Per the 2016 FAA advisory circular (AC) 150/5320-6F provided by the
client, the strength of the subgrade may be measured from CBR tests. For rigid pavements,
the strength of the subgrade is ideally measured by a plate load test, which gives the
modulus of subgrade reaction (k-value). The elastic modulus E can be estimated from the
k-value using the equation provided in paragraph 2.5.4. In lieu of the plate bearing test, the
k-value may be estimated from the CBR per section 3.14.4 of the AC.
4.4 Groundwater
Groundwater Levels. The borings were advanced using auger drilling and intermittent
sampling methods in order to observe groundwater seepage levels. Groundwater levels
encountered in the borings during this investigation are identified below.
Boring No. Depth Groundwater Initially Groundwater Depth after 15 Minutes
Encountered (feet, bgs) (feet, bgs)
TB-01 Not Encountered Not Encountered
TB-02 Not Encountered Not Encountered
TB-03 Not Encountered Not Encountered
TB-04 Not Encountered Not Encountered
G&AI Project No. CPY18-0359 Page 7
Boring No. Depth Groundwater Initially Groundwater Depth after 15 Minutes
Encountered (feet, bgs) (feet, bgs)
TB-05 Not Encountered Not Encountered
TB-06 Not Encountered Not Encountered
TB-07 Not Encountered Not Encountered
TB-08 Not Encountered Not Encountered
TB-09 Not Encountered Not Encountered
TB-10 Not Encountered Not Encountered
TB-11 Not Encountered Not Encountered
TB-12 Not Encountered Not Encountered
TB-13 Not Encountered Not Encountered
TC-1 Not Encountered Not Encountered
TC-2 Not Encountered Not Encountered
TC-3 Not Encountered Not Encountered
TC-4 Not Encountered Not Encountered
AR-1 Not Encountered Not Encountered
AR-2 Not Encountered Not Encountered
AR-3 Not Encountered Not Encountered
Lon�-term Groundwater Monitorin�. Long-term monitoring of groundwater conditions via
piezometers was not performed during this investigation and was beyond the scope of this
study. Long-term monitoring can reveal groundwater levels materially different than those
encountered during measurements taken while drilling the borings.
Groundwater Fluctuations. Future construction activities may alter the surface and
subsurface drainage characteristics of this site. It is difficult to accurately predict the
magnitude of subsurface water fluctuations that might occur based upon short-term
observations. The groundwater level should be expected to fluctuate throughout the years
with variations in precipitation.
5.0 GENERAL COMMENTS
The observations contained in this report are based on site conditions as they existed at the
time of the field investigation and on the assumption that the exploratory borings are
representative of the subsurface conditions throughout the site; that is, the subsurface
conditions everywhere are not significantly different from those disclosed by the borings at
the time they were completed. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to
natural causes or to construction operations at or adjacent to the site, or if structure
locations, structural loads or finish grades are changed, we should be promptly informed and
retained to review our report to determine the applicability of the data, considering the
changed conditions and/or time lapse.
This data report has been prepared for the exclusive use of the Client and their designated
agents for the specific application to design this project. We have used that degree of care
G&AI Project No. CPY18-0359 Page 8
and skill ordinarily exercised under similar conditions by reputable members of our
profession practicing in the same or similar locality. No other warranty, expressed or
implied, is made or intended.
G&AI Project No. CPY18-0359 Page 9
Appendix A- Project Location Diagrams
�
�
0
`.
�o
�
r+
z
0
n
�
�
N
�
0
w
�
�
D
v'
�
n
�
D
�'
�
0
�
a�i
x
��
�
�
�
0
�
�
��
�
, ;
.
�,
�
70
0
�
m
n
�
r
O
n
D
�
O
Z
v
a
c�
�
a
�
m
z
m
7v
D
r
�
�
0
`.
�o
�
r+
z
0
n
�
�
N
�
0
w
�
�
D
v'
�
n
�
D
�'
�
0
�
a�i
x
�
a�
�
�
0
�o
�
o�o'
�
� �,
.
�. ,:
�
7D
�
�
!�
�
�
!�
D
�
�
z
D
D
7
7v
D
�
�
!�
D
�
����
�
�
�
� �� :
� '�_
� u �,
�
0
�
D
t�,; �_
y „'
�'
^�
4,'
!.
�.
I y I�
�� �
�
�
i;,
I
i, ,
,; 4
f
�
�I
6...
' �� _ �
: - ��EI
� „ J,
„ �
, � ��\�� � � ���. �
���\��\ `�`R�y"� - �'4� , -
� �'i �� � � 'PE' ;. //// ' , � � ' - ..
` , - � Y .,�
� r� � � �ADk�� r'J �
/' . /`�` ,��� �� ; ' , ��ry�� � �
�J� ._. ' ___ �
�� � � �
� � , r` _� -_� I
:.�.��f� �. � �^ i, , ;
�'^_: r .�°;P��t i
"'ur'f 4� �� a. F` �`� r �` • A
�,����.�';�.�,� ���;�� �,, ' ,: ,�
���RRR���eee � � ' a�
� � ����� ks �
�� � �M1�.. j ...4e ��R�;,� .. . �1 �i
f F7-1`R� � � R '�' � .,l� �
r• � �� .r � /� � ��� �r� r Fd � �
R 4:�,
F Y
�, � d � . � f p `r� f�'��C ; �� . "._ . i � �
f ! � ) MIf <f ¢y'4i.� , �,��r � ..v � � � � _
.s.:- � s. � - : � G��` F., ' � ' �
�� ��u,�.v:� /` � .. .
1M � . � r;. "� ,.�, - '�
�i�li � _- �.,.t_� h;- . � *� ��, �:°";c
� � �� � �" , �,� '
► ¢4 ,
■ �, �- I - :. � � ��
I� K� 5'� � t t ��''
.�F;,� �pJYjY ���. t . ,�v,
� �• --' l .;;�,faf�''r.��Gti'F#F'��'it � �� - �.. � � � __-ry
� I�"� � � �A f �# ,; �Y : f �, d�. ' �� ^ _
�", i , .:: ��. w�i.^, � � � ,q� � i..
O ' � � -
' #• g f�,�. e¢ �t
f t
� �
� j � , ' � . , � ` . -r7 i. '� _
� . . ` . . � . _ .
� ' � r
� . .,� + .., . J:
- �:-_ �rir-r,.,,,, . . . ^ � j� �� ' t, . .
� ' '''�"•"..;�x.,....t � � .. KF�.
.` � . � # ..1 � . ,.
f �s �' �'�
�
� �
�
�
� .. .: ,.
r *�wa' a
�,p�� �� ��
l �� w� �'"� =- . �
���+,��• ,i .
'��.�"�et� �a
Appendix B- Boring Location Diagram
TWY A2
����������
\ \
\ �
- � ����\A\\��V�
��
/ �
� AA�� � TWY A3
� ��� �
� � �
p A�����
�
x
� �
T �
71N � �\
� � Q
� � � \\�
O P =
�� �� � %
xzr
mD ��
x�n �����
J � rn \ �
j'OD
V o � � m
� � \ �
� �
� �
� � Z
� � �\���\ r
-z � � �
£ � � O
_ ! Z
i m
�o �
F ,\, \
� �
� �
� �
� �
����
� � g
_ � �`�
° � <i
r ��
� n
om
� y
� ZD
�
�, 8
m
�
o �
�
I � r I
�JIY�7
�
O
C
�
2
D
�
�
O
D
�
�
� �
D
X
�
D
�
�
TWY D �
I I
I
I I I
I
�
ie I �
D
I A
I I �
� �
I W
� I �
�
N
i
�W
I I I I I�
�P I W
�I
�I �
W
� �
� I m
� � �
� Z z
� D
D � IW N
� W ��
�
� A � W
� , �
� � I�
� � ; � ��
RWY 16�,_ , U34:RSAy I
RWY 16L/34R ROFA � W
I lo
WY � �
F � � N �
A W
� �
W
I � ' �
D
� w
i � I I w
XC
<
�
D
�e��i
RWY 16R/34L RSA
TWY G �
��/
I
W
�
�� 1 1 1 1 1 1 �� A
W W W W W W W W W W Z
�(D OJ J�(JI A W N��
�
o p
�1
J J J J J J J J J J p V/
O O O O O O O O O O
A A A A A A A A A A A r
(AO J(AJ� W�(WO J N A N 2 O
W A� W OWo (�DO � N W A� D
�
�
N N N N N N N N N N m�
w w w w w w w w w w D
w w w w w w w w w w p�
0 0 0 0 0� o o� o�
cND A J N J O UWi N W W�
��z
==o
m m �
a p !?i
D 1 O
m m A
C A �
A Z (n
� � W
T r �
n O W
m�-
m Z
0 0
z �
��
mA
a
m
g /,
�
S
�
�
��
�
r-h
z
O
C�i
�
�
N
W
O
W
U'I
�
D
�•
�
n
�
D
�
�
0
�
a�i
x
�
a�
�
�
�
fD
N
o�o'
�
��< <
.
�,
1-� '�.'� � _. . .
� , _ =��..��;:-=-
��.
� A� .r� - . ..�
��.d �y ,� � '�.+�Re,= __ �
w'' • . ►� � -
, �• f, i� •�-:. .r�.
r ��•
I
`��
. . s"1
�. r�:. � i.-�
i�� ?� :�•
;�j" --' ' ::'� i�d�l :?� ' � .•
ir.: �"" -: �( �.e�. ��
c _�= �r -`' � :, :'F:' 1' �3'' ';,{
7._ ��` �ti :.�.
��� ' s �� I•_ ^ • � �_�� _i ;�� '�':i'
� =..7. .d�':
� ._, ��� , � �'� i;-= �:-�a
s; :■ �. T r
. �� . i► � � '�"' — t�`Jd � I �. `'• e
�► �.. - ! �� f
� � .
__.__ — � . � - T
� c
�r
` '.i:�,'�
- ry . �
r
.t
j •F .�
� �1 �
- F � , �:b ; �- � •-
� '� i s �..�s� ' - � _ . � ` �
� i 3 f . : . '' •
! •..�f r w� ' f �"S � 1 . .. . `� '.!.
I
. -�`,:�'�'�^�- .,�. '� :;�r �'��� �
�` �' --� J � � .� `* # �k �'� Y j�yjy� a� .� _
' 1 � r� '� T
�n. ..�i- a� �� �F.�'� �� � �
� ��i
�-.. . , - �' ��_ _ ' � � �'".
�
_�_ , �.. ` - . . ; _
' . . . � . • � ..
°��:
•—; -_ �i:
'�,�; �'� �
::r1 �' ��
,7: t � �
, �
��
�:
� _ 5,; _
,�: '
>• _
,�: .
r
�
:ii
�
�
��
� � �� i
�
7�
�
r
O
�
0
Z
D
�
�
D
�
Appendix C- Boring Logs and Laboratory Results
Boring Logs
�� Gorrondona & Associates, �n�. BORING NUMBER AR-1
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 675.95 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°58'50.31"N, Lonqitude: 97°19'12.96"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Stiff to hard, brown, with
weathered limestone seams. ST 4.50+ 12
SS 17-19-20 4 42 20 22
(39)
2.5 •
SS 13-11-11 9
�22)
5.0
ST 4.50+ 17
SS 43-16-16 13 79
(32)
7.5
ST 4.50+ 9 32 17 15 67
Bottom of hole at 9.0 feet. C 50(1.25")
50 0.25"
�� Gorrondona & Associates, Inc. BORING NUMBER AR�2
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 687.79 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'5.38"N, Lonqitude: 97°19'16.06"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Stiff to hard, dark brown,
with calcareous nodules.
ST 4.50+ 18
2.5
ST 4.50+ 24
5.0 ST 2.25 26 77 26 51 92
LEAN CLAY (CL) / LEAN CLAY WITH SAND
(CL) - Stiff to very stiff, light brown, with
calcareous nodules.
ST 3.25 19 75
7.5
ST 2.75 16
10.0 SS 12(21 �10 22 35 20 15 88
Bottom of hole at 10.5 feet.
�� Gorrondona & Associates, �n�. BORING NUMBER AR-3
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 699.14 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'17.04"N, Lonqitude: 97°19'18.47"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Stiff, dark brown, with
calcareous nodules.
ST 3.00 12 56 21 35 95
2.5
ST 3.00 24
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Very stiff to hard, light brown, with
calcareous nodules and weathered limestone
seams.
5.0 ST 4.50+ 22
ST 4.50+ 16
7.5 :
ST 4.50+ 16 43 18 25 68
11-17-19
10.0 SS (36) 12
Bottom of hole at 10.5 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB���
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 679.21 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Stratabore CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°58'53.53"N, Lonqitude: 97°19'12.02"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown, with
calcareous nodules.
ST 4.50+ 16
2.5
ST 4.50+ 17 69 26 43 85
LEAN CLAY WITH SAND (CL) - Stiff to hard, 19-33-
light brown, with calcareous nodules and SS 48/6" g
weathered limestone seams.
5.0
SS 8-13-10 29
(23)
7.5 :
SS 6-33-50/2" 17 35 18 17
SS 9-13-50/2" 18
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��2
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 679.36 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Stratabore CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°58'55.57"N, Lonqitude: 97°19'11.94"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY WITH SAND (CH) - Hard, dark
brown, with calcareous nodules and limestone
fragments from 2 to 4 feet.
ST 4.50+ 18
2.5
ST 4.50+ 19 62 25 37 82
LEAN CLAY WITH SAND (CL) - Stiff to hard,
light brown and tan, with calcareous nodules
and weathered limestone seams.
SS 16-14-11 15
(25)
5.0
SS 50/4" 9
7.5
SS 11-8-33 21
(41)
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��3
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 680.15 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°58'57.36"N, Lonqitude: 97°19'13.37"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY WITH SAND (CH) - Stiff to hard,
dark brown, with calcareous nodules.
ST 4.50+
2.5
ST 4.50+
5.0 ST 2.00
LEAN CLAY WITH SAND (CL) - Stiff to hard,
light brown, with calcareous nodules and
weathered limestone seams.
ST 4.50+
SS 12-27-
50/3"
7.5 •
SS 5-50/5"
Bottom of hole at 9.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��4
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 681.88 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°58'59.36"N, Lonqitude: 97°19'13.19"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown, with
calcareous nodules.
ST 4.50+ 17
2.5
ST 4.50+ 18 71 24 47 96
5.0 ST 4.50+ 17
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Very stiff to hard, light brown, with
calcareous nodules and weathered limestone
seams.
ST 4.50+ 15
7.5
ST 4.50+ 14 48 19 29 51
SS 12-12-12 �
10.0 �24)
Bottom of hole at 10.5 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��rJ
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 683.40 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'1.38"N, Lonqitude: 97°19'13.16"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown and
brown, with calcareous nodules and iron
nodules.
ST 4.50+ 14
2.5
ST 4.50+ 17 65 25 40 90
5.0 ST 4.50+ 17 92
LEAN CLAY (CL) - Hard, light brown, with ST 4.50+ 19
� 5 calcareous nodules.
ST 4.50+ 13 48 19 29 86
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��6
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 685.05 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'3.18"N, Lonqitude: 97°19'14.53"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown, with
calcareous nodules and iron nodules.
ST 4.50+ 17
2.5
ST 4.50+ 19 84 25 59 90
5.0 ST 4.50+ 21
ST 4.50+ 22 73 24 49 93
7.5
Light brown below 8 feet.
ST 4.50+ 22
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��%
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 686.44 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'5.31"N, Lonqitude: 97°19'14.41"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown, with
calcareous nodules.
ST 4.50+ 16
2.5
ST 4.50+ 19 93
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Stiff to hard, light brown, with
calcareous nodules and weathered limestone
seams. SS 17-17-14 9
5.0 (31)
SS 14�49��$ 14 29 18 11 69
7.5 :
SS 15-40- � �
50/3"
SS 13(22�12 20 48 22 26 82
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB��$
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 688.57 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'7.22"N, Lonqitude: 97°19'14.31"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY WITH SAND (CH) - Hard, dark
brown, with calcareous nodules.
ST 4.50+ 15
2'S ST 4.50+ 16 68 25 43 84
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Stiff to hard, light brown, with
calcareous nodules and weathered limestone 18-20-13
seams. SS (33) �
5.0 .
SS 9-7-9 13
(16)
SS 3-7-12 13
(19)
7.5
SS 3-50/4" 12 42 16 26 63
SS 12-50/3" 13
10.0
Bottom of hole at 10.0 feet.
C 12�6 �
11(6")
�� Gorrondona & Associates, Inc. BORING NUMBER TB��9
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 690.42 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'9.04"N, Lonqitude: 97°19'15.70"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY WITH SAND (CH) - Hard, dark
brown, with calcareous nodules.
ST 4.50+ 14
2.5
ST 4.50+ 16 65 24 41 80
ST 4.50+ 17
5.0
With gravel from 5 to 6 feet.
ST 4.50+ 12
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Stiff to hard, light brown, with
calcareous nodules and weathered limestone 8-10-14
seams. SS �24� 16 49 19 30 84
7.5
SS 7-32-50/4" 4
18-13-12
10.0 SS (25)
Bottom of hole at 10.5 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB�� �
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 693.01 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'11.03"N, Lonqitude: 97°19'15.57"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown, with
calcareous nodules.
ST 4.50+ 22
2.5
ST 4.50+ 21 73 25 48 88
LEAN CLAY WITH SAND (CL) / SANDY LEAN
CLAY (CL) - Stiff to hard, light brown and tan,
with calcareous nodules and weathered
limestone seams.
5.0 ST 4.50+ 20
ST
7.5 :
SS 10(29�16 16 37 15 22 80
SS 9-19-21 11
(40)
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, �n�. BORING NUMBER TB-11
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 695.90 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'13.06"N, Lonqitude: 97°19'15.51"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown, with
calcareous nodules.
ST 4.50+ 13
2.5
ST 4.50+ 15 55 21 34 94
With gravel from 4 to 5 feet.
ST 4.50+ 17
5.0
CLAYEY GRAVEL W ITH SAND (GC) - Very
dense, tan.
SS 22-35-2$ 5 53 18 35 22
(63)
LEAN CLAY WITH SAND (CL) - Very stiff to
hard, light brown, with calcareous nodules.
SS 13-17-19 � 2
7.5 �36)
ST 4.50+ 10
16-24-32
10.0 : SS (56) 13
Bottom of hole at 10.5 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TB�� 2
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 697.21 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'14.85"N, Lonqitude: 97°19'16.84"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) / FAT CLAY W ITH SAND
(CH) - Hard, brown and tan, with calcareous
nodules and iron nodules.
ST 4.50+ 10
2.5
ST 4.50+ 16 69 22 47 87
5.0 ST 4.50+ 15
ST 4.50+ 18 72
7.5
CLAYEY GRAVEL W ITH SAND (GC) - Very
dense, tan, with weathered limestone
fragments.
ST 4.50+ 14 54 20 34 20
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, �n�. BORING NUMBER TB-13
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 699.90 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'16.85"N, Lonqitude: 97°19'16.77"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Very stiff to hard, dark
brown, with calcareous nodules.
ST 4.50+ 19
2.5
ST 3.75 21 70 20 50 94
5.0 ST 4.50+ 18
LEAN CLAY WITH SAND (CL) - Hard, light
brown and tan, with calcareous nodules and
weathered limestone seams.
ST 4.50+ 18 42 19 23 77
7.5
ST 4.50+ 18
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TC'�
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/17/18 COMPLETED 7/17/18 GROUND ELEVATION 686.02 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'5.87"N, Lonqitude: 97°19'12.74"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) / SANDY FAT CLAY (CH) -
Stiff to hard, dark brown to light brown, with
calcareous nodules and weathered limestone
seams below 8 feet.
ST 4.50+ 17
2.5
ST 4.50+ 19 76 24 52 86
SS 12-36-12 9
5.0 �48)
SS 15-11-9 � �
(20)
7.5
SS 20-15-14 2�
�29)
SS 20-50/6" 18 51 20 31 61
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TC'2
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 698.11 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'17.57"N, Lonqitude: 97°19'15.13"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
FAT CLAY (CH) - Hard, dark brown.
ST 4.50+ 14
LEAN CLAY WITH SAND (CL) - Hard, light
brown, with calcareous nodules. ST 4.50+ 5
SS 19-23-29 8 37 15 22 74
2.5 i52)
18-26-38
SS (64) 6
5.0
CLAYEY GRAVEL WITH SAND (GC) - Dense SS 50/6" 11
to very dense, tan and brown, with weathered
limestone and clay seams.
SS 13-17-22 10 18
(39)
7.5
SS � 9-29-28 11 44 17 27 20
(57)
ST 1.25 7
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TC'3
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 692.93 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'18.29"N, Lonqitude: 97°19'9.66"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
LEAN CLAY (CL) - Hard, light brown, with
calcareous nodules.
ST 4.50+ 12
ST 4.50+ 12
2'S ST 4.50+ 11 40 17 23 86
FAT CLAY (CH) - Hard, light brown and tan,
with calcareous nodules and iron nodules.
ST 4.50+ 13
5.0
ST 4.50+ 13
LEAN CLAY (CL) - Very stiff, light brown and
� 5 tan, with calcareous nodules and iron nodules.
SS 9-15-21 11 41 16 25 87
(36)
SS 7-12-22 12
(34)
10.0
Bottom of hole at 10.0 feet.
�� Gorrondona & Associates, Inc. BORING NUMBER TC'4
A 7524 Jack Newell Boulevard South, PAGE 1 OF 1
y Fort Worth, TX 76118
�j��..���� Office: 817-496-1424; Fax: 817-496-1768
CLIENT CP&Y, Inc. PROJECT NAME Alliance Airport Taxiway P Desiqn
PROJECT NUMBER CPY18-0359 PROJECT LOCATION Alliance Airport, Fort Worth, Texas.
DATE STARTED 7/16/18 COMPLETED 7/16/18 GROUND ELEVATION 691.87 ft HOLE SIZE
CONTRACTOR StrataBore GROUND WATER LEVELS:
METHOD Continuous Fliqht Auqer INITIALLY ENCOUNTERED Not Encountered
LOGGED BY Braden Fleet CHECKED BY LG AFTER 15 MIN. Not Encountered
NOTES Latitude: 32°59'18.64"N, Lonqitude: 97°19'6.95"W AFTER 24 HR Not Measured
o ATTERBERG �
a � z a� ,� •�, � W o LIMITS W
U �� � cnw w w >_ u� rnn �
H.�. =C7 ~pwp d WD �Z� aw Qw �y c� ~w �Z U F' Z^
a$ a O MATERIAL DESCRIPTION w g U > C� �� Q w w >� Q II, _� Z a� w �� �� c:.> w� o
�v �J a= ~ �� m�� Uv �v o�' U a }v �Z �� Q� u~i� �
�Z � �Z a Ucn a o �� JJ a� �Z Z
0.0 a �
LEAN CLAY (CL) - Stiff to hard, light brown,
with calcareous nodules.
ST 4.50+ 9
ST 4.50+ 9 42 16 26 90
2.5
SS �-� 2-12 11
(24)
ST 4.50+ 15
5.0
ST 4.50+ 13
CLAYEY SAND (SC) - Firm to hard, light
brown and tan, with weathered limestone
fragments and clay seams.
ST 1.25 17 42
7.5
SS 12-9-10 10
(19)
ST 4.50+ 17 43 19 24 30
10.0
Bottom of hole at 10.0 feet.
Sieve Analysis
Particle Size Distribution Report
� � o00
100
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
_�
(D M N \ � � � � Xk # tk # � 7k ik #
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 6.1 4.9 5.4 5.0
LL
PL
0.6880
Material Description
Brown, LEAN CLAY WITH SAND (CL)
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: AR-1 Depth: 6-7.5 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
78.6
D C C
USCS AASHTO
Remarks:
Figure
Particle Size Distribution Report
� � o00
� � _, �_ _� o 000 0 0�0
100
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
(D M N � �\' \(:� ;k Xk tk tk tk ik 7k ik Sk
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 8.3 4.0 5.6 6.9
LL
PL
0.9532
Material Description
Brown, LEAN CLAY WITH SAND (CL)
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: AR-2 Depth: 6-8 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
75.2
D C C
USCS AASHTO
Remarks:
Figure
Particle Size Distribution Report
� � o00
100
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
_�
(D M N \ � � � � Xk # tk # � 7k ik #
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 0.4 1.4 2.2 3.6
LL
PL
Dark brown, FAT CLAY (CH)
Material Description
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: TB-5 Depth: 4-6 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
92.4
D C C
USCS AASHTO
Remarks:
Figure
Particle Size Distribution Report
� � o00
100
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
_�
(D M N \ � � � � Xk # tk # � 7k ik #
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 3.4 5.3 5.5 3.7
LL PL D
48 22 0.2875
Material Description
Brown, LEAN CLAY WITH SAND (CL)
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: TB-07 Depth: 8.5-10 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
82.1
D C C
USCS AASHTO
CL A-7-6(22)
Remarks:
Figure
Particle Size Distribution Report
� � o00
100
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
_�
(D M N \ � � � � Xk # tk # � 7k ik #
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 1.8 3.3 5.6 5.4
LL PL D
49 19 0.1004
Material Description
Brown, LEAN CLAY WITH SAND (CL)
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: TB-09 Depth: 6-7.5 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
83.9
D C C
USCS AASHTO
CL A-7-6(26)
Remarks:
Figure
Particle Size Distribution Report
� � o00
� � _, �_ _� o 000 0 0�0
100
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
(D M N � �\' \(:� ;k Xk tk tk tk ik 7k ik Sk
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 8.4 3.6 5.2 10.5
LL
PL
0.8031
Material Description
Brown, FAT CLAY WITH SAND (CH)
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: TB-12 Depth: 6-8 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
72.3
D C C
USCS AASHTO
Remarks:
Figure
Particle Size Distribution Report
� � o00
1UU
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
_�
(D M N \ � m \ (.� � ;k # tk # � 7k ik #
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � �
� � � � � � � � � � �
� � � � � � � � � � � �
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � i � i i
i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 21.4 33.7 8.2 13.7 4.8
LL I PL
22.2108 I 11.4375 I 7.2916 I 0.9717
Material Description
Tan, CLAYEY GRAVEL WITH SAND (GC)
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: TC-02 Depth: 6-7.5 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
18.2
D C C
USCS AASHTO
Remarks:
Figure
Particle Size Distribution Report
� � o00
1UU
90
80
70
W 60
Z
LL
Z 50
W
U
�
W 40
�
30
20
10
_�
(D M N \ � m � � Xk # tk # � 7k ik #
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i
i i i i i i i i i i i i
� � � � � � � � � � � �
� � � � � � � � � � �
� � � � � � � � � � �
i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i � i i i � � i i i i
i i i i i i i i i i i i
i i � i i i � � i � i i
i i i i i i i i i i i i
� � � � � � � � � �
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i i i
i i i i i i i i i i
100 10 1 0.1 0.01 0.001
GRAIN SIZE - mm.
p�o +3„ % Gravel % Sand
Coarse Fine Coarse Medium Fine
0.0 0.0 0.0 2.1 16.3 39.7
LL I PL
0.4792 I 0.2351 I 0.1619
Brown, CLAYEY SAND (SC)
Material Description
Project No. CPY18-0359 Client: CP&Y, Inc.
Project: Fort Warth Alliance Airpart Taxiway P Design
� Location: TC-04 Depth: 6-8 ft.
Gorrondona 8� Associates, Inc.
Houston. Texas
% Fines
Silt Clay
41.9
D C C
USCS AASHTO
Remarks:
Figure
Soluble Sulfate
■
GORRONDONA & ASSOCIATES, INC.
Laboratory Sulfate Content (Tex-145-E)
Project Name : Fort Worth Alliance Airport Taxiway P Design
Project No. :
Date :
CPY18-0359
10/12/2018
Sample Location Depth (ft.) Sulfate Content (ppm)
AR-1 1-2.5 280
AR-1 8-9 40
AR-2 2-4 120
AR-2 8-9 40
AR-3 2-4 120
AR-3 6-8 120
TB-1 7.5-9 120
TB-1 9-10 120
TB-2 2-3 100
TB-2 8.5-10 100
TB-4 2-4 200
TB-4 8-9 220
TB-5 2-4 150
TB-5 8-10 120
TB-6 2-4 200
TB-6 8-10 140
TB-7 5.5-7 Below Reporting Limit
TB-7 8.5-10 Below Reporting Limit
TB-8 3-4.5 180
TB-8 6-7.5 160
TB-9 2-4 180
TB-9 5-6 160
TB-10 2-4 180
TB-10 6-8 160
TB-11 0-2 180
TB-11 5-6.5 Below Reporting Limit
TB-12 0-2 Below Reporting Limit
TB-12 4-6 160
TB-13 2-4 200
TB-13 6-8 160
TG 1 2-4 667
TC-1 5.5-7 Below Reporting Limit
TC-2 1-2 Below Reporting Limit
TC-2 4.5-6 Below Reporting Limit
TC-3 1-2 Below Reporting Limit
TC-3 5-7 20
TC-4 2.5-4 Below Reporting Limit
TC-4 8-9.5 Below Reporting Limit
Soil Lime Determination
GA Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E)
Project Number: CPY18-0359 Boring: TB-04 Depth: 9-10 ft.
% Lime By Weight Wet+tare Dry+tare Tare WC Blows LL Avg. LL
0% 11.7 8.52 0.41 391 24 39 39
0% 12.62 9.21 0.41 38.5 25 39
2% 12.05 8.58 0.41 42.5 22 42 4Z
2% 10.98 7.84 0.41 42.3 23 42
4% 11.85 8.39 0.41 43.4 25 43 43
4% 11.68 8.28 0.42 43.3 26 43
6% 12.13 8.63 0.41 42.6 26 43 43
6% 11 7.84 0.41 42.5 27 43
8% 10.48 7.41 0.41 43.9 22 43 43
8% 11.42 8.07 0.41 43.7 22 43
% Lime By Weight Wet+tare Dry+tare Tare PL Avg. PL
0% 7.02 5.95 0.41 19 19
0% 6.78 5.74 0.41 20
2% 6.83 5.36 0.41 30 30
2% 6.93 5.45 0.41 29
4% 6.58 5.27 0.41 33 33
4% 6.89 5.28 0.41 33
6% 7.08 5.36 0.41 35 34
6% 7.17 5.45 0.41 34
8% 7.01 5.33 0.41 34 34
8% 6.88 5.24 0.41 34
% Lime By Weight LL PL PI
0% 39 19 19
2% 42 30 12
4% 43 33 10
6% 43 34 8
8% 43 34 9
GA Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E)
Project Number: CPY18-0359 Boring: TB-06 Depth: 4-6 ft.
% Lime By Weight Wet+tare Dry+tare Tare WC Blows LL Avg. LL
0% 10.28 6.33 0.42 66.8 21 65 65
0� 10.42 6.46 0.41 65.5 21 64
2% 13.29 8.22 0.41 64.9 28 66 66
2� 12.84 7.96 0.41 64.6 29 66
4% 11.50 7.19 0.41 63.6 22 63 62
4� 12.76 7.99 0.41 62.9 23 62
6% 12.08 7.46 0.41 65.5 23 65 65
6% 11.26 6.96 0.41 65.6 24 65
8% 12.8 8.05 0.41 62Z 21 61 61
8% 10.78 6.81 0.41 62.0 23 61
% Lime By Weight Wet+tare Dry+tare Tare PL Avg. PL
0� 6.67 5.51 0.41 23 ZZ
0% 6.84 5.67 0.41 22
2% 6.78 5.13 0.41 35 35
2% 7.08 5.35 0.41 35
4% 7.4 5.35 0.41 41 41
4% 7.42 5.37 0.41 41
6% 6.58 4.85 0.41 45 45
6% 7.05 5.01 0.41 44
8% 6.99 4.99 0.41 44 44
8% 7.05 5.04 0.41 43
% Lime By Weight LL PL PI
0% 65 22 42
2% 66 35 31
4% 62 41 21
6% 65 45 21
8% 61 44 1S
GA Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E)
Project Number: CPY18-0359 Boring: TB-10 Depth: 4-6 ft.
% Lime By Weight Wet+tare Dry+tare Tare WC Blows LL Avg. LL
0% 14.01 10.17 0.41 393 25 39 40
0� 14.33 10.39 0.42 39.5 27 40
2% 12.24 8.72 0.41 42.4 23 42 4Z
2� 12.76 9.08 0.41 42.4 24 42
4% 12.44 8.69 0.41 453 21 44 44
4� 11.21 7.86 0.41 45.0 22 44
6% 12.02 8.25 0.41 48.1 21 47 4�
6% 12.44 8.57 0.41 47.4 22 47
8% 11.92 835 0.41 45.0 24 45 45
8% 10.71 7.51 0.42 45.1 25 45
Y Lime By Weight Wet+tare Dry+tare Tare PL Avg. PL
0� 6.76 S.S 0.41 18 18
0% 7.41 6.38 0.41 17
2% 7.19 5.74 0.41 27 Z�
2% 7.09 5.64 0.41 28
4Y 6.54 5.25 0.41 33 33
4% 6.81 5.21 0.41 33
6% 6.7 5.05 0.41 36 35
6% 6.72 5.07 0.41 35
8% 6.74 5.12 0.41 34 34
8% 6.73 5.11 0.41 34
% Lime By Weight LL PL PI
0% 40 18 22
2% 42 27 15
4% 44 33 11
6% 47 35 11
8% 45 34 11
GA Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E)
Project Number: CPY18-0359 Boring: TC-02 Depth: 0-1 ft.
% Lime By Weight Wet+tare Dry+tare Tare WC Blows LL Avg. LL
0% 13.31 8.8 0.41 53.8 28 54 55
0� 13.22 8.74 0.41 53.5 29 55
2% 12.34 8.28 0.41 51.6 25 52 SZ
2� 10.9 7.33 0.41 51.6 26 52
4% 12.00 7.83 0.41 56.2 24 56 56
4� 11.42 7.46 0.41 56.2 25 56
6% 10.96 7.22 0.41 54.9 25 55 55
6% 11.99 7.87 0.41 55.2 26 55
8% 11.57 7.68 0.41 53.5 23 53 53
8% 11.66 7.75 0.41 53.3 24 53
% Lime By Weight Wet+tare Dry+tare Tare PL Avg. PL
0� 6.74 5.48 0.41 25 ZS
0% 6.93 5.63 0.41 25
2% 7.22 5.42 0.41 36 36
2% 6.64 5 0.41 36
4% 6.52 4.94 0.41 4z 41
4% 6.85 4.97 0.41 41
6% 7.07 5.02 0.41 44 44
6% 6.84 4.87 0.41 44
8% 7.04 5.02 0.41 44 �
8% 7.77 5.52 0.41 44
% Lime By Weight LL PL PI
0% 55 25 30
2% 52 36 16
4% 56 41 15
6% 55 44 11
8% 53 44 9
GA Admixing Lime to Reduce Plasticity Index of Soils (TEX-112-E)
Project Number: CPY18-0359 Boring: TC-04 Depth: 0-2 ft.
% Lime By Weight Wet+tare Dry+tare Tare WC Blows LL Avg. LL
0% 11.91 8.72 0.41 38.4 28 39 39
0� 11.99 8.S 0.41 38.0 29 39
2% 11.38 8.15 0.41 41.7 24 42 4Z
2� 12.86 9.2 0.41 41.6 25 42
4% 12.11 8.78 0.41 39.8 24 40 40
4� 13.24 9.57 0.41 40.1 25 40
6% 13.68 9.96 0.41 39.0 25 39 39
6% 12.09 8.83 0.41 38.7 26 39
8% 12.09 8.78 0.42 39.6 27 40 40
8% 12.83 9.31 0.41 39.6 28 40
Y Lime By Weight Wet+tare Dry+tare Tare PL Avg. PL
0� 6.67 5.62 0.41 20 Z�
0% 6.76 5.7 0.41 20
2% 6.85 5.43 0.41 28 28
2% 7.23 5.71 0.41 29
4Y 7.94 6.11 0.41 32 32
4% 739 5.71 0.41 32
6% 7.78 6.OS 0.41 30 30
6% 7.08 5.55 0.41 30
8% 8 6.21 0.41 31 31
8% 7.18 5.6 0.41 30
% Lime By Weight LL PL PI
0% 39 20 19
2% 42 28 13
4% 40 32 8
6% 39 30 9
8% 40 31 9
Bar Linear Shrinkage
,
Bar Linear Shrinkage (Tex-107-E)
Project Number : CPY18-0359
Boring Number Depth (ft.) Linear Shrinkage (%)
TB-8 3-4.5 18
TB-7 8.5-10 18
TC-4 2-2.5 13
TC-3 2-3 12
TG1 5.5-7 18
AR-2 9-10 14
TB-10 6-8 16
TB-7 2-4 18
TB-12 2-4 19
TB-4 4-6 13
TB-13 6-8 13
TB-5 8-10 13
TC-2 2-3 11
AR-3 8-9 13
TB-6 6-8 20
TB-11 2-4 13
Proctor and California Bearing Ratio (CBR)
Gorrondona Engineering Services, Inc.
� 4641 Kennedy Commerce Drive
Houston,Texas 77032
Phone: (281) 469-3347
Client: C00❑
Project: CooCB-OoCB
Project Number:
Test Date: 10/08/2018
Report Date:
Report Number: 36
PROCTOR / PLASTICITY INDEX
Services: Obtain a sample of material from the jobsite, bring the sample back to the laboratory and perform a moisture
density relationship test in accordance with ASTM Standards.
Proposed Use: Paving Material Preparation: Wet
Rammer Type: Mechanical Material Description: -#200 =❑❑%,
Source of Material: On-site Dark ❑rown, CH ❑❑m❑d
Test Method: ASTM D-1557 - B
Liquid Limit: 58
Plastic Limit: 20
Plasticity Index: 38
Sample Location: AR-1 and TB-1 (0-3 FT.)
F�DL�V �L11V�
6�°!0
� B 1 °io
�
�
� 60°16
�
0
� 59�6
�
�
�
� 5S°Io
�
57°!0
10
Gorrondona Engineering Services, Inc. - Texas Board of Professional Engineers Firm Registration No. F-17076
LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation
in quality (composition, appearance, performance, etc.) or any other feature of similar subject matter provided by persons or conditions over which we have no
control. Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written
approval of Gorrondona Engineering Services, Inc..
Page 1
Maximum Dry Density (pcf): 107.0
Optimum Moisture Content (%): 16.4
�,,.,, n�. v..�a� r� �...., c..,,..�r�,. r_..,.,�r., i.,��� �,,,..a� —
'l5 �0 25 �0 3� 40
�Ll�T1�Ef �� ��OWS
100
80
.�
Q
d 60
c�
c
�
y
.�
N
�
c
0
+�
� 40
�
d
c
d
a
20
0
3.8
�
0
� 3.3
m
U
2.8
2.3
56 blows
56 blows 56 blows
103.6 104 104.4 104.8 105.2 105.6
Molded Density (pcf)
5
4
� 3
0
G1
3 2
�
1
0
Penetration Depth (in.) Elapsed Time (hrs)
Molded Soaked CBR % Linearit Max.
y Surcharge
Density Percent of Moisture Density Percent of Moisture Correction Ibs. Swell
0.70 in. 0.20 in. ( )
(pcf) Max. Dens. (%) (pcf) Max. Dens. (%) (i��) (%)
1 0 104.2 97.4 16.0 104.2 97.4 23.2 3.9 3.6 0.000 10 0
2 0 104.0 97.2 17.5 99.4 92.9 24.0 3.2 3.1 0.000 10 4.6
3❑ 105.0 98.1 17.6 100.7 94.1 22.3 2.9 3.1 0.000 10 4.3
Material Description Max. Optimum
USCS Dens. Moisture LL PI
pc %
Dark brown, Fat Clay w/ sand (CH)
CH 107.0 16.4 58 38
Project No: CPY18-0359 Test Description/Remarks:
Project: Alliance Airpart Taxiway P Design Composite Sample
Location: AR-1, TB-1
Depth: (0-3.0) ft.
Date: 10/17/2018
BEARING RATIO TEST REPORT
ASTM D1883-16
BEARING RATIO TEST REPORT
Gorrondona & Associates, Inc. Figure
Gorrondona Engineering Services, Inc.
4641 Kennedy Commerce Drive
� Houston,Texas 77032
Phone: (281) 469-3347
Client: C00❑
Project: C �C�-ODL9
Project Number:
Test Date: 10/08/2018
Report Date:
Report Number: 35
PROCTOR / PLASTICITY INDEX
Services: Obtain a sample of material from the jobsite, bring the sample back to the laboratory and perform a moisture
density relationship test in accordance with ASTM Standards.
Proposed Use:
Rammer Type:
Source of Material
Paving
Mechanical
On-site
Material Preparation: Wet
Material Description: -#200 = 89%,
Dark Brown, CH
Test Method
ASTM D-1557 - B
Liquid Limit: 55
Plastic Limit: 20
Plasticity Index: 35
FI�V� Cur�r�
�
� ���
�
�
�
�
� ����a
0
U
�
� 5d�o
�
�
53°fa
10
Sample Location: TB-4 and AR-2 (0-3 FT.)
Gorrondona Engineering Services, Ina - Texas Board of Professional Engineers Firm Registration No. F-17076
LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation
in quality (composition, appearance, performance, etc.) or any other feature of similar subject matter provided by persons or conditions over which we have no
control. Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written
approval of Gorrondona Engineering Services, Inc..
Page 1
Maximum Dry Density (pcf): 106.9
Optimum Moisture Content (%): 16.1
7arn Air \/niric Rnrva - Snacific C;ravit�i faccnmaril =
15 �0 Z5 30 35 44
Number of Bl�w�
BEARING RATIO TEST REPORT
ASTM D1883-16
���
80
.�
Q
d 60
c�
c
r
y
.�
N
�
c
0
�
� 40
d
c
a�
a
20
0
0 0.1 0.2 0.3 0.4 0.5
2.55
�
0
� 2.4
m
U
2.25
2.1
56 blows
56 blows
104.125 104.15 104.175 104.2 104.225 104.25
Molded Density (pcf)
10
8
� 6
0
G1
3 4
�
2
0
Penetration Depth (in.) Elapsed Time (hrs)
Molded Soaked CBR % Linearit Max.
y Surcharge
Density Percent of Moisture Density Percent of Moisture Correction Ibs. Swell
0.70 in. 0.20 in. ( )
(pcf) Max. Dens. (%) (pcf) Max. Dens. (%) (i��) (%)
1 0 1041 97.4 14.9 100.7 94.2 231 2.6 2.5 0.000 10 3.5
2 0 104.2 97.5 14.4 96.8 90.6 23.4 2.3 2.2 0.000 10 7.7
3❑
Material Description
Dark brown, Fat Clay (CH)
Project No: CPY18-0359
ProjeCt: Alliance Airpart Taxiway P Design
Location: TB-4, AR-2
Depth: (0-3.0) ft.
Date: 10/17/2018
Max. Optimum
USCS Dens. Moisture LL PI
pc %
CH 106.9 16.1 55 35
Test Description/Remarks:
Composite Sample
BEARING RATIO TEST REPORT
Gorrondona & Associates. Inc.
Figure
Appendix D - Aerial Photographs
�
�
0
`.
�
i��i
r+
Z
O
C'�
�
�
N
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
O
r�-r
�
X
�
�
�
�
�
(�
�
o�o'
�
�
r
/.
r 'c\RP .
.. _ �� : �.}-.., . . . -_= � . .,.
• ���,rr' � �"�' � - 'a�:
- - - �
�
_ ,� - -
. --=�.- ��i � ..� . .y
'+ ..�� i :� '� S ,L _
� } - ,� ,� .l� �.�
. , ,,;� �r._
�'� . �� ��
-� - �� r.T. . i:.f5. y�. . : •i—:-1
_,�_� �:.1.�
I ' . . , , ,+�. � - � —• ; ,�r . ,. �.� �r � y,� .�r
i _ �, r �•���„i�' ,.:1' - !��V "��
�..�: � .r
� -� � �. �.�� �'� �.. . ,
4 � �+��- `j � ,�
.rn y�rrt� �
■rrtrrFcr� A. � i ' �
� j�; �� �''�i'�.
� T
t.� � `1'' = :. � � _
� •�� � ` � .•`��• k y� . . ,.' e '
..�.5':. �:� l '. � � � � � �
+ f 1� �,, s] . . �'�,
� �•r f-_ .� � _� �:
��' ��. -.. . - . - - _ . .
� � �
, �. t _ .�.+• �
�
_ .r,V.5t4 - __�....—,
. ' �..
D
m
7v
D
r
�
2
�
�
�
�
D
�
_
1
N
O
N
00
�
�
o�
�
r+
Z
O
C'�
�
�
N
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
�
�
0�.1
X
�
�
�
�
�o
�
o�o'
�
� �
/ r
� T
*� � � � ��
. _
---- - - . �`�`�, " � - - --
.I°•�� �� ;� � - ���: �
_ — - . �'�, , _ _ . ' �,-.
. - � �' �+ y .. �'_
� '� � _ • •• , �: ' ; :.�`?�' '
� �z � - - __ � _ .Y_ _ - _ . -. � _ . �
;i": y� '+ww.- � •- .. �._
�. �;: �. s:,,F—.� .:����^--
-- _-•-__ ���-c.v� •�'"..-'."-' - �- -� - .a....r=_._.-...r
-. �"a
-- ,-r - - - - �
-� - y - a,
i �4
•-- c7
�.-,..��� _ --- ._ _ .__ ya;
� _
- --. — -:�s: . . _ .x- .
,;
; '. �. � � .
'. ,
�;• �. . - . , " �-�
+ ` � . :� .
, � ���,•; ■ ` � � f�,"., � � . . . ` - , -
� .' �' _ �� a• . ►' ... - .`, . `�*�.��� �.
. y # _,,,,,,,,_ � ` �;:. , �,_.,..;,..r--
� �• �L��v��`� �. ' i ',f r' � � i
� - �. i J�. ++�a,� � '
.n�=` L.
�
;��� t.
,�;� ' �w"wlpr F ��.
��_•-,....rc•. x�� v�l�
� ..,- ._ .. i y �
�' - . �' "., .4 � ' ' � ... . ri� •-� + �w
a� . ,� ' . s r ' r � r [ �. • ':� '- , i �r,.►s ,
� �� .,�,�� -: �.�.� �.`�L .,
A�� • i r 1*� I��tT� 4;:. .� ti��' • �
•��� ' 1,�,� [lY� .�� _-
'�� '` �' .
, � +_ :{ {� �'. � :� :
.-
te� "7�.. r:f..• .i F-. _ .�
-•. �� 'f � � .� �r .} �• 4.. �; �� ' .1: I .
� y -. � ' � .�IE ��"� � ' 4 , '
..__ � . . � i_ +�_ •'�:�1'1'r� �� {.�` �� •.. -w�
D
m
7v
D
r
�
2
O
Y /
�
�
2
�
N
O
N
01
�
�
o�
c�
r+
Z
0
C�i
�
�
�
�
0
w
�
�
D
v'
�
n
�
D
�'
�
O
r�-r
�
X
�
�
�
�
�
fD
�
o�o'
�
., ;
;`
g,tiz �"` '.'� ; -- � _
■� ���� :� � � � � �l
' 1 .. - - - 'a � �ay{��!�.�R.:�.: '" �', '.
.,. • � 1' � `r� . -• - �' ��...9+":'.�- f; f - : F Ip� .
'flri!'•'^. . 9 � - f� • { � : J .
- �. s �
_ ;'
.r. ,� _ _ _ _ ._ .____ . - - -- .� . _ _ . . �
f:,: �- �:- _ ; . . , .
_f
_ �. a,y
�; �� : �
. r.
� .. _
.
� ��- � i
+�
,�.��, _
f
k. . .
�,:... '�-
E �
-- - �r�
A :+s �Mr
� � il�r;�
,'? .
_, ,
� r,
����r
ra �■
� �
�� �L � � +'ir
'r!!lr�+�,:�
��[�
r�
�x�-s -
' _ � �
�
• �
'� `s �
� -
D
m
7v
D
r
�
2
�
�
�
D
�
_
N
O
N
�n
� J, - --- - - - -_ . . . � � - -� _ �-�-_�r�
_ �• ;.�--
- -.- �
�
�
O
fD
c�
r+
Z
O
C'�
�
�
N
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
0
�
�
x
�
�
�
�
�
�o
�
o�o'
�
l j
►
//i
rt .�� -
� �" �
�-
—
��
�: .� �� � - -. �
� . .. . - - - . -. _ _ ,- __ _ _
. i r .I.. � I�. � .1�...L_ 1 l � � _ _
' , � L L .R I
� A _ '`I ,
' - _ A : l : ..
• 5 _ . i l � � L . . i i � � � '
- . _ . .� ?. . �, - • � - �
�
m
7v
D
r
�
2
O
O
G�
70
D
�
2
�
N
O
N
W
-a.== ---�_ _�,. �-.�-_--.,.�-Y.�
�
�
fD
�
r+
Z
O
C�
�
�
�
�
0
W
�
�
D
v'
�
n
�
D
�'
�
0
�
a�i
x
ai
�
�
�
�o
�
o�o'
�
/
/ F
�• ��
.,
� . ��;'
�},s � � ��-� ;; __
.���� � � , .. �
�
- • �=— �-�..�. �,
.; • _ - ..
���
� _
� • - . = s.
�; � - �
+ - _ - - _ - --
� - -
o' - -
�
!�'"i.. €... � ��
_ 1 � �� . � •__ . .
i: � ►� � � � t" � ,,s � ' '� �'� � �
' � �M� °:��_ '�� a a .�. .. . . - _ . " - _ - -
.. .,,,� � - b YP � t'
- - � �.� . }�i. .
- �� i � �►.•1� � i •���
.R'��e,.:i•��� �
�a, � �
�
��4 � �
_ '� YM . � _ - � _ _
��
� - _ - - � � •
n
m
7v
D
r
�
2
O
�
70
�
2
�
N
O
N
N
ir ..,, -:
� � � �
--, : � ��.., � - - �
, � . . , �,� ' ��
•_ �1 t'� �: *�#.A� `;
� � ,.. ,
�
�
��
c�
r+
Z
O
C'�
�
�
N
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
0
�
a�i
x
�
�
�
�
�
�o
�
o�o'
�
�
�_-=-
,,
, � �
`'a _
- r. -
,:- _
_* ', t ,_ _ . - `�.
c.� s
;
, •
�
�; . . ti
��..��?.. . �'!�' .• � . ._+Fs.'��� .F _ .
� � 't+ � N �� }.S'. + ` . } . . �a����.+t�f * �
� - • �--' w .. ~ - �` - � s _ ^ ����-
�� � � w r �"" " . ' 4 1. � ���
i . � , � • ' ' �g� „
_ ��� 1s`�
�:� - . . �� �;�
,� w
,� �
t
` -
i ,
� '� � �Ak -�' � � i ti 7 . :�
� I� ' �'�
. � �.� � '■ �. .
`' g �
l � �' _' � ��r` -
; - -� ,A y �� 1 :S� j � ��'
. -��- �'`. . _ �. � � �� , �' � _ �
D
m
�
D
r
�
2
O
�
70
D
�
2
�
N
O
O
l0
� }` , -
��•�� _ �-�"_ - - ��. �� ��+,1�` � � � �
_ -_ __ _—:-�.----�-
� _
�
�
o�
I�i
r+
Z
O
�
�
�
�
�
0
w
�
�
D
v'
�
n
�
D
�'
�
0
�
a�i
x
ai
�
�
�
�o
�
o�o'
�
�
r
i.
' 0� � � � � � �
��e
�-;. /-��� � . � . __
� - � . � i _��
�- "_ `5
"' 's r�. ''�`�' -
� �� :� - - �s _��'��:,
� ��
��,
�
�'
.�
�
� � `r''�' - �� =-- . '�
� ,� ,
. � �r
f� ...; -
. �. _h S� �� .
_��
�
�
�
�
- - .�=�
_ �
�,� °''
- �,
� �
_ - �:�.r. -- —
..�-...�--_-. • °, _
�
�
� � . , ._
� ` w
i� _ _ -- -• �ae'� �
�`�+� � !� -, � �•� � '�'� � �
, ,•
_ �� � �1+ �� .r } � . .? �,� _,
_ l - �4°1�� � —
�y . � • I " � y .� ��
' t i � • 1 1� ��� .
�. : F
�� �
y'!'! �
+�`"
�� � � .� �� -��
�.- �
~ti. � ��� •- � � � �`..
� .n
� I'.- r� �` 41'.
D
m
�
D
r
�
2
O
�
70
�
2
�
N
O
O
00
�
�
�•
i�i
r+
Z
O
n
�
�
N
�
0
W
�
�
D
v'
�
n
�
D
�'
�
0
�
�
x
ai
�
�
�
�
�
0'4 �
�
,
r
/.
� � �f�
■
• � .
�• _ :
' f , ' � :�r
. f .�'=�.� . � -_
', � � --
_� _ -�..�- � - , r
:r��-,•? '� r. � " *-'"�;;f-^`
wR �
_��:: ��� ���- - . u:t �►
r�;�- � -� . � , � �- �-� � _
�' �� �
7 � i +-Y
. �:h��r.,
s� w',�.
_ :.
�. . _.
_ y+�? ��` ti �
��' •fi '} �.K�` F' S+ ,
�� � i ���:' ..�T
� ic�, •:r�ir'�
��r,�
. ,�
� : • ..
i� •�'
�, •• _ .
' �.
�
t ri!
��.�� �����__-
.-- .� ��_._--r�
t
�;'4'S'��� �A,
, � ��ri ` � i'.
�. .:--__ ��
�
� �
��. -
J�. � '
� � � - - - � _. ..:�=�
� *- _ ��.: ..r=� �'' ' ' ��,
�--. - - - � _
'- vY - �� _ -s: � � - . - -
_�":� - _ ;• * o. _ :.�* ; _..
.r . -
- - � . � . � . �' - � ''� �`k a�r�rrrr
� _.� _ O
- :,�.�,e'',�.e ,� - � � - "a:-� .�
I `,.�T . �- 'y '�`:: •. _�- -„�h;� . . - rti,r . _ -' .
_--"�_ _ -�
_. � �' ---"�- -•.
_ , �, ;
�' ' r•�� b � 4�
� . . . ._ .. • • ''
� � . ' � ' F' � �. i �, r „� ,
, ,� s; �, aup.�..�..« — �' �. �
� •�� � _- , ., .�.��� � -�
�..., �'T„��_..
`�� ' � • � � . e � -� ..R.. � ��R��� ., .�. .
� � x� � y. �` � f �'!I �• �~ ,; S�H �
^ . _-_. •+V�• Jy. �� � . , � -F��!
o -r . r-.� ,. , � �' _ - '.. � . . . .
. '� � "'_ 's.i j! _ . .� �•'1
� � .
.- � 1 - � i!�. �
;�� �- ' � ; =
_ �? �
� ; -
} r �, � L� = � _''' rt.
m
7�
D
r
�
�
O
G�
70
�
_
1
N
O
�
(J1
�
�
o�
�
r+
Z
O
C'�
�
�
N
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
0
�
�
x
ai
�
�
�
�o
�
o�o'
�
� ;
.
i.
� � .. __ � � � ��
s �.,
�_ - `_ �^��
T '-�„ ._ - �,, ;F� . . -. -
_ � ; _ � - • _ .. _ �
!:; � -
�` r" �
�: �, �
,
L
� �
�
�='.,-'""��_"
.,:,_
�, • ,
� � - - - --- �
�
� I �
'�
�* O ��. i� _ � �.yw
_ �
t �
0
. _ - r�� �
�= a
� �
���.
�
r
:w
i
�
� �
�
�
�
�
���� . ��
� �,��_ �.�
- � �.��. �
. ��,� , ��� �
� .��,
�
m
7v
D
r
�
�
O
�
�
2
�
N
O
O
W
�
�
�
0
o'
�
r+
z
0
n
�
�
I-�
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
0
�
a�i
x
ai
�
�
�
�o
�
o�o'
�
� ;
.
�.
1 -
• - �� � ti: - j��.�-.= -�� _ �-r, � .
� " �� � ��. . .. . �� ,:��` ..�•_ _�,.
- �, _ .. =u ' _ .. �-"-
.� ' -.�'.. . .� - . - - .." F _x�� .. ?'�-_ :-��,�{t� ••- - ��.:� `���'�•�° �
�� �• , , M . ."� � - - -- �rF .� -
_�„y__--_.
:��''�' "�
; r y
�','! " •- � - -- . �
� . . . .
� ��
�
t�
,u, �.-. _ �. ���
,�
�- a.
� '_
��
..ti ..�. _ - o — - -
� �
��
���.
�
m
7v
D
r
�
2
O
�
70
�
2
�
N
O
O
N
�
�
�
o�
�
�
z
0
n
�
�
N
�
0
w
�
�
D
v'
�
n
�
D
�'
�
�
r'h
0�.1
X
�
�
�
�
�
�
N
�•
�
,
;, `
� �.
�
�
I•.
.
tl �
�� I
_ a '-`:-_�_.� ��.'M:... ____ � .-. _1 _ � �
� .�
�
� ..
- �
�
�.��. -- ��. 1
� �
��. ���
- � �
I ��"
� . •�.�
_. '•� �`•R .
S
{ � .�
r_ ,
. ;
. ;
. .�
. .
�.�►.�
D
m
7v
D
r
�
2
O
Y /
�
D
�
2
�
��"/�.�
.W^
■W�
V ■
Appendix E- USGS Topographic Map
�
�
��
�
�
z
0
�
�
�
N
�
�
W
Cn
�
D
v�
�
n
�
D
�
�
O
�
x
�•
�
�
�
�o
�
o�o'
�
�I l�
��
, � `� ��
� - ��
��� ���- .`� :`_��
.-,� ,,� .� •
.�
,,
�f , `
� ,
�� 1
�� , ,
� b 1
� � i
� ',� ' li �
� ���'i l .3 �'
� �� J
�� �
�. ..-� ' � � �
�,� � -:� `� �u
��
a
t. �
. �
. � 4 � �
/
t r
' � �►d � y
� ���
� � . - ��' ,i
-. .��� �.-
�� � Y I� .
�a + �
n � � .
, �I.t J
i� (�
�
�
`f: f
', �
r
.i. ._ ._ i
��
G�
..
. � �
�' � � � �
■ � ,r � �
i � `� �
r � Z;��` _ �
�r � ��. f
r �� , ,�
� � �r�
.� �� ���
, 1 R �
� na
L ;:
- il •
��.
r�
4'il
�= �
a�
� � �
c�.
c
�
� �,
� � ��
;
,
- �,
� 1
� � j ��
�' r � I �.
_ � - '
i� �
P r��
�,,.,_ � � .
� � � j �:
�
� �
�
r
�
�
a
Q �
a �
�*
� �
�i �
.f �
�� �
1 �
j
�
�+I' �
II � �,■
l�i _ ---,�
�
� ��
1!
��
� � - ---� _• .
� i �� _ ��''.
� ._
;� ;:
i� �.��.- � _ . -
.� ' 1 '
���� � _�: � �
� '
i ., �
�
.�� �
� _ � �� � �` ' .- -
�' �� ' �' . � ,
—��,, isr'•�
� � � �
� � �� Y � r
� f� �
, � �
� ,
;���� ; � �� -�- ;�'r
�� � �
!, J
S. � S
�il��. ��.�,L� -. ,�.�.
� S�r _ r --' . . . �f
�Cif
�
�
�
�
D
�
A
�
�
Appendix F - Geologic Information
�
�
o�
�
r+
z
0
n
�
�
I-�
W
O
W
U'I
�
D
v'
�
n
�
D
�'
�
0
�
�
a�i
x
��
�
�
�
0
�
�
o�o'
�
�
.
�
�
.
1��
� ��
� �
�
.._ +.�s. _..... , r - "r�
�
fiy{
�"�
�
;�
��.
� ��; � ti ` :.:��.��i;a
_ - �,o.
aY
�;( �` �
�`' �;
,�
�e�iRr,� :�.s
��
_ '��
;:
N
�
�
� � �
�
m
�
r
O
G�
C'�
D
�
D
N
(https://www.usgs.gov/)
Mineral Resources (https://minerals.usgs.gov/) / Online Spatial Data (/) / Geology (/geology/)
/ by state (/geology/state/) / Texas (/geology/state/state.php?state=TX)
Pawpaw Formation, Weno Limestone, and Denton Clay, undivided
XML (/geology/state/xml/TXKpd;O) JSON (/geology/state/json/TXKpd;O)
Pawpaw Formation, Weno Limestone, and Denton Clay, undivided
State
Name
Geologic
age
Texas (/geology/state/state.php?state=TX)
Pawpaw Formation, Weno Limestone, and Denton Clay, undivided
Early Cretaceous
Lithologic Major
constituents Sedimentary > Clastic > Mudstone > Claystone (Bed)
Minor
Sedimentary > Carbonate > Limestone (Bed)
Sedimentary > Carbonate > Marlstone (Bed)
Comments
References
NGMDB
product
Pawpaw--calcareous marl, near middle soft ledge-forming limestone bed, unit as a
whole recessive; thickness as much as 10 ft, thins southward. Weno Limestone,
some very thin marl interbeds, thin to medium bedded, white to grayish yellow,
basal 2-4- ft-thick resistant ledge forms uplands; thickness 6-45 ft. Denton clay
alternating clay, marl, and limestone. Thickness 6-25 ft thins southward.
Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of
Texas, Bureau of Economic Geology, University of Texas at Austin,
scale 1:250,000.
Bureau of Economic Geology, 1992, Geologic Map of Texas:
University of Texas at Austin, Virgil E. Barnes, project supervisor,
Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000.
NGMDB product page for 68390
(https://ngmdb.usgs.gov/Prodesc/proddesc_68390.htm)
Counties Cooke (/geology/state/fips-unit.php?code=f48097) - Denton (/geology/state/fips-
unit.php?code=f48121) - Grayson (/geology/state/fips-unit.php?code=f48181) -
Tarrant (/geology/state/fips-unit.php?code=f48439)
DOI Privacy Policy (https://www.doi.gov/privacy) � Legal (https://www.usgs.gov/laws/policies_notices.html) �
Accessibility (https://www2.usgs.gov/laws/accessibility.html) � Site Map (https://www.usgs.gov/sitemap.html) �
Contact USGS (https://answers.usgs.gov/)
U.S. Department of the Interior (https://www.doi.gov/) � DOI Inspector General (https://www.doioig.gov/) �
White House (https://www.whitehouse.gov/) � E-gov (https://www.whitehouse.gov/omb/management/egov/) �
No Fear Act (https://www.doi.gov/pmb/eeo/no-fear-act) � FOIA (https://www2.usgs.gov/foia)
(https://www.usgs.gov/)
Mineral Resources (https://minerals.usgs.gov/) / Online Spatial Data (/) / Geology (/geology/)
/ by state (/geology/state/) / Texas (/geology/state/state.php?state=TX)
Fort Worth Limestone and Duck Creek Formation, undivided
XML (/geology/state/xml/TXKfd;O) JSON (/geology/state/json/TXKfd;O)
Fort Worth Limestone and Duck Creek Formation, undivided
State Texas (/geology/state/state.php?state=TX)
Name
Geologic
age
Fort Worth Limestone and Duck Creek Formation, undivided
Early Cretaceous
Lithologic Major
constituents Sedimentary > Carbonate > Limestone (Bed)
Minor
Unconsolidated > Marl (Bed)
Unconsolidated > Fine-detrital > Clay (Bed)
Comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed;
marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay,
calcareous, in units 0.1-5 ft thick, forms low rolling hills. Thickness 25-35 ft. Duck
Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness
25-30 ft.
References
NGMDB
product
Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of
Texas, Bureau of Economic Geology, University of Texas at Austin,
scale 1:250,000.
Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of
Texas, University of Texas, Bureau of Economic Geology, scale
1:250,000.
Bureau of Economic Geology, 1992, Geologic Map of Texas:
University of Texas at Austin, Virgil E. Barnes, project supervisor,
Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000.
NGMDB product page for 68390
(https://ngmdb.usgs.gov/Prodesc/proddesc_68390.htm)
Counties Cooke (/geology/state/fips-unit.php?code=f48097) - Denton (/geology/state/fips-
unit.php?code=f48121) - Grayson (/geology/state/fips-unit.php?code=f48181) -
Montague (/geology/state/fips-unit.php?code=f48337) - Tarrant (/geology/state/fips-
unit.php?code=f48439) - Wise (/geology/state/fips-unit.php?code=f48497)
DOI Privacy Policy (https://www.doi.gov/privacy) � Legal (https://www.usgs.gov/laws/policies_notices.html) �
Accessibility (https://www2.usgs.gov/laws/accessibility.html) � Site Map (https://www.usgs.gov/sitemap.html) �
Contact USGS (https://answers.usgs.gov/)
U.S. Department of the Interior (https://www.doi.gov/) � DOI Inspector General (https://www.doioig.gov/) �
White House (https://www.whitehouse.gov/) � E-gov (https://www.whitehouse.gov/omb/management/egov/) �
No Fear Act (https://www.doi.gov/pmb/eeo/no-fear-act) � FOIA (https://www2.usgs.gov/foia)
Appendix G- Unified Soil Classification System
�JNIF�ED �E}�� �LA��IFI�ATI�hi �1��TENI
LABORATORY �LASSIFI�J411�M �RIT�RIA
L} C�
� ry'� t]:9' �3'. # ' — � �=ti�344'v'� � �3'�G �
5��5' ' L� 10 v{ � �1r� f
�a� '�?, T4�T7.7• {f,7b];45�b3�fTl9l=�f7' �'
vi1 ��IG.^.qf� �!'!1liaQu7�4'�0. �yh'U ?X ��17 5Y� i'.I.]O:iY+JDI
�il� S F'.I. '�L' �7' Z
+G dld � aE 41Jda'�:fC ��C/J S
�7o�auy irn��o-�ra'1�' .oq.i��g •�oa�4.�y s�►n�as
_�• nawri "�.I. �vaao�"_iai f
C5 D
u� - � �aasr �s� � w{ - � 3a:wx.� I a-�c� :
'x� GiG d14y�
yG Nff•raaen�7t'Sada�aiv7�rrr�en��a-'u`.Y
� ��so� a.r�haavr�- ��_ }c�-.� , svdcam,`,
na ff �.I. x�ss � � �x _i �.i. �a�,r•xr� = ai�i � :i�
A�[,-�o � I r 4 y'. rcn+a 'A' �`4�s-r� a c s� v71 •�7 �:a
" �novnul �oa»-7i�riF ��,us•�?�oG
]aaQ Yrr.s x��r.xpc o' �-1G a-c {��.o �-� a� i.� a a.rx. 7c.1-.�x.�
�ri }4�9P':�.}X�J'T'r}: � �f-'h}'�'Tti•fi' :.}'.Ac4 7,F} �Gr4 7�P:
�76} ;OS�:1C4 70.L �S�G {'C:'�i6C SS b flrC
L•: �TriSFK�C4'f. """""""""""""""" GW,fa�$W y=
h�'oma'S12paccvr. -•--•-------------•------------�M •3G'_?L! SG
: x.: 17 ]+YC �Ci[ - -- - -- - • - - • - -- - -- '-PCh+i'i3 mi 9G +{•7J "• ti] 7Si '7r -�74i
I�LA ST I�ITY � HART
; x�
��
�
xW �.1
G
� 3]
�
� �
r
� IU
�
TE�I� OES�RI�IN� SOIL ��NSI�TENC�'
=�r� G�;�ned Soils �.:rlarse Lir:�ned :�a;s
�e�retrame�r Fen�r.�tfln F2�sistir.cf
a�cri�ton Readin� ftsl •;blc+xr�Y?�i C�escri�tia� Re�atve lensikv
� C C�0 1_C � ta -� 'J�ry Lc�s� � ta �J°6
Frm 1_C� 'c 1 F � Ga 10 Loas�z 20:a�{�'k
S�ff *.5 ta 3.0 '� io 3C hFad��,m �ense �u -o- Ft��
'V c�y vt� 3. � ta �.h �� ta 5G Ders� 70 ;4 90�i
� ar� 4.:�+ �rer � '4+ery 1ens� � ta - �C36
,� .
rJ �'1 �� !1 � 'la GrJ fU +�G r.7 Irhl
L Y?LIFQ iP11 IT �L U� I