HomeMy WebLinkAboutContract 41732-
---
__ CONTRACTOlt
V ::::v-lONDIIQ-~. FORT WORTH
__ cnv_Oflll:I ' ~ ~
---------r--I---
CITY SECRETARY
CONTRACT NO . g ] ] 3 )<
--'". FU COfll'I
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
FORT WORTH ALLIANCE AIRPORT
RUNWAY EXTENSION PROJECT
EARTH WORK PACKAGE 3
Michael J . Moncrief
Mayor
FAC GR 14 541200 055218451800
CITY PROJECT No. 00960
January, 2011
Kenneth L. Penney, AAE
Director, Airport System
PREPARED FOR:
The City of Fort Worth
AECOM USA GROUP, Inc.
TBPE REG #F-3580
Dale A Fisseler, P.E.
City Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
M&C Review Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCI L A GENDA
FORT WORTH
~
COUNCIL ACTION: Approved on 4/12/2011
DATE:
CODE:
4/12/2011 REFERENCE C-24864
NO.:
55AFW RWY EXT
LOG NAME: EARTHWORKS PKG 3
CONSTRUCTION
C TYPE: NON-PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize Contract in the Amount of $2,202,695 .50 with Mario Sinacola & Sons
Excavating , Inc ., for Alliance Airport Runway Extension Project Earthwork Package 3 at
Fort Worth Alliance Airport (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with Mario
Sinacola & Sons Excavating, Inc., in the amount of $2,202,695 .50 for Alliance Airport Runway
Extension Project Earthwork Package 3 at Fort Worth Alliance Airport.
DISCUSSION:
This project was advertised for bid in the Fort Worth Star-Telegram on January 13, 2011 and January
20 , 2011. On February 17 , 2011, the following bids were received:
Bidders Amount
Mario Sinacola & Sons Excavating , $2 ,202 ,695 .50
Inc .
T.J . Lambrecht Construction , Inc $2,303,641.25
Weir Bros , Inc $2,636 ,621 .00
AUi Contractcrs, LLC $2,833 ,505.25
Conatser Construction TX, LP $2,835 ,951.25
EAS Contracting, LP $3,364,949.00
Phillips & Jordan, Inc . $3,390.674.93
Earth Builders , LP $3,417,623 .75
DCI Contractino, Inc. $4 ,435 ,375 .00
James Construction Group , LLC $4,490 .653 .65
Time of completion: 180 calendar days .
Staff recommends that the bid submitted by Mario Sinacola & Sons Excavating , Inc., be selected and
that the contract be awarded to Mario Sinacola & Sons Excavating , Inc.
On April 8, 2008, (M&C G-16106) the City Council approved the City Manager to accept, if awarded,
a grant from the Federal Aviation Administration (FAA) for the runway extension project at Fort Worth
Alliance Airport. This grant was awarded on April 20 , 2008 .
The work includes but is not limited to : Clearing and grubbing, striping of top soil, embankment,
grading and drainage , gas well access road relocation, major drainage structure installation to include
headwalls and gabions, culvert installation including headwalls, seeding and fertilizing, electrical duct
bank and conduit installation , directional boring under existing roadways and
electrical/communication manhole installation .
http://apps.cfwnet.org/council _packet/me_ review.asp?ID= 15079&councildate=4/12 /2011 4/15/2011
M&CReview Page 2 of2
The City reserves the right to increase or decrease quantities of individual pay items within the
contract provided that the total contract amount remains within plus or minus 25 percent of the
contract award . This project will be paid for with 95 percent FAA Airport Improvement Program Grant
funds and the five percent match is provided through land credits, therefore requiring no local dollar
match.
DBE -Mario Sinacola & Sons Excavating , Inc., is in compliance with City's DBE ordinance by
committing to 20 percent DBE participation on this project. The City's DBE goal on this project is 20
percent.
Alliance Airport is located in COUNCIL DISTRICT 2 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget , as appropriated , of the Airport Grants Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
GR14 539120 055218265800 $2 ,202,695 .50
Fernando Costa (6122)
Kent Penney (5403)
Ruseena Johnson (5407)
Patrick Buckley (2443)
Alliance Runway 16-34 Extension MAYOR AND COUNCIL COMMUNICATION MAP 2 2011-
02-14.pdf
http ://apps .cfwnet.org/council_packet/mc _re vie w.asp?ID= l 5079&councildate=4/12 /2 011 4/15/2011
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
to the
Specifications & Contract Documents
For
RUNWAY EXTENSION PROJECT
EARTHWORK PACKAGE 3
CITY PROJECT NO . 00960
Bid Submittal Due Date: February 10, 2011
Addendum No. 1 Issued: February 03, 2011
The Specifications, Contract Documents and Drawings for the above mentioned project are
revised and amended as follows:
SPECIFICATIONS AND CONTRACT DOCUMENTS:
Bid Opening Change
The bid opening date is being changed. Submit package to City of Fort Worth, Purchasing
Division, in the lower level of the Mun icipal Building, 1000 Throckmorton, Fort Worth, Texas
76102 until 1:30 P.M., Thursday, February 17, 2011, and then publicly read aloud at 2 :00 p.m .,
in the Council Chambers .
02 -Front End Documents
1. NOTICE TO BIDDERS -Sealed Proposals for Fort Worth Alliance Airport Runway
Extension Project, Earthwork Package 3, City Project No. 00960, addressed to the City
of Fort Worth Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas
76102, has been revised and proposals will be received at the Purchasing Office until
1:30 P.M., Thursday, February 17, 2011 and then publicly opened and read aloud at
2:00 P.M . in the Council Chambers .
2. COMPREHENSIVE NOTICE TO BIDDERS -Sealed Proposals for Fort Worth Alliance
Airport Runway Extension Project, Earthwork Package 3, City Project No . 00960,
addres sed to the City of Fort Worth Purchasing Div isi on , 1000 Throckmorton Street,
Fort Worth, Texas 76102 , has been revised and proposals will be received at t he
February 3, 2011
Addend um No . 1
• '
( ',
Purchasing Office until 1:30 P.M., Thursday, February 17, 2011 and then publicly
opened and read aloud at 2:00 P.M. in the Council Chambers.
For reference, a PDF version of this complete Addendum No . 1 has been placed in the
Addendum No. 1 folder for this project in Buzzsaw .
This Addendum No . 1 forms part of the Specifications & Contract Documents for the above
referenced project and modifies the original Specifications & Contract Documents of the same .
Due to the weather this past week an Addendum 2 will be issued next week by Tuesday,
February 8, 2011 to answer questions raised at the Pre-Bid meeting held on January 26, 2011.
Utility conduit drawings are now on Buzzsaw with the other construction drawings be sure to
review these drawings . Acknowledge your receipt of this Addendum No . 1 by completing the
requested information at the following locations :
(1) In the space provided on the signature page of the Proposal.
(2) Indicate in upper case letters on the outside of your sealed bid envelop :
"RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1"
(3) Execute acknowledgement below and submit signed copy with your proposal at the
time of bid submittal.
Failure to acknowledge receipt of the Addendum No . 1 could cause the subject bidder to be
considered "NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED
Febr uary 3, 2011
Adde ndum No . 1
Patrick Buckley, P.E .
Project Manager
Transportation & Public Works
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
to the
Specifications & Contract Documents
For
RUNWAY EXTENSION PROJECT
EARTHWORK PACKAGE 3
CITY PROJECT NO. 00960
Bid Submittal Due Date: February 17, 2011
Addendum No. 1 Issued: February 3, 2011
Addendum No. 2 Issued: February 8, 2011
_,,,,,,,,
..... ,..1E O,, r" \I ;~~r;;., ........ 'f~'
p •• * ,,.j\ •, "' . . ' i,J .... \'"'I i!.,, •' •," r, ,:·'. : ............... ······ .... :.'?.~
~JAMES G. KIRSC HBAUM~ ~···:····························~ii r. -0..\ 83583 .' ii •,1a·,, ~ ' ~ /{;-,f
•,~i·f<.91sr1:.~~J:{f
·\\~S1iJ;.~· , ·-•
'Jl(J~
~/13( ;to!l
The Specifications, Contract Documents and Drawings for the above mentioned project are
revised and amended as follows:
GENERAL
Contractors bidding this project are not required to submit the whole specifications and
contract documents book with their bid. Bidders are instructed to copy the Proposal form from ·
the City's Buzzsaw site, complete the Proposal form electronically and print out the completed
Proposal form and submit the signed printed form as their b id. The completed Proposal form of
7 pages includes the introductory pages describing the project (Sheet P-1), the 3 bid sheets
listing the items of work in this project (Sheets P-2 thru P-4), the Final Bid Summary Sheet
(Sheet P-5), the Vendor Compliance To State Law Sheet (Sheet P-6), and the company signature
sheet at the end (Sheet P-7). Bid security is required in accordance with the Special Instructions
to Bidders .
SPECIFICATIONS AND CONTRACT DOCUMENTS:
01 -Project Information
1. Project Title Page -Project Title Page has been deleted and replaced with the attached
Project Title Page updating the City Manager from Dale A. Fisseier, P.E. to T.M . Higgins,
Interim City Manager.
Fe bruary 8, 2011
Addendum No . 2
02 -Front End Documents
1. Special Instruction to Bidders (Transportation and Public Works) -Special Instruction
to Bidders (Transportation and Public Works) Section 20 -Prequallflcatlon
Requirements has been deleted from the Spec i al Instruction to Bidders (Transportation
and Public Works).
04 -Bid Package
PROPOSAL
1. Proposal -Proposal Sheets P-1 thru P-7 has been deleted and replaced with the new
attached Proposal Sheets P-1 thru P-7.
05 -General and Special Conditions
1. General and Special Conditions -General and Spedal Conditions has been deleted and
replaced with the attached General and Special Cond it ions .
06 -Technical Specifications
2. Item P-102 Field Office-Technical Specification P-102 Field Office has been deleted and
replaced with the attached Technical Specification Item P-102 Field Office.
3. Special Provision to Item P-152 Excavation and Embankment -Special Provision to
P-152 Excavation and Embankment has been deleted and repl aced with the attached
Special Prov ision to Item P-152 Excavation and Embankment specificat ion.
08 -Appendix No. 1, FAA Federal Provisions
1. Section 60-05 Engineer's Field Office-Section 60-05 Engineer's Field Office has been
de leted and replaced with the attached Sheet 111-27 containing Section 60-05 Engineer's
Field Office.
DRAWINGS
1. Sheet C0001-Cover Sheet -Changed City Manager from Dale A. Fisseler, P.E. to T. M .
Higgins, Interim City Manager.
February 8, 2011
Addendum No . 2
2. Sheet C0002 -Estimated Quantities -The Estimated Quantities table has been revised
and the Sheet Index has been updated to include additional sheet.
3. Sheet C0021-Construction Staging, Haul Route and Access Location Plan -Note 6 was
revised deleting requirement for gate attendant.
4. Sheet E0101-Sheet E0122 -FM Alliance Airport Relocation -Sheet E0101 thru Sheet
E0122 is being deleted and replaced with the attached revised Sheets E0101 thru E0122.
5. Sheet E0123 -FM Alliance Airport Relocation -Sheet E0123 is a New Sheet exhibiting
Contact Information and General Specifications.
6. Sheet E0124 -FM Alliance Airport Relocation -Sheet E0124 is a New Sheet exhibiting
Manhole Details and Conduit Installation Detail.
A printed copy of the revised Drawing~ are included with this Addendum No. 2 for reference .
The revised DWF electronic versions of the Drawings have been added to the Addendum No . 2
folder for this project in Buzzsaw.
PREBID MEETING
A copy of the Pre Bid meeting minutes, sign in sheet and a list of questions presented, with
responses, is included with this Addendum No. 2 for reference. The Prebid meeting minutes,
sign in sheet and a list of questions presented, with responses have been added to the
Addendum No . 2 folder for this project in Buzzsaw.
February 8, 2011
Addendum No. 2
,
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 3
to the
Specifications & Contract Documents
For
RUNWAY EXTENSION PROJECT
EARTHWORK PACKAGE 3
CITY PROJECT NO. 00960
Bid Submittal Due Date: February 17, 2011
Addendum No. 1 Issued: January 28, 2011
Addendum No. 2 Issued: February 10, 2011
Addendum No. 3 Issued: February 11, 2011
The Specifications, Contract Documents and Drawings for the above mentioned project are
revised and amended as follows:
GENERAL
1. Addendum No. 2 -Paragraph GENERAL is not clear in its description of documents to
be submitted with the PROPOSAL form. The following is a clarification of documents to
be submitted with the PROPOSAL form.
As stated in the Comprehensive Notice to Bidders, "Bidders must complete the
PROPOSAL Section, including the "Vendor Compliance to State Law", and submit these
executed documents or face rejection of the bid as non-responsive.
The Notice to Bidders and Comprehensive Notice to Bidders states;
"Bid Security is required in accordance with the Special Instruction to Bidders.
The Comprehensive Notice to Bidders states, "The PROPOSAL within these documents is
designed as a package. In order to be considered an acceptable bid, the Contractor is
required to submit a bid for the COMPLETE PACKAGE. A bid package submittal for a
multi-unit project with only a single proposal unit complete will be rejected as being
non-responsive".
February 11, 2011
Addendum No. 3
1
,
SECTION 04
BID PACKAGE
Documents Included:
Proposal
Buy American Certificate (Jan 1991)
Trade Restriction Clause 49 CFR Part 30
Pre-Qualified Sub-Contractor list
Certification Regarding Debarment, Suspension Ineligibility and Voluntary Exclusion 49
CFR Part 29
Certification of Nonsegregated Facilities 41 CFR 60-1.8
Vendor Compliance to State Law
QUESTION SUBMITTED BY CONTRACTOR
1. For the conduit work, the specs. Say to use earthen back fill, but in the plans for the
conduit installation it calls for crushed stone backfill to 12" above the conduit. Which
is correct the stone or the fill? If the stone is correct, what type of stone?
Response: The backfill for the conduit work will be crushed stone, per the Detail "C"
Trench Detail, as shown on the conduit installation drawings. Drawing E0124, Note
2, specifies the crushed stone to be W' grade . The bottom of the trench will have a
6-lnches crushed stone layer below the conduits then backfilled to 12-inches above
the conduits with crushed stone. The Underground Warning Tape will be installed
above the crushed stone and then the remainder of the trench will be backfilled
with earth backfill compacted to 95% proctor density.
Failure to acknowledge receipt of the Addendum No. 3 could cause the subject bidder to be
considered "NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED
Patrick Buckley, P.E.
Project Manager
Transportation & Public Works
CITY OF FORT WORTH , TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 4
to the
Specifications & Contract Documents
For
RUNWAY EXTENSION PROJECT
EARTHWORK PACKAGE 3
CITY PROJECT NO . 00960
Bid Submittal Due Date : February 17, 2011
Addendum No. 1 Issued: January 28, 2011
Addendum No. 2 Issued: February 10, 2011
Addendum No. 3 Issued: February 11, 20 11
Addendum No. 4 Issued: February 14, 2011
The Specifications, Contract Docum e nts J nd Drawings for the above mentioned project are revised and
amended as follows :
04-Bid Package
PROPOSAL
1. Proposal -Proposal Shee t P-4, A :! .!e nd um No . 2 -Line item 027 will not be used . Contractor to
i ndicate a Un it Pr ice of $0 .00 d ol l zir s and a Total Amount of $0.00 for Line Item 027 ONLY.
DRAWINGS
1. Sheet E0124 -FM Alliance Airport Relocation -Sheet E0124 is a NEW SHEET Exhibiting the
Manhole Details and Con du i t Jm :.i'.'.Jt io n Deta il s that was not included in Addendum No . 2 .
Fa ilure to acknowledge rece i pt of the Ad ck;1 d um No . 4 could cause the subject b idder to be considered
"NON RESPONSIVE ", resulting in disqual if ic.:: io n .
RECEIPT ACKNOW LEDGED
Patr ick Buckley , P.E.
Project Manager
Tr ansportat ion & Publ ic Works
FORT WORTH
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
FORT WORTH ALLIANCE AIRPORT
RUNWAY EXTENSION PROJECT
EARTH WORK PACKAGE 3
Michael J . Moncrief
Mayor
FAC GR 14 541200 055218451800
CITY PROJECT No. 00960
January, 2011
Kenneth L. Penney, ME
Director, Airport System
PREPARED FOR:
The City of Fort Worth
AECOM USA GROUP, Inc.
TBPE REG #F-3580
Dale A. Fisseler, P.E.
City Manager
TABLE OF CONTENTS
01 -Project Information 0 1.1 -Title Page MS-Word
D 1.2 -Location Maps pdf
02 -Front End Documents 2.1 -Table of Contents MS-Word
0 2.2 -Notice to Bidders MS-Word
0 2.3 -Comprehensive Notice MS-Word
to Bidders
D 2.4 -Special Instructions to pdf
Bidders (water-sewer)
0 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
03 -MWBE Documentation 0 3.1 -MWBE Special pdf
Instructions
0 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
0 3.3 -MWBE Prime Contractor pdf
Waiver
0 3.4 -MWBE Good Faith Effort pdf
0 3.5 -MWBE Joint Venture pdf
04 -Bid Package D 4.1 -Bid Proposal Workbook MS-Excel
0 4.3 -Bid Schedule MS-Excel
D 4.4 -List of Fittings MS-Excel
D 4.5 -Pre-Qualified Contractor MS-Excel
List
05 -General and Special Conditions D 5.1 -Part C General pdf
Conditions (water -sewer)
D 5.2 -Supplementary pdf
Conditions to Palt-C (water -
sewer)
D 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
D 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
D 5.5 -Part E Specifications pdf
~ 5.6 -Special Provisions
(paving -drainage)
~ 5.7 -Wage Rates pdf
0 5.8 -Compliance with and pdf
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5.1 O -Standard Details dwf
(paving-drainage)
City of Fort Worth, Texas
Table of Contents
PMO Release Date: 06.10.2010
Page I of2
TABLE OF CONTENTS
06 -Technical Specifications
07 -Contracts, Bonds and Insurance
08 -Appendices
09-Addenda
Appendix No. 1
City of Fort Worth, Texas
Table of Contents
PMO Release Date : 06.10.2010
Page 2of2
[8J Technical Specs Index
[8J 7.1 -Certificate of Insurance
[8J 7.2-Contractor Compliance
With Workers' Compensation
Law
[8J 7.3 -Conflict of Interest
Questionnaire
[8J 7 .4 -Performance Bond
[8J 7 .5 -Payment Bond
[8J 7 .6 -Maintenance Bond
[8J 7.7 -City of Fort Worth
Contract
[8J FAA General Provisions
D Easement Index
D Permits Index
[8J Reports Index
D Addenda Index
[8J Geotechnical Report
MS-Word
pdf
pdf
pdf
pdf
pdf
pdf
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 01
PROJECT INFORMATION
FORT WORTH
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
FORT WORTH ALLIANCE AIRPORT
RUNWAY EXTENSION PROJECT
EARTH WORK PACKAGE 3
Michael J . Moncrief
Mayor
FAC GR 14 541200 055218451800
CITY PROJECT No. 00960
January, 2011
Kenneth L. Penney, AAE
Director, Airport System
PREPARED FOR:
The City of Fort Worth
AECOM USA GROUP, Inc.
TBPE REG #F-3580
Dale A Fisseler, P .E.
City Manager
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 02
FRONT END DOCUMENTS
NOTICE TO BIDDERS
Sealed proposals for the following :
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
City Project No. 00960
Addressed to the
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON STREET
FORT WORTH, TEXAS 76102
will be received at the Purchasing Office until 1:30 PM, Thursday, February 10, 2011 and then
publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including
plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's
Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project
link . This link will take you to the advertised project folders on the City's Buzzsaw site , where the
plans and contract documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
Hard copies of plans and contract documents are available at the City, at a cost of$ 100.00 per set
(non-refundable). The documents are located at the City of Fort Worth , Transportation and Public
Works Department, 1000 Throckmorton St.., Suite 200, Fort Worth, Texas 76102 . Please contact
the Nikki Mcleroy of the City of Fort Worth Bid Center, 817-392-8549 for assistance.
The major work will consist of the (approximate) following :
This project includes , but is not limited to the following items: Clearing & grubbing, striping of
top soil, embankment, grading and drainage, gas well access road relocation, major drainage
structure installation to include headwalls and gabions, culvert installation including headwalls ,
seeding and fertilizing, electrical duct bank and conduit installation , directional boring under
existing roadways and electrical/communication manhole installation.
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans, General Contract Documents and Specifications .
Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible
for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by
initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with
the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line
(on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid .
For additional information, please contact Jeff Toner, P.E. with Jacobs, Inc. at (817) 735-7004
or by email: jeff.toner@jacobs.com, and/or Patrick Buckley, P .E., Project Manager, TPW
Department at (817) 392-2443 or by email : Patrick.buckley@forthworthgov.org. or Ruseena
Johnson, EIT at (817) 392-5407 or email : Ruseena .johnson@fortworthgov.org.
Rev 2-2-10_ TPW
NB-1
NOTICE TO BIDDERS
A pre-bid conference will be held on January 26, 2011 at 2:00 p.m., in the Alliance Air Services
Offices, 2221 Alliance boulevard, Suite 100, Fort Worth, Texas 76177. Bidders are encouraged
to review the plans and specifications prior to the pre-bid conference.
Advertising Dates:
January 13, 2011
January 20, 2011
Rev 2-2-10_TPW
··-
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
FORT WORTH ALLIANCE AIRPORT
RUNWAY EXTENSION PROJECT
EARTHWORK PACKAGE 3
City Project No. 00960
Addressed to :
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 PM, Thursday, February 10, 2011 and then publicly opened and
read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this
project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at
http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised
project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed,
and printed by interested contractors and/or suppliers.
Hard copies of plans and contract documents are available at the City, at a cost of $ $100.00 per set (non-
refundable). The documents are located at the City of Fort Worth, Transportation and Public Works Department,
1000 Throckmorton St., Suite 200, Fort Worth, Texas 76102. Please contact Nikki Mcleroy of the City of Fort
Worth Bid Center, 817-392-8549 for assistance.
The major work will consist of the (approximate) following :
This project includes, but is not limited to the following items: Clearing & grubbing, striping of top
soil, embankment, grading and drainage, gas well access road relocation, major drainage
structure installation to include headwalls and gabions, culvert installation including headwalls,
seeding and fertilizing, electrical duct bank and conduit installation, directional boring under
existing roadways and electrical/communication manhole installation.
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, GenernJ .
Contract Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes" of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment
practices .
Bid security is required in accordance with the Special Instruction to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Rev 212/10 _ _TPW
CNB-1
COMPREHENSIVE NOTICE TO BIDDERS
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract
documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order
to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole
responsibility to verify they have received and considered all addenda, prior to submitting a bid .
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law'', and submit
these executed documents or face rejection of the bid as non-responsive.
In accord with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts .
A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation . Failure to comply shall render the bid non-responsive.
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid, the
Contractor is required to submit a bid for the complete package . A bid proposal submittal for a multi-unit
project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who
submits the bid with the lowest price, will be the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves
the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in
the best interest of the City of Fort Worth.
For additional information, please contact Engineer Jeff Toner, P .E. with Jacobs, Inc., (817) 735-7004 or by
email: jeff. toner@jacobs.com, or Patrick Buckley, P. E., Project Manager, TPW Department at (817) 392-2443
or by email: Patrick.buckley@fortworthgov.org, or Ruseena Johnson, EIT at (817) 392-5407 or by email :
Ruseena.Johnson@fortworthgov.org .
A pre-bid conference will be held on January 26, 2011 at 2:00 p.m ., in the Alliance Air Services Offices,2221
Alliance Boulevard, Suite 100, Fort Worth , Texas 76177 . Bidders are encouraged to review the plans and
specifications prior to the pre-bid conference.
DALE A. FISSELER, P .E.
CITY MANAGER
Advertising Dates:
January 13, 2011
January 20, 2011
Rev 212110_ TPW
CNB-2
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
l) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in
an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid,
and is subject to forfeit in the event the successful bidder fails to execute the contract documents
within ten (10) days after the contract has been awarded .
To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of
Texas . In addition, the surety must
a) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety
on obligations permitted or required under federal law; or
b) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized
and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from
the United States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein .
2) PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering
into a contract for the work will be required to give the City surety in a sum equal to the amount
of the contract awarded. In this connection, the successful bidder shall be required to
furnish a performance bond and a payment bond, both in a sum equal to the amount of the
contract awarded. The form of the bond shall be as herein provided and the surety shall be
acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253,
Texas Government Code.
In order for a surety to be acceptable to the City, the surety must
a) hold a certificate of authority from the United States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or
b) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is
authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of
authority from the United States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
The City will accept no sureties who are in default or delinquent on any bonds or who have
an interest in any litigation against the City . Should any surety on the contract be
determined unsatisfactory at any time by the City, notice will be given to the contractor to that
effect and the contractor shall immediately provide a new surety satisfactory to the City.
If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount
of the contract, solely for the protection of all claimants supplying labor and materials in the
prosecution of the work.
If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the
amount of the contract conditioned on the faithful performance of the work in accordance with the
plans, specifications, and contract documents . Said bond shall solely be for the protection of the City
of Fort Worth .
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12.21 .2010
Page 1 of9
All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the
original contract amount to guarantee the work for a period of two (2) years after the date
of acceptance of the project from defects in workmanship and/or material.
3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of
the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the
City of Fort Worth, Texas, concerning liquidated damages for late completion of projects .
4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal , the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal.
5) EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended
by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting
discrimination in employment practices.
6) WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction
is deleted and replaced with the following:
a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code.
Such prevailing wage rates are included in these contract documents.
b) The contractor shall , for a period of three (3) years following the date of acceptance of the work ,
maintain records that show
1) the name and occupation of each worker employed by the contractor in the construction of
the work provided for in this contract; and
2) the actual per diem wages paid to each worker. These records shall be open at all reasonable
hours for inspection by the City. The provisions of the special provision titled "Right to
Audit" pertain to this inspection.
c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs a) and b) above.
d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the
contractor has complied with the requirements of Chapter 2258, Texas Government Code.
e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times .
7) FINANCIAL STATEMENT: A current certified financial statement may be required by the Department
of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTII in determining
the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant
holding a valid permit issued by an appropriate State Licensing Agency.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12 .21.2010
Page 2 of9
8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor mu st
provide, along with executed contract documents and appropriate bonds , proof of insurance for Worker's
Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1 ,000,000
each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City
reserves the right to request any other insurance coverage as may be required by each individual project.
9) ADDITIONAL INSURANCE REQUIREMENTS:
a) The City, its officers, employees and servants shall be endorsed as an additional insured on
Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's
workers' compensation insurance policy .
b) Certificates of insurance shall be delivered to the City of Fort Worth , contract administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth,
TX 76102 , prior to commencement of work on the contracted project.
c) Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements specified herein .
d) Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of
cancellation, non-renewal , and/or material change in policy terms or coverage. A ten days
notice shall be acceptable in the event of non-payment of premium.
e) Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating
of A: VII or equivalent measure of financial strength and solvency.
f) Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per
occurrence unless otherwise approved by the City.
g) Other than worker's compensation insurance, in lieu of traditional insurance, City may consider
alternative coverage or risk treatment measures through insurance pools or risk retention
groups. The City must approve in writing any alternative coverage.
h) Workers' compensation insurance policy(s) covering employees employed on the project sha!J be
endorsed with a waiver of subrogation providing rights of recovery in favor of the City.
i) City shall not be responsible for the direct payment of insurance premium costs for contractor's
insurance.
j) Contractor's insurance policies shall each be endorsed to provide that such insurance is primary
protection and any self-funded or commercial coverage maintained by City shall not be called upon
to contribute to loss recovery.
k) In the course of the project, Contractor shall report , in a timely manner, to City's officially
designated contract administrator any known loss occurrence which could give rise to a liability
claim or lawsuit or which could result in a property loss.
l) Contractor's liability shall not be limited to the specified amounts of insurance required herein .
m) Upon the request of City, Contractor shall provide complete copies of all insurance policies
required by these contract documents .
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 3 of9
10) NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort
Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the
lowest bid submitted by a responsible Texas resident 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 .
"Nonresident bidder" means a bidder whose principal place of business is not in this state , but excludes
a contractor who se ultimate parent company or majority owner has its principal place of business in
this state.
"Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state .
This provision does not apply if thi s contract involves feder a l fund s.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for its bid
to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that
bidder.
11) MINORITY AND WOMEN BUSINESS ENTERPRISES: fu a accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority
business enterprises and women business enterprises in City contracts. A copy of the
Ordinance can be obtained from the Office of the City Secretary . The bidder shall
submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE
FORM as appropriate . The Documentation must be received by the managing department no
later than 5:00 p .m., five (5) City business d a ys after the bid opening date . The bidder shall
obtain a receipt from the appropriate employee of the managing department to whom
delivery was made. Such receipt shall be evidence that the documentation was received by
the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information
regardiirg-actual work performed by a minority business enterprise (MBE) and/or women
business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit
any audit and/or examination of any books, records or files in its possession that will
substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of
facts ( other than a neg! igen t misrepresentation) and/or commission of fraud by the Contractor
will be grounds for termination of the contract and/or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any such
misrepresentation fact s ( other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irrespon s ible and barred from participating in
City work for a period of time of not less that three (3) yea rs.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 4of9
Rev 3-13-09
-
12) AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT
VENlURE FORM ("Documentation") as appropriate is received by the City . The award of contract,
if made, will be within ninety (90) days after this documentation is received , but in no case will the
award be made until all the responsibility of the bidder to whom it is proposed to award the contract has
been verified .
13) PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for
each pay period. Payment of the remaining amount shall be made with the final payment, and upon
acceptance of the project.
14) ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid
receipt time and acknowledging them at the time of bid receipt. Information regarding the status of
addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager.
Bids that do not acknowledge all applicable addenda may be rejected as non-responsive.
15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
a) Workers Compensation Insurance Coverage
1) Definitions:
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 ,
TWCC-82 , TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the duration
of the project.
Duration of the project-includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees . This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or toner services related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors , office
supply deliveries, and delivery of portable toilets.
2) The contractor shall provided coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing
services on the project, for the duration of the project.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 5 of9
3) The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4) If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5) The contractor shall obtain from each person providing services on a project, and provide to
the governmental entity:
a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6) The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter
7) The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known , of any change
that materially affects the provision of coverage of any person providing services on the
project.
8) The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Worker's Compensation Commission, informing all persons providing services
on the project that they are required to be covered , and stating how a person may verify
coverage and report lack of coverage.
9) The contractor shall contractually require each person with whom it contracts to provide
· services on a project, to:
a) provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
labor Code, Section 401.011 (44) for all of its employees providing services on the
project, for the duration of the project ;
b) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
c) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
d) obtain from each other person with whom it contracts, and provide to the contractor:
City or Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 6 of9
Rev 3-13-09
l) a certificate of coverage, prior to the other person beginning work on the project; and
2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
f) notify the governmental entity in wiring by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project ; and
g) contractually require each person with whom it contracts, to perform as required by
paragraphs (1) -(7), with the certificates of coverage to be provided to the person for
whom they are providing services.
10) By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification
codes and payroll amounts , and that all coverage agreements will be filed with the
appropriate insurance carrier or, in the case of a self insured, with the
commission's Division of Self-Insurance Regulation . Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other civil
actions.
11) The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity
b) The contractor shall post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's
Compensation Commission rules. This notice must be printed with a title in at least 30 point bold
type and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population . The text for the notices shall be the following
text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this
construction project must be covered by worker" compensation insurance. This includes persons
providing, hauling or delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their employer or status as an
employee".
Contact the Texas Workers' Compensation Commission to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage".
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 7 of9
16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons
because of sex, race , religion, color, or national origin and shall comply with the provisions of City
Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through
13A-29), prohibiting discrimination in employment practices .
17) AGE DISCRIMINATION: 1n accordance with the policy ("Policy") of the Executive Branch of the
federal government, contractor covenants that neither it nor any of its officers, members, agents, or
employees, will engage in performing this contract, shall , in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against person because of their age except on the basis of a bona fide
occupational qualification , retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, or employees, or person
acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this
Contract, a maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification , retirement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City
harmless against any and all claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in
the performance of th is Contract.
18) DISCRIMINATION DUE TO DISABILITY: 1n accordance with the provisions of the Americans with
Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the
basis of disability in the provision of services to the general public, nor in the availability, terms and/or
conditions of employment for applicants for employment with , or current employees of Contractor.
Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state
and local laws concerning disability and will defend indemnify and hold City harmless against any
claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to
comply with the above-referenced laws concerning disability discrimination in the performance of this
Contract.
19) PROGRESSPAYMENTS,F1NALPAYMENT, PROJECf AOCEPTANCEAND WARRANIY:
a) The contractor will receive full payment (less retainage) from the city for each pay period.
b) Payment of the retainage will be included with the final payment after acceptance of the project as
being complete.
c) The project shall be deemed complete and accepted by the City as of the date the final punch list has
been completed, as evidenced by a written statement signed by the contractor and the City.
d) The warranty period shall begin as of the date that the final punch list has been completed .
e) Bills Paid Affidavit and Consent of Surety shall be required prior to fmal payment becoming due and
payable.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 8 of9
f) In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and
there is a dispute regarding
1) final quantities, or
2) liquidated damages, city shall make a progress payment in the amount that city deems due and
payable.
g) In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days .
20) PREOUALIFICATION REOUIREMENfS: All contractors submitting bids are required to be
prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids
for pavement contracts. This prequalification process will establish a bid limit based on a technical
evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the
following documentation: a current financial statement, an acceptable experience record, an acceptable
equipment schedule as outlined in the PREQUALIFICA TION REQUIREMENTS FOR PA YING
CONTRACTORS most recent version, and any other documents the Department may deem necessary,
to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date
of the opening of bids.
a) The financial statement required shall have been compiled by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In
the case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated with proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bias are to be received .
c) The Director of the Transportation and Public Works Department shall be the sole judge as to the
level of project a Contractor is qualified to bid based upon a review of the information submitted.
d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate
acceptable experience, expertise or financial wherewithal to perform the work included in the
project.
e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered
t) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to
be received. Failure to notify shall not be a waiver of any necessary prequalification .
g) Any contractor who becomes qualified and remains in good standing with the City will not be
required to submit for re-qualification for 2 years from the date of having last being qualified. Re-
qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR
PA YING CONTRACTORS document.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12 .21 .2010
Page 9 of 9
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 03
MWBE DOCUMENTATION
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
PRIME COMPANY NAME: Check applicable block to describe prime
Mario Sinacola and Sons Excavating, Inc I MIW/DBE I XI PROJECT NAME: Fort Worth Alliance Airport NON-MM'/DBE
Runway Extension Earthwork Package 3 2/1 7 /~1
8~1TE
City's M/VlfBE Project Goal: Prime's M/V\IBE Project Utilization: PROJECT NUMBER
I 20% 2.0 % No. 00960
Identify fill subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a fonnal agreement with the M/VVBE firm(s) listed In this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located f n the nine (9) county marketplace or
currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 11' tier, a payment by a subcontractor to
its supplier is considered 2nc1 tier
ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those finns, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are uturzed, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-MIWBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Rev. 5130/03
FORT WORTH
~
ATTACHMENT 1A
Page 2 or 4
Primes are required to Identify ALL subcontractors/suppliers, regardless of status; I.e., Minority, Women and non-M/WBEs.
Please list M/WBE firms first, use additional sheets if necessary.
CertlflcaUon N
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephoneffax
(check one) ~
Tt----.--,.-N.....--T-1 Detail
~ M w c X M Subcontracting Work
r B B T D W
E E R O B
Texas Enviromental
Management SA, Inc 1 PO Box 369
Justin, Tx 76247
940-648-3640
940-648-3407 F
~irport Lighting
Services
931 Church St.
Grapevine, Tx 76051
817-912-0400
817-310-0146
Guido Construction
1105 Mohawk Dr.
Irving, Tx 75061
214-493-0613
972-313-9705 F
McRyan Hauling
Inc.
P.O. Box 1669
Roanoke, Tx 76262
817-430-3213
817-636-2209 F
Klutz Construction
P.O. Box 100263
Ft. Worth, Tx 76185
817-921-0990
817-921-0990 F
MEL Transport
2332 Gravel Dr.
2
1
2
1
Ft. Worth,Tx 76118 ~
817-284-1000
817-704-4563 F
C T E
A
X
X
X
K
)
X
Landscape and
Erosion
Control Items
Hauling
Embankment
Inlets,HdWall
Gabions, Rip
Rap
Detail
Supplies Purchased
buct Materials
brecast Hand
holes for
Multiducts
Supply Crushed
Stone Embedment
for MultiDuct
Conduit
Haul RCP and
Box Culvert
Dollar Amount
$90,652
$91,000
$161,200.
$33,000
$ 55,900.
$ 8,787.00
Rev. 5/30/03
fORTWORTH ~
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify & subcontractors/suppliers. regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list MN.JBE firms first, use additional sheets if necessary.
N
0
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
Certification
(check one)
T1--......----.----.-~-1 n
N T Detail I
e M W C X
r B B T O
B-C Company
P.O. Box 136729
Ft. Worth Tx 76136
817-236-6000
817-236-3000 F
Hanson Concrete Products
P.O. Box 19099
Dallas, Tx 75219
214-525-5500
214-525-5868 F
Craig Olden Inc.
P.O. Box 5000
1
1
Little Elm, Tx 75068 1
972-294-5000
972-294-2664 F
E E R 0 C T
A
M Subcontracting Work
"' B
E
8lectrical and
X Ductwork Sub-
:ontractor
X
X
Install Gabion
Mattress
Detail
Supplies Purchased
Supply RCP
and Box Culv
Dollar Amount
$ 403,973.50
$134,445.
$ 8,265
Rev. 5130/03
fORTWORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
$
$
440,539
546,683
ATTACHMENT 1A
Page 4 of 4
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 854,435.50
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. 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 contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
MIWBE goal. If the detail explanation Is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Mario Sinacola and Sons Excavating, Inc.
Company Name
10950 Research Road
Address
Frisco, Tx 75034
Clty/StatefZlp
Michael Sinacola
Printed Signature
Vice President
Contact NamefTltla (If different)
214-387-3900
Telephone and/or Fax
engineering@mariosinacola .com
E-mail Address
2/23/2011
Date
Rev. 5/30/03
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 04
BID PACKAGE
.....
PROPOSAL
TO : Mr . T.M . Higgins
Interim City Manager
Fort Worth , Texas
FOR: Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
FAC GR14 541200 055218451800
FILE NO .
City Project Number: 00960
Pursuant to the foregoing "Notice to Bidders ", the undersigned has thoroughly examined the
plans, specificat ions and the site , understands the amount of wo rk to be done , and hereby
proposes to do all the work and f urnish all labor, equipment, and materials necessary to
complete all the work as prov ided in the plans and specifications , and subject to the inspection
and approval of the Department of Aviation Director, for the City of Fort Worth.
Upon acceptance of this proposal by the City Council, the bidde r is bound to execute a contract
and furn ish Perfo rmance and Payment Bond approved by the City of Fort Worth for performing
and complet ing said work within the t ime stated and for the following sums, to-w it:
FlW_Fron t_E nd s .docx
Feb ruary 08 , 2011
Addendum No . 2 P-1
February 08, 2011
Addendum No . 2
BID FORM
Project Description : Alliance Airport Runway Extension Projec.: Earthwork Package 3
Item
No. Spec Item Des,:ription Unit
Sign -Barricades & Traffic Routing -
001 0050 1 G-300 Install LS
Pipe -Remove , 42" CMP Removal ,
002 00080 G-700 . l Compl ete LF
Miscellaneous, Pavement -Remove ,
Existing Gas Well Road Removal &
Salvage of Crushed Stone Surface
003 01321 G-700.2 Material, Complete LS
Box Culvert-7 Ft x 6 Ft -lnsta!L Type
004 00886 D-701.1 SCP -7, Precast. C:impletc in Place LF
(All Depths)-Pipe-18 Inch-CL JV -
005 001 IS6 D-701.2 Install, Comolete in Place LF
Pipe-42 Inch-CL V -lristall. 42-lnch
006 001105 D-701.3 RCP. Complete in Place LF
Inlet-Inline -5 IT. -Install -5-Foor
007 00109 0-751.l Square, All Depths, Complete In Place EA
Headwall -Install, Type PW for 2 -6' x
008 01320 D-752.l 7' Culvert, Complete in Pl ace EA
Headwall -Install, 42 Inch Pipe -
Install, Type CH-FW-0 for 42"
009 01320 0-752.2 Culvert. Comnlete in Place EA
010 00124 P-100 Mobilization -Services LS
P-2
Date: 2/, 7 f '&,I I
'
i
Approximate Unit Price I Total Amount l Quantity !
I
/~()() o.o;:)
I
l is I s IS' DOO. o o --··-·-·-.. ,
Zt>.oo I I t:/ OD . t:) l> 95 s ! $ ..
I
'I~. 00 I lf '°"· O cJ l s ! s
I
I 546 $ Z-Sl.. 0-0 s t $"._.3. 'I.U .. oo '
116 s YG., o v s S-'3, ,._ /) _:b .
I
I
333 $ 1,0 .• 0 I $ 5 3/. Z et:). O*'
i
2 s "'-IWJ.ocJ s ~ l)t)(}. d i)
2 S /'f, QDO· I.ID S 3 8. ()OD . .>u
'
2 s 3 S"o().oQ $ 7_.nA,i . OD
1 $ Cf i. I)()(). _Oi) __ l $ "-~-.OD.Q. lf'U) ----
February 08. 2011
Addendum No. 2
0 11
012
013
014
015
016
017
018
019
020
021
022
023
00120
00144
00065
00543
01305
01306
00092
01306
Not Used
01306
00494
00136
00137
P-102
I
l'-151
P-152. I
P-152 .2
P-156.1
P-156.2
P-156.3
P-156.4
Not Used
P-156.5
P-209
T-901
T-904
I I I
Lump Sum Contract -Services, Field I
Office ( 10.000 Install + 400/month x 4 I
months) I LS !
I
Remove, Site Preparation -C lear and
Grubbing --Remove AC
Uncl:issified Excavation -Remove.
Complete CY
Embankment in Place (Obtained At
I An Approved Off-Site Borrow Source
By Contractor ), Complete In Place CY
Erosion Control -Install , Erosion
Netting. Complete in Place SY
Erosion Control -Install, Silt Fence,
Complete in Place LF
Erosion Control -Install. Rip Rap,
Complete in Place CY
Erosion Control -Install, Rock Check
D:un, Complete in Place LF I
I
Nnt
Not Used Used
Storm Water Pollution Prevention Plan
> Than I Ac. SWPPP -Install,
Complete in Place LS
Subgrade -Crushed Stone -Install. 6-
Inch, Complete in Place SY
Grass-Seeding -Install , Seeding,
Complete in Place AC
Grass-Sod -Install . Sodding. Complete
in Place SY
P-3
! I
1 S 3 q _QOQ.o p s.~ .DO!''. o D ___
30 s 5 SD(>. o ()_ _ I s Jo.,;-l) d(), t) l>
!
,
I
S.090 Is __ ~-OD s YtJ '6t, . I) a
I I
' I i
142 ,000 Is ?. Yo I $ j {)5/J. ~ M,t) c)
I
,
{), 70 /] Cl_Zt,.~_D 25 ,600 s s -
/. 2 _0
I
I ..... .l 9'?~ ·Q.C! 1.625 s I s
i
i
/10 .,0 100 $ s I I /J DD , 4 cl -···-· ... · .. ··---· .. -·
#
125 s :; fl .() c) s 3 &>00 ,O t)
#
i
Not Used $ 0 I $ \) ·--·-· . -· --.•
I s_l~ ro.o {? $ /.z_~c,.oD
I
I
?.()tJ 11 . ./8.>. EJ ~ 2.455 $ I s
i -
' s ?, 3 /)(),O o I 'l~/1 .()_"-15 I <;;
900 s J.. .so s l. l s~.ao
February 08, 2011
Addendum No . 2
i
I
0 2 4
025
026
027
028
029
030
031
032
033
0 34
0 014 7
0 0 147
I
I
I 0 1305
013 05
01305
01306
01306
01263
01263
01263
00395
T -90 5.1
I
T-905 .2
SS-TxDOT-
169
S S-TxDOT-
459 .1
SS-TxDOT-
459.2
L-110.5 .1
L-l 10.5.2
L-110.5.3
L-110.5.4
L-110.5 .5
L-115 .5
Topsoil --In stall, Topsoiling, 4-lnches.
Obt:iined on Site or Removed From
Stockpile, Complctt: in Pl ace: C Y
Topsoil -Install , Topsoil ing . 4-Inche s,
Obtained from O tI-:;ite B y C ontractor, i
Complete: in Place CY I
I Erosion Control-Tu rf Rein fo rcemen t
Mat -Install. Complete in Place SY I
Erosion Control-Gabion Basket -
lnstall , Complete in Place SY
Erosion Control-Gabion Manress -
Install, Complete in Place SY
Inner-Duct -I 1/4-Inch -Install , I 1/4-
Inch Inner Duct-Exterior, Complete in
Place LF
Conduit - I 1/2-lnch -Install. I l /2-
Inch PVC, Sch. 40, Complete in Place LF
Conduit -2-Inch -Open Cut -Sch. 40 ,
-Install, Complete in Place LF
Conduit -4-lnch-install, 4-lnch PVC,
Sch. 40, Complete in Place LF
Conduit -6-Inch -Directional Drilling,
Install, 6-Inch HDPE Smooth wall,
SOR 11. ASTM F-2160. Complete in
Place LF
Electrical Pull Box -Install, Prccast
Concrete Pull Boxes, Aircraft Rated.
48"x48", Includes #2 A WG Jumper
Wire, Gro und Rod and #2 Bare Copper
Ground Wire, Complete in Place EA
P-4
I
I
6.835 $ ~,57:> s 3D,7S7,~7)
3 .695 s 7.s-0 s l.7 712 .~_
4 .2 7 5 s ~. t)"D s ;;.., J.7S.o ~
I
I
145 s 0 ' s D I ...... _ . . ---·-·.
I
I
I
145 s 5-1 ,0_1). I s 'cU,~.o~
I
i
[)_._IP ~_ '
$ 17 I
3 ~S"' .o eJ 26,700 s I
35 .060 $ 3 . S-o S l_'?._?-:.J10 ,l) _t?)
"3 ·SO bS 18.615 $ s .So -·
18,000 s ~~J"Q $ 9 ~ Yt.lO :" a ,
355 s f~.oV s I~ 97S-: () o -
i '-/ 2-tJ(), i)V s ~8~o.o~ 21 $ i
TOTAL BID: s '2.. 1 2.D'2. {p ~ • s-z> ,
The Bidder shall wr ite out each b id in words on the lines provided below :
TOTAL BID:
fw.n<,ll1"'111vu //u4c,"f!I:> 11()() 1'~r""H> ~t' lluaone/,4641~{ri~~l/411s~
h Fry Ce"''~
In case of a discrepancy, the amount shown in words shall govern .
STATEMENT OF MATERIALS AND OTHER CHARGES
TOTAL BID:
*MATERIAL INCORPORATED INTO THE PROJECT: $ ~~o, eoa ~~
ALL OTHER CHARGES : $ ;, s-111, et; 1. o 0
TOTAL BASE BID :
*These totals must agree with the total figu re shown in the Proposal for the Total Bid
respectively. For purposes of complying with the Texas Tax Code, ths Contractor agrees that
the charges for any material incorporated into the project in the excess of the estimated quantity
prov ided for here in w ill be no less than the invoice price for such material to the Contractor.
The Contract will be awarded solely at the Owner's discretion to the lowest qualified
bidder. The Bid Form must be completed and submitted in its entirety. Failure to
complete the Bid Form will render the bidder as non-responsive. At the owner's
discretion, the Owner reserves the right to reject any and/or all bids and waive any and/or
all irregularities.
Complete the following statements by check ing the appropriate space.
The Bidder (Proposer) has_JQL has not __ participated in a previous contract
subject to the Equal Opportunity Clause prescribed by Executive Order 109225, or
Executive Order 11114 , o r Execut ive Order 11246.
The Bidder (Proposer) has.JQL_ has not __ submitted all compliance reports in
connection with any such contract due under the applicab le filing requirements ; and that
representations ind icat ing subm ission of requ ired compl iance reports signed by
proposed subcontractors will be obtained pr ior to award of subcontracts .
If the Bidder (Proposer) has participated in a previous contract subject to the Equal
Opportun ity C lause and has not submitted compliance reports due under applicable
f iling requ ir e m ents , the Bidder (Proposer) shall subm it a comp li ance report on Standard
form 100 "Employee Information Report EEO - 1" p ri or to the award of th is contract .
FTW _F ro nt_End s.docx
February 08 , 201 1
Adde ndum No . 2 P-5
Standard form 100 is normally furnished to contractors annually , based on a mailing list
currently mainta ined by the Joint Reporting Committee . In the event a contractor has
not rece ived the form , he may obtain it by writing to the Joint Reporting Committee, 1800
G Street, Washington, DC, 20506 .
The Bidder assures that its employees and applicants for employment and those of any labor
organization, subcontractor or employment agency is either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited of the terms of City
Ordinance NO . 7278 , as amended by City Ordinance NO . 7400 (Fort Worth City Code Sections
13 -A-21 through 13-A-29), prohibiting discrim ination in employment pract ices .
Bidder hereby agrees to commence work under this contract on or before a date to be specified
in a written "Notice to Proceed" and to fully complete the project within 180 Calendar Days.
Bidder further agrees to pay liqu idated damages in the sum of $500.00 for each consecutive
calendar day to complete the work beyond the allotted time or as extended by an approved
Change Order.
The Bidder agrees to pay not less than the "Prevail ing Wage Rates for Highway Construction "
as established by the City of Fort Worth and not less than the wage rates stated in General
Wage Decision NO . TX 20080043 Issued by the U.S. Department of Labor.
The Bidder understands that the Owner reserves the right to reject any and all bids and to wa ive
any informalities in the bidd ing. The Bidder agrees this bid shall be good and may not be
withdrawn for a period of 30 days after the scheduled closing time for receiving b ids .
Within ten (10) days of receipt of the written "Notice of Award", the bidder will execute the formal
contract agreement and deliver a surety bond or bonds as required under the contract
documents . The b id security attached in the sum of
Five Percent of Greatest Amount Bid Dollars($ 5 % of GAB )
is to become the property of the C ity of Fort Worth in the event the contract is not executed as
set forth in the contract documents as liquidated damages for the delay and additional expense
caused thereby.
Respectfully S
Excavating, Inc.
Title : Vice President
Address :
10950 Research Road
---Erisco Texas 75034
Date : 2/17 /2 0 11
Receipt is hereby acknowledged of the fo llowing addenda :
FTW _Front_Encls .docx
February 08 , 20 11
Addend um No . 2 P-6
Addendum No . 1 February 3 , 2 o 11
Addendum No . 2 February B , 2 o 11
.,,.
Addendum No . 3 ,.e l/1tu 1 "'1 II l ()/ I
I
Addendum No . 4 fi.15£WHty It(, 2" I/
Addendum No . 5
FTW_Front_Ends .docx
February 08 , 2011
Addendum No . 2
------------
P-7
' t
List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan
1991)
Acetylene, black
Agar, bulk
Anise
Antimony, as metal or oxide
Asbestos, am9site, chrysolite and
crodidolite
Bananas
Bauxite
Beef, corned and canned
Beef extract
Bephenium Hydroxynapthoate
Bismuth
Books, trade, text,
technical, scientific;
newspapers; pamphlets:
magazines; periodicals;
printed briefs and films;
not printed in the United States
and for which domestic editions
are not available
Brazil nuts, unroasted
Cadmium, ores and flue dust
Calcium cyanamide
Capers
Cashew nuts
Castor beans and castor oil
Chalk, English
Chestnuts
Chicle
Chrome ore or chromite
Cinchone bark
Cobalt, in cathodes,
rondelles, or other primary
ore and metal forms
Cocoa beans
Coconut and coconut meat,
unsweetened, in shredded,
desiccated or similarly
prepared form
Coffee, raw or green bean
Colchicine alkaloid, raw
Copra
Cork, wood or bark and waste
Cover glass, microscope slide
Cryolite, natural
Oammargum
Diamonds, industrial, stones and abrasives
Emetine, bulk
Ergot, crude
Erthrityl tetranitrate
Fair linen, altar
Fibers of the following types:
abaca, abace, agave, coir, flax,
jute, jute burlaps, palmyra and sisal
Goat and kidskins
Graphite, natural, crystalline
crucible grade
Handsewing needles
Hemp yam
Hog bristles for brushes
Hyoscine, bulk
Ipecac, root
Iodine, crude
Kaurigum
Lac
Leather, sheepskin, hair type
Lavender oil
Manganese
Menthol, natural bulk
Mica
Microprocessor chips (brought onto a
construction site as separate units for
incorporation into building systems during
construction or repair and alteration of real
property)
Nickel, primary, in ingots, pigs, shots,
cathodes or similar forms; nickel oxide
and nickel salts
Nitroguanidine (also known as picrite}
Nux vomica, crude
Oiticica oil
Olive oil
Olives (green). pitted or unpitted, or stuffed,
in bulk
Opium, crude
Oranges, mandarin, canned
Petroleum, crude oil, unfinished oils, and
finished products (see definitions below)
Pine needle oil
Platinum and related group metals,
refined, as sponge, powder, Ingots,
or cast bars
BAC-2
' '
List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality {Jan
1991) CONTINUED
Pyrethrum flowers
Quartz crystals
Quebracho
Quinidine
Quinine
Rabbit fur felt
Radium salts, source and
special nuclear materials
Rosettes
Rubber, crude and latex
Rutile
Santonln, crude
Secretin
Shellac
Silk, raw and unmanufactured
Spare and replacement parts for
equipment of foreign manufacture,
and for which domestic parts are
not available
Spices and herbs, bulk
Sugars, raw
Petroleum terms are used as follows:
Swords and scabbards
Talc, block, steatite
Tantalum
Tapioca flour and cassava
Tartar, crude; tartaric acid
and cream of tartar in bulk
Tea in bulk
Thread, metallic (gold)
Thyme oil
Tin in bars, blocks and pigs
Trfprolidine hydrochloride
Tungsten
Vanilla beans
Venom, cobra
Wax,canauba
Woods; logs, veneer, and lumber
of the following species: Alaskan
yellow cedar, angelique, balsa,
ekki, greenhart, lignum vitae,
mahogany and teak
Yam. 50 Denier rayon
"Crude Oil" means crude petroleum, as it is produced at the wellhead, and liquids (under
atmospheric conditions) that have been recovered from mixtures of hydrocarbons that
existed in a vaporous phase in a reservoir and that are not natural gas products.
"Finished products" means any one or more of the following petroleum oils, or a mixture
of combination of these oils, to be used without further processing except blending by
mechanical means:
(A) "Asphalt" - a solid or semi-solid cementitious material that (1) gradually
liquefies when heated, (2) has bitumens as its predominating constituents, and
(3) is obtained in refining crude oil.
(B) "Fuel oil" - a liquid or liquefiable petroleum product burned or lighting or for
the generation of heat or power and derived directly or indirectly from crude oils,
such as kerosene, range oil, dlstlllate fuel oils, gas oil, diesel fuel, topped crude
oil or residues.
(C) "Gasoline" - a refined petroleum distillate that. by its consumption, is suitable
for use as a carburant in internal combustion engines.
(D} "Jet fuel" - a refined petroleum distillate used to fuel jet propulsion engines.
BAC-3
(E) "Liquified gases" -hydrocarbon gases recovered from natural gas or
produced form petroleum refining and kept under pressure to maintain a liquid
state at ambient temperatures.
(F) "Lubricating oil" - a refined petroleum distillate or specially treated petroleum
residue used to lessen friction between surfaces.
(G) "Naphtha" - a refined petroleum distillate falling within a distillation range
over1apping the higher gasoline and the lower kerosenes.
(H) "Natural gas products" -liquids (under atmospheric conditions) including
natural gasoline, that (1) are recovered by a process of absorption, absorption,
compression, refrigeration, cycling, or a combination of these processes, form
mixtures oh hydrocarbons that existed in a vaporous phase in a reservoir, and (2)
when recovered and without processing in a refinery, definitions of products
contained in subdivisions (B), (C), and (G) above.
(I) "Residual fuel oil" - a topped crude oil or viscous residuum that, as obtained in
refining or after blending with other fuel oil, meets or is the equivalent of
MILSPEC Mll:F-859 for Navy Special Fuel Oil and any more viscous fuel oil,
such as NO. 5 or Bunker C.
"Unfinished oils" means one or more of the petroleum oils listed under "Finished products"
above, or a mixture or combination of these oils, that are to be further processed other than by
blending by mechanical means.
BAC·4
t r I I
TRADE RESTRICTION CLAUSE
49 CFR PART 30
The Contractor by submission of an offer and or execution of a contract, certifies that it:
a. is not owned or controlled by on.a or more citizens of a foreign country included in the
11st of countries that discriminate against U.S. firms published by the Office of the United
States Trade Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a
person that is a citizen or national of a foreign country on said list, or is owned or
controlled directly or indirectly by one or more citizens or nationals of a foreign country
on said list;
c. has not procured any product or subcontracted for the supply of any product for use
on the project that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in
accordance with 49 CFR 30.17, no contact shall be awarded to a Contractor of Subcontractor
who is unable to certify the above. If the Contractor knowingly procures or subcontracts for the
supply of any product or service of a foreign country on said list for use on the project, the
Federal Aviation Administration may direct through the Owner cancellation of the contract at no
cost to the Government.
Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it will
incorporate this provision for certification without modification in each contract and in all lower
tier subcontracts. The Contractor may rely o the certification of a prospective Subcontractor
unless it has knowledge that the certification is erroneous.
The Contractor shall provide immediate written notice to the Owner if the Contractor learns that
its certification or that of a Subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Subcontractor agrees to provide written
notice to the Contractor if at any time it learns that its certification has become erroneous by
reason of changed circumstances.
This certification is a material representation of fact upon which reliance as placed when making
the award . If it is later determined that the Contractor or Subcontractor knowingly rendered an
erroneous certification, the Federal Aviation Administration may direct through the Owner
cancellation of the contract or subcontract for default at no cost to the Government.
Nothing contained in the forgoing shall be construed to require establishment of a system of
records in order to render, in good faith, the certification required by this provision. The
knowledge and information of a Contractor is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings .
TRC-1
I I I I
This certification concerns a matter within the jurisdiction of an agency of the United States of
America and the making of a false, fictitious, or fraudulent certification may render the maker
subject to prosecution under Title , United States Code, Section 1001.
950 Research Road
Frisco, Texas 75034
Date: ---=2""'-/-=1:..;;;o..,_/..;;;;2-=o..;;;;1-=1'--------
TRC-2
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Detail
Company Name Unlt(s)/Sectton(s) Subcontracting
Address Working Work
TAIAnh ,. .. -;;:~w .
M tf°~M~/llftlfl~ t-.,, -;;-t:;IXJ t ~~I t/l~/"'1.,
~f) (,'{f:, ~'{'l> ~ .l.t,c..
C,'I!) ~Vi> 37'0 ;>
g C C,.t,"*t
~/7-2. 3~-1,IJbi>
(_./ID fk nue~
~/-
~17-2,3~ '3£>00
•
' • I I
CERTIFICATION REGARDING DEBARMENT, SUSPENSION
INELIGIBILITY AND VOLUNTARY EXCLUSION
49 CFR PART 29
The Bidder certifies, by submission of this proposal or acceptance of this contract, that neither it
nor its princ ipals Is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participation in this transaction by any Federal department or
agency. It further agrees by submitting this proposal that it will include this clause without
modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts.
Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach
an explanation to this solicitation/proposal.
Vice President
0950 Research Road
Frisco, Texas 75034
Date: __ 2_/._l_O_._/ 2_0_1_1 ______ _
•
,,
I I I f
CERTIFICATION OF NONSEGREGATED FACILITIES
41 CFR 60-1.8
The Federally Assisted construction Contractor certifies that he does not maintain or provide, for
his employees, any segregated facilities at any of his establishments and that he does not
permif his employees to perform their services at any location, under his control, where
segregated facilities are maintained. The federally-assisted construction Contractor agrees that
a breach of this certification is a violation of the Equal Opportunity Clause in this Contract.
As used in this certification, the term "segregated facilities· means any waiting rooms, work
areas, restrooms, and washrooms, 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 which are
segregated on the basis of race, color, religion, or national origin because of habit, local custom,
or any other reason. The federally-assisted construction contractor agrees that (except where
he has obtained identical certifications from proposed subcontractors for specific time periods)
he will obtain Identical certifications from proposed subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity Clause and that he will retain such certification in his files .
a, Vice President
Ad 950 Research Road
Frisco, Texas 75034
Date: ____ 2 .... / __ 1~0-/ __ 2~0'-'1 ___ 1 ________ _
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas legislature passed House Bill 620 relative to 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 of 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 too underbid a nonresident bidder
in order to obtain a comparable contract in the State in which the nonresident's principal place
of business is located. The appropriate blanks in Section A must be filled out by all out-of-State
or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or
nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must
check the box in Section B.
A. Nonresident vendors in (give State), 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 vendors in (give State), our principal place of
business, are not required to underbid resident bidders.
B. Our principal, place of business or corporate offices are in the State of Texas. 00C
BIDDER :
Mario Sinacola and Sons Excavating By: Michael Sinacola
(Please print)
10950 Research Road
Frisco Texas 75034 Ti · e President
City State Zip (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
SECTION 05
GENERAL AND SPECIAL CONDITIONS
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
-
-
-
-
-
-
-
PARTI
SPECIAL PROVISIONS
General Scope . It is the intent that the work included in the contract shall include clearing and
grubbing, striping of top soil , embankment, grading and drainage , gas well access road
relocation, major drainage structure installation to include headwalls and gabions , culvert
installation including headwalls , seeding and fertilizing , electrical duct bank and conduit
installation, directional boring under existing roadways and electrical/communication manhole
installation , and related work at Alliance Airport.
1. Amount of Liquidated Damages . The amount of liquidated damages determined in
accordance with Section 80-08 "Failure to Complete On Time" shall be $500.00 per
calendar day.
2. Warranty of Construction . In addition to any other warranties set out elsewhere in this
contract, the Contractor warrants that work performed under this contract conforms to
the contract requirements and is free of any defect of equipment, material or design
furnished, or workmanship performed by the Contractor or any of his Subcontractors or
Suppliers at any tier. Such warranty shall continue for a period of two years from the
date of final acceptance of the work, but with respect to any part of the work which
warranty shall continue for a period of two years from the date City of Fort Worth takes
possession . Under this warranty, the Contractor shall remedy at own expense any such
failure to conform or any such defect. In addition, the Contractor shall remedy at his own
expense any damage to City of Fort Worth owned or controlled real or personal property ,
when that damage is the result of the Contractor's failure to conform to contract
requirements or any such defect of equipment, material , workmanship or design . The
Contractor shall also restore any work damaged in fulfilling the terms of this clause . The
Contractor's warranty with respect to work repaired or replaced hereunder will run for
two years from the date of such repair or replacement.
The City of Fort Worth shall notify the Contractor in writing within a reasonable time after
the discovery of any failure , defect or damage.
Should the Contractor fail to remedy any failure, defect or damage described in (a)
above within reasonable time after receipt of notice thereof, the City of Fort Worth shall
have the right to replace, repair or otherwise remedy such failure, defect, or damage at
the Contractor's expense .
In addition to the other rights and remedies provided by this clause, all subcontractors',
manufacturers' and suppliers' warranties expressed or implied, respecting any work and
materials shall, at the direction of the City of Fort Worth, be enforced by the Contractor
for the benefit of the City of Fort Worth. In such case, if the Contractor's warranty under
(a) above has expired, any suit directed by the City of Fort Worth to subcontractor's ,
manufacturer's or supplier's warranty shall be at the expense of the City of Fort Worth .
The Contractor shall obtain any warranties which the subcontractors, manufacturers, or
suppliers would give in normal commercial practice .
If directed by the Engineer, the Contractor shall require any such warranties to be
executed in writing to the City of Fort Worth. Notwithstanding any other provision of this
FlW _Front_Ends.doc
-
clause , unless such a defect is caused by the negligence of the Contractor or his
subcontractors or suppliers at any tier, the Contractor shall not be liable for the repair of
any defects of material or design furnished by the City of Fort Worth for the repair of any
damage which results from any such defect in the City of Fort Worth furnished material
or design .
Neither the final certificate of payment nor any provision in the Contract Documents, nor
partial or entire occupancy of the premises by the City of Fort Worth , shall constitute an
acceptance of work not done in accordance with the Contract Documents or relieve the
Contractor of liability in respect to any express warranties or responsibility for faulty
materials or workmanship. The Contractor shall remedy any defects in the work and pay
for any damage to other work resulting there from , which shall appear within a period of
one year from the date of final acceptance of the work. The City of Fort Worth will give
notice of observed defects with reasonable promptness.
3. Parking of Construction Equipment. At night and during all other periods of time when
equipment is not being actively used on the construction work , the Contractor shall park
the equipment at locations which are approved by the Engineer and/or as directed by the
Airport Manager. The Contractor shall provide adequate barricades, markers and lights
to protect the City of Fort Worth, Texas, Alliance Airport, the public and the other work.
All barricades, lights and markers must meet the requirements of these specifications
and must be approved by the Engineer.
4. Access Routes, Staging Areas and Storage Areas . The staging area will be as shown
on the construction plans . All haul roads and access routes and the location of any
additional staging areas and storage areas will be subject to the approval of the
Engineer. The Contractor shall be responsible for maintaining and repairing all roads
and other facilities used during construction. Upon completion of the project, all existing
roads shall be left in a condition equal to that at the time the Contractor commences
work on this project.
5. Water for Construction. Water for construction will be obtained from the City of Fort
Worth. The Contractor shall provide a meter to measure water consumption and shall
pay the City of Fort Worth for water consumed .
6. Coordination of Work. It shall be the responsibility of the Contractor to coordinate his
work with any public or private utility engaged in the installation of new or adjustment of
existing facilities on or adjacent to the project site .
7. Work Hours and Closure. Work hours will be as follows:
a. All work shall be performed during daylight hours.
b. Work will be suspended between April 05, 2011 and April 12, 2011 due to
the Samsung Mobile 500 NASCAR Race at Texas Motor Speedway.
Contractor to clean and secure site, fill all ruts, grade site smooth and
clean up debris to the satisfaction of the Owner and Owner's authorized
representative.
c. Work will be suspended between June 7, 2011 and June 14, 2011 due to the
Firestone Twin 275 1200 Indy Car Race at Texas Motor Speedway.
FlW_Front_Ends .doc
-
-
Contractor to clean and secure site, fill all ruts, grade site smooth and
clean up debris to the satisfaction of the Owner and Owner's authorized
representative.
d. Work will be suspended between October 18, 2011 and October 25, 2011
due to the Annual Fort Worth Alliance Air Show. Contractor to clean and
secure site, fill all ruts, grade site smooth and clean up debris to the
satisfaction of the Owner and Owner's authorized representative.
e. Work will be suspended between November 1, 2011 and November 8, 2011
due to the AAA Texas 500 Sprint Cup Race at Texas Motor Speedway.
Contractor to clean and secure site, fill all ruts, grade site smooth and
clean up debris to the satisfaction of the Owner and Owner's authorized
representative.
8 . Airfield Operations . This Project is located outside the active air operat ions area (AOA)
of the Airport, but is located in the approach to Runway 16L.
9 . Protection of Existing Utilities and Improvements . The Contractor shall take adequate
measures to protect all existing structures , improvements and utilities wh ich may be
encountered.
10.
11.
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the Owner to be accurate as to location and depth ; they are shown on the
plans as the best information available from the owners of the utilities involved and from
evidences found on the ground .
The Contractor shall determine the exact location of all ex isting utilities and conduct his
work so as to prevent interruption of service or damage to them . The Contractor shall be
responsible for the replacement of any utility damaged by him and shall likewise be
responsible for losses to the utility owner due to any disruption to the service of the utility
caused by the Contractor.
Sanitary Facilities. The Contractor shall provide suitable sanitary facilities for use of his
employees and inspection personnel. Such facilities, temporary or permanent, shall
meet local sanitary codes , and may not contribute untreated sewage to any dry or
flowing watercourse . There will be no separate payment for this item.
Insurance Required . The Contractor shall not commence work under this contract until
he has obtained all insurance required under this paragraph and such insurance has
been approved by the Owner, nor shall the Contractor allow any subcontractor to
commence work on his subcontract until all similar insurance of the subcontractor has
been so obtained and approved . All insurance policies must show the Owner as
additional insured (General Liability , auto, etc.).
a . Worker's Compensation Insurance. The Contractor shall take out and maintain
during the life of this contract Workmen's Compensation Insurance for all of his
employees at the site of the project; and in case any work is sublet , the
Contractor shall require the subcontractor similarly to provide Workmen's
Compensation Insurance for all the latter's employees unless such employees
are covered by the protection afforded by the Contractor. In case any class of
FlW _Front_Ends.doc
employee engaged in hazardous work under this contract at the site of the
project is not protected under Workmen's Compensation Statute, the Contractor
shall provide and shall cause each subcontractor to provide adequate and
suitable insurance for the protection of his employees not otherwise protected .
The minimum amounts of such insurance shall be as follows :
( 1 ) State -Statutory
(2) Applicable Federal -Statutory
(3) Employer's Liability -$500,000
b. Comprehensive General Liability and Property Damage Insurance . The
Contractor shall take out and maintain during the life of this contract such
Comprehensive General Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this contract from
claims for damages or personal injury , including accidental death , as well as from
cla ims for property damages which may arise from operations under this
contract, and including explosion, collapse and underground coverage, whether
such operations be by himself or by any subcontractor or by anyone directly or
indirectly employed by either of them, and the amounts of such insurance shall
be as follows :
Bodily Injury.
(1) Each Occurrence -$1 ,000,000
(2) Annual Aggregate -$1,000 ,000
Property Damage Insurance.
(1) Each Occurrence -$1,000,000
(2) Annual Aggregate -$1,000 ,000
Property damage liability insurance providing Explosion , Collapse and
Underground coverages .
c . Comprehensive Automobile Liability.
Bodily Injury
(1) Each Person -$500,000
(2) Each Accident -$1,000,000
Property Damage
(1) Each Occurrence -$1,000 ,000
d . Cont ractual Liability.
Bodily Injury
(1) Each Occurrence -$1,000,000
FlW_Front_Ends.doc
Property Damage
(1) Annual Aggregate -$1 ,000,000
e. Such insurance will be subject to the following deductible amount: $250 .00 . The
City of Fort Worth , Texas and Alliance Airport shall be named as additional
insured parties for the project.
The Contractor's general liability carrier shall issue a separate Protective Liability
Policy covering Owner and Engineer providing coverage for not less than the
amounts listed above .
f . Proof of Carriage of Insurance . The Contractor-shall furnish the Owner with
satisfactory proof of carriage of the insurance required . All the certificates of
insurance required to be purchased and maintained by the contractor will contain
a provision or endorsement that the coverage will not be cancelled or materially
changed or renewal refused until at least 30 days prior written notice has been
given to the Owner by certified mail.
12 . Award of Bids. The Owner may reject any or all bids . The Project will be awarded
solely at the Owner's discretion to the lowest qualified bidder. At the owner's
discretion, the Owner reserves the right to reject any and/or all bids and waive any
and/or all irregularities.
13. Construction Time. The Owner reserves the right to abandon , without obligat ion to the
Contractor, any part of the project, or the entire project , at any time before the Contractor
begins any construction work authorized by the Owner.
14 . Retainage on Partial Payments. For this contract, the Owner will deduct and retain Five
(5) percent of the total amount of the partial payment until the final payment is made .
15. Final Acceptance and Payment. Final payment, including retainage, will be made upon
acceptance of the completedproject by the Owner.
16. Construction Record Drawings .
A. The contractor shall keep a complete and accurate record of all changes or
deviations from the Contract Documents . This record set of prints of the Contract
Drawings and Specifications shall be kept on site . The Owner or Owners Authorized
representative (OAR) shall at all times have access to review record drawings for
completeness and accuracy .
8. The Owner may withhold the 5% retainage if the contractor fails to comply with the
requirements of this Article .
B. The Contractor shall provide to the Owner or Owners Authorized Representative one
(1) complete record set of Red Line record documents of Contract Drawings and
Specifications modified to reflect all changes made by Addenda , Contract Change
Order and field Modifications, on the date of Substantial · completion of the entire
work. The Engineer shall incorporate changes noted and produce a set of mylars to
FlW _Front_Ends .doc
be delivered to the Owner. The mylars of the Contract documents and the cover
sheet of the Contract specifications to be stamped with a "RECORD DRAWINGS "
stamp and dated.
17 . The General Provisions are hereby replaced or amended as follows by General
Provision paragraph designated :
10-27 Shall be modified as follows :
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 5 percent of the total amount of the award contract. All other items shall be
considered minor contract items .
20-03 Contents of Proposal Forms. The following paragraph shall be added to this
section:
ADDENDA. Bidders are responsible for obtaining all addenda to the contract
documents prior to the bid receipt time and acknowledging them at the time of
bid receipt on the proposal form . Information regarding the status of addenda
may be obtained by contacting the Department of Engineering at (817) 392-5406.
Bids that do not acknowledge all applicable addenda may be rejected as non-
responsive.
20-07 Preparation of Proposal. The following paragraph shall be added to this section:
Bidders shall not separate, detach , or remove any portion, segment or sheets
from the contract documents at any time . Failure to bid fully execute contract
without retaining contract documents intact may be grounds for designating bids
as Onon-responsive o and rejecting bids or voiding contract as appropriate and
as determined by City Engineer.
20-08 Irregular Proposals. The following paragraph shall be added to this section :
AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the
proposal , the City reserves the right to adopt the most advantageous
construction thereof to the City or to reject the proposal.
20-09 Bid Guarantee. The following paragraphs shall be added to this section:
BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the
City of Fort Worth, in an amount of not less than five (5) percent of the Total
Base Bid, and is subject to forfeit in the event the successful bidder fails to
execute the contract documents within ten (10) days after the contract has been
awarded.
To be an acceptable surety on the bond, the name of the surety shall be included
on the current U.S. Treasury list and the amount of the bond shall not exceed the
amount shown on the U.S. Treasury list for that company .
30-02 Award of Contact. The following paragraphs shall be added to this section:
FlW_Front_Ends.doc
The award of a contract, if it is to be awarded , shall be made within 49 calendar
days of the date specified for publicly opened proposals , unless otherwise
specified herein .
FINANCIAL STATEMENT: A current certified financial statement may be
required by Director of the Department of Engineering if required for use by the
CITY OF FORT WORTH in determining the successful bidder. This statement, if
required , is to be prepared by an independent Public Accountant holding a valid
. permit issued by an appropriate State Licensing Agency .
30-05 Requirements of Contract Bonds . The following paragraphs shall be added to
this section:
PAYMENT BOND AND PERFORMANCE BOND : The successful bidder entering
into a contract for the work will be required to give the City surety in a sum equal
to the amount of the contract awarded . In this connection, the successful bidder
shall be required to furnish a performance bond as well as a payment bond , both
in a sum equal to the amount of the contract awarded . The form of the bond
shall be as herein provided and the surety shall be acceptable to the City . All
bonds furnished hereunder shall meet the requirements of Article 5160 of the
Revised Civil Statutes of Texas, as amended .
In order for a surety to be acceptable to the City , the name of the surety shall be
included on the current U .S. Treasury list (Circular 570) of acceptable sureties,
and the amount of bond written by any one acceptable company shall not exceed
the amount shown on the Treasury list for that company . Each bond shall be
properly executed by both the contractor and the surety company .
No sureties will be accepted by the City which are at the time in default or
delinquent on any bonds or which are interested in any litigation against the City .
Should any surety on the contract be determined unsatisfactory at any time by
the City, notice will be given to the contractor to that effect and the contractor
shall immediatfily provide a new surety satisfactory to the City .
If the contract to be awarded is less than $100 ,000 , the performance and
payment bonds are not required if the successful bidder states in its bid that
payment is not due until the work is completed and is accepted by the City .
Provided, however, that this paragraph does not affect the furnishing of a
maintenance bond , if same is required by the specifications . It is presumed that
the successful bidder agrees to provide performance and payment bonds unless
the bidder, on the bid proposal, states otherwise .
40-01 Intent of Contract. The following paragraphs shall be added to this section:
The contractor shall provide all utility services required to construct the project ,
including, but not limited to , electrical service , water service and telephone
service .
The contractor shall be responsible for defects in this project due to faulty
materials and workmanship, or both, for a period of Two (2) years from the date
FlW_Front_Ends .doc
of final acceptance of this project by the City Council of the City of Fort Worth
and will be required to replace at his expense any part or all of the project which
becomes defective due to these causes .
40-02 · Alteration of Work and Quantities . The following paragraphs shall be added to
this section :
All Supplemental Agreement shall require consent of the Contractor's Surety and
Separate Performance and Payment Bonds .
The City reserves the right to abandon, without obligation to the Contractor, an
part of the project , or the entire project , at any time before the Contractor begins
any construction work authorized by the City .
40-04 Extra Work. The following paragraphs shall be added to this section :
The quantities shown in the proposal are approximate . It is the Contractor's sole
responsibility to verify all the pay item quantities prior to submitting a bid .
When the quantity of the work to be done or materials to be furnished under any
major pay item of the contract is more than 125% of the quantity stated in the
contract, whether stated by Owner or by Contractor, then either party to the
contract, upon demand , shall be entitled to negotiate for revised consideration on
the portion of the work above 125% of the quantity stated in the contract.
When the quantity of the work to be done or materials to be furnished under any
major pay item of the contract is less than 75%of the quantity stated in the
contract, whether stated by Owner or by Contractor, then either party to the
contract, upon demand, shall be entitled to negotiate for revised consideration on
the portion of work below 75% of the quantity stated in this contract. This
paragraph shall not apply in the event Owner deletes a pay item in its entirety
from this contract.
A major pay item is defined as any individual bid item included in the proposal
that has a total cost equal to greater than 5 percent of the original contract.
A minor pay item is defined as any individual bid item included in the proposal
that has a total cost less than 5 percent of the original contract.
In the event Owner and Contractor are unable to agree on a negotiated price,
Owner and Contractor agree that the consideration will be the actual field cost of
the work plus 15 percent as described herein below, agreed upon in writing by
the Contractor and Director of the Department of Engineering and approved by
the City Council after said work is completed, subject to all other conditions of the
contract. As used herein, field cost of the work will include the cost of all
workmen, foremen, time keepers, mechanics and laborers ; all materials ,
supplies, trucks, equipment rental for such time as actually used on such work
only, plus all power, fuel, lubricants, water and similar operating expenses; and a
ratable portion of premiums on performance and payment bonds, public liability,
Workers Compensation and all other insurance required by law or by ordinance .
The Director of the Department of Engineering will direct the form in which the
accounts of actual field cost will be kept and will recommend in writing the
FTW_Front_Ends .doc
method of doing the work and the type and kind of equipment to be used, but
such work will be performed by the Contractor as an independent Contractor and
not as an agent or employee of the City . The 15 percent of the actual field cost
to be paid to the Contractor shall cover and compensate him for profit, overhead,
general supervision and field office expense, and all other elements of cost and
expense not embraced within the actual field cost as herein specified . Upon
request, the Contractor shall provide the Director of the Department of
Engineering access to all accounts , bills and vouchers relating thereto .
40-05 Add: The cost of maintaining vehicular traffic shall not be measured directly, but
shall be considered subsidiary to the project.
50-16 Claims for Adjustment and Disputes . The following paragraphs shall be added to
this section:
(a) Contractor agrees that the City shall, until the expiration of three (3) years
after final payment under this contract, have access to and the right to examine
any directly pertinent books, documents, papers, and records of the Contractor
involving transactions relating to this contract. Contractor agrees that the City
shall have access during normal working hours to all necessary Contractor
facilities and conduct audits in compliance with the provisions of this section.
The City shall give contractor responsible advance notice of intended audits .
(8) Contractor further agrees to include in all its subcontracts hereunder a
provision to the effect that the subcontractor agrees that the City shall, until the
expiration of three (3) years after final payment under the subcontract, have
access to and the right to examine any directly pertinent books, documents,
papers, and records of such subcontractor involving transactions to this
subcontract, and further, that City shall have access during normal working hours
to all appropriate work space, in order to conduct audits in compliance with the
provisions of this article . City shall give subcontractor responsible advance
notice of intended audits.
60-09 SUBSTITUJI.ONS:
The specifications for materials set out the minimum standard of quality which
the City believes necessary to procure a satisfactory project. No substitutions
will be permitted until the Contractor has received written permission of the
Engineer to make a substitution for the material which has been specified .
Where the term Dor equal D or Dor approved equal D is used , it is understood
that if a material , product, or piece of equipment bearing the name so used is
furnished it will be approvable, as the particular trade name was used for the
purpose of establishing a standard of quality acceptable to the City. If a product
of any other name is proposed for use, the Engineer's approval thereof must be
obtained before the proposed substitute is procured by the Contractor.
Where the term "or equal" or "or approved equal" is not used in specifications,
this does not necessarily exclude alternative items or material or equipment
which may accomplish the intended purpose. However, the Contractor shall
have the full responsibility of proving that the proposed substitution is, in fact,
FlW_Front_Ends.doc
equal , and the Engineer, as representative of the City, shall be the sole judge of
the acceptability of substitutions .
The provisions of this sub-section as related to OSubstitutions o shall be
applicable to all sections of these specifications.
70-01 Laws to be Observed : The following paragraphs shall be added to this section :
During the construction of this project, the Contractor shall comply with present
zon ing requirements of the City of Fort Worth in the use of vacant property for
storage purposes .
EMPLOYMENT: All bidders will be required to comply with City Ordinance NO .
7278 as amended by City Ordinance NO . 7400 (Fort Worth City Code Section
13-A-21 through 13-A-29) prohibiting discrimination in employment practices .
WAGE RA TES : All bidders will be required to comply with provision 5159a of
"Vermons Annotated Civil Statutes" of the State of Texas with respect to the
payment of prevailing wage rates as established by the City of Fort Worth , Texas
and set forth in Contract Documents for this project.
DISADVANTAGED BUSINESS ENTERPRISES : The City of Fort Worth has
goals for the participation of Disadvantaged Business Enterprises (DBE) in City
contracts . In order for a bid to be considered responsive, the compliance
statement, Attachments "IA", "18", and/or "IC", contained in the proposal must be
completed and submitted to the bid contracting officer no later than 5:00 p.m .,
three (3) business days after the bid opening date . FAILURE TO DO SO SHALL
RESULT IN THE PROPOSAL BEING NON-RESPONSIVE.
70-19 Environmental Protection . The following paragraph shall be added to this
section:
Prior to the disposing of any spoil/fill materials , the contractor shall advise the
Director of Transportation and Public Works , acting as the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the
contractor intends to dispose of such material. Contractor shall not dispose of
such materials until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City
of Fort Worth (Ordinance NO . 10056). All disposal sites must be approved by
the Administrator to ensure that filling is not occurring within a flood plain without
a permit. A flood plain permit can be issued upon approval of necessary
engineering studies . No fill permit is required if disposal sites are not in a flood
plain. Approval of the contractor's disposal sites shall be evidenced by a letter
signed by the Administrator stating that the site is not in a known flood plain or by
a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses
associated with obtaining the fill permit, including any necessary engineering
studies , shall be at contractor's expense . In the event that the contractor
disposes of spoil/fill material in a site without a fill permit or a letter from the
Administrator approving the disposal site , upon notification by the Director of the
Department of Engineering , Contractor shall remove the spoil/fill material at it's
FlW _Front_Ends .doc
expense and dispose of such materials in accordance with the Ordinances of the
City and this section.
80-05 Add: The Owner and/or the Engineer may require the replacement of any
employee, including supervisors, of the Contractor or Subcontractors found to be
unsuitable or unqualified.
80-06 Add : The Engineer shall have the authority to suspend the work wholly, or in
part, for such period or periods as he may deem necessary, due to safety-related
reasons.
80-07 Seasonal weather conditions shall be considered and included in the planning
and scheduling of all work influenced by high or low ambient temperature,
precipitation and/or saturated soil to ensure completion of all Work within the
Contract Time. Average historical climatic conditions for the preceding ten (10)
years are published by the National Oceanographic and Atmospheric
Administration (NOAA) and entitled "Local Climatological Data -Dallas/Fort
Worth, Texas."
For planning purposes, the following shall be considered average work days lost
per month due to weather conditions:
LOST
MONTH TIMEIN
WORK
DAYS
January 5
February 4
March 5
April 6
May 6
June 4
July 4
AUQUSt 4
September 5
October 4
November 4
December 4
Contract time extensions for abnormal weather will be granted only to the extent
that the actual time lost during a particular month exceeds the average lost time
indicated in the above table. Time extensions granted for abnormal weather are
not compensable.
90-07 Add : Payment for materials on hand shall be limited to materials required for
incorporation into the work within a maximum of 30 days .
FlW_Front_Ends .doc
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects .
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey .
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds .
TO Fund/Account/Centers
Submitted for City Manager's Office b_y_;_
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A . Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finis her, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe layer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheelffamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill , Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10 .06
$13 .99
$12.78
$11.01
$ 8.80
$14 .15
$ 9.88
$13.22
$12 .80
$12 .85
$13 .27
$12.00
$13 .63
$12 .50
$13.56
$14 .50
$10 .61
$14.12
$18 .12
$ 8.43
$11.63
$11.83
$13 .67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$ l l.83
$11.58
$15.20
$14 .50
$14 .98
$13.17
$10.04
$11.04
$14.86
$16 .29
$11.07
$10.92
$11.28
$11.42
$12 .32
$12.33
$10.92
$12 .60
$12.91
$12.03
$14.93
$ 11.47
$10.91
$11.75
$12.08
$14.00
$13.57
$10.09
Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Bricklayer/Stone Mason
Bricklayer /Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drvwall Taper Heloer
Electrician (Journeyman)
Electrician Helper
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefltter
Pipefitter Helper
Plasterer
Plasterer Helper
2008 PREVAILING WAGE RATES
CONS:rRUCTION INDUSTRY
Hrly Rate Classification
$21.69 Plumber
$12.00 Plumber Helper
$15 .24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural
$10 .91 Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20 .20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20 .00
$13.00
$18.00
$13.00
$14.78
$11.25
$10.27
$13.18
$16.10
$14.83
$8.00
$18.85
$12.83
$17.25
$12.25
Hrly Rate
$20.43
$14.90
$10.00
$14.00
$10.00
$16. 96
$12 .31
$18.00
$9 .00
$17.43
$20.50
$17 .76
$12.63
$10 .50
$14 .91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
(c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration . The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained . The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection .
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates . The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 06
TECHNICAL SPECIFICATION INDEX
INDEX OF TECHNICAL SPECIFICATIONS
NO. Description
G-300 Construction Barricades, Lighted Cones and Traffic Control
G-700 Demolition
0-700 Trench Excavation
SP-0-701
0-701
SP-0-751
0-751
SP-0-752
0-752
P-100
P-102
SP-P-151
P-151
SP-P-152
P-152
SP-P-156
P-156
SP-P-209
P-209
SP-P-610
P-610
Special Provision to Pipe for Storm Drains and Culverts
Pipe for Storm Drains and Culverts
Special Provis ion to Manholes , Catch Basins , Inlets and Inspection Holes
Manholes , Catch Basins , Inlets and Inspection Holes
Special Provision to Concrete Culverts , Headwalls , and Miscellaneous
Drainage Structures
Concrete Culverts, Headwalls , and Miscellaneous Drainage Structures
Mobilization
Field Office
Special Provision to Clearing and Grubbing
Clearing and Grubbing
Special Provision to Excavation and Embankment
Excavation and Embankment
Special Provision to Temporary Air and Water Pollution , Soil Erosion and
Siltation Control
Temporary Air and Water Pollution, Soil Erosion and Siltation Control
Special Provision to Crushed Aggregate Base Course
Crushed Aggregate Base Course
Special Provision to Structural Portland Cement Concrete
Structural Portland Cement Concrete
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
TOC-1
SP-T-901
T-901
SP-T-904
T-904
SP-T-905
T-905
Special Provision to T-901-Seeding
Seeding
Special Provision to T-904-Sodding
Sodding
Special Provision to T-905-Topsoiling
Topsoiling
SP-SS-TxDOT Item 169
SS-TxDOT Item 169
SP-SS-TxDOT Item 459
Special Provision to Soil Retention Blankets
Soil Retention Blankets
Special Provision to TxDOT Item 459 Gabion and
Gabion Mattresses
SS-TxDOT Item 459 Gabion and Gabion Mattresses
SP-L-110
L-110
SP-L-115
L-115
Special Provision to L-110-lnstallation of Airport Underground
Electrical Duct
Installation of Airport Underground Electrical Duct
Special Provision to L-115-Electrical Manholes and Junction
Structures
Electrical Manholes and Junction Structures
Ft. Worth Alliance Airport TOC-2
Alliance Airport Runway Extension Project
Earthwork Package 3
ITEM G-300 CONSTRUCTION BARRICADES, LIGHTED CONES
AND TRAFFIC CONTROL
DESCRIPTION
300-1 .1 DESCRIPTION.
This item shall include the construction , placement , relocat ion and removal of lighted cones and
multi-barrier barricades . This item shall include all labor and materials necessary for furnishing ,
placement, relocation , ma intenance , and removal of lighted cones and construction barricades .
All light cones and barricades will be stored on site and will be placed as Directed by the Owne r
Authorized Representative (OAR).
MATERIALS
300-2 .1 LIGHTED CONES.
The cones shall be either red or orange in color and shall be weighted sufficiently either by
design or other methods to stabilize the cones against wind or jet aircraft blast.
The lights shall be attached to the cones or adjacent to the cones . The lights shall be battery
operated and will be flashing , strobe , or continuous burning, as shown on the plans, or as
directed by the OAR
The cones shall have a six (6) inch wide retro-reflective band continuously around the cone
located near the top of the cone .
300-2.2 MUL Tl-BARRIER BARRICADES .
The multi-barrier barricades shall be Safety Barricade Model AR-1 Ox96 or approved equal. The
red lights shall be battery operated and shall be of such a design that they will operate a
minimum of 15 hours on a single charge.
300-2.3 VERTICALCADE BARRICADES.
The Verticalcade Barrier shall comply with NCHRP 350 and M.U.T.C .D. specifications .
Verticalcade Barricades shall be safety orange with reflective white 3-M reflective stripes and
have a weighted base . Verticalcade Barricade shall include a flash ing light mounting receptacle
for standard size bolt and cup washers . The red lights shall be battery operated and shall be of
such a design that they will operate a minimum of 15 hours on a single charge .
300-2.4 CHANNELIZER BARREL BARRICADES.
The channel izer barrel barricade shall comply with M.U.T.C.D. specifications . Channelize r barrel
barricades shall be safety orange with reflective white 3-M reflective stripes and have a
weighted base . The red lights shall be battery operated and shall be of such a design that they
will operate a minimum of 15 hours on a single charge .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
G-300-1
CONSTRUCTION METHODS
300-3.1 LIGHTED CONES.
The lighted cones shall be placed at locations required or as designated by the OAR
It shall be the contractor's responsibility to maintain the lighted cones and to immediately repair
or replace any cone that is damaged, and to replace batteries , lights and flashers that are not
operating . Maintenance, repair, and replacement will not be paid for directly , but shall be
subsidiary to the Bid Item 00501 .
If the Contractor fails to locate or maintain the lighted cones , it shall be cause for the suspens ion
of work , until proper maintenance and location has been fulfilled to the satisfaction of the OAR
During construction , the Contractor may be required to relocate certain lighted cones to
accommodate progress of th is work as directed by the OAR This relocation is not a separate
pay item but will be considered subsidiary to the Bid Item 00501.
300-3.2 MUL Tl-BARRIER BARRICADES.
a. Placement of Multi-Barrier Barricades. Multi-barrier barricades shall be placed at
locations required or as designated by the OAR Placement of multi-barrier barricades shall be
compatible with the contract documents and shall be located to the extent determined by the
OAR
(1) It shall be the Contractor's responsibility to secure the multi-barrier barricades in
the grassy area in a stable manner.
(2) The battery operated red flashers located at each end of the multi-barrier
barricade shall be operative at all times. It shall be the Contractor's responsibility
to immediately repair or replace any flasher that is not operating.
(3) Multi -barrier barricades shall be in place prior to commencing construction
operations . If the Contractor fails to locate or maintain barricades and lights, it
shall be cause for the suspension of work, until proper maintenance and
barricade location has been fulfilled to the satisfaction of the OAR
b. Relocation of Multi-Barrier Barricades . Multi -barrie r barricades shall be relocated to
new areas as directed by the OAR This relocation is not a separate pay item but will be
cons idered subsidiary to the Bid Item 00501 .
c. The multi-barrier barricades shall remain the property of the Contractor.
300-3.3 VERTICALCADE BARRICADES.
The lighted verticalcade barricades shall be placed at locations required or as designated by the
OAR.It shall be the contractor's responsibility to maintain the lighted verticalcade barricades and
to immediately repair or replace any barricade that is damaged , and to replace batteries , lights
and flashers that are not operating .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
G-300-2
Maintenance, repair, and replacement will not be paid for directly, but shall be subsidiary to the
Bid Item 00501.
If the Contractor fails to locate or maintain the lighted verticalcade barricades , it shall be cause
for the suspension of work, until proper maintenance and location has been fulfilled to the
satisfaction of the OAR.
During construction, the Contractor may be required to relocate certain lighted barricades to
accommodate progress of this work as directed by the OAR. This relocation is not a separate
pay item but will be considered subsidiary to the Bid Item 00501 .
300-3.4 CHANNELIZER BARREL BARRICADES.
The lighted channelizer barrel barricades shall be placed at locations required or as designated
by the OAR.
It shall be the contractor's responsibility to maintain the lighted channelizer barrel barricades
and to immediately repair or replace any barrel barricade that is damaged, and to replace
batteries , lights and flashers that are not operating. Maintenance, repair, and replacement will
not be paid for directly, but shall be subsidiary to the Bid Item 00501 .
If the Contractor fails to locate or maintain the lighted channelizer barrel barricades, it shall be
cause for the suspension of work, until proper maintenance and location has been fulfilled to the
satisfaction of the OAR.
During construction, the Contractor may be required to relocate certain lighted barrel barricades
to accommodate progress of this work as directed by the OAR. This relocation is not a separate
pay item but will be considered subsidiary to the Bid Item 00501.
METHOD OF MEASUREMENT
300-4.1 MEASUREMENT.
The furnishing, installation and relocation of construction lighted cones and barricades shall not
be measured separately but shall be considered subsidiary to the Lump Sum bid item "Sign-
Barricades & Traffic Routing -Install".
BASIS OF PAYMENT
300-5.1 PAYMENT.
No separate payment shall be made for barricades , lighted cones or other traffic control
devices. Payment for these items shall be made at the contract Lump Sum price bid for Signs-
Barricades & Traffic Routing. Such price shall be full compensation for furnishing all material ,
labor, tools, equipment and incidentals necessary to provide , install , relocate , maintain and
remove all construction barricades, lighted cones and traffic control devices.
Fort Worth Alliance Airport
Runway Extens ion Project
Earthwork Package 3
G-300-3
Payment will be made under:
Item 00501 Sign-Barricades & Traffic Routing -Install, ---per lump sum .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM G-300
G-300-4
ITEM G-700 DEMOLITION
DESCRIPTION
700-1.1 This section shall include all work necessary for and incidental to the execution and
completion of demolition, and removal or removal , salvage and storage of items as indicated on
the drawings or as directed by the Owner or Owner's Authorized Representative.
Where either concrete or asphalt pavement is designated to be removed , the pavement removal
shall be saw cut as required and include the removal of the pavement's base sections, i.e.,
cement treated base (CTB), asphalt base, flexible base, etc. The base materials are not
considered as individual removal items.
CONSTRUCTION METHOD
700-2.1 GENERAL.
a. Demolition and removal procedures shall provide for safe conduct of the work, protection of
property which is to rema in undisturbed, coordination with other work in progress, timely
disconnection of any utility service and protection for any vehicles or aircraft in the area .
b. The use of explosives will not be permitted .
700-2.2 DISPOSITION OF MATERIALS.
a. Demolished materials shall become the property of the Contractor, and shall be properly
disposed of outside the limits of the airport, with the exception of materials designated in the
contract documents or designated by the Owner or Owner's Authorized Representative to be
salvaged. All electrical fixtures , components and associated accessories shall be salvaged for
relocation as designated by the contract documents or for delivery to Alliance Airport. Salvage
material shall be delivered to Alliance Airport at a site on the airport as designated by the
Construction Manager.
b. Receipts shall be furnished by the Contractor for salvaged items delivered to Alliance Airport .
c. Burning at the project site for disposal of refuse and debris will not be allowed.
d. Demolition debris shall be removed at least once each day in accordance with applicable
city, county, state and federal laws and/or ordinances .
e. The Contractor shall meet all applicable city, county, state and federal laws and/or
ordinances governing spillage of debris while transporting to the disposal site.
f. All combustible waste materials and/or hazardous waste and debris shall be handled,
transported and disposed of in accordance with applicable local , state and federal laws and/or
ordinances .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
G-700-1
700-2.3 UTILITIES.
a. The Contractor shall cut , remove , plug or otherwise alter the condition of existing utilities as
indicated on the plans , and shall repair or replace those utilities damaged or destroyed that are
to remain in place .
b. The Contractor shall notify all utility companies, public or private, of his intended operations
and determine if any utilities exist that are not indicated on the plans . Close coordination shall
be maintained between the Cont ractor and utility companies .
c. Trenches for utilities to be removed shall be filled , backfilled and compacted in lifts.
700-2.4 DEMOLITION OPERATIONS.
a. Avo id excessive vibrations in demolition procedures that would be transmitted through
existing structures and finish materials.
b. Provide necessary shoring , bracing , needle pinning and other precautions required to
properly support existing structures during cutting and demolition operations .
c . For existing gas well road removal , crushed aggregate base material shall be removed up
to the subgrade , salvaged and stockpiled in the area designated by the owner.
d. Existing CMP culvert to be removed shall be removed in its entirety and disposed of off of
airport property .
e. The removal of pavement strip ing shall be accomplished by means high pressure water.
Sandblasting and grinding will not be permitted.
700-2.5 CLEAN UP.
a. Debris and rubbish shall be removed from the site daily.
b. Debris Control: Remove and transport debris in a manner as to prevent spillage on aprons,
runways and/or taxiways , roads or adjacent areas . The work area shall be continuously
maintained to keep it free of any debris from the construction process .
METHOD OF MEASUREMENT
700-3.1 Demolition items damaged or removed by the Contractor in excess of quantities to be
removed as directed by either the contract documents or the Construction Manager shall not be
measured for payment, but shall be at the Contractor's sole expense .
700-3.2 Measurement for existing gas well road removal and salvage of crushed stone surface
material will be per Lump Sum .
700-3.3 The removal of existing 42 " CMP shall be measured for payment by the linear foot of
pipe actually removed.
Fort Worth Alliance Airport
Runway Extension Proj ect
Earthwork Package 3
G-700-2
METHOD OF PAYMENT
700-4.1 Demolition items damaged or removed by the Contractor in excess of quantities to be
removed as directed by either the contract documents or the Construction Manager shall not
eligible for payment, but shall be at the Contractor's sole expense.
700-4.2 Payment for existing gas well road removal and salvage of crushed stone surface
material to be at the contract unit price bid per Lump Sum. Price shall be full compensation for
all preparation, excavation, hauling , removal, labor, equipment, tools and incidentals necessary
to complete this item .
700-4.3 Payment for the removal of existing 42" CMP will be made at the contract unit price per
linear foot, the price shall be full compensation for all preparation, excavation , removal , labor,
equipment, tools and incidentals necessary to complete this item.
Payment will be made under:
G-700.1
G-700.2
Pipe -Remove, 42" CMP Removal, Complete -per linear foot
Pavement -Remove, Existing Gas Well Road Removal & Salvage of Crushed
Stone Surface Material, Complete --per lump sum
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM G-700
G-700-3
ITEM D-700 TRENCH EXCAVATION
DESCRIPTION
700-1.1 DESCRIPTION. This item shall govern for all excavation required for the constru ction
of storm drain lines , waste lines and other util ity lines ; appurtenances and connections ; and for
the backfill ing (including Class B Bedding) around completed storm drain line s, was te lines and
other utility lines to the leve l of the original or finished ground . All trenc h excavation shall be in
conformity with the locations , lines , and grades shown on the plans or as directed by the Owner
or Owner's Authorized Rep resentative , and in accordance with these specifications. Th is item
shall also cover the necessary pump i ng or bailing , drainage sheathing and bracing of trenches .
PRODUCTS
700-2.1 MATERIALS.
a. Class "B" Bedding Material: Materials for backfill shall be sandy gravel , cons isting of hard
durable particles or fragments of granular aggregates mixed or blended w ith fine sand , clay,
stone dust or other similar binding or filler materials to provide a uniform mixture with gradations
of materials as follows:
Passing 2 inch sieve 100%
Passing 1 inch sieve 90-100%
Passing Yz inch sieve 50-80%
Passing No . 4 sieve 30 -60%
Passing No . 100 sieve 0-5%
b. All materials passing the No . 4 sieve shall have a liquid limiLof not more than 25 and a
plasticity index of not more than 6 when tested in accordance w ith ASTM D4318 .
CONSTRUCTION METHODS
700-3.1 CONSTSRUCTION .
a. Trenches . Unless otherwise specified , all utilities waste lines and storm dra ins shall be
constructed in open cut trenches. Trenches shall be sloped or sheathed and braced to the
extent necessary to mainta in stability of excavation and provide full safety for workmen
throughout the construct ion period . The Contractor shall do such trench sloping , bracing ,
sheathing , or shoring necessary to perfo rm and protect the excava tion as requi red for safety
and conformance to all OSHA and State of Texas requirements . Unless otherwise prov ided , the
bracing , sheathing , or shoring shall be removed by the Contractor after placing of embedment
and backfil l. The sheathing or shoring shall be pulled as the backfill is placed to the top of pipe
and worked in adjacent to the sides of pipe to avoid any unfilled spaces between the trench wall
and pipe . Adequacy of the sloping , sheath ing and bracing shall be the responsibi lity of the
Contractor.
Fort Worth A lli ance Airport
Runway Extens ion Project
Earthwork Package 3
D-700 -1
Trenches for pipe utilities waste lines and storm drain lines shall have a horizontal width beyond
the vertical projections of the outside surfaces of the pipe and parallel thereto on each side of
the pipe as shown in the table below.
Diameter of Pipe
I
Width
18 inch through 36 inch 9 inches
39 inch through 60 inch 12 inches
66 inch through 96 inch 18 inches
108 inch through 120 inch 24 inches
For metal or monolithic pipe and/or arch larger than 120 inches in nominal diameter, the
trenches shall have a width equal to the outside horizontal diameter plus 2 feet on each side of
the pipe.
For all utilities and storm drain lines to be constructed in fill above natural ground , the
embankment shall be constructed to an elevation not less than 1 foot above the top of pipe ,
after which excavation for the pipe shall be made as noted above .
For pipe storm drain lines and waste lines of all types , where the soil encountered at established
footing grade is a quicksand , much , or similar unstable material as determined by the Owner or
Owner's Authorized Representative, the following procedure shall be used unless other
methods are called for on the plans . All unstable soil shall be removed to a depth of 2 feet
below bottom of storm drain line for drain lines less than 2 feet in height. Such excavation shall
be carried at least 1 foot beyond the horizontal limits of the structure on all s ides . All unstab le
soil so removed shall be replaced with Class "B'' bedding material , a sandy gravel material,
cons isting of hard durable particles or fragments of granular ag_gregates mixed or blended with
fine sand , clay, stone dust or other similar binding or filler materials to provide a uniform mixture
with gradations of materials as specified in Paragraph D-700-2.1, Materials.
After placement, the sandy gravel material shall be wetted if necessary and shall be compa cted
by mechanical tamping as required to provide a stable foundation for the storm drain line .
When the material encountered at footing grade of a reinforced concrete pipe storm drain line is
found to be rock or other incompressible material, or when the materials is too unstable to be
entirely replaced with Class "B" material , as determined by the Owner or Owne r's Au thorized
Representative , the excavation of trench and bedding of the pipe shall conform to the details fo r
Class "A" bedding as shown on the plans .
The cost of furnishing and placing Class "B" bedd ing shall be included in the bid item of 0-701 ,
"Pipe for Storm Drains and Culverts ".
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
0-700-2
For unstable trench conditions requiring outside forms , seals, sheath ing , and bracing , or where
ground water is encountered, any additional excavation and backfill in excess of the limits set
forth above shall be done at the Contractor 's expense .
b. Shaping of Trench Bottom. For precast concrete or metal pipe storm dra in lines, the
trench bottom shall be undercut at minimum depth sufficient to accommodate the lass of
bedding indicated on the plans or specified in these specifications .
c. Dewatering Trench. Utility lines and storm drain lines and industrial waste lines shall not be
constructed or laid in a trench in the presence of water . All water shall be removed from the
trench sufficiently prior to the storm drain placing operation to insure a dry, firm bed on which to
place the storm drain , and the trench shall be maintained in such unwatered condition until all
concrete and mortar is set. Removal of water may be accomplished by bailing , pumping , or by
a well-point installation as conditions warrant.
Backfill shall be placed as soon as practicable after laying, bedding, and jointing of pipe as
approved by the Owner or Owner's Authorized Representative .
In the event that a trench cannot be dewatered to the point where the pipe subgrade is free of
mud , a seal shall be used in the bottom of the trench . Such seal shall conform to the
requirements of Class "A " Bedding as described in Item 0-701 with a minimum depth of 3
inches .
d. Removing Old Structures. When old masonry structures or foundations are encountered
in the excavation , such obstructions shall be removed for the full width of the trench and to a
depth of 1 foot below the bottom of the trench .
e. Protection of Utilities. The Contractor shall conduct his work such that measures are taken
to maintain the stability and otherwise protect existing structures and utilities required to remain
in place. Particular care shall be exercised to avoid the cutting or breakage of petroleum
product lines , other utility lines, and underground telephone and radio communication cables .
The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations
to enable such utility owners to reroute, provide temporary detours , or to make other
adjustments to utility lines in order that the Contractor ma y proceed with his work with a
minimum of delay and expense. The Contractor shall cooperate with all utility owners concern
in effecting any utility adjustments necessary and shall not hold the owner liable for any
expense due to delay or additional work because of conflicts .
f. Surplus Excavated Materials. All materials from excavation operations not required for
backfilling the trench shall be placed in embankments if considered suitable . All material not
suitable or required for use in embankments will be declared surplus by the Owner or Owner's
Authorized Representative and shall be hauled to the excess material stockpile shown on the
plans .
g. Backfill. After the bedding has been prepared and the pipes installed as required by the
pertinent specifications , Class "B'' Bedding Material and backfill material shall be placed to the
lines shown on the plan's excavation and backfill diagram. Backfill material shall be selected
materials from the excavation or borrow, and shall be free from stones of such size as to
interfere with compaction and shall be free from large lumps which will not break down readily
under compaction . The Owner or Owner's Authorized Representative shall have the right to
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-700-3
reject any material containing more than 20% by weight of material retained on the 3-inch sieve ,
or material excavated in such a manner as to produce large lumps not easily broken down or
which cannot be spread in loose layers of the required depth .
Class "B'' Bedding Material shall be placed along both sides of the pipe equally , in uniform
layers not exceeding 6 inches in depth (loose measurement) and backfill material shall be
placed in uniform layers not exceeding 8 inches in depth . Class "B'' Bedding Material and
backfill material shall be wetted using enough water to facilitate compaction , if required , and
thoroughly compacted to the required density. Backfilling shall be continued in this manner to
the elevation of the top of the pipe . Successive layers shall be added and thoroughly
compacted by hand, pneumatic tampers , or by mechanical compaction equipment approved by
the Owner or Owner's Authorized Representative until the trench is completely filled and
brought to the specified elevation . Backfilling shall be done in such a manner as to avoid
injurious top or side pressures on the pipe.
When Trench excavation is in rock , shale or other incompressible materials , Class "B'' Bedding
Material shall be placed under and around the re inforced concrete pipe li nes as specified and
shown on the plans .
Backfill shall be placed in horizontal lifts not to exceed 8" in loose depth . In areas under
pavement or in the runway/taxiway safety area , backfill shall be compacted to a minimum of
95% maximum density as determined by ASTM 0698 . In all other areas , the density shall be a
min i mum of 93% of maximum dens ity . The moisture content at placement shall be from 1 %
below to 3% above optimum.
The in-place field density of the backfill shall be accomplished by using a nuclear gage in
accordance with ASTM 02922 . The gage shall be field calibrated in accordance with paragraph
4 of ASTM 02922 . Calibration tests shall be conducted on the first lot of material placed that
meets the density requ i rements .
Use of ASTM 02922 results in a wet unit weight, and when using this method , ASTM 03017
shall be used to determine the moisture content of the material. The calibration curve furnished
with the moisture gages shall be checked as described in paragraph 7 of ASTM 03017 . The
calibration checks of both density and moisture gages sh ~ be made at the beginning of a job
and at intervals as determined by the Construction Manager.
One set of density/moisture content tests shall be made on alternate lifts and sides every 250
feet of length of trench or length of day's placement, whichever is less , for backfill at pipes and
culverts . One set of density/moisture content tests shall be made on alternate lifts and sides for
manholes , inlets and other drainage structures , with a min imum of one set of tests per structure .
Where applicable and acceptable to the Owner or Owner's Authorized Representative ,
compaction of noncohesive soils (e.g ., sandy gravel bedding/backfill) shall meet or exceed 75 %
of relative density as determined by ASTM 04254.
700-4.1 METHOD OF MEASUREMENT. No sepa rate measuremen t of "Trench Excavation "
shall be made . "Trench Excavation " shall be subsidiary to the individual bid items for
underground drainage and utilities. No extra allowance will be made for dewatering or
additional excavation and backfill quantities arising from sloping or shoring trenches carried out
by the Contractor.
Fort Worth All iance Airport
Runway Extension Project
Eart hwo r k Package 3
0 -700-4
a. Where rock is removed or unstable material is undercut in order to provide suitable
foundation for storm drains and utility lines, such material will be measured for payment under
the applicable b id item under Item P-152, "Unclassified Excavation ."
BASIS OF PAYMENT
700-5.1 No separate payment for trench excavation shall be made . ''Trench Excavation " shall
be subsidiary to the individual underground drainage and utility bid items . No extra allowance
will be made for additional excavation and backfill quantities arising from sloping, shoring or
dewatering trenches carried out by the Contractor.
ASTM 0698
ASTM 02922
ASTM 03017
ASTM 04254
ASTM 04318
Fort Worth All iance Airport
Runway Extension Project
Earthwork Package 3
TESING REQUIREMENTS
Test for Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures. Using 5.5 -pound (2.5 kg) Rammer and 12-inch
(300 mm) Drop
Test for Density of Soil and Soil Aggregates in Place by Nuclear
Method
Test Method for Moisture Content of Soil and Soil-Aggregate in
Place by Nuclear Method
Test Method for Minimum Index Density and Unit Weight of Soils
and Calculation of Relative Density
Test Method for Liquid Limit, Plastic Limit and Plasticity Index of
Soils
END OF ITEM
0-700-5
SPECIAL PROVISION TO
ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative".
2. Delete paragraph 701-2.8 .
3. Delete Section 701-4.1 thru 701-4.3, METHOD OF MEASUREMENT, in its entirety and
substitute the following :
701-4.1 The length of pipe shall be measured in linear feet of pipe in place, completed,
and approved . It shall be measured along the centerline of the pipe from end or inside
face of structure to the end or inside face of structure, whichever is applicable. The
several classes, types and size shall be measured separately. All trenching, excavation,
sheeting and bracing, bedding, backfill, cleaning and restoration of surfaces, dewatering,
connections, collars, joints and fittings shall be included in the linear footage as typical
pipe sections in the pipe being measured.
701-4.2: Concrete cradles shall not be measured separately .
701-4.3 No separate measurement shall be made for rock excavation or other
excavation necessary for installation of pipe but shall be considered subsidiary to pipe
installation.
4. Delete Section 701-5.1, BASIS OF PAYMENT, in its entirety and substitute the following :
701-5.1 Payment will be made at the contract unit price per linear foot (meter) for
each kind of pipe of the type and size designated. This price shall fully compensate
the Contractor for furnishing all materials and for all preparation , excavation and
installation of these materials, and for all labor, equipment, tools and incidentals
necessary to complete the item .
Payment will be made under:
Item D-701.1
Item 0-701 .2
Item 0-701.3
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Box Culvert-6 Ft x 7 Ft -Install, Type SCP -7,
Precast, Complete in Place -per linear foot
Pipe-18 Inch-CL IV -Install, 18-lnch RCP,
Complete in Place -per linear foot
Pipe-42 Inch-CL V -Install, 42-lnch RCP ,
Complete in Place -per linear foot
END OF SPECIAL PROVISION
SP-0-701-1
ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS
DESCRIPTION
701-1.1 This item shall cons ist of the construction of pipe culverts and storm drains in
accordance with these specifications and in reasonably close conformity with the lines and
grades shown on the plans .
MATERIALS
701-2.1 Materials shall meet the requirements shown on the plans and specified below.
701-2.2 PIPE.
Metallic Coated Corrugated Steel Pipe (Type I, IR or II}
Galvanized Steel Corrugated Structural Plates
and Fasteners for Pipe, Pipe-Arches, and Arches
ASTM A 760
ASTM A 761
Polymer Precoated Corrugated Steel Pipe for Sewers and Drains ASTM A 762
Post-Coated and Lined (Bituminous or Concrete)
Corrugated Steel Sewer and Drainage Pipe ASTM A 849
Steel Sheet, Zinc and Aramid Fiber Composite Coated for
Corrugated Steel Sewer, Culvert, and Underdrain Pipe A885/A885M-96
Corrugated Aluminum Alloy Culvert Pipe ASTM B 7 45
Non-Reinforced Concrete Pipe ASTM C 14
Reinforced Concrete Pipe ASTM C 76
Reinforced Concrete D-Load Pipe ASTM C 655
Reinforced Concrete Arch Pipe ASTM C 506
Reinforced Concrete Elliptical Pipe ASTM C 507
Precast Reinforced Concrete Box Sections ASTM C 789 and C 850
Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings ASTM F 794
Based on Controlled Inside Diameter
Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe ASTM F 949
With a Smooth Interior and Fittings
Bituminous-Coated Corrugated Metal Pipe and Pipe Arches AASHTO M 190
Bituminous-Coated Corrugated Aluminum Alloy Culvert Pipe AASHTO M 190 and M
196
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-701-1
Bituminous-Coated Structural Plate Pipe , Pipe Arch , and Arches AASHTO M 167 and
M 243
Aluminum Alloy Structural Plate for Pipe, Pipe Arch , and Arches AASHTO M 219
Polyvinyl Chloride (PVC) Pipe
Corrugated Polyethylene Drainage Tubing (all types)
ASTM D 3034
AASHTO M 252
Corrugated Polyethylene Pipe 300 to 1200 mm Diameter (all types)
294M
AASHTO M
Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings B AASHTO M 304
Based on Controlled Inside Diameter
701-2.3 CONCRETE. Concrete for pipe cradles shall have a minimum compressive strength of
2000 psi (13 .8 MPa) at 28 days and conform to the requirements of ASTM C 94.
701-2.4 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements
of ASTM C 443 . Rubber gaskets for PVC pipe and polyethylene pipe shall conform to the
requirements of ASTM F 477 . Rubber gaskets for zinc-coated steel pipe and precoated
galvanized pipe shall conform to the requirements of ASTM D 1056 , for the "RE" closed cell
grades .
701-2.5 JOINT MORTAR. Pipe joint mortar shall consist of one part portland cement and two
parts sand . The portland cement shall conform to the requirements of ASTM C 150, Type I.
The sand shall conform to the requirements of ASTM C 144.
701-2.6 JOINT FILLERS. Poured filler for joints shall conform to the requirements of ASTM D
1190.
701-2.7 PLASTIC GASKETS. Plastic gaskets shall conform to the requirements of AASHTO
M 198 (Type B).
701-2.8. CONTROLLED LOW STRENGTH MATERIAL (CLSM). Controlled low strength
material shall conform to the requirements of Item P-153 . When CLSM is used all joints shall
have gaskets .
CONSTRUCTION METHODS
701-3.1 EXCAVATION. The w idth of the pipe trench shall be sufficient to permit satisfactory
jointing of the pipe and thorough tamping of the bedding ma terial under and around the pipe , but
it shall not be less than the external diameter of the pipe plus 6 inches (150 mm) on each side .
The trench walls shall be approximately vertical.
Where rock, hardpan , or other unyielding material is encountered, the Contractor shall remove it
from below the foundation grade for a depth of at least 12 inches (300 mm) or one-half inch ( 12
mm) for each foot of fill over the top of the pipe (whichever is greater) but for no more than
three-quarters of the nominal diameter of the pipe . The width of the excavation shall be at least
1 foot (30 cm) greater than the horizontal outside diameter of the pipe. The excavation below
grade shall be backfilled with selected fine compressible material , such as silty clay or loam,
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-701-2
and lightly compacted in layers not over 6 inches ( 150 mm) in uncompacted depth to form a
uniform but yielding foundation .
Where a firm foundation is not encountered at the grade established , due to soft, spongy, or
other unstable soil , the unstable soil sha ll be removed and replaced with approved granular
material for the full trench width. The Engineer shall determine the depth of removal
necessary. The granular material shall be compacted to provide adequate support for the pipe.
The excavation for pipes that are placed in embankment fill shall not be made until the
embankment has been completed to a height above the top of the pipe as shown on the plans .
701-3.2 BEDDING. The pipe bedding shall conform to the class specified on the plans. When
no bedding class is specified or detailed on the plans , the requirements for Class C bedding
shall apply.
a. Rigid Pipe. Class A bedding shall consist of a continuous concrete cradle
conforming to the plan details .
Class B bedding shall consist of a bed of granular material having a thickness of at least 6
inches ( 150 mm) below the bottom of the pipe and extending up around the pipe for a depth of
not less than 30 percent of the pipe's vertical outside diameter. The layer of bedding material
shall be shaped to fit the pipe for at least 10 percent of the pipe's vertical diameter and shall
have recesses shaped to receive the bell of bell and spigot pipe . The bedding material shall be
sand or selected sandy soil, all of which passes a 3/8 inch (9 mm) sieve and not more than 10
percent of which passes a No . 200 (0.075 mm) sieve.
Class C bedding shall consist of bedding the pipe in its natural foundation to a depth of not less
than 10 percent of the pipe's vertical outside diameter. The bed shall be shaped to fit the pipe
and shall have recesses shaped to receive the bell of bell and spigot pipe .
b. Flexible Pipe. For flexible pipe , the bed shall be roughly shaped to fit the pipe, and a
bedding blanket of sand or fine granular material shall be provided as follows :
Pipe Corrugation Depth Minimum Bedding Depth
in . mm in . mm
1/2 12 .5 1 25 .0
1 25 .0 2 50 .0
2 50 .0 3 75 .0
2-1/2 62 .5 3-1/2 87 .5
c. PVC and Polyethylene Pipe. For PVC and polyethylene pipe , the bedding material
shall consist of coarse sands and gravels with a maximum particle size of 3/4-inch (13 mm).
For pipes installed under paved areas , no more than 12 percent of the material shall pass the
No . 200 (0.075 mm) sieve . For all other areas , no more than 50 percent of the material shall
pass the No . 200 (0 .075 mm) sieve . The bedding shall have a thickness of at least 6 inches
(150 mm) below the bottom of the pipe and extend up around the pipe for a depth of not less
than 50 percent of the pipe 's vertical outside diameter.
Fort Worth Alliance Airport 0-701-3
Runway Extension Project
Earthwork Package 3
701-3.3 LAYING PIPE. The pipe laying shall begin at the lowest point of the trench and
proceed upgrade. The lower segment of the pipe shall be in contact with the bedding
throughout its full length . Bell or groove ends of rigid pipes and outside circumferential laps of
flexible pipes shall be placed facing upgrade .
Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved
segment coincides with the flow line .
Elliptical and elliptically reinforced pipes shall be placed with the manufacturer's top of pipe
mark within five degrees of a vertical plane through the longitudinal axis of the pipe .
701-3.4 JOINING PIPE. Joints shall be made with (1) portland cement mortar, (2) portland
cement grout , (3) rubber gaskets , (4) plastic gaskets , or (5) coupling bands .
Mortar joints shall be made with an excess of mortar to form a continuous bead around the
outside of the pipe and shall be finished smooth on the inside . Molds or runners shall be used
for grouted joints in order to retain the poured grout. Rubber ring gaskets shall be installed to
form a flexible watertight seal.
a. Concrete Pipe. Concrete pipe may be either bell and spigot or tongue and groove .
The method of joining pipe sections shall be such that the ends are fully entered and the inner
surfaces are reasonably flush and even . Joints shall be thoroughly wetted before mortar or
grout is applied.
b. Metal Pipe. Metal pipe shall be firmly joined by form fitting bands conforming to the
requirements of ASTM A 760 for steel pipe and AASHTO M 196 for aluminum pipe.
c. PVC and Polyethylene Pipe. Joints for PVC and Polyethylene pipe shall conform to
the requirements of ASTM D 3212 wh _en water tight joints are required . Joints for PVC and
Polyethylene pipe shall conform to the requirements of AASHTO M 304 when soil tight joints are
required . Fittings for polyethylene pipe shall conform to the requirements of AASHTO M 252 or
M 294M .
701-3.5 BACKFILLING. Pipes shall be inspected before any backfill is placed; any pipes found
to be out of alignment, unduly settled , or damaged shall be removed and relaid or replaced at
the Contractor's expense .
Material for backfill shall be fine, readily compatible soil, granular material selected from the
excavation or a source of the Contractor's choosing . It shall not contain frozen lumps , stones
that would be retained on a 2-inch (50.0 mm) sieve , chunks of highly plastic clay, or other
objectionable material. No less than 95 percent of a granular backfill material shall pass
through a 1 /2 inch ( 12 mm) sieve, and no less than 95 percent of it shall be retained on a
No . 4 (4.75 mm) sieve .
When the top of the pipe is even with or below the top of the trench, the backfill shall be
compacted in layers not exceeding 6 inches (150 mm) on both sides of the pipe and shall be
brought up one foot (30 cm) above the top of the pipe or to natural ground level, whichever is
greater. Care shall be exercised to thoroughly compact the backfill material under the haunches
of the pipe . Material shall be brought up evenly on both sides of the pipe.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-701-4
When the top of the pipe is above the top of the trench, the backfill shall be compacted in layers
not exceeding 6 inches (150 mm) and shall be brought up evenly on both sides of the pipe to 1
foot (30 cm) above the top of the pipe . The width of backfill on each s ide of the pipe for the
portion above the top of the trench shall be equal to twice the pipe 's diameter of 12 feet (3 .5 m),
whichever is less .
Fo r PVC and polyethylene pipe , the backfill shall be placed in two stages ; first to the top of the
pipe and then at least 12 inches (300 mm) over the top of the pipe. The backfill material shall
meet the requi rements of paragraph 701-3 .2c.
All backfill shall be compacted to the density required under Item P-152 .
METHOD OF MEASUREMENT
701-4.1 The length of pipe shall be measured in linear feet (mete rs) of pipe in place ,
completed, and approved . It shall be measured along the centerl ine of the pipe from end or
inside face of structure to the end or inside face of structure , whichever is applicable . The
several classes , types and size shall be measured separately. All fittings shall be included in
the footage as typical pipe sections in the pipe being measured.
701-4.2 The volume of concrete for pipe cradles to be paid for shall be the number of cubic
yards (cubic meters) of concrete that is completed in place and accepted.
701-4.3 The volume of rock to be paid for shall be the number of cubic yards (cubic meters) of
rock excavated. No payment shall be made for the cushion material placed for the bed of the
pipe .
BASIS OF PAYMENT
701-5.1 Payment will be made at the contract unit price per linear foot ( meter) for each kind of
pipe of the type and size designated ; at the contract unit price per cubic yard (cubic meter) of
concrete for pipe cradles ; and at the contract unit price per cubic ya rd ( cubic meter) for rock
excavation .
These prices shall fully compensate the Contractor for furn ishing all materials and for all
preparation , excavation , and installation of these materials ; and for all labor, equipment , tools,
and incidentals necessary to complete the item . -·
Payment will be made under:
Item 701 -5.1
Item 701-5 .2
Item 701-5 .3
ASTM A 760
ASTM A 761
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
] inch [ ] per linea r foot (meter)
Concrete for pipe cradles-per cubic yard ( cubic meter)
Rock excavation-per cubic yard ( cubic meter)
MATERIAL REQUIREMENTS
Corrugated Steel Pipe , Metallic-Coa ted for Sewers and Drains
Corrugated Steel Structural Plate, Zinc Coated , for Field-Bolted
Pipe , Pipe-Arches , and Arches
D-701 -5
ASTM A 762
ASTM A 849
Corrugated Steel -Pipe , Polymer Precoated for Sewers and Drains
Post-Applied Coatings, Pavings , and Linings for Corrugated Steel
Sewer and Drainage Pipe
ASTM A 885/A 885M-96 Steel Sheet, Zinc and Ara mid Fiber Composite Coated for
ASTM B 745
ASTM C 14
ASTM C 76
ASTM C 94
ASTM C 144
ASTM C 150
ASTM C 443
ASTM C 506
ASTM C 507
ASTM C 655
ASTM C 1433
ASTM D 1056
ASTM D 3034
ASTM D 3212
ASTM D 6690
ASTM F 477
ASTM F 794
ASTM F 949
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Corrugated Steel Sewer, Culvert , and Underdra in Pipe
Corrugated Aluminum Alloy Culvert Pipe
Concrete Sewer, Storm Drain , and Culvert Pipe
Reinforced Concrete Culvert, Storm Drain , and Sewer Pipe
Ready Mixed Concrete
Aggregate for Masonry Morta r
Portland Cement
Joints for Circular Concrete Sewer and Culvert Pipe, Using
Rubber Gaskets
Reinforced Concrete Arch Culvert , Storm Drain, and Sewer Pipe
Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer
Pipe
Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe
Precast Reinforced Concrete Box Sections for Culverts , Storm
Drains , and Sewers
Flexible Cellular Materials-Sponge or Expanded Rubber
Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings
Joints for Drain and Sewer Plastic Pipes Using Flexible
Elastomeric Seals
Joint and Crack Sealants , Hot-Applied , for Concrete and Asphalt
Pavements
Elastomeric Seals (Gaskets) for Joining Plastic Pipe
Poly (Vinyl Chloride) Ribbed Drain Pipe & Fittings Based on
Controlled Inside Diameter
Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a
Smooth Interior and Fittings
D-701-6
AASHTO M 190
AASHTO M 196
AASHTO M 198
AASHTO M 219
AASHTO M 243
AASHTO M 252
AASHTO M 294M
AASHTO M 304
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe
Arches
Corrugated Aluminum Alloy Culverts and Underdrains
Joints for Circular Concrete Sewer and Culvert Pipe Using
Flexible Watertight Gaskets
Aluminum Alloy Structural Plate for Pipe, Pipe-Arches, and Arches
Field Applied Coating of Corrugated Metal Structural Plate for
Pipe, Pipe-Arches, and Arches
Corrugated Polyethylene Drainage Tubing
Corrugated Polyethylene Pipe, 300 to 1200 mm Diameter
Poly (Vinyl Chloride) (PVC) Profile Wall Drain Pipe and Fittings
Based on Controlled Inside Diameter
END OF ITEM
D-701-7
SPECIAL PROVISION TO
ITEM D-751 MANHOLES, CATCH BASINS, INLETS AND
INSPECTION HOLES
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative".
2. Delete paragraph 751-5.1 and substitute the following :
751-5.1 The accepted quantities of manholes, catch basins, inlets, and inspection holes will
be paid for at the contract unit price per each, all depths, 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 such specials and
connections to pipes and other structures as may be required to complete the item as shown
on the plans; and for all labor equipment, tools and incidentals necessary to complete the
structure.
Payment will be made under:
Item D-751 lnlet-lnline-5 Ft Square -Install, All Depths,
Complete in Place -per each
END OF SPECIAL PROVISION
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP-0-751-1
ITEM 0-751 MANHOLES, CATCH BASINS, INLETS ANO INSPECTION
HOLES
DESCRIPTION
751-1.1 This item shall consist of construction of manholes, catch basins, inlets , and inspection
holes , in accordance with these specifications , at the specified locations and conforming to the
fines, grades , and dimensions shown on the plans or required by the Engineer.
MATERIALS
751-2.1 BRICK. The brick shall conform to the requirements of ASTM C 32, Grade SM .
751-2.2 MORTAR. Mortar shall consist of one part portland cement and two parts sand. The
portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall
conform to the requirements of ASTM C 144.
751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes
with structures , and the support of structures or frames shall conform to the requirements of
Item P-610.
751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole
rings shall conform to the requirements of ASTM C 478 . 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).
751-2.5 CORRUGATED METAL. Corrugated metal shall conform to the requirements of
AASHTO M 36 .
751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the
following requirements :
a. Gray iron castings shall meet the requirements of ASTM A 48 , Class 30B and 35B .
b. Malleable iron castings shall meet the requirements of ASTM A 47 .
c. Steel castings shall meet the requirements of ASTM A 27.
d. Structural steel for grates and frames shall conform to the requirements of ASTM A
283, Grade D.
e. Ductile iron castings shall conform to the requirements of ASTM A 536.
f. Austempered ductile iron castings shall conform to the requirements of ASTM A 897.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
0-751 -1
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 A 123 .
751-2.7 STEPS. The steps or ladder bars shall be gray or malleable cast iron or galvanized
steel. The steps shall be the size, length , and shape shown on the plans and those steps that
are not galvanized shall be given a coat of bituminous paint, when directed .
CONSTRUCTION METHODS
751-3.1 UNCLASSIFIED EXCAVATION.
a. The Contractor shall do all excavation for structures and structure footings to the lines
and grades or elevations , shown on the plans, or as staked by the Engineer. The excavation
shall be of sufficient size to permit the placing of the full width and length of the structure or
structure footings shown. The elevations of the bottoms of footings, as shown on the plans,
shall be considered as approximately only; and the Engineer may order, in writing, changes in
dimensions or elevations of footings necessary to secure a satisfactory foundation.
b. Boulders, logs, or any other objectionable material encountered in excavation shall be
removed. All rock or other hard foundation material shall be cleaned of all loose material and
cut to a firm surface either level , stepped, or serrated, as directed by the Engineer. All seams
or crevices shall be cleaned out and grouted . All loose and 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, and excavation to final grade shall not be
made until just before the concrete or reinforcing is to be 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. Unless otherwise provided, 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 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.
e. After each excavation is completed, the Contractor shall notify the Engineer to that
effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the
depth of the excavation and the character of the foundation material.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
0-751-2
751-3.2 BRICK STRUCTURES.
a. Foundations. A prepared foundation shall be placed for all brick structures after the
foundation excavation is completed and accepted . Unless otherwise specified, the base shall
consist of reinforced concrete mixed , prepared , and placed in accordance with the requirements
of Item P-610 .
b. Laying Brick. All brick shall be clean and thoroughly wet before laying so that they will
not absorb any appreciable amount of additional water at the time they are laid . All brick shall
be laid in freshly made mortar. Mortar that is not used within 45 minutes after water has been
added shall be discarded . Retempering of mortar shall not be permitted. An ample layer of
mortar shall be spread on the beds and a shallow furrow shall be made in it that can be readily
closed by the laying of the brick . All bed and head joints shall be filled sol id with mortar. End
joints of stretchers and side or cross joints of headers shall be fully buttered with mortar and a
shoved joint made to squeeze out mortar at the top of the joint. Any bricks that may be
loosened after the mortar has taken its set, shall be removed, cleaned, and relaid with fresh
mortar. No broken or chipped brick shall be used in the face , and no spalls or bats shall be
used except where necessary to shape around irregular openings or edges ; in which case , full
bricks shall be placed at ends or corners where possible , and the bats shall be used in the
interior of the course. In making closures , no piece of brick shorter than the width of a whole
brick shall be used; and wherever practicable , whole brick shall be used and laid as headers .
c. Joints. All joints shall be slushed with mortar at every course , but slushing alone will not
be considered adequate for making an acceptable joint. Exterior faces shall be laid up in
advance of backing . Exterior faces shall be back plastered or pargeted with a coat of mortar
not less than 3/8-inch (9 mm) thick before the backing is laid up . Prior to pargeting , all joints on
the back of face courses shall be cut flush. Unless otherwise noted , joints shall be not less
than 1 /4-inch (6 mm) nor more than 1 /2-inch ( 12 mm) wide and whatever width is adopted shall
be maintained uniform throughout the work .
d. Pointing. Face joints shall be neatly struck , using the weather joint. All joints shall be
finished properly as the laying of the brick progresses . When nails or line pins are used the
holes shall be immedia_!fily plugged with mortar and pointed when the nail or pin is removed .
e. Cleaning. Upon completion of the work all exterior surfaces shall be thoroughly cleaned
by scrubbing and washing down with water and , if necessary to produce satisfactory results ,
cleaning shall be done with a 5% solution of muriatic acid which shall then be rinsed off with
liberal quantities of clean fresh water .
f. Curing and Cold Weather Protection. In hot or dry weather, or when directed by the
Engineer, the brick masonry shall be protected and kept moist for at least 48 hours after laying
the brick. Brick masonry work or pointing shall not be done when there is frost in the brick or
when the air temperature is below 50 F (10 C) unless the Contractor has on the project ready to
use , su itable covering and artificial heating devices necessary to keep the atmosphere
surrounding the masonry at a temperature of not less than 60 F (15 C) for the duration of the
curing period .
Fort Worth All iance Airport
Runway Extension Project
Earthwork Package 3
0-751 -3
751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared
foundations, conforming to the dimensions and form indicated on the plans. The construction
shall conform to the requirements specified in Item P-610 . Any reinforcement required shall be
placed as ind icated on the plans and shall be approved by the Eng ineer before the concrete is
poured.
All invert channels shall be constructed and shaped accurately so as to be smooth , uniform ,
and cause minimum resistance to flowing water. The interior bottom shall be sloped downward
toward the outlet.
751-3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall
be constructed on prepared or previously placed slab foundations and shall conform to the
dimensions and locations shown on the plans . All precast concrete pipe sections necessary to
build a completed structure shall be furnished . The different sections shall fit together readily,
and all jointing and connections shall be cemented with mortar. The top of the upper precast
concrete pipe member shall be suitably formed and dimensioned to receive the metal frame
and cover or grate, or other cap , as required. Provision shall be made for any connections for
lateral pipe , including drops and leads that may be installed in the structure . The flow lines
shall be smooth , uniform, and cause minimum resistance to flow . The metal steps that are
embedded or built into the side walls shall be aligned and placed at vert ical intervals of 12
inches (300 mm). 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
constructed on prepared foundations, conforming to the dimensions and locations as shown on
the plans . The structures shall be prefabricated . standard or special fittings shall be furnished
to provide pipe connections or branches of correct dimensions . The connections or branches
shall be of sufficient length to accommodate connect ing bands . The fittings shall be welded in
place to the metal structures . When indicated, the structures shall be placed on a reinforced
concrete base . The top of the metal structure shall be designed so that either a concrete slab
or metal collar may be attached to which can be fastened a standard metal frame and grate or
cover. Steps or ladders shall be furnished as shown on the plans .
751-3.6 INLET ANr>-OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of
the structures for a sufficient distance beyond the outside surface to allow for connections but
shall be cut off flush with the wall on the inside surface , unless otherwise directed . For concrete
or brick structures, the mortar shall be placed around these pipes so as 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 ind icated on the plans or as
directed by the Engineer, and shall be set true to line and to correct elevation . If frames or
fittings are to be set in concrete or 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.
When frames or fittings are to be placed upon previously constructed masonry, the bearing
surface or masonry shall be brought true to line and grade and shall present an even bearing
surface in order that the entire face or back of the unit will come in contact with the masonry.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-75 1-4
The unit shall be set in mortar beds and anchored to the masonry as indicated on the plans or
as directed and approved by the Engineer. All units shall set firm and secure.
After the frames or fittings have been set in final position and the concrete or mortar has been
allowed to harden for 7 days, then the grates or covers shall be placed and fastened down.
751-3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the plans or
as directed by the Engineer. When the steps are to be set in concrete, they shall be placed and
secured in position before the concrete is poured . 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 7 days . After this period has
elapsed , the steps shall be cleaned and painted, unless they have been galvanized .
When steps are required with precast concrete pipe structures , they shall be cast into the sides
of the pipe at the time the pipe 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).
In lieu of steps , prefabricated ladders may be installed . In the case of brick or concrete
structures , the ladder shall be held in place by grouting the supports in drilled holes . In the
case of metal structures , the ladder shall be secured by welding the top support and grouting
the bottom support into drilled holes in the foundation or as directed .
751-3.9 BACKFILLING.
a. After a structure has been completed , the area around it shall be filled 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 all around the structure to
approximately the same elevation . The top of the fill shall meet the elevation shown on the
plans or as directed by the Engineer.
b. Backfillin g__shall not be placed against any structure until perm1ss1on is given by the
Engineer. In the case of concrete , such permission shall not be given until the concrete has
been in place 7 days, or until tests made by the laboratory under supervision of the Engineer
establish that the concrete has attained sufficient strength to provide a factor of safety against
damage or strain in withstanding any pressure created by the backfill or the methods used in
placing it.
c. Backfill shall not be measured for direct payment. Performance of this work shall be
considered on obligation of the Contractor covered under the contract unit price for the
structure involved .
751-3 .10 CLEANING AND RESTORATION OF SITE. Afte r 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 ordered by the Engineer. The Contractor shall
restore all disturbed areas to their original condition .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-751-5
After all work is completed , the Contractor shall remove all tools and equipment, leaving the
entire site free , clear, and in good condition .
METHOD OF MEASUREMENT
751-4.1 Manholes , catch basins , inlets, and inspection holes shall be measured by the unit.
BASIS OF PAYMENT
751-5.1 The accepted quantities of manholes , catch basins , inlets , and inspection holes will be
paid for at the contract unit price per each in place when completed . This price shall be full
compensation for furnishing all materials and for all preparation, excavation , backfilling and
placing of the materials ; furnishing and installation of such specials and connections to pipes
and other structures as may be required to complete the item as shown on the plans ; and for all
labor equipment, tools and incidentals necessary to complete the structure .
Payment will be made under:
Item D-751-5 .1
Item D-751-5 .2
Item D-751-5.3
Item D-751-5.4
ASTM A 27
ASTM A 47
ASTM A 48
ASTM A 123
ASTM A 283
ASTM A 536
ASTM A 897
ASTM C 32
ASTM C 144
Manholes-per each
Catch Basins-per each
Inlets-per each
Inspection Holes-per each
MATERIAL REQUIREMENTS
Steel Castings , Carbon , for General Application
Ferritic Malleable Iron Castings
Gray Iron Castings
Zinc Coating (Hot-Dip) on Iron and Steel Hardware
Low and Intermediate Tensile Strength Carbon Steel Plates , Shapes ,
and Bars
Ductile Iron Castings
Austempered Ductile Iron Castings
Sewer and Manhole Brick (Made from Clay or Shale)
Aggregate for Masonry Mortar
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
D-751-6
Portland Cement ASTM C 150
ASTM C 478
AASHTO M 36
Precast Reinforced Concrete Manhole Sections
Zinc Coated (Galvanized) Corrugated Iron or Steel Culverts and
Underdrains
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
0-751-7
-
SPECIAL PROVISION TO
ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND
MISCELLANEOUS DRAINAGE STRUCTURES
1. Delete all references to "Engineer" and substitute with "Owner" or '"Owner's Authorized
Representative ".
2. Delete Section 752-3.1 c and substitute the following :
Where required, contractor shall do all bracing , sheathing, or shoring as necessary .to
perform and protect the excavation and the structure for safety or conformance to
governing laws. No separate payment will be made for this task.
3. Delete Section 752-3.2d and substitute the following :
Backfill will not be measured for direct payment. Performance of this work under the
contract is not directly payable but shall be considered as a subsidiary obligation of
the Contractor, covered under the contract unit price for the component of work .
4. Add Section 752-3 .2e as follows :
e. There will be no separate payment for excavation for construction of concrete
drainage structures.
5. Add Section 752-3.5 as follows:
752-3.5 CURING. Concrete drainage structures including forming , steel
reinforcement, casting, and curing shall be in accordance with Item P-610 "Structural
Portland Cement Concrete".
6 . Delete Sections 752-4.1, 752-4.2, and 752-4 .3 and substitute the following :
752-4.1 Concrete drainage structures satisfactorily completed in accordance with
the plans and specifications will be measured per each of type specified . No
separate measurement will be made for steel reinforcement.
7. Delete 752-5 .1 and substitute the following :
752-5.1 Payment for concrete drainage structures to be made at the contract unit
price per each of type specified . This price shall be full compensation for furnishing
all materials , and for all preparation , excavation, backfill, placement of materials, and
for all labor, equipment, tools , and incidentals necessary to complete the work. No
separate payment will be made for steel reinforcement.
Fort Worth Alliance A irport
Runway Extension Project
Earthwork Package 3
SP-D-752-1
....
-
-
Payment will be made under:
Item D-752 .1
Item D-752 .2
Fort Worth All iance Airport
Runway Extension Project
Earthwork Phase 3
Headwall -Install , Type PW for 2 -6' x 7'
Culvert, Complete in Place -per each
Headwall-42 Inch Pipe -Install, Type CH-FW-0
for 42" Culvert , Complete in Place -per each
END OF SPECIAL PROVISION
S-D-752-2
-
-
ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND
MISCELLANEOUS DRAINAGE STRUCTURES
DESCRIPTION
752-1.1 This item shall consist of reinforced concrete culverts , headwalls , and
miscellaneous drainage structures constructed in accordance with these specifications, at
the specified locations and conforming to the lines , grades, and dimensions shown on the
plans or required by the Engineer.
MATERIALS
752-2.1 CONCRETE. Reinforced concrete shall meet the requirements of Item P-610.
CONSTRUCTION METHODS
752-3.1 UNCLASSIFIED EXCAVATION.
a. Trenches and foundation pits for structures or structure footings shall be excavated to
the lines and grades or elevations shown on the plans. The excavation shall be of sufficient
size to permit the placing of the full width and length of the structure or structure footings
shown . The elevations of the bottoms of footings, as shown on the plans , shall be
considered as approximate only; and the Engineer may order, in writing, changes in
dimensions or elevations of footings necessary to secure a satisfactory foundation .
b. Boulders , logs, or any other objectionable material encountered in excavation shall
be removed . All rock or other hard foundation material shall be cleaned of all loose material
and cut to a firm surface either level, stepped , or serrated, as directed by the Engineer. All
seams or crevices shall be cleaned out and grouted . All loose and 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, and excavation to final grade
shall not be made until just before the concrete or reinforcing steel is to be placed.
c. The Contractor shall do all bracing , sheathing, or shoring necessary to perform and
protect the excavation and the structure as required for safety or conformance to governing
laws . The cost of bracing , sheathing , or shoring shall be included in the unit price bid for
excavation .
d. Unless otherwise provided , bracing , sheathing, or shoring involved therewith 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 concrete . The cost of removal shall be
included in the unit price bid for excavation .
e. After each excavation is completed , the Contractor shall notify the Engineer to that
effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the
depth of the excavation and the character of the foundation material.
752-3.2 BACKFILLING.
a. After a structure has been completed, backfilling with approved material shall be
accomplished by applying the fill in horizontal layers not to exceed 8 inches (200 mm) in
Fort Worth Alliance Airport 0 -752-1
Runway Extension Project
Earthwork Package 3
-
loose depth, and compacted . The field density of the compacted material shall be at least 90
percent of the maximum density for cohesive soils and 95 percent of the maximum density
for noncohesive soils . The maximum density shall be determined in accordance with ASTM
D 698. The field density shall be determined in accordance with ASTM D 1556 .
b. No backfilling shall be placed against any structure until permission is given by the
Engineer. In the case of concrete, such permission shall not be given until the concrete has
been in place 7 days, or until tests made by the laboratory under the supervision of the
Engineer establish that the concrete has attained sufficient strength to provide a factor of
safety against damage or strain in withstanding any pressure created by the backfill or the
methods used in placing it.
c. Fill placed around concrete culverts shall be deposited on both sides at the same
time and to approximately the same elevation . Care shall be taken to prevent any wedging
action against the structure, and all slopes bounding or within the areas to be backfilled shall
be stepped or serrated to prevent wedge action.
d. Backfill will not be measured for direct payment. Performance of this work under the
contract is not payable directly but shall be considered as a subsidiary obligation of the
Contractor, covered under the contract unit price for "unclassified excavation for structures."
752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on the plans .
752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the
Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt
may be deposited in embankment, shoulders, or as ordered by the Engineer. The
Contractor shall restore all disturbed areas to their original condition.
After all work is completed, the Contractor shall remove all tools and equipment, leaving the
entire site free, clear, and in good condition.
METHOD OF MEASUREMENT
752-4.1 The quantity of unclassified excavation for structures to be paid for shall be the
number of cubic yards (cubic meters), measured in original position, of material excavated in
accordance with the plans, or as directed by the Engineer; but in no case shall any yardage
be included in the measurement for payment which is outside of a volume bounded by
vertical planes 18 inches (45 cm) outside of and parallel to the neat lines of the footings .
752-4.2 Concrete shall be measured by the number of cubic yards ( cubic meters) of
concrete, complete in place and accepted . In computing the yardage of concrete for
payment, the dimensions used shall be those shown on the plans or ordered by the
Engineer. No measurements or other allowances shall be made for forms, false work ,
cofferdams, pumping, bracing , expansion joints, or finishing of the concrete. No deductions
in yardage shall be made for the volumes of reinforcing steel or embedded items.
752-4.3 The quantity of reinforcing steel to be paid for shall be the calculated theoretical
number of pounds (kilograms)placed as shown on the plans , complete in place and
accepted . The unit weight used for deformed bars shall be the weight of plain square or
round bars, as the case may be, of equal nominal size.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
0-752-2
-
-
BASIS OF PAYMENT
752-5.1 Payment will be made at the contract unit price per cubic yard ( cubic meter) for
unclassified excavation for structures; at the contract unit price per cubic yard ( cubic meter)
for concrete for the structures ; and at the contract unit price per pound (kilogram) for
reinforcing steel. These prices shall be full compensation for furnishing all materials and for
all preparation , excavation , and placing the materials , and for all labor, equipment , tools ,
and incidentals necessary to complete the structure .
Payment will be made under:
Item D-752-5 .1
Item D-752-5 .2
Item D-752-5.3
Unclassified Excavation for Structures-per cubic yard ( cubic
meter)
Structural Concrete-per cubic yard ( cubic meter)
Reinforcing Steel-per pound (kilogram)
TESTING REQUIREMENTS
ASTM D 698 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5 lb
(2.49 kg) Rammer and 12-in (305 mm) Drop
ASTM D 1556 Density of Soil in Place by the Sand-Cone Method
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
D-752-3
-
ITEM P-100 MOBILIZATION
DESCRIPTION
101-1.1 GENERAL. The work specified in this item consists of preparatory work and
operations to mobilize for beginning work on the project, and departure from the site upon
completion of this work. Mobilization shall include , but not be limited to , those operations
necessary for the movement of personnel , equipment, supplies and incidentals to the project
site, for furnishing , installation and any necessary relocation of construction barricades, and
for the establishment of temporary AOA access gate(s), utilities , safety equipment and first
aid supplies , sanitary and other facilities , as required by these specifications and State and
local laws and regulations . The cost of bonds and any required insurance or which is not
covered by a separate payment item , and any pre-construction expense necessary for the
start of the work , excluding the cost of construction materials, may also be included in this
section .
This item shall also cover demobilization from the site upon the completion of the work.
Demobilization shall include, but is not limited to , removal of temporary offices, bu ildings,
utilities, and other facilities as well as demolition and restoration of the stag i ng area(s) to
condition prior to construction, removal of temporary gate(s), reconstruction of permanent
security (AOA) fence , haul routes , and any other areas not covered by other sections .
BASIS OF PAYMENT
101-2.1 GENERAL. The work and incidental costs covered under this item shall be paid for
at the Contract lump sum price for Mobilization .
101-2.2 PARTIAL PAYMENTS. Partial payments will be made in accordance with the
following :
Percent of Original Contract
Amount Earned
5%
10%
100%
Allowable Percent of the
Lump Sum Price for the Item*
50%
90%
100%
*The lump sum amount for this item is limited to five (5%) percent of the original Contract
amount. Any amount in excess of five (5%) percent will be paid upon completion of all work
on the Contract. The standard retainage as specified in the General Conditions shall be
applied to this item .
Payment will be made under:
P-100
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Mobilization -Services -per Lump Sum
END OF ITEM
P-100-1
102-1.1 GENERAL.
ITEM P-102 FIELD OFFICE
DESCRIPTION
a. The Contractor shall provide a field office to the job site for the exclusive use of
the Owner's Authorized Representative '{OAR).
b. The field office shall be a modular trailer(s) w ith windows on at least three sides
and shall be provided with a m inimum of two doors exiting directly to the outside . The field
office shall include a conference room , a minimum of two private offices , a plan room , an
entry area , a secretarial/records area , and two restrooms . A covered porch with steps and
rails shall be provided at each exterior door.
c. The field office shall contain a minimum of 980 square feet and provide full head
room throughout. The exterior shall be prefinished aluminum panels and shall comprise a
complete weatherproof enclosure. The entire structure shall be mounted on a mobile trailer
bed complete with wheels , tires and necessary running gear to accommodate being tra ilered
in customary fashion . A sign (3' x 3' minimum) identifying the Owner's Authorized
Representative (OAR) company shall be affixed to the outside of the trailer so as to be
visible from the nearest paved roadway.
d. Utility services to be provided shall include a telephone system with a minimum of
1Q telephone jacks , located as directed by the OAR The telephone system shall include
four(4) total private lines consisting of the following :
(1) Two private lines on a rotary switching system and .1 compatible telephone sets .
(2) One separate private line with telephone jack for the OAR's facsimile machine.
(3) One separate private line with telephone jack for the OAR 's high-speed Internet
service (Wireless Air Card minimum) capable of simultaneous and continuous
multi-user Internet access, six(6) users.minimum .
Adequate lighting shall be provided throughout the office . One water heater shall be
provided to supply hot water for the restroom lavatories .
e. The Contractor shall provide parking spaces adjacent to the office for fifteen (15)
vehicles and a fifteen foot ( 15') wide driveway from an adjacent hard -paved roadway to the
field office . The parking spaces and driveway shall be paved with six inches (6") of crushed
stone, and mainta ined throughout the project as necessary to repair potholes , muddy areas
and other defects .
e. The Contractor shall provide exterior lighting to keep the perimeter of the office
and parking area well lighted.
f. The Contractor shall provide new or less than one year old the following office
furniture and equipment:
Fort Worth Alliance A irport
Runway Extension Project
Earthwork Package 3
P-102-1
-
( 1) Secretary desk w/return ................................................................................ 1 ea.
(2) Desk (30" x 60") (Including floor protection covering) .................................... 6 ea .
(3) Swivel chair w/arms & casters .................................................................... 10 ea.
(4) Chairs w/arms ............................................................................................. 10 ea .
( 5) Conference chairs ....................................................................................... 12 ea .
(6) Conference Table (36" x 84") ........................................................................ 1 ea .
(7) Folding table (36" x 84") ................................................................................ 2 ea .
(8) Filing cabinet (4-drawer, horizontal) .............................................................. 3 ea .
(9) Filing cabinet (2-drawer) ............................................................................... 8 ea.
(10) Plan table (48" x 96") (Job built OK) .............................................................. 1 ea.
(11) Plan table (48" x 72") (Job built OK) .............................................................. 1 ea .
(12) Plan rack w/plan holders (12 ea.) .................................................................. 1 ea.
(13) Insulated record container/file cabinet with a fire resistance rating of no less
than one hour ............................................................................................... 1 ea.
(14) Drafting stool ................................................................................................ 2 ea.
(15) Shelving ..................................................... :~ ............................................. 90 LF+
(16) Computer Desk with printer stand ................................................................. 1 ea .
(17) 4' Refrigerator (model to be approvee-by CM) .............................................. 1 ea.
(18) Microwave Oven , minimum 800 watts ........................................................... 1 ea .
(19) Bookshelves (36" x 48") ............................................................................... .4 ea .
(20) 2' File cabinet with lock ................................................................................. 1 ea.
(21) Fire extinguisher ........................................................................................... 2 ea .
(22) Coffee maker ................................................................................................ 1 ea .
(23) Copier (Canon Model 330S Image Runner, or approved equal) ................. 1 ea.
(24) Facsimile machine (Hewlett Packard OfficeJet 720, or approved equal) ...... 1 ea .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-102-2
g. The Contractor shall provide free standing partitions for open area interior offices.
A floor plan shall be approved by the OAR prior to delivery of materials or construction of
partitions .
h. The Contractor shall provide and pay for all maintenance to the trailer, its
furnishings and its equipment, daily janitorial/custodial service, sanitary waste disposal,
sanitary paper products , high -speed Internet service , and all utilities except monthly long-
distance telephone charges .
i. The Contractor shall provide potable water and a paper towel dispenser.
j. The Contractor shall complete Field Office installation and all associated utility
services and furnishings within 30 days after NTP from the Owner.
k. The field office shall remain for sixty (60) calendar days following substantial
completion of the project.
102-1.2 CONSTRUCTION/MANUFACTURER. More specific requirements shall include
the following:
a. Frame.
(1) Type: The frame shall be Outrigger/Crossmember type.
(2) I-Beam: M10 x 8.5 Jr I-Beam ASTM A 36 steel
(3) Outrigger/Crossmember: Formed steel @ 48" o .c. Fy=36 KSI
(4) Hitch: Non Demountable with 2-5/16" coupler and elevating jack
(5) Axles: Tandem 6000# with electric brakes on all wheels
(6) Tires: 7:00 x 14.5 8-ply
(7) Paint: Min i mum 3 mil black asphalt
b. Floor.
(1) Bottom Board: The underside of the floor system will be sealed with a
continuous sheet of asphalt impregnated rolled board to prevent rodent infestation .
(2) Insulation: All floor cavities will be insulated wi t h R-7 (2-1/2") fiberglass batt
insulation .
(3) Joists: A 2 x 6 #3 SPF joist will be installed at 16" o.c. the full width of the floor
system . The floor systems will be rated for a minimum of 50 psf live load in addition to the
dead loads incurred .
(4) Perimeter Rails: The perimeter rail will be a single 2 x 6 #3 SPF.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-102-3
-
(5) Decking: All floor areas will be decked with a single layer of 5/8" underlayment
grade plywood Sturd-1-Floor 16" o .c . plywood .
(6) Covering: The entire area will be covered with service gauge vinyl composition
tile.
c. Exterior Walls.
(1) Studs: All exterior walls will be frames with 2 x 4 stud grade SPF studs installed
at 16" on center.
(2) Bottom Plate: The bottom plates will be a single 1 x 4 #3 SPF.
(3) Top Plate: The top plates will be a single 2 x 4 #3 SPF.
(4) Headers: All window and exterior door openings will be headered with a 2 x 4
#2 SPF installed flat.
(5) Sills: All window openings will be provided with a single 2 x 4 #3 SPF installed
flat.
(6) Wall Height: The finished ceiling height in all areas will be 8'-0".
(7) Wall Covering: The interior side of the exterior walls will be finished with a
5/32" prefinished woodgrain paneling. The finished wall covering will carry a Class "C"
rating for flame spread, smoke developed and fuel contributed.
(8) Insulation: All exterior wall cavities will be completely insulated with R-7 (2-
1/2") fiberglass batt insulation .
(9) Siding: The exterior walls will be covered with .019 deluxe mesa aluminum
baked-on-enamel finish.
(10) Miscellaneous: All exterior walls shall be fastened to the floor and roof
systems in such a manner as to withstand 100 mph winds .
d. Interior Walls.
(1) Studs: The interior wall will be framed with 2 x 3 stud grade PSF studs installed
at 16" on center.
(2) Bottom Plate: The bottom plates will be a single 1 x 3 #3 SPF.
(3) Top Plate: The top plates will be a single 2 x 3 #3 SPF.
(4) Wall Height: The finished ceiling height will be 8'-0".
(5) Wall Covering: The interior wall will be finished with a 5/32" prefinished
woodgrain paneling . The finished wall covering will carry a Class "C" rating for flame
spread, smoke developed and fuel contributed.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-102-4
e. Closets: All closet areas will be fabricated in the same manner as the interior
walls and will be provided with hollow core doors that match the partition doors along with
hat shelf and clothes rod.
f. Moldings.
(1) Base: The base of all walls will be finished with a prefinished base mold .
(2) Battens: A prefinished batten finished to match the adjacent surfaces will be
installed at 4'-0" o .c. at the seams of the woodgrain paneling .
(3) Ceiling: A prefinished ceiling cove finished to match the paneling will be
installed at the ceiling line .
g. Roof.
(1) Rafters: The roof system will be fabricated from pre-engineered trusses
installed at 16" o .c. They will be installed in such a manner as to allow for positive drainage
from the roof at a minimum rate of 1/4" per foot. The roof system will be rated for a live load
of 20 psf in addition to the dead loads incurred.
(2) Insulation: All roof cavities will be full insulated with R-14 ( 5") fiberglass batt
insulation .
(3) Ceiling: The finished ceiling in all areas will be 3/8" stipple pattern gypsum .
(4) Roofing: The total roof area will be covered with a 30 ga . galvanized steel
roofing material. The perimeter of the roofing material will be sealed with an aluminum
based sealant to protect against leaks.
h. Exterior Doors. The exterior doors will be 36" x 80" insulated core aluminum
extruded with 1-1/2 pr. hinges , window, flush keyed lock , weatherstripping and threshold .
i. Interior Doors. All office and rest room doors will be 1-3/8" x 36" x 80" hollow
core prefinished woodgra in set in matching jams with 1 pr. hinges and commercial grade
passage sets . Rest room door to have privacy latchset.
j. Windows. All windows will be of the aluminum extruded horizontal slider type
with clear glass and anodized frames . All windows will be 3'-10" x 2'-3".
k. Electrical.
(1) Services: The building will be wired to accommodate 120/240V single phase -
(3) wire -60 Hz electrical service .
(2) Load Center: The building will be equipped with a 16 circuit 100 amp main
panel complete with breakers and spaces for future use .
(3) Entrance: A 1-1/4" EMT conduit will extend from the load center through the
floor to the underside of the building .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-102-5
(4) Raceway: All wiring in the building will be a minimum of #14 nonmetallic
sheathed copper cable .
(5) Lights: All light fixtures will be fluorescent, four tube , surface mount with UL
approved ballasts.
(6) Receptacles: Receptacles will be installed at a maximum of 15'-0" on center
along all walls. The receptacle will be rated 15 amps at 125V and will be of the duplex
configuration with a grounding prong. All receptacles and plates will be brown finish .
(7) Switches: Each room or open area will be provided with a toggle type switch
rated 15 amp at 125V. All switches and plates will be brown finish.
I. Plumbing.
(1) Water Lines: All water lines will be installed in SCH-40 polybutylene . They will
be concealed in the wall systems and will be manifolded to one inle t. Insulate all exposed
exterior lines to protect against freezing .
(2) Waste Lines: The drain, waste and vent lines will be installed in
ABS-DWV-SCH-40 . They will be concealed in the floor, wall and roof systems and
manifolded to one outlet. This system shall be designed to accommodate three 55 gallon
holding tanks, or connect to sewer system if available .
(3) Water Closet: The water closets will be white vitreous china tank type with
hinged open front seat.
(4) Lavatory: The lavatories will be 20 x 17 white vitreous china with 4" center set.
(5) Water Heater: The water heater will be a 6-gallon (110V) electric with 1,650
watt e lement and temperature and pressure relief valve .
(6) Accessories: Three 55 gallon holding tanks, if not connected to sewer system .
The water closet will be provided with a single roll toilet paper holder. The lavatory will be
provided with a mirror above .
m. H.V.A.C.
(1) Air Conditioning: A (3) ton packaged wall mount H.V.A.C . system will be
installed on the end of each half of the building (2 units required).
(2) Heating: The packaged H .V.A.C. system will be equipped with a 10 .0 KW
Electric resistance heat strip. An automatic heat/cool thermostat will be provided .
(3) Thermostat: An automatic heat/cool thermostat will be provided for each HVAC
unit.
(4) Supply: Foil faced Class "A" fiberglass ducts will be positioned in the roof cav ity
in such a manner as to provide conditioned air to all areas .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-102-6
(5) Return Air: Return air will be via conditioned air space to a return air grille in
front of the H.V.A.C. system.
(6) Diffusers: All supply air diffusers will be 8" x 8" white multi-directional ceiling
mounted with adjustable damper.
n. Engineering/Code. The building will be fabricated in compliance with the
following nationally recognized codes:
+ National Fire Protection Association (NFPA 501 B)
+ American National Standards Institute (ANSI A 119.1)
+ National Electrical Code
o. Ownership. This field office shall, upon completion of the Work, become the
property of the Contractor.
METHOD OF MEASUREMENT
102-2.1 MEASUREMENT. Measurement for the field office as specified herein will be lump
sum.
BASIS OF PAYMENT
102-3.1 PAYMENT. Payment for items covered in this section will be made at the contract
lump sum bid price for field office, which price shall include all transportation, utility
connections (including telephone, electrical and plumbing), holding tanks if needed,
maintenance, installation of telephone system (including all necessary wiring and jacks), all
labor, tools, equipment, materials and incidentals necessary to complete the work , all utility
bills for telephone (except long distance), high-speed Internet, electric and water services for
the duration of the project, and other incidental supplies listed herein .
102-3.2 Partial payment of the lump sum bid for field office will be as follows, 50% of the
lump sum will be made after acceptance by the OAR and all code requirements are met.
The remainder of the lump sum shall be paid for on a monthly basis prorated over the
duration of the contract. No payment for this item shall be made until all required utilities are
in place (i.e . telephone , internet service) and activated.
Payment will be made under:
Item P-102 Lump Sum Contract -Services , Field Office -per lump sum .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
P -102-7
SPECIAL PROVISION TO
ITEM P-151 CLEARING AND GRUBBING
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2. Delete Section 151-1.1 in its entirety and substitute the following :
151-1.1 This item shall consist of clearing or clearing and grubbing including the
disposal of materials within the limits designated on the plans or as required by the
Engineer.
Clearing and Grubbing shall consist of cutting and removal of trees, stumps , brush ,
logs , heavy growth of grass or weeds and under growth within project limits.
Clearing and grubbing shall also consist of mowing the grass and racking all loose
material with the project area and removing same from airport property. Topsoil is to
be removed to a depth of 4-inches and shall be considered as "Unclassified
Excavation " as stipulated by Item P-152 . Top Soil is to remain property of the Owner
and is to be stockpiled at a location on Airport property as specified by Owner or
Owner's Authorized Representative . All other soil material shall become property of
the contractor and shall be properly disposed of at a location off of the Airport
property. Burning of spoil material, grass and clearing and grubbing material will not
be permitted .
3. Delete Section 151-2.1 in its entirety and substitute the following :
151-2.1 GENERAL. The area within the project limits , as indicated on the
drawings , shall be cleared and grubbed .. Prior to clearing and grubbing, the
Contractor shall perform a survey of the site to establish existing ground
surface elevations for the purpose of determining excavation quantities.
The clearing and grubbing shall be done at a satisfactory distance in
advance of the grading operation .
The Contractor shall preserve and protect from injury all trees not to be
removed .
Blasting will not be permitted on Airport property.
4. Delete Section 151-2.2 in its entirety.
5 . Delete Section 151-2 .3 and substitute the following :
151-2.3 CLEARING AND GRUBBING. In areas to be cleared and grubbed , all
grass and other vegetation shall be stripped in preparation for construction of
improvements shown on plans .
All materials therefrom shall be properly disposed of off airport property.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 SP-P-151-1
Contractor will notify the Engineer when miscellaneous structures not shown on
Plans are encountered . The Engineer shall determine whether the structure requires
removal. Equitable pricing for removal and disposal shall be determined.
6. Delete Section 151-3.1 and substitute the following:
151-3.1 Measurement shall be made at the contract un it price per acre for clearing
and grubbing . This price shall be full compensation for all materials and for all labor,
equipment, tools ; and incidentals necessary to complete the item, including clearing,
grubbing, removal, haul, and disposal of spoil material.
7. Delete Section 151-4.1 and substitute the following :
151-4.1 Payment shall be made at the contract unit price per acre for clearing and
grubbing . This price shall be full compensation for all materials and for all labor,
equipment, tools, and incidentals necessary to complete the item, including clearing,
grubbing, removal, haul, and disposal of spoil material.
Payment will be made under:
Item P-151 Site Preparation-Clear and Grubbing -Remove ---per acre
END OF SPECIAL PROVISION
Ft. Worth Alliance Airport
Alliance Airport Runway Extension Project
Earthwork Package 3 SP-P-151-2
ITEM P-151 CLEARING AND GRUBBING
DESCRIPTION
151-1.1 DESCRIPTION. 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 requ ired by the Engineer.
Clearing shall cons ist 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 requ ired .
Clearing , when so designated , shall consist of the cutting and removal of isolated single
trees or isolated groups of trees. The cutting of all the trees of this classification shall be in
accordance with the requirements for the particular area being cleared , or as shown on the
plans , or as directed by the Engineer. The trees shall be considered isolated when they are
40 feet ( 12 m) or more apart, with the exception of a small clump of approximately five trees
or less .
Clearing and grubbing shall consist of clearing the surface of the ground of the designated
areas of all trees , stumps, down timber, logs , snags , brush , undergrowth , hedges, heavy
growth of grass or weeds , fences , structures , debris , and rubbish of any nature, natural
obstructions or such material which in the opinion of the Engineer is unsuitable for the
foundation of strips, pavements , or other required structures , including the grubbing of
stumps , roots , matted roots , foundations , and the disposal from the project of all spoil
materials resulting from clearing and grubbing by burning or otherwise.
CONSTRUCTION METHODS
151-2.1 GENERAL. The areas denoted on the plans to be cleared or cleared and grubbed
shall be staked on the ground by the Engineer. The clearing and grubbing shall be done at
a satisfactory distance in advance of the grading operations .
All spoil materials removed by clearing or by clearing and grubbing shall be disposeci..o.f .by
burning , when permitted by local laws, or by removal to approved disposal areas. When
burning of material is permitted, it shall be burned under the constant care of competent
watchmen so that the surrounding vegetation and other adjacent property will not be
jeopardized . Burning shall be done in accordance with all applicable laws, ordinances , and
regulations . Before starting any burning operations , the Contractor shall notify the agency
having jurisdiction .
As far as practicable, waste concrete and masonry shall be placed on slopes of
embankments or channels . When embankments are constructed of such material, this
material shall be placed in accordance with requirements for formation of embankments .
Any broken concrete or masonry that cannot be used in construction , and all other materials
not considered suitable for use elsewhere , shall be disposed of by the Contractor. In no
case shall any discarded materials be left in windrows or piles adjacent to or within the
airport limits . The manner and location of disposal of materials shall be subject to the
approval of the Engineer and shall not create an unsightly or objectionable view . When the
Contractor is required to locate a disposal area outside the airport property limits at his/her
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 P-151-1
own expense , he shall obtain and file with the Engineer, perm1ss 1on in writing from the
property owner for the use of private property for this purpose .
If the plans or the spec ifications require the saving of merchantable timber , the Contractor
shall trim the limbs and tops from designated trees , saw them into suitable lengths , and
make the material available for removal by other agencies.
Any blasting necessary shall be done at the Contractor's responsibility , and the utmost care
shall be taken not to endanger life or property.
The removal of existing structure and utilities required to permit orderly progress of work
shall be accomplished by local agencies, unless otherwise shown on the plans . Whenever
a telephone or telegraph pole , pipeline, conduit , sewer, roadway , or other utility is
encountered and must be removed or relocated , the Contractor shall advise the Engineer
who w ill notify the proper local authority or owner and attempt to secure prompt action .
151-2.2 CLEARING. The Contractor shall clear the staked or indicated area of all
objectionable materials . Trees unavoidably falling outside the specified limits must be cut
up , removed , and d isposed of in a satisfactory manner. In order to minimize damage to
trees that are to be left standing , trees shall be felled toward the center of 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 to a height of not more than 12 inches (300 mm)
above the ground . The grubbing of stumps and roots will not be required .
When isolated trees are designated for clearing , the trees shall be classed in accordance
with the butt diameter size as measured at a point 18 inches (45 cm) above the ground level
or at a designated height specified in the proposal.
Fences shall be removed and disposed of when directed by the Engineer. Fence wire shall
be neatly rolled and the wire and posts stored on the airport if they are to be used again , or
stored at a designated location if the fence is to remain the property of a local owner or of a
civic authority .
151-2.3 CLEARING AND GRUBBING. In areas designated to be cleared and grubbe_g_,_all
stumps , roots, buried logs, brush , grass, and other unsatisfactory materials shall be
removed, except where embankments exceeding 3-1 L2 feet ( 105 cm) in depth are to be
made outside of paved areas . In cases where such depth of embankments is to be made ,
all unsatisfactory materials shall be removed , but sound trees , stumps , and brush can be cut
off with in 6 inches (150 mm) above the ground and allowed to remain . Tap roots and other
projections over 1-1/2 inches (37 mm) in diameter shall be grubbed out to a depth of at least
18 inches ( 45 cm) 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 there from shall be disposed of either by
burning or otherwise removed from the site. The remaining or existing foundations , wells ,
cesspools , and all like structures shall be destroyed by breaking out or 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.
The holes or openings shall be backfilled with acceptable material and properly compacted.
Ft. Worth All iance Airport
All iance Airport Runway Extension Project
Earthwork Package 3 P-151 -2
All holes remaining after the grubbing operation in embankment areas shall have the sides
broken down to flatten out the slopes, and shall be filled with acceptable material, moistened
and properly compacted in layers to the density required in Item P-152 . The same
construction procedure shall be applied to all holes remaining after grubbing in excavation
areas where the depth of holes exceeds the depth of the proposed excavation.
METHOD OF MEASUREMENT
151-3.1 The quantities of clearing or clearing and grubbing as shown by the limits on the
plans or as ordered by the Engineer shall be the number of acres (square meters) or
fractions thereof, of land specifically cleared or cleared and grubbed .
When isolated trees are designated for clearing, the quantities of trees, as determined in
accordance with ranges of butt diameter size, measured at a point 18 inches ( 45 cm) above
the ground level at the tree, shall be paid for according to the schedule of sizes as follows:
The number of trees:
From O to 2-1 /2 feet (75 cm), butt diameter
From 2-1/2 to 5 feet (75 to 150 cm), butt diameter
For 5 feet (150 cm) or more, butt diameter
BASIS OF PAYMENT
151-4.1 Payment shall be made at the contract unit price per acre (square meter) for
clearing . This price shall be full compensation for furnishing all materials and for all labor,
equipment, tools, and incidentals necessary to complete the item.
151-4.2 Payment shall be made at the contract unit price for clearing isolated trees . This
price shall be full compensation for furnishing all materials and for all labor, equipment,
tools, and incidentals necessary to complete the item.
151-4.3 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-per acre ( square meter)
Item P-151-4.2 Clearing for isolated trees:
From Oto 2-1/2 feet (75 cm) butt diameter, per tree
From 2-1/2 to 5 feet (75 to 150 cm) butt diameter, per tree
For 5 feet (150 cm) or more butt diameter, per tree
Item P-151-4.3 Clearing and grubbing-per acre ( square meter)
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END ITEM P-151
P-151-3
SPECIAL PROVISION TO
ITEM P-152 EXCAVATION AND EMBANKMENT
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative".
2. Delete Section 152-1 .2 .b through Section 152-1 .2.e in their entirety.
3. Delete Section 152-3.2 and Section 152-3.3 in their entirety.
4 . Delete Sections 152-4.2 through 152-4.6 in their entirety.
5. Delete Section 152-4.7 in its entirety and replace with the following .
152-4.2 For "Embankment in Place" payment shall be made at the contract unit price
per cubic yard. This price shall be full compensation for furnishing all materials,
hauling, permits, labor, equipment, tools and incidentals necessary to complete the
item . Contract unit price to also include full compensation for furnishing earthwork
confirmation surveys on a monthly basis .
7. Delete pay items and replace with the following.
Item P-152 . 1
Item P-152.2
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Channel-Unclassified Excavation
Excavation, Complete --per cubic yard
Remove, Unclassified
Fill Material-Borrow -Install, Embankment (Obtained at an
Approved Off-Site Source by Contractor), Complete In Place --per
cubic yard
END OF SPECIAL PROVISION
SP-P-152-1
ITEM P-152 EXCAVATION 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 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 section(s) shown on the plans .
152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below:
a. Unclassified Excavation. Unclassified excavation shall consist of the excavation
and disposal of all material, regardless of its nature , which is not otherwise classified and
paid for under the following items.
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 cubic meter) will be classified as "rock excavation."
c. Muck Excavation. Muck excavation shall consist of the removal and disposal of
deposits or mixtures of soils and organic matter not suitable for foundation material. Muck
shall include materials that will decay or produce subsidence in the embankment. It may be
made up of decaying stumps, roots, logs, humus, or other material not satisfactory for
incorporation in the embankment.
d. Drainage Excavation. Drainage excavation shall consist of all excavation made for
the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or
outlet; temporary levee construction ; or any other type as shown on the plans.
e. Borrow Excavation. Borrow excavation shall consist of approved material required
for the construction of embankment or for other portions of the work in excess of the quantity
of usab.Je__material available from required excavations . Borrow material shall be obtained
from areas within the limits of the airport property but outside the normal limits of necessary
grading , or from areas outside the airport.
152-1.3 Unsuitable Excavation. Any material containing vegetable or organic matter,
such as muck, peat, organic silt, or sod shall be considered unsuitable for use in
embankment construction . Material , when approved by the Engineer as suitable to support
vegetation , may be used on the embankment slope .
CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading , and embankment operations in
any area , the area shall be completely cleared and grubbed in accordance with Item P-151.
The suitability of material to be placed in embankments shall be subject to approval by the
Engineer. All unsuitable material shall be disposed of in waste areas shown on the plans .
All waste areas shall be graded to allow positive drainage of the area and of adjacent
areas. The surface elevation of waste areas shall not extend above the surface elevation of
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 P-152-1
adjacent usable areas of the airport, unless specified on the plans or approved by the
Engineer.
When the Contractor's excavating operations encounter artifacts of historical or
archaeological significance, the operations shall be temporarily discontinued . At the
direction of the Engineer, the Contractor shall excavate the site in such a manner as to
preserve the artifacts encountered and allow for their removal. Such excavation will be paid
for as extra work.
Those areas outside of the pavement areas in which the top layer of soil material has
become compacted, by hauling or other activities of the Contractor shall be scarified ·and
disked to a depth of 4 inches (100 mm), in order to loosen and pulverize the soil.
If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits,
utilities, or similar underground structures, the Contractor shall be responsible for and shall
take all necessary precautions to preserve them or provide temporary services. When such
facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for
their removal if necessary. The Contractor shall, at his/her own expense , satisfactorily
repair or pay the cost of all damage to such facilities or structures that may result from any
of the Contractor's operations during the period of the contract.
152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out
by the Contractor and the Engineer has obtained elevations and measurements of the
ground surface . All suitable excavated material shall be used in the formation of
embankment, subgrade, or for other purposes shown on the plans. All unsuitable material
shall be disposed of as shown on the plans.
When the volume of the excavation exceeds that required to construct the embankments to
the grades indicated, the excess shall be used to grade the areas of ultimate development
or disposed of as directed . When the volume of excavation is not sufficient for constructing
the fill to the grades indicated , the deficiency shall be obtained from borrow areas.
The grade shall be maintained so that the surface is well drained at all times. When
necessal}j_ temporary drains and drainage ditches shall be installed to intercept or divert
surface water that may affect the work .
a. Selective Grading. When selective grading is indicated on the plans, the more
suitable material as designated by the Engineer shall be used in constructing the
embankment or in capping the pavement subgrade . If, at the time of excavation , it is not
possible to place this material in its final location, it shall be stockpiled in approved areas so
that it can be measured for payment for rehandling as specified in paragraph 3 .3.
b. Undercutting. Rock, shale, hardpan, loose rock , boulders, or other material
unsatisfactory for safety areas , subgrades , roads , shoulders , or any areas intended for
turfing shall be excavated to a minimum depth of 12 inches (300 mm), or to the depth
specified by the Engineer, below the subgrade . Muck, peat, matted roots, or other yielding
material, unsatisfactory for subgrade foundation , shall be removed to the depth specified .
Unsuitable materials shall be disposed of at locations shown on the plans . This excavated
material shall be paid for at the contract unit price per cubic yard (per cubic meter) for
unclassified excavation . The excavated area shall be refilled with suitable material obtained
from the grading operations or borrow areas and compacted to specified densities . The
Ft. Worth Alliance Airport
Alliance Airport Runway Extension Project
Earthwork Package 3 P-152-2
necessary refilling will constitute a part of the embankment. Where rock cuts are made and
refilled with selected material, any pockets created in the rock surface shall be drained in
accordance with the details shown on the plans.
c. Overbreak. Overbreak, including slides, is that portion of any material displaced or
loosened beyond the finished work as planned or authorized by the Engineer. The Engineer
shall determine if the displacement of such material was unavoidable and his/her decision
shall be final. All overbreak shall be graded or removed by the Contractor and disposed of
as directed; however, payment will not be made for the removal and disposal of overbreak
that the Engineer determines as avoidable. Unavoidable overbreak will be classified as
"Unclassified Excavation ."
d. Removal of Utilities. The removal of existing structures and utilities required to
permit the orderly progress of work will be accomplished by someone other than the
Contractor, e.g ., the utility unless otherwise shown on the plans. All existing foundations
shall be excavated for at least 2 feet (60 cm) below the top of subgrade or as indicated on
the plans , and the material disposed of as directed. All foundations thus excavated shall be
backfilled with suitable material and compacted as specified herein.
e. Compaction Requirements. The subgrade under areas to be paved shall be
compacted to a depth of 6 inches and to a density of not less than 95 percent of the
maximum density as determined by ASTM D 1557. The material to be compacted shall be
within +/-2 percent of optimum moisture content before rolled to obtain the prescribed
compaction ( except for expansive soils).
The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D
2167. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension
will not be permitted in the top 6 inches ( 150 mm) of the subgrade. The finished grading
operations, conforming to the typical cross section, shall be completed and maintained at
least 1,000 feet (300 m) ahead of the paving operations or as directed by the Engineer.
In cuts, all loose or protruding rocks on the back slopes shall be barred loose or otherwise
removed to line of finished grade of slope. All cut-and-fill slopes shall be uniformly dressed
to the slope, cross section, and alignment shown on the plans or as directed by the
Engineer.
Blasting will be permitted only when proper precautions are taken for the safety of all
persons, the work, and the property. All damage done to the work or property shall be
repaired at the Contractor's expense. All operations of the Contractor in connection with the
transportation, storage, and use of explosives shall conform to all state and local regulations
and explosive manufacturers' instructions , with applicable approved permits reviewed by the
Engineer. Any approval given, however, will not relieve the Contractor of his/her
responsibility in blasting operations.
Where blasting is approved , the Contractor shall employ a vibration consultant, approved by
the Engineer, to advise on explosive charge weights per delay and to analyze records from
seismograph recordings . The seismograph shall be capable of producing a permanent
record of the three components of the motion in terms of particle velocity, and in addition
shall be capable of internal dynamic calibration .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 P-152-3
In each distinct blasting area , where pertinent factors affecting blast vibrations and their
effects in the area remain the same , the Contractor shall submit a blasting plan of the initial
blasts to the Engineer for approval. This plan must consist of hole size, depth, spacing,
burden , type of explosives , type of delay sequence , maximum amount of explosive on any
one delay period , depth of rock , and depth of overburden if any . The maximum explosive
charge weights per delay included in the plan shall not be increased without the approval of
the engineering .
The Contractor shall keep a record of each blast fired-its date , time and location; the
amount of explosives used , maximum explosive charge weight per delay period , and, where
necessary, seismograph records identified by instrument number and location .
These records shall be made available to the Engineer on a monthly basis or in tabulated
form at other times as required .
152-2.3 BORROW EXCAVATION. Borrow area(s) within the a irport property are indicated
on the plans. Borrow excavation shall be made only at these designated locations and
within the horizontal and vertical limits as staked or as directed .
When borrow sources are outside the boundaries of the airport property, it shall be the
Contractor's responsibility to locate and obtain the supply, subject to the approval of the
Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the
excavation, so necessary measurements and tests can be made. All unsuitable material
shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the
vertical face of various strata of acceptable material to enable obtaining a uniform product.
Borrow pits shall be excavated to regular lines to permit accurate measurements , and they
shall be drained and left in a neat, presentable cond ition with all slopes dressed uniformly.
152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for
drainage ditches such as intercepting ; inlet or outlet , for temporary levee construction ; or for
any other type as designed or as shown on the plans . The work shall be performed in the
proper sequence with the other construction. All satisfactory material shall be placed in fills ;
unsuitable material shall be placed in waste areas or as directed . Intercepting ditches shall
be c_o__nstructed prior to starting adjacent excavation operations. All necessary work shall be
performed to secure a fin ish true to 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 EMBANKMENT AREA. Where an embankment is to be
constructed to a height of 4 feet (120 cm) or less , all sod and vegetable matter shall be
removed from the surface upon which the embankment is to be placed , and the cleared
surface shall be completely broken up by plowing or scarifying to a minimum depth of 6
inches (150 mm). This area shall then be compacted as indicated in paragraph 2.6 . When
the height of fill is greater than 4 feet ( 120 cm), sod not required to be removed shall be
thoroughly disked and recompacted to the density of the surrounding ground before
construction of embankment.
Where embankments are to be placed on natural slopes steeper than 3 to 1, horizontal
benches shall be constructed as shown on the plans.
Ft. Worth All iance Airport
Alliance Airport Runway Extension Project
Earthwork Package 3 P-152-4
No direct payment shall be made for the work performed under this section. The necessary
clearing and grubb ing and the quantity of excavation removed w ill be paid for under the
respective items of work .
152-2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in successive
horizontal layers of not more than 8 inches (200 mm) in loose depth for the full width of the
cross section , unless otherwise approved by the Engineer.
The grading operations shall be conducted, and the various soil strata shall be placed , to
produce a soil structure as shown on the typical cross section or as d irected . Materials such
as brush , hedge , roots , stumps , grass and other organic matter, shall not be incorporated or
buried in the embankment.
Operations on earthwork shall be suspended at any time when satisfactory results cannot
be obtained because of rain , freezing , or other unsatisfactory conditions of the field . The
Contractor shall drag , blade , or slope the embankment to provide proper surface drainage .
The materia l in the layer shall be within +/-2 percent of optimum moisture content before
rolling to obtain the prescribed compaction . In order to achieve a uniform moisture content
throughout the layer, wetting or drying of the material and manipulation shall be required
when necessary. Should the material be too wet to permit proper compaction or rolling , all
work on all of the affected portions of the embankment shall be delayed until the material
has dried to the required moisture content. Sprinkling of dry material to obtain the proper
moisture content shall be done with approved equipment that will sufficiently distribute the
water. Sufficient equipment to furnish the required water shall be available at all times .
Samples of all embankment materials for testing , both before and after placement and
compaction , will be taken for each 1,000 cubic yards. Based on these tests , the Contractor
shall make the necessary correct ions and adjustments in methods , materials or moisture
content in order to achieve the correct embankment density.
Rolling operations shall be continued until the embankment is compacted to not less than 95
percent of maximum density for noncohesive soils , and 90 percent of maximum density for
cohesive soils as determined by ASTM 01557 . Under all areas to be paved , the
embankments shall be compacted to a depth of 6 inches and to a density of not less than 95
percent of the maximum density as determined by ASTM 01557 .
On all areas outside of the pavement areas , no compaction will be required on the top 4
inches (100 mm).
The in-place field density shall be determined in accordance with ASTM D 1556 or ASTM D
2167 .
Compaction areas shall be kept separate , and no layer shall be covered by another until the
proper density is obtained .
During construction of the embankment , the Contractor shall route his/her equipment at all
times , both when loaded and when empty , over the layers as they are placed and shall
distribute the travel evenly over the entire width of the embankment. The equipment shall
be operated in such a manner that hardpan , cemented gravel , clay , or other chunky soil
material will be broken up into small particles and become incorporated with the othe r
material in the layer.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 P-152-5
In the construction of embankments, layer placement shall begin in the deepest portion of
the fill; as placement progresses, layers shall be constructed approximately parallel to the
finished pavement grade line.
When rock and other embankment material are excavated at approximately the same time,
the rock shall be incorporated into the outer portion of the embankment and the other
material shall be incorporated under the future paved areas . Stones or fragmentary rock
larger than 4 inches (100 mm) in their greatest dimensions will not be allowed in the top 6
inches ( 150 mm) of the subgrade . Rockfifl shall be brought up in layers as specified or as
directed and every effort shall be exerted to fill the voids with the finer material forming a
dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or
embankment areas, except at places and in the manner designated by the Engineer.
When the excavated material consists predominantly of rock fragments of such size that the
material cannot be placed in layers of the prescribed thickness without crushing , pulverizing
or further breaking down the pieces, such material may be placed in the embankment as
directed in layers not exceeding 2 feet (60 cm) in thickness. Each layer shall be leveled and
smoothed with suitable leveling equipment and by distribution of spalls and finer fragments
of rock. These type lifts shall not be constructed above an elevation 4 feet ( 120 cm) below
the finished subgrade.
Frozen material shall not be placed in the embankment nor shall embankment be placed
upon frozen material.
There will be no separate measurement of payment for compacted embankment, and all
costs incidental to placing in layers, compacting , disking, watering , mixing, sloping, and
other necessary operations for construction of embankments will be included in the contract
price for excavation, borrow, or other items.
152-2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been
substantially completed the full width shall be conditioned by removing any soft or other
unstable material that will not compact properly. The resulting areas and all other low areas,
holes or depressions shall be brought to grade with suitable select material. Scarifying,
blading , rolling and other methods shall be performed to provide a thoroughly compacted
subgrade shaped to the lines and grades shown on the plans .
Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall
take all precautions necessary to protect the subgrade from damage . He/she shall limit
hauling over the finished subgrade to that which is essential for construction purposes.
All ruts or rough places that develop in a completed subgrade shall be smoothed and
recompacted.
No subbase, base, or surface course shall be placed on the subgrade until the subgrade
has been approved by the Engineer.
152-2.8 HAUL. All hauling will be considered a necessary and incidental part of the work .
Its cost shall be considered by the Contractor and included 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.
Ft. Worth Alliance Airport
Alliance Airport Runway Extens ion Project
Earthwork Package 3 P-152-6
152-2.9 TOLERANCES. In those areas upon which a subbase or base course is to be
placed , the top of the subgrade shall be of such smoothness that , when tested with a 16-foot
( 4 .8 m) straightedge applied parallel and at right angles to the centerline , it shall not show
any deviation in excess of 1/2-inch (12 mm), or shall not be more than 0 .05-foot (.015 m)
from true grade as established by grade hubs or pins . Any deviation in excess of these
amounts shall be corrected by loosening , adding , or removing materials; reshaping ; and
recompacting by sprinkling and rolling .
On safety areas , intermediate and other designated areas, the surface shall be of such
smoothness that it will not vary more than 0 .10 foot (0 .03 m) from true grade as established
by grade hubs . Any deviation in excess of this amount shall be corrected by loosening,
adding or removing materials , and reshaping .
152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under
Item T-905 , it shall be salvaged from stripping or other grading operations . The topsoil shall
meet the requirements of Item T-905 . If, at the time of excavation or stripping , the topsoil
cannot be placed in its proper and final section of finished construction , the material shall be
stockpiled at approved locations . Stockpiles shall not be placed within 400 feet of runway
pavement or 250 feet of taxiway pavement and shall not be placed on areas that
subsequently w ill require any excavation or embankment. If, in the judgment of the
Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping,
the material shall be placed in its final position without stockpiling or further rehandling .
Upon completion of grading operations, stockpiled topsoil shall be handled and placed as
directed, or as required in Item T-905 .
No direct payment will be made for topsoil as such under Item P-152 . The quantity removed
and placed directly or stockpiled shall be paid for at the contract unit price per cubic yard
( cubic meter) for "Unclassified Excavation ."
When stockpiling of topsoil and later rehandling of such material is directed by the Engineer,
the material so rehandled shall be paid for at the contract unit price per cubic yard ( cubic
meter) for "Topso iling ," as provided in Item T-905 .
METHOD OF MEASUREMENT
152-3.1 The quantity of excavation to be paid for shall be the number of cubic yards (cubic
meters) measured in its original position .
Measurement shall not include the quantity of materials excavated without authorization
beyond normal slope lines , or the quantity of material used for purposes other than those
directed .
152-3.2 Borrow material shall be paid for on the basis of the number of cubic yards ( cubic
meters) measured in its original position at the borrow p it.
152-3.3 Stockpiled material shall be paid for on the basis of the number of cubic yards
( cubic meters) measured in the stockpiled position as soon as the material has been
stockpiled .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 P-152-7
152-3.4 For payment specified by the cubic yard ( cubic meter), measurement for all
embankment shall be computed by the average end area method . The end area is that
bound by the original ground line estab lished by field cross sections and the final theoretical
pay line established by embankment cross sections shown on the plans , subject to
ve rification by the Enginee r. After completion of all embankment operations and prior to the
placing of base or subbase material , the final embankment shall be verified by the Engineer
by means of field cross sect ions taken randomly at intervals not e xceeding 500 linear feet
( 150 meters).
Final field cross sections shall be employed if the following changes have been made :
a. Plan width of embankments or excavations a re changed by more than plus or minus
1.0 foot (0 .3 meter); or
b . Plan elevations of embankments or excavations are changed by more than plus or
minus 0 .5 foot (0.15 meter).
BASIS OF PAYMENT
152-4.1 For ·' 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 in cidentals necessary to complete the item .
152-4.2 For "Rock Excavation" payment shall be made at the contract unit price per cubic
yard ( cubic meter). This price shall be full compensation for furnish i ng all materials, labor,
equipment , tools , and incidentals necessary to complete the item .
152-4.3 For "Muck Excavation" payment shall be made at the contract un it 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 .
152-4.4 For "Drainage 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 ,
labo r, equipment, tools , and incidentals necessary to complete the item .
152-4.5 For "Borrow Excavation " payment shall be made at the contract unit price per
cub ic yard (cubic meter). This price shall be full compensation for furnishing all materials,
labor , equipment, tools , and incidentals necessary to complete the item .
152-4.6 For "Stockp iled Material" payment shall be made at the contract unit price per
cubic yard (cubic meter). This pr ice shall be full compensat ion for furn ishing all materials ,
labor, equipment, tools, and incidentals necessary to complete the item .
152-4. 7 For '' Embankment in Place" payment shall be made at the contract unit price per
cubic yard ( cubic meter). This price shall be full compensation for furnishing all materials ,
labor, equipment, too ls, and incidentals necessary to complete the item .
Payment will be made under:
Item P-152-4.1 Unclass ified Excavation-per cubic yard ( cubic meter)
Ft. Worth Allian ce Airport
Alliance Airport Runway Exten si on Project
Earthwork Package 3 P-152-8
Item P-152-4 .2
Item P-152-4.3
Item P-152-4.4
Item P-152-4 .5
Item P-152-4.6
Item P-152-4. 7
Rock Excavation-per cubic yard ( cubic meter)
Muck Excavation-per cubic yard ( cubic meter)
Drainage Excavation-per cubic yard ( cubic meter)
Borrow Excavation-per cubic yard ( cubic meter)
Stockpiled material-per cubic yard ( cubic meter)
Embankment in Place-per cubic yard ( cubic meter)
TESTING REQUIREMENTS
ASTM D 698 Test for Moisture-Density Relations of So ils and Soil-Aggregate
Mixtures , Using 5.5-pound (2.49 kg) Rammer and 12-inch (305 mm)
Drop
ASTM D 1556 Test for Density of Soil In Place by the Sand-Cone Method
ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified
Effort
ASTM D 2167 Test for Density and Unit Weight of Soil In Place by the Rubber Ballon
Method .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM P-152
P-152-9
SPECIAL PROVISION TO
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL
EROSION AND SILTATION CONTROL
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2. Add the following paragraphs to Section 156-1.1 :
Erosion control measures shall comply with applicable requirements of all governing
authorities having jurisdiction . The Specifications and the Plans are not represented as
being comprehensive , but rather to convey the intent to provide complete slope
protection and erosion control for both the Owner's and adjacent property.
All land-disturbing activities shall be planned and conducted to minimize the size of the
area to be exposed at any one time and to minimize the t ime of exposure, as well as
off-site sedimentation damage .
When the increase in the peak rates and velocity of storm water runoff resulting from a
land-disturbing activity is sufficient to cause accelerated erosion of the receiving
channel or stream, the Contractor shall install measures to control both the velocity and
the rate of release so as to minimize accelerated erosion and increased sedimentation
of the stream as directed by the Owner.
Contractor shall be responsible for completing the Storm Water Pollution Prevention
Plan that has been prepared herein . Contractor shall be responsible to obtain,
implement and maintain all permit requirements including the TCEQ General
Construction Permit.
3 . Add the following subsections to Section 156-2, MATERIALS :
156-2.6 EROSION NETTING . Erosion netting shall be Curlex I (8'X90 ', Stitched,
Natural), or approved equivalent.
156-2. 7 . SILT FENCES. Silt fences shall be "Envirofence" preassembled silt fence by
Mirafi, Inc., or approved equivalent.
156-2.8 "COMMON" STONE RIPRAP FOR CULVERT AND PIPE INLET/OUTLET
PROTECTION. Riprap stone shall be a durable, natural stone and must have a
minimum bulk specific gravity of 2.40 when tested in accordance with Test Method Tex-
403-A. The maximum loss of 18.0 percent with magnesium sulfate and 12 .0 percent
with sodium sulfate when subjected to 5 cycles in accordance with Test Method Tex-
411-A. When testing riprap stones for soundness, crushing may be required . The
soundness test will be performed on the particles passing the 2-% inch sieve and
retained on the No . 4 sieve.
Stones shall not be less than 1/3 of a cubic foot in volume and not less than three (3)
inches in their least dimension . The width of the stone shall not be less than twice its
thickness . The material used for "common" stone riprap may consist of broken up
concrete removed under the contract or obtained from other approved sources.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP-P-156-1
4 . Add the following subsections to Section 156-3, CONSTRUCTION REQUIREMENTS :
156-3.5 STABILIZED CONSTRUCTION ENTRANCE/EXIT.
a. The length of a construction entrance shall be a minimum of fifty (50) feet or as
directed by the Owner's Authorized Representative .
b. The construction entrance shall have an all weather surface . The construction
entrance shall be maintained as specified herein .
c. The minimum width of a construction entrance off of a public right-of-way shall be at
least fourteen (14) feet for one way traffic and twenty (20) feet for 2 way traffic but shall
not be less than the full width of all points of ingress and egress , or as directed by the
Owner's Authorized Representative . The Owner's Authorized Representative can
approve narrow entrance width where appropriate for the type of traffic utilizing the
entrance .
d. When necessary, construction equipment shall be cleaned to remove sediment prior
to entrance onto publ ic right-of-way . When wash ing is required , it shall be done on an
area stabilized w ith crushed stone that drains into an approved sediment trap or
sediment basin . All sediment shall be prevented from entering any storm drain, channel
or watercourse through use of sandbags , gravel , boards or other approved methods .
e. The construction entrance shall be maintained in a condition that will prevent tracking
or flowing of sediment onto public rights-of-way. Th is may require periodic top dressing
with additional stone as conditions demand and repair and/or cleanout of any measures
used to trap sediment. The Contractor, immediately at no cost to the Owner, shall
remove all sediment spilled , dropped , washed or tracked onto public rights-of-way.
156-3.6 SILT FENCE.
a. The Contractor shall excavate a 6-inch by 6-inch trench for site fence bedding along
the lower perimeters of the site where necessary to prevent sediment from entering any
drainage system .
b. The Contractor shall install the silt fence in accordance with the manufacturer's
recommendations and instructions and the details on the plans.
156-3. 7 EROSION NETTING.
a. Erosion netting shall be installed following Manufacturer's specifications with the
exception of the minimum criteria stated herein .
b. The area to be covered shall be properly prepared , fertilized and seeded before the
blanket is applied . When the blanket is unrolled , the netting shall be on top and the
fibers in contact with the soil over the entire area .
c. Anchor trenching shall be located along the entire perimeter of the installation area .
These anchors shall be 6 inches deep and 6 inches wide and the netting should be
laid into the trench then backfilled with compacted so il or gravel . Netting shall be
fastened to the ground using 10 gauge wire staples 6 inches in length and 1 inch in
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP-P-156-2
width with a coverage rate of one staple of 4 square feet minimum . Overlap layers
netting by 6 inches upstream along the channels and on the sides along sloped
areas .
d. In channels, the blankets shall be applied in the direction of the flow of water,
overlapping by 6 inches (upstream to downstream direction}, butted snugly at ends
and sides, and stapled . On slopes, the blankets shall be applied either horizontally
or vertically to the slope, overlapping layers by 6 inches butted snugly and stapled.
e. The staples shall be driven vertically into the ground , spaced approximately two
linear yards apart, on each side, and one row in the center alternately spaced
between each side (60 staples in each blanket). Use a common row of staples on
adjoining blankets.
156-3.8 PERMANENT SEEDING AND PLANTING.
Areas to be stabilized with permanent vegetation must be seeded and fertilized or
planted one to four months after the final grade is achieved unless temporary
stabilization measures are in place .
a. The surface soil must be loose enough for water infiltration and root penetration.
b. Soil pH should be between 6 .0 and 6.5 and can be increased with liming if soils are
too acidic.
c. Protect seeds with mulching or geotextiles to retain moisture, regulate soil
temperatures , and prevent erosion during seeding establishment.
d. Use grass legume mixtures for low-maintenance areas , defined as those areas that
are mowed infrequently or not at all and do not receive lime or fertilizer on a regular
basis.
156-3.9 "COMMON" STONE RIPRAP TREATMENT AT CULVERTS AND FOR PIPE
INLET/OUTLET PROTECTION.
a._ Use durable riprap so that freeze/thaw cycles do not decompose it in a short time ;
most igneous stones such as granite have suitable durability.
b. The thickness of riprap layers should be at least two times the maximum stone
diameter or a minimum of two feet for riprap at channels.
c. Use a filter cloth or a layer of gravel between riprap and the underlying soil surface to
prevent soil from moving through the riprap .
d. The riprap should extend for the maximum flow depth or to a point where vegetation
will be satisfactory to control erosion.
e. The riprap should be composed of a well-graded mixture , but most of the stones
should be as specified in 156-2, MATERIALS.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP-P-156-3
156-3.10 OUST CONTROL.
a. Contractor shall control dust on all areas in which Construction activities are
conducted by timely application of sufficient amount of water.
b. Water shall be provided in the amounts and locations as required or as ordered by
the Owner's Authorized Representative .
156-3.11 MAINTENANCE.
a. The Contractor shall be responsible for periodically cleaning out and disposing of all
sediment once the storage capacity of the drainage feature or structure receiving the
sediment is reduced by one-half. The Contractor shall also be responsible for cleaning
out and disposing of all sediment at the time of completion of the Work.
b . The Contractor shall be responsible for inspecting all disturbed areas, as well as all
erosion and sediment control devices as specified on the Storm Water Pollution
Prevention Plan (SWPPP}, and within 24 hours after rainfall of 0.5 inches or greater.
Inspection shall be conducted, and a written report prepared by a designated and
qualified person familiar with the USEPA NPDES Storm Water General Permit, this
SWPPP and the Project SWPPP. The Contractor shall promptly repair and replace any
deficiencies found
156-3.12 REMOVAL OF TEMPORARY EROSION CONTROL MEASURES. The
Contractor shall be responsible for removal and proper disposal of all temporary erosion
control devices prior to final acceptance of the project, or acceptance of those areas of
the project designated as separate phases.
5. Add the following subsections to Section 156-4, METHOD OF MEASUREMENT:
e. The quantity of Erosion Netting shall be measured by the number of square yards of
erosion netting complete in place and accepted.
f. The quantity of Silt Fence shall b~measured by the number of linear feet of silt fence
complete in place and accepted .
g. The quantity of RipRap shall be measured by the number of cubic yard , complete in
place and accepted .
h. The quantity of Rock Check Dam shall be measured by the number of linear foot
installed, complete in place and accepted.
i. Storm Water Pollution Prevention Plan greater than one (1) acre shall be measured
by the lump sum, complete in place.
j. No separate payment will be made for stabilized construction entrance/exit, inclusive
of all components necessary for a complete and working installation . Include costs
under Item P-101, Mobilization.
k. Maintenance shall not be measured for payment, but shall be considered subsidiary
to the applicable bid items .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP -P-156-4
6 . Delete Section 156-1, BASIS OF PAYMENT, and subst itute with the following :
156-5.1 Accepted quantities of temporary water pollution , soil erosion , and siltation
control work ordered by the Owner's Representative and measured as provided in
paragraph 156-4.1 will be paid for under:
a. Payment for Erosion Netting shall be made at the contract unit price bid per square
yard. This price shall be full compensation for furnishing all materials , labor, equipment,
tools , and incidentals requ ired to complete this item , including remova l.
b. Payment for Silt Fence shall be made at the contract unit price bid per linear foot.
This price shall be full compensation for furnishing all materials , labor, equipment, tools ,
and incidentals required to complete this item , including removal .
c. Payment for RipRap shall be made at the contract un it price per cubic yard . This price
shall be full compensation for furnishing all materials , labor, equipment, tools , and
incidentals required to complete this item.
d. Payment for Rock Check Dam shall be made at the contract unit price per linea r foot.
This price shall be full compensation for furnishing all materials , labor, equ ipment , tools ,
and incidentals required to complete this item .
e. Payment for SWPPP Implementation shall be per lump sum . This price shall include
full compensation for obtaining the necessary environmental permits. Contractor shall be
responsible for the completion of the SWPPP document and all costs associated with
submittals , applications, implementation and ma intenance required for the TCEQ
Construction General Permit.
Partial payment of the lump sum bid for SWPPP Implementation will be as follows , 50%
of the lump sum will be made after acceptance by the OAR and all code requirements
are met. The remainder of the lump sum shall be paid for on a monthly basis prorated
over the duration of the contract.
e. Where other directed wo ~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.
Payment will be made under:
Item P-156.1 Erosion Control -Install, Erosion Netting , Complete in Place -
per square yard .
Item P-156 .2 Erosion Control -Install , Silt Fence , Complete in Place -per
linear foot.
Item P-156 .3 Erosion Control -Install , RipRap, Complete in Place -per
cubic yard.
Item P-156.4 Erosion Control -Install , Rock Check Dam , Complete in Place
-per linear foot.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP-P-156-5
Item P-156 .5 Storm Water Pollution Prevention Plan Greater Than 1
Ac SWPPP -Install, Complete in Place -per lump
sum
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL PROVISION
SP-P-156-6
-
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL
EROSION, AND SILTATION CONTROL
DESCRIPTION
156-1.1 This item shall consist of temporary control measures as shown on the plans or as
ordered by the Engineer during the life of a contract to control water pollution , soil erosion , and
siltation through the use of berms , dikes , dams , sediment basins , fiber mats , gravel, mulches ,
grasses , slope drains , and other erosion control devices or methods .
The temporary eros ion 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 .
MATERIALS
156-2.1 GRASS. Grass that will not compete with the grasses sown later for permanent cover
shall be a quick-growing species (such as ryegrass , Italian ryegrass, or cereal grasses} su itable
to the area providing a temporary cover.
156-2.2 MULCHES. Mulches may be hay, straw, fiber mats , netting , bark , wood chips , or other
suitable material reasonably clean and free of noxious weeds and deleterious materials .
156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all
Federal and state regulations and to the standards of the Association of Official Agricultural
Chemists .
156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe , fiber mats , rubble ,
portland cement concrete, bituminous concrete , or other materials that will adequately control
erosion .
156-2.5 OTHER. All other materials shall meet commercial grade standards and shall be
approved by the Engineer before being incorporated into the proj ect.
CONSTRUCTION REQUIREMENTS
156-3.1 GENERAL. In the event of conflict between these requirements and pollution control
laws , rules , or regulations of other Federal , state , or local agenc ies , the more restrictive laws ,
rules , or regulations shall apply .
The Engineer shall be responsible for assuring compliance to the extent that construction
practices , construction operations , and construction work are involved .
156-3.2 SCHEDULE. Prior to the start of construction , the Contractor shall submit schedules
for accomplishment of temporary and permanent erosion control work , as are applicable 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 p its and a plan for d isposal of waste materials. Work shall not be started until the
Fort Worth Alliance Airpo rt
Runway Extension Project
Earthwork Package 3
P-156 -1
-
erosion control schedules and methods of operation for the applicable construction have been
accepted by the Engineer.
156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area
of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible
earth material exposed by excavation, borrow and fill operations, and to direct the Contractor to
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.
156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to incorporate all
permanent erosion control features into the project at the earliest practicable time as outlined in
the accepted schedule . Except where future construction operations will damage slopes, the
Contractor shall perform the permanent seeding and mulching and other specified slope
protection work in stages , as soon as substantial areas of exposed slopes can be made
available. Temporary erosion and pollution control measures will be used to correct conditions
that develop during construction that were not foreseen during the design stage ; that are
needed prior to installation of permanent control features ; or that are needed temporarily to
control erosion that develops during normal construction practices, but are not associated with
permanent control features on the project.
Where erosion is likely to be a problem, clearing and grubbing operations should be scheduled
and performed so that grading operations and permanent erosion control features can follow
immediately thereafter if the project conditions permit; otherwise, temporary erosion control
measures may be required between successive construction stages .
The Engineer will 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 in
accordance with the accepted schedule. Should seasonal limitations make such coordination
unrealistic, temporary erosion control measures shall be taken immediately to the extent
feasible and justified .
In the event that 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 are ordered by the Engineer, such work shall be performed by the
Contractor at his/her own expense .
The Engineer may increase or decrease the area of erodible earth material to be exposed at
one time as determined by analysis of project conditions .
The erosion control features installed by the Contractor shall be acceptably maintained by the
Contractor during the construction period .
Whenever construction equipment must cross watercourses at frequent intervals, and such
crossings will adversely affect the sediment levels, temporary structures should be provided .
Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing
operations , and other harmful materials shall not be discharged into or near rivers , streams , and
impoundments or into natural or manmade channels leading thereto .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-156-2
METHOD OF MEASUREMENT
156-4.1 Temporary erosion and pollution control work required which is not attributed to the
Contractor's negligence, carelessness , or failure to install permanent controls will be performed
as scheduled or ordered by the Engineer. Completed and accepted work will be measured as
follows :
a. Temporary seeding and mulching will be measured by the square yard (square meter).
b. Temporary slope drains will be measured by the linear foot (meter).
c. Temporary benches, dikes, dams , and sediment basins will be measured by the cubic
yard (cubic meter) of excavation performed , including necessary cleaning of sediment basins ,
and the cubic yard ( cubic meter) of embankment placed at the direction of the Engineer, in
excess of plan lines and elevations.
d. All fertilizing will be measured by the ton (kilogram).
156-4.2 Control work performed for protection of construction areas outside the construction
limits , such as borrow and waste areas , haul roads , equipment and material storage sites , and
temporary plant sites, will not be measured and paid for directly but shall be considered as a
subsidiary obligation of the Contractor with costs included in the contract prices bid for the items
to which they apply.
BASIS OF PAYMENT
156-5.1 Accepted quantities of temporary water pollution, soil erosion , and siltation control work
ordered by the Engineer and measured as provided in paragraph 156-4.1 will be paid for under:
Item P-156-5.1
Item P-156-5 .2
Item P-156-5 .3
Item P-156-5.4
Temporary seeding and mulching-per square yard (square meter)
Temporary slope drains-per linear foot (meter)
Temporary benches, dikes, dams and sediment basins-per cubic yard
( cubic meter)
Fertilizing-per ton (kilogram)
Where other directed work falls within the specifications for a work item that has a contract
price , the units of work shall be measured and paid for at the contract unit price bid for the
various items .
Temporary control features not covered by contract items that are ordered by the Engineer will
be paid for in accordance with Section 90-05 .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
P-156-3
SPECIAL PROVISION TO
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2. Add Section 209 -1.2 :
209-1.2 In lieu of Item P-209 as specified herein , Contractor may submit and
construct a crushed aggregate course in accordance w ith Texas Department of
Transportation {TxDOT) Item 247 , Flexible Base , Grade 1, Type 6 -Measurement
and payment shall be as specified in Sections 209-4.1 and 209-5 .1 of Item P-209.
3. Delete the fourth subparagraph of paragraph 209-3 .5 and replace with the following :
In lieu of the sand-cone method of field density determination , acceptance testing
shall be accomplished using a nuclear gage in accordance with ASTM D 2922 . The
gage shall be field calibrated in accordance with Paragraph 4 of ASTM D 2922 .
Calibration tests shall be conducted on the first lot of material placed that meets the
density requirements .
4. Delete 209-5 .1 and substitute the following :
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, geotextile fabric and
for all labor, equipment tools , and incidentals necessary to complete the item .
Payment will be made under:
Item P-209 Pavement-6 Inch-Crushed Aggregate Coarse -Install -per square yard
Fort Worth Alliance A irport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL PROVISION
SP-P-209-1
ITEM P-209 CRUSHED AGGREGATE BASE COURSE
DESCRIPTION
209-1.1 This item consists of a base course composed of crushed aggregates constructed
on a prepare course in accordance with these specifications and in conformity to the
dimensions and typical cross sections shown on the plans .
MATERIALS
209-2.1 AGGREGATE . Aggregates shall consist of clean, sound, durable particles of
crushed stone , crushed gravel, or crushed slag and shall be free from coatings of clay, silt ,
vegetable matter, and other objectionable materials and shall contain no clay balls . Fine
aggregate passing the No. 4 (4.75 mm) sieve shall consist of fines from the operation of
crushing the coarse aggregate . If necessary, fine aggregate may be added to produce the
correct gradation. The fine aggregate shall be produced by crushing stone , gravel , or slag
that meet the requirements for wear and soundness specified for coarse aggregate.
The crushed slag shall be an air-cooled, blast furnace slag and shall have a unit weight of
not less than 70 pounds per cubic foot (1 .12 Mg/cubic meter) when tested in accordance
with ASTM C 29.
The coarse aggregate portion, defined as the material retained on the No. 4 ( 4 . 75 mm) sieve
and larger, shall contain not more than 15 percent, by weight, of flat or elongated pieces as
defined in ASTM D 693 and shall have at least 90 percent by weight of particles with at least
two fractured faces and 100 percent with at least one fractured face . The area of each face
shall be equal to at least 75 percent of the smallest midsectional area of the piece . When
two fractured faces are contiguous , the angle between the planes of fractures shall be at
least 30 to count as two fractured faces .
The percentage of wear shall not be greater than 45 percent when tested in accordance with
ASTM C 131 . The sodium sulfate soundness loss shall not exceed 12 percent, after 5
cycles, when tested in accordance with ASTM C 88 .
The fraction passing the No. 40 (0.42 mm) sieve shall have a liquid limit no greater than 25
and a plasticity index of not more than 4 when tested in accordance with ASTM D 4318 .
The fine aggregate shall have a minimum sand equivalent value of 35 when tested in
accordance with ASTM D 2419 .
a. Sampling and Testing. Aggregates for preliminary testing shall be furnished by the
Contractor prior to the start of production . All tests for initial aggregate submittals
necessary to determine compliance with the specification requirements will be made by
the Engineer at no expense to the Contractor.
Samples of aggregates shall be furnished by the Contractor at the start of production
and at i ntervals during production. The sampling points and intervals will be designated
by the Engineer. The samples will be the basis of approval of specific lots of aggregates
from the standpoint of the quality requirements of this section .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-209-1
In lieu of testing , the Engineer may accept certified state test results indicating that
the aggregate meets specification requirements . Certified test results shall be less
than 6 months old .
Samples of aggregates to check gradation shall be taken by the Engineer at least
two per lot. The lot will be consistent with acceptable sampling for density. The
samples shall be taken from the in-place , compacted material. Sampling shall be in
accordance with ASTM D 75, and testing shall be in accordance with ASTM C 136
and ASTM C 117.
b. Gradation Requirements . The gradation Uob mix) of the final mixture shall fall
within the design range indicated in Table 1, when tested in accordance with ASTM
C 117 and ASTM C 136 . The final gradation shall be continuously well graded from
coarse to fine and shall not vary from the low limit on one sieve to the h igh limit on an
adjacent sieve or vice versa .
TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE \1\
Sieve Size Design Range Job Mix Tolerances
Percentage by Weight Percent
Percentage by Weight
2 in (50 .0 mm) 100 0
1-1/2 (37 .0 mm) 95-100 +/-5
1 in (25.0 mm) 70-95 +/-8
3/4 in (19.0 mm) 55-85 +/-8
No . 4 (4.75 mm) 30-60 +/-8
No . 30 (0 .60 mm) 12-30 +/-5
No . 200 (0 .075 mm) 0-8 +/-3
\ 1 \ Where environmental conditions (temperature and availability of free moisture)
indicate potential damage due to frost action, the maximum percent of material , by
weight, of particles smaller than 0.02 mm shall be 3 percent when tested in
accordance with ASTM D 422 . It also may be necessary to have a lower percentage
of material passing the No . 200 sieve to help control the percentage of particles
smaller than 0.02 mm maximum limit of 5 percent is recommended).
The job mix tolerances in Table 1 shall be applied to the job mix gradation to
establish a job control grading band . The full tolerance still will apply if application of
the tolerances results in a job control grading band outside the design range .
The fraction of the final mixture that passes the No . 200 (0 .075 mm) sieve shall not
exceed 60 percent of the fraction passing the No . 30 (0 .60 mm) sieve .
Fort Worth Alliance Airport P-209-2
Runway Extension Project
Earthwork Package 3
CONSTRUCTION METHODS
209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall be checked
and accepted by the Engineer before placing and spreading operations are started. Any
ruts or soft yielding places caused by improper drainage conditions, hauling, or any other
cause shall be corrected at the Contractor's expense before the base course is placed
thereon. Material shall not be placed on frozen subgrade.
209-3;2 MIXING . The aggregate shall be uniformly blended during crushing operations or
mixed in a plant. The plant shall blend and mix the materials to meet the specifications and
to secure the proper moisture content for compaction.
209-3.3 PLACING. The crushed aggregate base material shall be placed on the moistened
subgrade in layers of uniform thickness with a mechanical spreader.
The maximum depth of a compacted layer shall be 6 inches ( 150 mm). If the total depth of
the compacted material is more than 6 inches ( 150 mm), it shall be constructed in two or
more layers . In multi-layer construction, the base course shall be placed in approximately
equal-depth layers.
The previously constructed layer should be cleaned of loose and foreign material prior to
placing the next layer. The surface of the compacted material shall be kept moist until
covered with the next layer.
209-3.4 COMPACTION. Immediately upon completion of the spreading operations, the
crushed aggregate shall be thoroughly compacted. The number, type, and weight of rollers
shall be sufficient to compact the material to the required density.
The moisture content of the material during placing operations shall not be below, nor more
than 2 percentage points above, the optimum moisture content as determined by ASTM D
698.
209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate base
course shall be accepted for density on a lot basis . A lot will consist of one day's production
where it is not expected to exceed 2400 square yards (2000 square m-eters). A lot will
consist of one-half day's production where a day's production is expected to consist of
between 2400 and 4800 square yards (2000 and 4000 square meters).
Each lot shall be divided into two equal sublots . One test shall be made for each sublot.
Sampling locations will be determined by the Engineer on a random basis in accordance
with statistical procedures contained in ASTM D 3665.
Each lot will be accepted for density when the field density is at least 100 percent of the
maximum density of laboratory specimens prepared from samples of the base course
material delivered to the job site . The specimens shall be compacted and tested in
accordance with ASTM D 698. The in-place field density shall be determined in accordance
with ASTM D 1556 or D 2167. If the specified density is not attained, the entire lot shall be
reworked and/or recompacted and two additional random tests made. This procedure shall
be followed until the specified density is reached.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-209-3
In lieu of the core method of field density determination, acceptance testing may be
accomplished using a nuclear gage in accordance with ASTM D 2922 and ASTM D 3017 .
The gage should be field calibrated in accordance with paragraph 4 of ASTM D 2922 .
Calibration tests shall be conducted on the first lot of material placed that meets the density
requirements.
Use of ASTM D 2922 results in a wet unit weight , and when using this method , ASTM D
3017 shall be used to determine the moisture content of the material. Calibration and
Standardization shall be conducted in accordance with ASTM standards.
If a nuclear gage is used for density determination, two random readings shall be made for
each sublot.
209-3.6 FINISHING . The surface of the aggregate base course shall be finished by blading
or with automated equipment especially designed for this purpose .
In no case will the addition of thin layers of material be added to the top layer of base course
to meet grade . If the elevation of the top layer is 1 /2 inch ( 12 mm) or more below grade, the
top layer of base shall be scarified to a depth of at least 3 inches (75 mm), new material
added , and the layer shall be blended and recompacted to bring it to grade . If the finished
surface is above plan grade , it shall be cut back to grade and rerolled .
209-3.7 SURFACE TOLERANCES . The finished surface shall not vary more than 3/8 inch
(9 mm) when tested with a 16-foot (4 .8 m) straightedge applied parallel with or at right
angles to the centerline. Any deviation in excess of this amount shall be corrected by the
Contractor at the Contractor's expense .
209-3.8 THICKNESS CONTROL. The completed thickness of the base course shall be
within 1 /2 inch ( 12 mm) of the design thickness. Four determinations of thickness shall be
made for each lot of material placed . The lot size shall be consistent with that specified in
paragraph 3.5 . Each lot shall be divided into four equal sublets . One test shall be made for
each sublot. Sampling locations will be determined by the Engineer on a random basis in
accordance with procedures contained in ASTM D 3665. Where the thickness is deficient
by more than 1 /2 inch ( 12 mm), the Contractor shall correct such areas at no additional cost
by excavating to the required depth and replacing with new material. Addffiorial test holes
may be required to identify the limits of deficient areas .
209-3.9 MAINTENANCE. The base course shall be maintained in a condition that will meet
all specification requirements until the work is accepted . Equipment used in the construction
of an adjoining section may be routed over completed portions of the base course , provided
no damage results and provided that the equipment is routed over the full w idth of the base
course to avoid rutting or uneven compaction.
The Contractor shall remove all survey and grade hubs from the base courses prior to
placing any bituminous surface cou rse .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-209-4
METHOD OF MEASUREMENT
209-4.1 The quantity of crushed aggregate base course to be paid for will be determined by
measurement of the number of square yards (square meters) of material actually
constructed and accepted by the Engineer as complying with the plans and specifications .
BASIS OF PAYMENT
209-5.1 Payment shall be made at the contract unit price per square yard ( square meter)
for crushed aggregate base course . This price shall be full compensation for furnishing all
materials, for preparing and placing these materials , and for all labor, equipment tools , and
incidentals necessary to complete the item .
Payment will be made under:
Sulfate
Item P-209-5.1 Crushed Aggregate Base Course-per square yard (square meter)
TESTING REQUIREMENTS
ASTM C 29 Unit Weight of Aggregate
ASTM C 88 Soundness of Aggregates by Use of Sodium Sulfate or Magnesium
ASTM C 117 Materials Finer than 75µm (No. 200) Sieve in Mineral Aggregates by
Washing
ASTM C 131 Resistance to Degradation of Small-Size Coarse Aggregate by
abrasion and impact in the Los Angeles Machine
ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates
ASTM D 75 Sampling Aggregate
ASTM D 422 Particle Size Analysis of Soils
ASTM D 693 Crushed Aggregate for Macadam Pavements
ASTM D 698 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures
Using 5.5-lb (2.49-kg) Rammer and 12-in (305mm) Drop
ASTM D 1556 Density of Soil in Place by the Sand-Cone Method
ASTM D 1557 Test for Laboratory Compaction Characteristics of Soil Using Modified
Effort
ASTM D 2167 Density and Unit Weight of Soil in Place by the Rubber Ballon Method
ASTM D 2419 Sand Equivalent Value of Soils and Fine Aggregate
Fort Worth Alliance Airport P-209-5
Runway Extension Project
Earthwork Package 3
,-
ASTM D 2922 Density of Soil and Soil-Aggregate in Place by Nuclear Methods
ASTM D 3017 Water Content of Soil and Rock in Place by Nuclear Methods
ASTM D 3665 Random Sampling of Construction Materials
ASTM D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
P-209-6
SPECIAL PROVISION TO
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2 . Delete section 610-1 .1 and substitute the follow ing :
610-1.1 DESCRIPTION. This item shall cons ist of reinforced Structural Portland Cement
Concrete associated with concrete structures prepared and constructed in accordance with
these specifications , at the locations and of the form and dimensions shown on the plans .
3 . Add the following paragraph to Section 610-2 .1:
Contractor shall submit concrete mix designs showing the proportions and
compressive strength obtained in 7 days and 28 days . The mix design shall include
copies of test reports , including test dates, and a complete list of materials including
type , brand , source , and amount of; cement, fly ash, coarse aggregate, fine
aggregate , water and admixtures . The mix design shall be submitted to the Owner's
Representative at least 30 days prior to the start of operations . Production will not
start until the mix design is approved in writing by the Owner's Representative .
4. Add the following Section 610-2.11:
610-2.11 CEMENTITIOUS MATERIAL
Fly Ash. Fly ash shall meet the chemical property requirements of Class F. Fly ash
shall be used as a partial replacement for cement; the minimum cement content may
be met by considering Portland Cement plus fly ash as the total cementitious
material.
5 . Delete Section 610-3 .2 and add the following .
610-3.2 CONCRETE COMPOSITION. Unless otherwise noted on the Plans , the
concrete shall develop a compressive strength of 3,000 psi in 28 days as determined
by test cylinders made in accordance with ASTM C31 and tested in accordance with
ASTM C39 . The concrete shall contain not less than 470 pounds of cement per
cub ic yard . The concrete shall contain 5 percent of entrained air , plus or minus 1
percent, as determined by ASTM C231 and shall have a slump of not more than 4
inches as determined by ASTM C143 .
Fly Ash. Fly ash is to be used in the mix design. When fly ash is used as a partial
replacement for cement, the minimum cement content may be met by considering
Portland cement plus fly ash as the total cementitious material. The replacement
rate shall be determined from laboratory trial mixes , but shall not exceed 25 percent
by weight of the total cementitious material.
Partial replacement of cement shall be at the rate of 1.25 pounds of fly ash for each
1.0 pound of cement replaced .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 SP-P -610 -1
6 . Delete Section 610-3 .19 and substitute the following :
610-3.19 SEALING JOINTS . All joints which require sealing shall be thoroughly
cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint
sealing shall not be started until after curing and shall be done only when the
concrete is completely dry. The cleaning and sealing shall be carefully done with
proper equipment and in a manner to obtain a neat looking joint free from excess
sealing .
7. Add Section 610-3.20 as follows :
610-3.20 GROUT
1. Nonshrinking Grout. Premixed grout that is non-metallic, non-corrosive,
and non-staining, containing specially selected silicon sands , cement,
shrinkage compensating agents , plasticizing and water reducing agents.
a. Conform to requirements of CRD-C621 .
b. Minimum 28-day compressive strength of 5 ,000 psi.
c. Maintain grout temperature during placement between 70 ° F and
75 °F per the requirements of CRD-C621 .
d . Prepare and place grout according to grout manufacturer's
specifications .
2 . Nonshrink Epoxy Grout. Five Star epoxy grout as manufactured by Five
Star Products or equal.
8 . Delete Section 610 -4.1 and substitute the following:
610-4.1. Portland Cement Concrete shall not be measured separately but shall be
included in the unit price for which it is a component.
9. Delete Section 610-4.2 and substitute the following :
610-4.2. Reinforcing steel shall not be measured separately but shall be included in
the unit price for which it is a component.
10 . Delete Section 610-5 .1 and substitute the following :
610-5.1. There shall be no separate payment for Portland Cement Concrete or
Reinforcing Steel under this item . The cost for this item shall be included in the unit
price for which it is a component.
END OF SPECIAL PROVISION
Ft. Worth Alliance Airport
Alliance Airport Runway Extension Project
Earthwork Package 3 SP-P-610-2
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
DESCRIPTION
610-1.1 This item shall cons ist of reinforced structural portland cement concrete , prepared and
constructed in accordance with these specifications, at the locations and of the form and
dimensions shown on the plans .
MATERIALS
610-2.1 GENERAL. Only approved materials, conforming to the requirements of these
specifications , shall be used in the work . They may be subjected to inspection and tests at any
time during the progress of their preparation or use. The source of supply of each of the
materials shall be approved by the Engineer before delivery or use is started . Representative
preliminary samples of the materials shall be submitted by the Contractor, when required , for
exam ination and test. Materials shall be scored and handled to insure the preservation of their
quality and fitness for use and shall be located to facil itate prompt inspection . All equipment for
handling and transporting materials and concrete must be clean before any material or concrete
is placed therein .
In no case shall the use of pit-run or naturally mixed aggregates be permitted . Naturally mixed
aggregate shall be screened and washed , and all fine and coarse aggregates shall be stored
separately and kept clean . The mixing of different kinds of aggregates from different sources in
one storage pile or alternating batches of different aggregates will not be permitted .
Aggregates shall be tested for deleterious reactivity with alkalies in the cement that may cause
excessive expansion of the concrete . Acceptance of aggregates shall be based upon
satisfactory evidence furnished by the Contractor that the aggregates, combined with other
mixture constituents , do not produce excessive expansion in the concrete. This evidence shall
include service records of concrete of comparable properties under similar conditions or
exposure and certified records of tests by a testing laboratory that meets the requirements of
ASTM C 1077. Tests shall be made in accordance with ASTM C 1260 . Test specimens shall
be produced using all components (e .g. coarse aggregate , fine aggregate , cement and fly
ash ... ) to be included in the produced concrete . If the mean expansion of the test specimens ,
tested in accordance with ASTM C 1260 , does not exceed 0 .10 % at 16 days from casting the
aggregates shall be accepted . If the mean expansion at 16 days is greater than 0.10 % but less
than 0.15 %, the aggregate may be accepted based upon satisfactory service records and
acceptance of the aggregate by a State Highway Department specifically addressing Alkali-
Silica Reactivity . If the expansion is greater than 0 .15 %, the aggregate shall not be accepted
for use .
610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the
requirements of ASTM C 33 . Crushed stone aggregate shall have a durability factor , as
determined by ASTM C 666, greater than or equal to 95 . The Engineer may consider and
reserve final approval of other State classification procedures addressing aggregate durability.
Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations
shown in Table 1, using ASTM C 136 .
610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of
ASTM C 33 .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-610-1
The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of
Table 2 when tested in accordance with ASTM C 136 :
TABLE 1. GRADATION FOR COARSE AGGREGATE
Sieve Designation (square Percentage by We ight Passing Sieves
openings) 2" 1-1 /2 " 1" 3/4"
No . 4 to 3/4 in . (4 .75-19 .0 100 90-
mm) 100
No. 4 to 1 in . (4.75-25 .0 mm) 100 90 -
100
No. 4 to 1-1/2 in. (4.75-38 .1 100 95-35-70
mm ) 100
TABLE 2. GRADATION FOR FINE AGGREGATE
Sieve Designation
No . 4 (4 .75 mm)
No . 16 (1 .18 mm)
No . 30 (0 .60 mm)
No . 50 (0 .30 mm)
No . 100 (0 .15 mm)
Percentage by Weight
Passin Sieves
100
95-100
45 -80
25-55
10-30
2-10
1/2"
25-60
3/8" No.4
20-0-10
55
0-10
10-0-5
30
Blend ing will be permitted , if ne cessary, in order to meet the gradation requirements for fine
aggregate. Fine aggregate deficient in the percentage of materi a l passing the No . 50 mesh
sieve may be accepted , provided that such deficiency does not exceed 5 % and is remedied by
the addition of pozzolanic or cementit ious materials other than portland cement, as specified in
610-2 .6 on adm ixtures , in sufficient quantity to produce the required workability as approved by
the Eng inee r.
610-2.4 CEMENT. Cement shall conform to the requirements of ASTM C 150 Type I or Type
11.
Fort Worth Alliance Airport
Runway Exten s ion Proje ct
Earthwork Packag e 3
P-610-2
The Contractor shall furnish vendors' certified test reports for each carload , or equivalent . of
cement shipped to the project. The report shall be delivered to the Engineer before perm ission
to use the cement is granted . All such test reports shall be subject to verification by testing
sample materials received for use on the project.
610-2.5 WATER. The water used in concrete sha ll be free from sewage , oil , ac id , strong
alkalies , vegetable matter, and clay and loam. If the water is of questionable quality, it shall be
tested in accordance with AASHTO T 26.
610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved
by the Engineer. Before approval of any material , the Contractor shall be required to submit the
results of complete physical and chemical analyses made by an acceptable testing laboratory.
Subsequent tests shall be made of samples taken by the Engineer from the supply of the
material be ing furnished or proposed for use on the work to determine whether the admixture is
uniform in quality with that approved .
Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the
requirements of ASTM C 618 .
Ai r-entraining admixtures shall meet the requirements of ASTM C 260 . Air-entraining
admixtures shall be added at the mixer in the amount necessary to produce the specified air
content.
Water-reducing , set-controlling admixtures shall meet the requirements of ASTM C 494 , Type A,
water-reducing or Type D , water-reducing and retarding . Water-reducing admixtures shall be
added at the mixer separately from air-entraining admixtures in accordance with the
manufacturer's printed instructions .
610-2. 7 PREMOLDED JOINT MATERIAL. Premolded joint material for expans ion joints shall
meet the requiremen ts of ASTM D 1751 .
610-2.8 JOINT FILLER. The filler for jo ints shall meet the requirements of Item P-605 , unless
otherwise specified in the proposal.
610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of Welded Steel Wire Fabric
conforming to the requirements of ASTM A 185.
610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the
follow ing specifications :
Waterproof paper for curing concrete
Polyethylene Sheeting for Curing Concrete
Liquid Membrane-Form ing Compounds for
Curing Concrete
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-610 -3
ASTM C 171
ASTM C 171
ASTM C 309 ,
Type 2
CONSTRUCTION METHODS
610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary
for, and incidental to. the completion of all work as shown on the drawings and specified herein.
All machinery and equipment owned or controlled by the Contractor, which he proposes to use
on the work , shall be of sufficient size to meet the requirements of the work, and shall be such
as to produce satisfactory work; all work shall be subject to the inspection and approval of the
Engineer.
610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of
3000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and
tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of
cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of
entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of
not more than 4 inches (10 cm) as determined by ASTM C 143 .
610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be
accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete
shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be
made in accordance with ASTM C 31 and tested in accordance with ASTM C 39 .
Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The Contractor shall cure and store the test specimens under
such conditions as directed. The Engineer will make the actual tests on the specimens at no
expense to the Contractor.
610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the
quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates
shall be measured separately by weight. If aggregates are delivered to the mixer in batch
trucks, the exact amount for each mixer charge shall be contained in each batch compartment.
Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of
regulating the flow of aggregates into the batch box so that the required and exact weight of
aggregates can be readily obtained.
610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test
specified in ASTM C 143 .
610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or wholly
or in part in truck mixers . The concrete shall be mixed and delivered in accordance with the
requirements of ASTM C 94 .
610-3.7 MIXING CONDITIONS . The concrete shall be mixed only in quantities required for
immediate use . Concrete shall not be mixed while the air temperature is below 40 °F (4 °C)
without permission of the Engineer. If permission is granted for mixing under such conditions,
aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature
not less than 50 °F (10 °C) nor more than 100 °F (38 °C). The Contractor shall be held
responsible for any defective work, resulting from freezing or injury in any manner during placing
and curing , and shall replace such work at his/her expense .
Retempering of concrete by adding water or any other material shall not be permitted .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-610-4
The delivery of concrete to the job shall be in such a manner that batches of concrete will be
deposited at uninterrupted intervals .
610-3.8 FORMS . Concrete shall not be placed until all the forms and reinforcements have
been inspected and approved by the Engineer. Forms shall be of suitable material and shall be
of the type, size, shape, quality, and strength to build the structure as des igned on the plans.
The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to
prevent displacement and sagging between supports . The Contractor shall bear responsibility
for their adequacy. The surfaces of forms shall be smooth and free from irregularities , dents ,
sags, and holes.
The internal ties shall be arranged so that , when the forms are removed, no metal will show in
the concrete surface or discolor the surface when exposed to weathering . All forms shall be
wetted with water or with a non-staining mineral oil , which shall be applied shortly before the
concrete is placed. Forms shall be constructed so that they can be removed without injuring the
concrete or concrete surface. The forms shall not be removed before the expiration of at least
30 hours from vertical faces, walls, slender columns , and similar structures ; forms supported by
falsework under slabs, beams , girders, arches, and similar construction shall not be removed
until tests indicate that at least 60% of the design strength of the concrete has developed .
610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed , as shown
on the plans, and shall be firmly held in position during concreting. Bars shall be fastened
together at intersections . The reinforcement shall be supported by approved metal chairs.
Shop drawings, lists , and bending details shall be supplied by the Contractor when required.
610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded
shall be firmly and securely fastened in place as indicated. All such items shall be clean and
free from coating , rust, scale, oil, or any foreign matter. The embedding of wood shall be
avoided . The concrete shall be spaded and consolidated around and against embedded items .
610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless
otherwise approved . The concrete shall not be placed until the depth and character of
foundation , the adequacy of forms and falsework , and the placing of the steel reinforcing have
been approved . Concrete shall be placed as soon as practical after mixing and in no case later
than 1 hour after water has been added to the mix . The method and manner of placing shall be
such to avoid segregation and displacement of the reinforcement. Troughs, pipes , and chutes
shall be used as an a id in placing concrete when necessary. Dropping the concrete a distance
of more than 5 feet (1 .5 m), or depositing a large quantity at one po int, will not be permitted .
Concrete shall be placed upon clean, damp surfaces , free from running water, or upon properly
consolidated soil.
The concrete shall be compacted with suitable mechanical vibrators operating within the
concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools
to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the
concrete thoroughly around the reinforcement and embedded fixtures and into corners and
angles of the forms . The vibration at any joint shall be of sufficient duration to accomplish
compaction but shall not be prolonged to the point where segregation occurs . Concrete
deposited under water shall be carefully placed in a compact mass in its final position by means
of a tremie , a closed bottom dump bucket , or other approved method and shall not be disturbed
after being deposited .
Fort Worth All iance Airport
Runway Extension Project
Earthwork Package 3
P-610-5
610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary
provisions shall be made for joining future work before the placed concrete takes its initial set.
For the proper bonding of old and new concrete, such provisions shall be made for grooves,
steps, keys, dovetails, reinforcing bars or other devices as may be prescribed . The work shall
be arranged so that a section begun on any day shall be finished during daylight of the same
day. Before depositing new concrete on or against concrete that has hardened, the surface of
the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and
covered with a neat coating of cement paste or grout.
610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of
such dimensions as may be indicated on the drawings . The premolded filler shall be cut to the
same shape as that of the surfaces being joined . The filler shall be fixed firmly against the
surface of the concrete already in place in such manner that it will not be displaced when
concrete is deposited against it.
610-3.14 DEFECTIVE WORK. Any defective work discovered after the forms have been
removed shall be immediately removed and replaced . If any dimensions are deficient, or if the
surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the
Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at
the expense of the Contractor.
610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free
from open or rough spaces, depressions, or projections. The concrete in horizontal plane
surfaces shall be brought flush with the finished top surface at the proper elevation and shall be
struck-off with a straightedge and floated . Mortar finishing shall not be permitted, nor shall dry
cement or sand-cement mortar be spread over the concrete during the finishing of horizontal
plane surfaces.
When directed , the surface finish of exposed concrete shall be a rubbed finish. If forms can be
removed while the concrete is still green, the surface shall be pointed and wetted and then
rubbed with a wooden float until all irregularities are removed. If the concrete has hardened
before being rubbed , a carborundum stone shall be used to finish the surface . When approved,
the finishing can be done with a rubbing machine .
610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by
the Contractor. The work shall be protected from the elements , flowing water, and from
defacement of any nature during the building operations . The concrete shall l:>e cured as soon
as it has sufficiently hardened by covering with an approved material. Water-absorptive
coverings shall be thoroughly saturated when placed and kept saturated for a period of at least
3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the
concrete surface covered and to prevent the surface from being exposed to currents of air.
Where wooden forms are used , they shall be kept wet at all times until removed to prevent the
opening of joints and drying out of the concrete . Traffic shall not be allowed on concrete
surfaces for 7 days after the concrete has been placed .
610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits , and ducts that are to be encased in
concrete shall be installed by the Contractor before the concrete is placed . The pipe shall be
held rigidly so that it will not be displaced or moved during the placing of the concrete.
610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below
40 °F ( 4 °C), the Contractor shall provide satisfactory methods and means to protect the mix from
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-610-6
injury by freezing . The aggregates , or water , or both, shall be heated in order to place the
concrete at temperatures between 50 °F and 100°F (10 °C and 38 °C).
Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not
more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2
shall be added per bag of cement. After the concrete has been placed , the Contractor shall
provide sufficient protection such as cover, canvas, framework , heating apparatus , etc ., to
enclose and protect the structure and maintain the temperature of the mix at not less than 50 °F
(10 °C) until at least 60% of the designed strength has been attained .
610-3.19 FILLING JOINTS. All joints that require filling shall be thoroughly cleaned , and any
excess mortar or concrete shall be cut out with proper tools . Joint filling shall not be started until
after final curing and shall be done only when the concrete is completely dry. The cleaning and
filling shall be carefully done with proper equipment and in a manner to obtain a neat looking
joint free from excess filler .
METHOD OF MEASUREMENT
610-4.1 Portland cement concrete shall be measured by the number of cubic yards ( cubic
meters) of concrete complete in place and accepted. In computing the yardage of concrete for
payment, the dimensions used shall be those shown on the plans or ordered by the Engineer.
No measurements or other allowances shall be made for forms , falsework , cofferdams,
pumping , bracing , expansion joints, or finishing of the concrete . No deductions in yardage shall
be made for the volumes of reinforcing steel or embedded items .
610-4 .2 Reinforcing steel shall be measured by the calculated theoretical number of pounds
(kg) placed , as shown on the plans, complete in place and accepted. The unit weight used for
deformed bars shall be the weight of plain square or round bars of equal nominal size . If so
indicated on the plans, the poundage to be paid for shall include the weight of metal pipes and
drains , metal conduits and ducts , or similar materials indicated and included .
BASIS OF PAYMENT
610-5.1 Payment shall be made at the contract unit price per cubic yard ( cubic meter) for
structural portland cement concrete and per pound (kg) for reinforcing steel. These prices shall
be full compensation for furnishing all materials and for all preparation , delivery and installation
of these materials , and for all labor , equipment, tools, and incidentals necessary to complete the
item .
Payment will be made under:
Item P-610-5 .1 Structural Portland Cement Concrete ---per cubic yard
( cubic meter)
Item P-610-5 .1 Steel Reinforcement ---per pound (kg)
TESTING REQUIREMENTS
ASTM C 31 Making and Curing Test Specimens in the Field
ASTM C 39 Compress ive Strength of Cylindrical Concrete Specimens
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-610-7
ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates
ASTM C 138 Density (Unit Weight), Yield , and Air Content (Gravimetric) of Concrete
ASTM C 143 Slump of Hydraulic Cement Concrete
ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method
ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing
ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in
Construction and Criteria for Laboratory Evaluation
ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method)
MATERIAL REQUIREMENTS
ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for Concrete
Reinforcement
ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement
ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement
ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement
ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement
ASTM C 33 Concrete Aggregates
ASTM C 94 Ready-Mixed Concrete
ASTM C 150 Portland Cement
ASTM C 171 Sheet MaterialsJor Curing Concrete
ASTM C 172 Sampling Freshly Mixed Concrete
ASTM C 260 Air-Entraining Admixtures for Concrete
ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete
ASTM C 494 Chemical Admixtures for Concrete
ASTM C 595 Blended Hydraulic Cements
ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral
Admixture in Concrete
ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving
and Structural Construction (Non-extruding and Resilient Bituminous
Types)
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
P-610-8
ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint
Fillers for Concrete Paving and Structural Construction
AASHTO T 26 Quality of Water to be Used in Concrete
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
P-610-9
SPECIAL PROVISION TO
ITEM T-901 SEEDING
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2 . Delete Section 901-2.1 and substitute the following :
3 .
901-2.1 SEED. All seed must meet the requirements of the Texas Seed Law
including the labeling requirements for showing the purity live seed (PLS), name and
type of seed . Seed furnished shall be of the previous season 's crop and the date of
analysis shown on each bag shall be within nine months of the time of delivery to the
project. Each variety of seed shall be furnished and delivered in separate bags or
containers. A sample of each variety of seed shall be furnished for analysis and
testing when directed by the Owner's Representative . The amount and type of seed
planted shall be as follows :
The seeding mixture (pounds of pure seed per acre) to be used shall be as follows,
in accordance with the specified time of year: (* Denotes temporary grasses)
Seed Mix:
Cold Season Mix
Little Blestem
Buffalograss
Sideoates grama
*Oats
*Winter Wheat
Warm Season Mix
Little Blestem
Buffalograss
Sideoats grama
*Foxtail millet
Delete Section 901-2.2
(September 15 -March 15)
Schizachysium scorarium
Buchloe dactylodes
Bouteloua curtipendula
Avena saliva
Tricticum aestivum
(March 16 -September 14)
Schizachysium scoraium
Buchloe dactylodes
Bouteloua curtipendula
Setaria italica
3.5 lb.lac
13.5 lb.lac
6.0 lb.lac
8.0 lb.lac
12.0 lb.lac
4.5 lb .lac
13 .5 lb .lac
6.0 lb.lac
15 .0 lb .lac
4. Delete Section 901-2.3 and substitute the following :
901-2.3 FERTILIZER. All fertilizer used shall be delivered in bags or containers
clearly labeled showing the analysis. The fertilizer is subject to testing by the State
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP -T-901-1
Chemist in accordance with the Texas Fertilizer Law . A pelleted or granulated
fertilizer shall be used with an analysis indicated below. The figures in the analysis
represent the percentage of nitrogen , phosphoric acid and potash nutrients ,
respectively, as determined by the methods of the Association of Official Agricultural
Chemists . Fifty percent or greater of the Nitrogen required shall be in the form of
Nitrate Nitrogen (NO). The remaining Nitrogen required may be in the form of Urea
Nitrogen (COHH).
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be
pelleted or granulated fertil izer with a low concentration . The total amount of
nutrients furnished and applied per acre shall equal or exceed that specified for each
nutrient.
Unless otherwise indicated , fertilizer shall be applied uniformly at the following rate :
Fertilizer Application
Fertilizer Analysis
TYPE BROADCAST
SEEDING
New Construction 400 lbs.lac
New Planting 15-15-15
Maintenance 15-10-5
HYDRAULIC
SEEDING RATE
6531bs./ac
15-15-15
15-10-5
Maintenance fertilizing shall be applied every 6 months after the new sod or grass is
place or until the work is accepted .
5. Add Section 901-2 .5 as follows :
901-2.5 CELLULOSE FIBER MULCH (NATURAL WOOD). Cellulose
Fiber Mulch shall be natural cellulose fiber mulch produced from grinding
clean whole wood chips. The mulch shall be designed for use in
conventional mechanical planting, hydraulic planting of seed or hydraulic
mulching of grass seed, either alone or with fertilizers and other additives .
The mulch shall be such , that when applied , the material shall form a
strong , moisture-retaining mat without the need of an asphalt binder.
6 . Delete Section 901-3 .2a .
7 . Add Section 901-3.5 as follows :
901-3.5 MULCH. Mulching shall immediately follow seed application .
Cellulose and wood fiber mulch shall be spread uniformly over the area
indicated or as designated by the Engineer or designated representative at
the rate of 45 to 80 lbs . per 1,000 square feet (22 to 39 kilograms per 100
square meters). (No separate payment will be made for mulching .)
Ft. Worth Alliance Airport SP-T-901-2
Alliance Airport Runway Extension Project
Earthwork Package 3
8. Delete Section 901 -4.1 and substitute the following :
901-4.1 Measurement for quantity of seeding to be paid for shall be the number of
acres or fraction thereof, measured on the ground surface, completed and accepted .
9. Delete Section 901-5.1 and substitute the following :
901-5.1 Payment shall be made at the contract unit price per acre or fraction thereof,
which price and payment shall be full compensation for furnishing and placing all
material including seed , mulch , fertilizer, and for all labor, equipment, tools, and
incidentals necessary to complete the work prescribed in this item .
Payment will be made under:
Item T-901 Grass-Seeding -Install, Seeding, Complete in Place -per acre .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL PROVISION
SP-T-901 -3
ITEM T-901 SEEDING
DESCRIPTION
901-1.1 This item shall consist of soil preparation , seeding and fertilizing the areas shown
on the plans or as directed by the Engineer in accordance with these specifications.
MATERIALS
901-2.1 SEED The species and application rates of grass, legume , and cover-crop seed
furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed.
Spec. A-A-2671.
Seed shall be furnished separately or in mixtures in standard containers with the seed
name , lot number, net weight, percentages of purity and of germination and hard seed, and
percentage of maximum weed seed content clearly marked for each kind of seed. The
Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor
certifying that each lot of seed has been tested by a recognized laboratory for seed testing
within 6 months of date of delivery. This statement shall include : name and address of
laboratory, date of test, lot number for each kind of seed, and the results of tests as to
name, percentages of purity and of germination, and percentage of weed content for each
kind of seed furnished , and , in case of a mixture, the proportions of each kind of seed .
Seeds shall be applied as follows :
Seed Minimum Seed
Purity (Percent)
Minimum Germination
(Percent)
Rate of application
lb./acre (or lb./1,000 S.F .)
Seeding shall be performed during the period between August and October inclusive , unless
otherwise approved by the Engineer.
901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total
carbonates , and shall be ground to such fineness that 90% will pass through a No . 20 mesh
sieve and 50% will pass through a No . 100 mesh sieve . Coarser material will be
acceptable , providing the rates of application are increased to provide not less than the
minimum quantities and depth specified in the special provisions on the basis of the two
sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least
10% of magnesium oxide. Lime shall be applied at the rate of [ ]. All liming materials shall
conform to the requirements of ASTM C 602 .
901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately
or in mixtures containing the percentages of total nitrogen, available phosphoric acid , and
water-soluble potash . They shall be applied at the rate and to the depth specified herein,
and shall meet the requirements of Fed . Spec. A-A-1909 and 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;
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
T-901-1
b. A finely-ground fertilizer soluble in water, su itable for application by power sprayers ;
or
c. A granular or pellet form suitable for application by blower equipment.
Fertili zers shall be [ ] commercial fertilizer and shall be spread at the rate of [ ].
901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be
at least of equal quality to that which exists in areas adjacent to the area to be repaired.
The soil shall be relatively free from large stones, roots , stumps , or other materials that will
interfere with subsequent sowing of seed, compacting , and establ ishing turf, and shall be
approved by the Engineer before being placed .
CONSTRUCTION METHODS
901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been
completed and before applying fertilizer and ground limestone , areas to be seeded shall be
raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks,
stumps , and other debris that might interfere with sowing of seed , growth of grasses, or
subsequent maintenance of grass-covered areas. If any damage by erosion or other
causes has occurred after the completion of grading and before beginning the application of
fertilizer and ground limestone , the Contractor shall repair such damage . This may include
filling gullies , smoothing irregularities , and repairing other incidental damage .
An area to be seeded shall be considered a satisfactory seedbed without additional
treatment if it has recently been thoroughly loosened and worked to a depth of not less than
5 inches (125 mm) as a result of grading operations and , if immediately prior to seeding , the
top 3 inches (75 mm) of soil is loose, friable , reasonably free from large clods , rocks, large
roots, or other undesirable matter, and if shaped to the required grade .
However, when the area to be seeded is sparsely sodded, weedy, barren and unworked , or
packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed
of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125
mm). Clods shall be broken and the top 3 inches (75 mm) of soil shall be worked into a
satisfactory seedbed by discing , or by use of cultipackers , rollers , drags , harrows , or other
appropriate means .
901-3.2 DRY APPLICATION METHOD.
a. Liming. Lime shall be applied separately and prior to the application of any fertilizer
or seed and only on seedbeds that have previously been prepared as described above . The
lime shall then be worked into the top 3 inches (75 mm) of soil after which the seedbed shall
again be properly graded and dressed to a smooth finish .
b. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly
spread at the rate that will provide not less than the minimum quantity stated in paragraph
901-2.3 .
c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2 .1
immediately after fertilizing , and the fertilizer and seed shall be raked within the depth range
stated in the special provisions . Seeds of legumes , either alone or in mixtures , shall be
Ft. Worth Alliance Airport T-901 -2
Alliance Airport Runway Extension Project
Earthwork Package 3
inoculated before mixing or sowing, in accordance with the instructions of the manufacturer
of the inoculant. When seeding is required at other than the seasons shown on the plans or
in the special provisions, a cover crop shall be sown by the same methods required for
grass and legume seeding.
d. Rolling. After the seed has been properly covered , the seedbed shall be
immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per
foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and
weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light
soils .
901-3.3 WET APPLICATION METHOD.
a. General. The Contractor may elect to apply seed and fertilizer (and lime, if required)
by spraying them on the previously prepared seedbed in the form of an aqueous mixture
and by using the methods and equipment described herein . The rates of application shall
be as specified in the special provisions .
b. Spraying Equipment. The spraying equipment shall have a container or water tank
equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons
( 190 liters) over the entire range of the tank capacity , mounted so as to be visible to the
nozzle operator. The container or tank shall also be equipped with a mechanical
power-driven agitator capable of keeping all the solids in the mixture in complete suspension
at all times until used .
The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380
liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall
be mounted in a line that will recirculate the mixture through the tank whenever it is not
being sprayed from the nozzle. All pump passages and pipe lines shall be capable of
providing clearance for 5/8 inch ( 15 mm) solids . The power unit for the pump and agitator
shall have controls mounted so as to be accessible to the nozzle operator. There shall be
an indicating pressure gauge connected and mounted immediately at the back of the nozzle .
The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it
can be rotated through 360 degrees horizontally and inclined vertically from at least 20
degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting ,
three-way control valve connecting the recirculating line to the nozzle pipe and mounted so
that the nozzle operator can control and regulate the amount of flow of mixture delivered to
the nozzle . At least three different types of nozzles shall be supplied so that mixtures may
be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). One shall be a
close-range ribbon nozzle, one a medium-range ribbon nozzle , and one a long-range jet
nozzle . For case of removal and cleaning , all nozzles shall be connected to the nozzle pipe
by means of quick-release couplings .
In order to reach areas inaccessible to the regular equipment, an extension hose at least 50
feet ( 15 m) in length shall be provided to which the nozzles may be connected.
c. Mixtures. Lime , if required, shall be applied separately, in the quantity specified,
prior to the fertilizing and seeding operations . Not more than 220 pounds ( 100 kg) of lime
shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer
shall be mixed together in the relative proportions specified , but not more than a total of 220
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
T-901-3
pounds (100 kg) of these combined solids shall be added to and mixed with each 100
gallons (380 liters) of water .
All water used shall be obtained from fresh water sources and shall be free from injurious
chemicals and other toxic substances harmful to plant life . Brackish water shall not be used
at any time. The Contractor shall identify to the Engineer all sources of water at least 2
weeks prior to use . The Engineer may take samples of the water at the source or from the
tank at any time and have a laboratory test the samples for chemical and saline content.
The Contractor shall not use any water from any source that is disapproved by the Engineer
following such tests .
All mixtures shall be constantly agitated from the time they are mixed until they are finally
applied to the seedbed . All such mixtures shall be used within 2 hours from the time they
were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer.
d. Spraying. Lime, if required, shall be sprayed only upon previously prepared
seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3
inches (8 cm), after which the seedbed shall again be properly graded and dressed to a
smooth finish .
Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on
which the lime, if required, shall already have been worked in . The mixtures shall be applied
by means of a high-pressure spray that shall always be directed upward into the air so that
the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never
be directed toward the ground in such a manner as might produce erosion or runoff.
Particular care shall be exercised to insure that the application is made uniformly and at the
prescribed rate and to guard against misses and overlapped areas . Proper predetermined
quantities of the mixture in accordance with specifications shall be used to cover specified
sections of known area . Checks on the rate and uniformity of application may be made by
observing the degree of wetting of the ground or by distributing test sheets of paper or pans
over the area at intervals and observing the quantity of material deposited thereon .
On surfaces that are to be mulched as indicated by the plans or designated by the Engineer,
seed and fertilizer applied by the spray method need not be raked into the soil or rolled .
However, on surfaces on which mulch is not to be used, the raking and rolling operations
will be required after the soil has dried .
901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas
against traffic or other use by warning signs or barricades, as approved by the Engineer.
Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and
reseeding as directed . The Contractor shall mow , water as directed, and otherwise maintain
seeded areas in a satisfactory condition until final inspection and acceptance of the work.
When either the dry or wet application method outlined above is used for work done out of
season, it will be required that the Contractor establish a good stand of grass of uniform
color and density to the satisfaction of the Engineer. A grass stand shall be considered
adequate when bare spots are one square foot or less, randomly dispersed, and do not
exceed 3% of the area seeded . If at the time when the contract has been otherwise
completed it is not possible to make an adequate determination of the color, density, and
Ft. Worth Alliance Airport T-901-4
Alliance Airport Runway Extension Project
Earthwork Package 3
uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded
out of season will be withheld until such time as these requirements have been met.
METHOD OF MEASUREMENT
901-4.1 The quantity of seeding to be pa id for shall be the number of units [1,000 square
feet (square meters)][ acres (square meters)] measured on the ground surface ,
completed and accepted .
BASIS OF PAYMENT
901-5.1 Payment shall be made at the contract unit price per [1,000 square feet (square
meters)][acre (square meters)] or fraction thereof, which price and payment shall be full
compensation for furnishing and placing all material and for all labor, equipment, tools , and
incidentals necessary to complete the work prescribed in this item .
Payment will be made under:
Item 901-5 .1
ASTM C 602
ASTM D 977
Seeding-per acre (square meters)
MATERIAL REQUIREMENTS
Agricultural Liming Materials
Emulsified Asphalt
FED SPEC A-A-1909 Fertilizer
FED SPEC A-A-2671 Seeds , Agriculture
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF ITEM
T-901-5
SPECIAL PROVISION TO
ITEM T-904 SODDING
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2. Delete all references to limestone and ground limestone .
3. Delete Section 904-1.1 and substitute the following :
904-1.1. This item shall consist of providing fertilizer and planting Bermuda grass
sod , along or across such areas as are indicated and in accordance with this
specification at locations shown on plans or as directed by the OAR.
4. Delete Section 904-2 .2
5 . Delete Section 904-5.1 and substitute the following :
904-5.1. Sod placed and accepted will be paid for at the contract unit price per
square yard of sodding . This price shall be full compensation for furnishing all
materials, including sod, fertilizer, soil for filling cracks between sod , and water; for
placement of sod and other materials; for maintenance of the sodded areas until final
acceptance; and for all labor, tools , equipment, and incidentals necessary to
complete the work .
Payment will be made under:
Item T-904 Grass-Sod -Install , Sodding , Complete in Place -per square yard .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL PROVISION
SP-T-904-1
ITEM T-904 SODDING
DESCRIPTION
904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on
prepared areas in accordance with this specification at the locations shown on the plans or
as directed by the Engineer.
MATERIALS
904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing
grass. This shall be interpreted to include grass that is seasonally dormant during the cold
or dry seasons and capable of renewing growth after the dormant period . All sod shall be
obtained from areas where the soil is reasonably fertile and contains a high percentage of
loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of
weeds or other undesirable foreign plants, large stones, roots, or other materials that might
be detrimental to the development of the sod or to future maintenance . At least 70% of the
plants in the cut sod shall be composed of the species stated in the special provisions, and
any vegetation more than 6 inches (150 mm) in height shall be mowed to a height of 3
inches (75 mm) or less before sod is lifted . Sod, including the soil containing the roots and
the plant growth showing above, shall be cut uniformly to a thickness not less than that
stated in the special provisions.
904-2.3 FERTILIZER. Fertilizer shall conform to the requirements of 901-2.3.
904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali , salt, or other
harmful materials that would inhibit the growth of grass . It shall be subject to the approval of
the Engineer prior to use.
904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall
conform to the requirements of 901-2.4.
CONSTRUCTION METHODS
904-3.1 GENERAL. Areas to be solid, strip , or spot sodded shall be shown on the plans .
Areas requiring special ground surface preparation such as tilling and those areas in a
satisfactory condition that are to remain undisturbed shall also be shown on the plans .
Suitable equipment necessary for proper preparation of the ground surface and for the
handling and placing of all required materials shall be on hand, in good condition , and shall
be approved by the Engineer before the various operations are started. The Contractor
shall demonstrate to the Engineer before starting the various operations that the application
of required materials will be made at the specified rates.
904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been
completed and before applying fertilizer and limestone, areas to be sodded shall be raked or
otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks , 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
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
T-904-1
limestone, the Contractor shall repair such damage . This may include fill ing gull ies ,
smoothing irregularities , and repairing other incidental damage.
904-3.3 APPL YING 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 methods acceptable to the Engineer. Any stones larger than 2 inches (50 mm) in any
diameter, large clods, roots, and other litter brought to the surface by this operation shall be
removed.
904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of the source
of sod by the Engineer, the sod shall be cut with approved sod cutters to such a thickness
that after it has been transported and placed on the prepared bed , but before it has been
compacted , it shall have a uniform thickness of not less than 2 inches (50 mm). Sod
sections or strips shall be cut in uniform widths , not less than 10 inches (250 mm), and in
lengths of not less than 18 inches ( 45 cm), but of such length as may be readily lifted
without breaking , tearing , or loss of soil. Where strips are required , the sod must be rolled
without damage with the grass folded inside . The Contractor may be required to mow high
grass before cutting sod .
The sod shall be transplanted within 24 hours from the time it is stripped , unless
circumstances beyond the Contractor's control make storing necessary. In such cases , sod
shall be stacked, kept moist, and protected from exposure to the air and sun and shall be
kept from freezing . Sod shall be cut and moved only when the soil moisture conditions are
such that favorable results can be expected . Where the soil is too dry, permission to cut sod
may be granted only after it has been watered sufficiently to moisten the soil to the depth the
sod is to be cut.
904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when
satisfactory results can be expected. Frozen sod shall not be used and sod shall not be
placed upon frozen soil. Sod may be transplanted during periods of drought with the
approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of
at least 4 inches (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 dump ing from vehicles shall not be perm itted. The sod shall be
carefully placed by hand , edge to edge and with staggered jo i nts , in rows at r ight 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 tamp ing or rolling with
approved equipment to provide a true and even surface , and insure 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 qual ity
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 1 inch (25 mm) below the pavement edge. Where the flow will be
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
T-904-2
over the sodded areas and onto the paved surfaces around manholes and inlets , the
surface of the soil in the sod after compaction shall be placed flush with pavement edges .
On slopes steeper than 1 ve rtical 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 -sect ional area of not less than 3/4 square inch ( 18 square
mill imeter). 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 applicat ion of excessive quantities and will avoid damage to the finished
surface .
904-3.7 ESTABLISHING TURF.
a. General. The Contractor shall provide general care for the sodded areas as soon as
the sod has been laid and shall continue until final inspection and acceptance of the work .
b. Protection. All sodded areas shall be protected against traffic or other use by
warning signs or barricades approved by the Engineer.
c. Mowing. The Contractor shall mow the sodded areas with approved mowing
equipment, depending upon climatic and growth conditions and the needs for mowing
specific areas . In the event that weeds or other undesirable vegetation are permitted to
grow to such an extent that , either cut or uncut, they threaten to smother the sodded
species , they shall be mowed and the clippings raked and removed from the area .
904-3.8 REPAIRING . When the surface has become bullied or otherwise damaged during
the period covered by this cont ract, the affected areas shall be repaired to re-establ ish the
grade and the condition of the soil , as directed by the Engineer, and shall then be sodded as
specified in 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
Fort Worth Alliance A irport
Runway Extension Project
Earthwork Package 3
Sodding-per squa re yard (square meter)
END OF ITEM
T-904-3
SPECIAL PROVISION TO
ITEM T-905 TOPSOILING
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative".
2. Delete Section 905-1.1 and substitute the following :
Section 905-1.1. This item shall consist of preparing the ground surface for topsoil
application and placing and spreading the topsoil on prepared areas in accordance
with this specification or as directed by the Owner's Representative .
3. Delete the first sentence in Section 905-2.1 and substitute the following:
Topsoil shall be the surface layer with no admixture or refuse or any material toxic to
plant growth, and shall be reasonably free from subsoil and stumps , roots, brush,
stone (2-inches or more in diameter), clay lumps, or similar objects as determined by
the Owner's Representative .
4. Delete Section 905-3 .1 and substitute the following :
905-3.1 GENERAL. All areas that are disturbed due to grading but are not paved
shall be topsoiled. Additionally, subsequent to its removal, the area for the stabilized
construction exit shall be topsoiled .
5. Delete the last paragraph of Section 905-3 .3 and substitute the following :
Topsoil will be available on-site at the location(s) on Airport property designated by
the Owner's Representative.
6 . Delete the first paragraph of Section 905-3.4 and substitute the following:
The topsoil shall be evenly spread on the prepared · areas to a uniform depth of 4
inches after compaction, unless otherwise shown on the plans or stated in the
special provisions.·
7. Delete Section 905-4.1 and substitute the following:
905-4.1. Topsoil shall be measured by the number of cubic yard of topsoil at the four
(4) inch depth in locations required by this specification or as directed by the Owner's
Representative .
8. Delete Sections 905-5 .1 and 905-5.2 and substitute the following:
905-5.1. Payment will be made at the contract unit price per cubic yard for topsoiling
at the required depth complete in place. This price shall be full compensation for
furnishing all material, equipment, and labor for stripping, stockpiling, transporting
from stockpile, preparation of surface, placing, spreading, and incidentals necessary
to complete the item .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SP-T-905-1
-
Payment will be made under:
Item T-905 . 1
Item T-905 .2
Topsoil -Install , Topsoiling , 4 -Inches , Obtained on
Site or Removed From Stockpile , Complete in Place -
per cubic yard .
Topso il -Install , Topsoiling , 4 -Inches , Obtained From
Off-Site By Contractor, Complete in Place -per cubic
yard.
END OF SPECIAL PROVISION
Ft. Worth Alliance Airport SP-T-905-2
Alliance Airport Runway Extension Project
Earthwork Pa ckage 3
-
ITEM T-905 TOPSOILING
DESCRIPTION
905-1.1 This item shall consist of preparing the ground surface for topsoil appl ication ,
removing topsoil from designated stockpiles or areas to be stripped on the site or from
approved sources off the site , and placing and spreading the topsoil on prepared areas in
accordance with this specification at the locations shown on the plans or as directed by the
Engineer.
MATERIALS
905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil w ith 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 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 sods 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 . The topsoil or soil mixture , unless otherwise specified or approved ,
shall have a pH range of approximately 5.5 pH to 7 .6 pH , when tested in accordance with
the methods of testing of the association of official agricultural chemists in effect on the date
of invitation of bids . The organic content shall be not less than 3% nor more than 20% as
determined by the wet-combustion method (chromic acid reduction). There shall be not less
than 20% nor more than 80% of the material passing the 200 mesh (0 .075 mm) sieve as
determined by the wash test in accordance with ASTM C 117.
Natural topsoil may be amended by the Contractor with approved materials and methods to
meet the above specifications .
905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid , the
Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The
topsoil shall be inspected to determine if the selected soil meets the requirements specified
and to determine the depth to which stripping will be permitted . At this time, the Contractor
may be required to take representative soil samples from several locations within the area
under consideration and to the proposed stripping depths, for testing purposes as specified
in 905 -2 .1.
CONSTRUCTION METHODS
905-3.1 GENERAL. Areas to be topsoiled shall be shown on the plans . If topsoil is
avai lable 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 ,
stripp ing of topsoil , and for the handl ing and placing of all required materials shall be on
hand , in good condition , and approved by the Engineer before the various operations are
started .
905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and
spreading the topsoil on any area , the surface shall be loosened by discs or spike-tooth
harrows , or by other means approved by the Engineer, to a minimum depth of 2 inches (50
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
T-905-1
-
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 bond ing , the rise of
capillary moisture, or the proper growth of the desired planting . Limited areas, as shown on
the plans, which are too compact to respond to these operations shall receive special
scarification.
Grades on the area to be topsoiled , which have been established by others as shown on the
plans , shall be maintained in a true and even condition. Where grades have not been
established, the areas shall be smooth-graded and the surface left at the prescribed grades
in an even and properly compacted condition to prevent, insofar as practical, the formation
of low places or pockets where water will stand.
905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any
vegetation , briars , stumps and large roots , rubbish or stones found on such areas, which
may interfere with subsequent operations, shall be removed using methods approved by the
Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by
discing or other means shall be removed .
When suitable topsoil is available on the site, the Contractor shall remove this material from
the designated areas and to the depth as directed by the Engineer. The topsoil shall be
spread on areas already tilled and smooth-graded, or stockpiled in areas approved by the
Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without
additional compensation. Any topsoil that has been stockpiled on the site by others, and is
required for topsoiling purposes , shall be removed and placed by the Contractor. The sites
of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor
shall be graded if required and put into a condition acceptable for seeding .
When suitable topsoil is secured off the airport site, the Contractor shall locate and obtain
the supply , subject to the approval of the Engineer. The Contractor shall notify the Engineer
sufficiently in advance of operations in order that necessary measurements and tests can be
made . The Contractor shall remove the topsoil from approved areas and to the depth as
directed . The topsoil shall be hauled to the site of the work and placed for spreading, or
spread as required . Any topsoil hauled to the site of the work and stockpiled shall be
rehandled and placed without additional compensation .
905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to
a uniform depth of 2 inches (50 mm) after compaction, unless otherwise shown on the plans
or stated in the special provisions . Spreading shall not be done when the ground or topsoil
is frozen , excessively wet, or otherwise in a condition detrimental to the work . Spreading
shall be carried on so that turfing operations can proceed with a minimum of soil preparation
or tilling .
After spreading, any large , stiff clods and hard lumps shall be broken with a pulverizer or by
other effective means. and all stones or rocks (2 inches (50 mm) or more in diameter), roots ,
litter, or any foreign matter shall be raked up and d isposed of by the Contractor. after
spreading is completed , the topsoil shall be satisfactorily compacted by rolling with a
cultipacker or by other means approved by the Engineer. The compacted topsoil surface
shall conform to the required lines, grades, and cross sections . Any topsoil or other dirt
falling upon pavements as a result of hauling or handling of topsoil shall be promptly
removed .
Ft. Worth Alliance Airport T -905-2
Alliance Airport Runway Extension Project
Earthwork Package 3
METHOD OF MEASUREMENT
905-4.1 Topsoil obtained on the site shall be measured by the number of cubic yards ( cubic
meters) of topsoil measured in its original position and stripped or excavated . Topsoil
stockpiled by others and removed for topsoiling by the Contractor shall be measured by the
number of cubic yards (cubic meters) of topsoil measured in the stockpile . Topsoil shall be
measured by volume in cubic yards ( cubic meters) computed by the method of end areas .
905-4.2 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
topsoiling ( obtained on the site). This price shall be full compensation for furn ishing 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 .
905-5.2 Payment will be made at the contract unit price per cubic yard ( cubic meter) for
topsoiling (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
Item T-905-5 .2
ASTM C 117
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Topsoiling (Obtained on Site or Removed from Stockpile-per
cub ic yard ( cubic meter)
Topsoiling (Furnished from Off the Site)-per cubic yard (cubic
meter)
TESTING MATERIALS
Materials Finer than 75-µm (No. 200) Sieve in Mineral
Aggregates by Washing
END OF ITEM
T -905-3
SPECIAL PROVISION TO
ITEM SS-TxDOT Item 169 -SOIL RETENTION BLANKETS
Turf Reinforcement Mat shall meet the requirements of TxDOT Specification Item 169, Soil
Retention Blankets except as amended below .
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2. Delete Section 169.5 and substitute the following :
169.5 Payment. The work performed and materials furnished in accordance with
this Item and measured as provided under "Measurement" will be paid for at the
unit price bid for "Turf Reinforcement Mat" of the class and type specified . This
price is full compensation for equipment, materials, labor, tools , and incidentals.
Payment will be made under:
SS-TxDOT-169
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Erosion Control-Turf Reinforcement Mat -Install , Complete in
Place -per square yard
END OF SPECIAL PROVISION
SP-SS-TxDOT Item 459 -1
-
-
-
ITEM SS-TxDOT Item 169-SOIL RETENTION BLANKETS
Turf Reinforcement Mat shall meet the requirements of TxDOT Specification Item 169, Soil
Retention Blankets.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL SPECIFICATION
SS-TxDOT Item 169-1
-
-
-
SPECIAL PROVISION TO
ITEM SS-TxDOT Item 459 -GABIONS AND GABION MATTRESSES
Gabions and Gabion Mattresses shall meet the requirements of TxDOT Specification Item 459
except as amended below .
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2 . Delete Section 459.4 and substitute the follow ing :
459.4 Measurement.
459.4.1 Gabions , Style 3, in accordance with ASTM A-97 4, will be
measured in place by the square yard of stone-filled gabions, 6-inch
thickness, installed , complete in place .
459.4 .2 Gabion Mattresses , Style 3, in accordance with ASTM A-97 4 will
be measured by the square yard of surface area for stone filled gabion
mattresses , 6-inches thick, complete in place .
3 . Delete Section 459.5 and substitute the following :
459.5 Payment.
459 .5.1 Payment for Gabions, Style 3, in accordance with ASTM A-97 4,
6-inches thick , will be made at the unit price bid per square yard ,
complete in place .
459.5 .2 Payment for Gabion Mattresses , Style 3, in accordance with
ASTM A-97 4 , 6-inches thick , will be made at the unit price bid per square
yard , complete in place .
The unit price bid for Gabions and Gabion Mattresses , by the square
yard , is full compensation for wire baskets , stone fill , lacing and fasteners,
filter fabric , excavation , grading and backfill, materials , tools , equipment,
labor and incidentals . Filter fabric material will not be paid for directly but
will be conside red subsidiary to this item .
Payment will be made under:
SS-TxDOT-459.1
SS-TxDOT-459 .2
Fort Worth Alliance Airport
Runway Extens ion Project
Earthwork Package 3
Erosion Control-Gabion Basket -Install , Complete In Place -per
square yard
Eros ion Control-Gabion Mattress -Install , Complete In Place -
per square yard
END OF SPECIAL PROVISION
SP-SS-TxDOT Item 459-1
-
-
-
-
ITEM SS-TxDOT Item 459 -GABIONS AND GABION MATTRESSES
Gabions and Gabion Mattresses shall meet the requirements of TxDOT Specification Item 459,
Gabions and Gabion Mattresses .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL SPECIFICATION
SS-TxDOT Item 459-1
SPECIAL PROVISION TO
ITEM L-110 AIRPORT UNDERGROUND ELECTGRICAL DUCTG
BANKS AND CONDUITS
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative".
2 . Delete paragraph 110-2.7 FLOWABLE BACKFILL , in its entirety.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL PROVISION
SP-L-110-1
ITEM L-110 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND
CONDUITS
DESCRIPTION
110-1.1 This item shall consist of underground electrical conduits and duct banks (single or
multiple conduits encased in concrete) installed in accordance with this specification at the
locations and in accordance with 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, mandreling,
pulling lines, duct markers , plugging of conduits, and the testing of the installation as a
completed system ready for installation of cables in accordance with 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 so requ~sted by the Engineer.
b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's
responsibility to provide materials in accordance with these specifications and acceptable to the
Engineer. Materials supplied and/or installed that do not materially comply with these
specifications shall be removed, when directed by the Engineer and replaced with materials,
which do comply with these specifications, at the sole cost of the Contractor.
c. All materials and equipment used to construct this item shall be submitted to the
Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog
sheets or shop drawings shall be provided . Submittal data shall be presented in a clear, precise _
and thorough manner. Original catalog sheets are preferred . Photocopies are acceptable
provided they are as good a quality as the original. Clearly and boldly mark each copy to
identify pertinent products or models applicable to this project. Indicate all optional equipment
and delete non-pertinent data . Submittals for components of electrical equipment and systems
shall identify the equipment for which they apply on each submittal sheet. Markings shall be
boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is
solely responsible for delays in project accruing directly or indirectly from late submissions or
resubmissions of submittals .
d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine
compliance with the plans and specifications. The Contractor's submittals shall be neatly bound
in a properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the
right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion,
does not meet the system design and the standards and codes, specified herein .
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 twenty-four
Fort Worth Alliance Airport L-110-1
Runway Extension Project
Earthwork Package 3
(24) months from final acceptance by the Owner. The defective materials and/or equ ipment
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 conduit and fittings shall be hot dipped
galvanized inside and out and conform to the requirements of Underwriters Laboratories
Standard 6, 5148, and 1242 .
110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the requirements of
Fed . Spec . W--C-1094 , Underwriters Laboratories Standards UL-651 and Article 347 of the
current National Electrical Code shall be one of the following , as shown on the plans :
a. Type I-Schedule 40 PVC suitable for underground use either direct-buried or encased in
concrete .
b. Type II-Schedule 40 PVC suitable for either above ground or underground use .
The type of adhesive 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 . 1
110-2.6 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement
Concrete , using 1 -inch maximum size coarse aggregate with a minimum 28 day compressive
strength of 3000 psi. Where reinforced duct banks are specified , re inforcing steel shall conform
to ASTM A 615 Grade 60. Concrete and reinforcing steel are incidental to the respective pay
item of which they are a component part .
110-2.7 FLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank
trenches shall conform to the requirements of Item P-153 "Controlled Low Strength Material ".
110-2.8 DETECTABLE WARNING TAPE Plastic , detectable, yellow in color with the word
communication noted on the tape shall be magnetic tape and shall be polyethylene film with a
metallized foil core and shall be 4-6 inches (75 -150 MM) wide . Detectable tape is incidental to
the respective bid item .
CONSTRUCTION METHODS
110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the
approximate locations indicated on the plans. The Engineer shall indicate specific locations as
the work progresses, if required to differ from the plans . Duct banks and condu its 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
Fort Worth Alliance Airport L-110 -2
Runway Extension Project
Earthwork Package 3
least 3 inches (75 mm) per 100 feet (30 m). On runs where it is not practicable to maintain the
grade all one way, the duct bank and conduit lines shall be graded from the center in both
directions toward access points or conduit ends, with a drain into the storm drainage system .
Pockets or traps where moisture may accumulate shall be avoided . No duct bank or
underground conduit shall be less than 18 inches below finished grade. Where under
pavement , the top of the duct bank shall not be less than 18 inches below the subgrade .
The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part
of a duct bank. An iron-shod mandrel, not more than 1/4-inch (6 mm) smaller than the bore of
the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or
rubber gasket slightly larger than the conduit hole .
The Contractor shall swab out all conduits/ducts and clean base can , manhole, pull boxes , etc.
interiors IMMEDIATELY prior to pulling cable . Once cleaned and swabbed the base cans ,
manhole , 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 clea r and open . The Contractor shall notify the Engineer 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 test po lypropylene 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 contaminate from entering the conduits . Any conduit section having a defective joint
shall not be installed . Ducts shall be supported and spaced apart using approved space rs at
intervals not to exceed 5 feet.
Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when
crossing under pavements expected to carry aircraft loads .
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 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 sieve.
Flowable backfill may alternatively be used . The Contractor shall ascertain the type of soil or
rock to be excavated before bidding. All such rock removal will not be paid for separately but
will be included in the unit price bid for electrical underground duct bank installation .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
L-110-3
..
Underground electrical warning (caution) tape shall be installed in the trench above all
underground duct banks and conduits in unpaved areas . Contractor shall submit a sample of
the proposed warning tape for approval by the Engineer. If not shown on the plans, the warning
tape shall be located six inches above the duct/conduit or the counterpoise wire if present.
Joints in plastic condu it shall be prepared in accordance with 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 sl ipped 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 min imum of 2 feet.
Changes in direction of runs exceeding 10 deg rees , either vertical or horizontal , shall be
accomplished using manufactured sweep bends.
Whether or not specifically indicated on the drawings , where the soil encountered at established
duct bank grade is an unsuitable material , as determined by the Engineer, the unsuitable
material shall be removed in accordance with Item P-152 and replaced with suitable material.
Alternatively, additional duct bank supports that are adequate and stable shall be installed, as
approved by the Engineer.
All excavation shall be unclassified and shall be considered incidental to the respective L-11 O
pay item of which it is a component part . Dewatering necessary for duct installation , erosion
and turbidity control, in accordance with Federal, State , and Local requirements is incidental to
its respective pay item as a part of Item L-110 . The cost of all excavat ion regardless of type of
material encountered , shall be included in the unit price bid for the L-110 Item .
Unless otherwise specified, excavated materials that are deemed by the Engineer to be
unsuitable for use in backfill or embankments shall be removed and disposed of off site .
Any excess excavation shall be filled with suitable material approved by the Engineer and
compacted in accordance with 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
insure that these cable(s) are adequately protected . Where crossings are unavoidable , no
splices will be allowed in the existing cables, except as specified on the plans . Installation of
new cable where such crossings must occur shall proceed as follows :
(1) Existing cables shall be located manually . Unearthed cables shall be inspected
to assure absolutely no damage has occurred
(2) Trenching, etc., in cable areas shall then proceed with approval of the Engineer,
with care taken to minimize possible damage or disruption of existing cable , including careful
backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction ,
the Contractor shall be responsible for the complete repa ir.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
L-110 -4
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 (45 cm) 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 (45 cm) 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
(90 cm) beyond the edges of the pavement or 3 feet (90 cm) beyond any underdrains 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 , proper 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) thic k pr ior to its initial set. Where
two or more conduits in the duct bank are intended to carry conductors of equivalent voltage
insulation rating , the Contractor shall space the conduits not less than 1-1/2 inches (37 mm)
apart (measured from outside wall to outside wall). Where two or more conduits in the duct
bank are intended to ca rry conductors of differing voltage insulation rat ing , the Contractor shall
space the conduits not less than 3 inches apart (measured from outside wall to outside wall).
All such multiple conduits shall be placed using condu it 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 . End bells
or couplings shall be installed flush with the concrete encasement at access points .
Conduits forming the duct bank shall be installed using conduit spacers . No. 4 reinforcing bars
shall be driven vertically into the soil a m inimum of 6 inches to ancho r 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
intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking
collars and spacers shall be submitted to the Engineer for review prior to use .
When specified , the Contractor shall reinforce the bottom side and top of encasements with
steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the
Contractor shall supply additional supports where the ground is soft and boggy , where ducts
cross under roadways , or where shown on the plans . Under such conditions, the complete duct
structure shall ee -supported on re inforced concrete footings , piers, or piles located at
approximately 5 foot (150 cm) 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, 4-6 inch (75-150mm) wide tape 8 inches (200mm)
minimum below grade above all underground conduit or duct lines not installed under
pavement.
When existing cables are to be placed in split duct, encased in concrete, the cable shall be
carefully located and exposed by hand tools . Prior to being placed in duct , the Engineer shall
be notified so that he may inspect the cable and determine that it is in good condition . Where
required , split duct shall be installed as shown on the drawings or as required by the Engineer. ·
110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single-conduit lines
shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide , and the
trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench
Fort Worth Alliance Airport L-110-5
Runway Extension Project
Earthwork Package 3
bottoms for conduits without concrete encasement shall be made to conform accurately to
grade so as to provide uniform support for the conduit along its entire length.
Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches (100 mm)
thick (loose measurement) shall be placed in the bottom of the trench as bedding for the
conduit. The bedding material 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 mm) sieve . The bedding material shall be
tamped until firm . Flowable backfill may alternatively used .
Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are
at least 18 inches (45 cm) below the finished grade.
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 2 inches (50 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 spaced 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 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 intervals . Spacers shall be in the proper
sizes and configurations to fit the conduits . Locking collars and spacers shall be submitted to
the Engineer for review prior to use .
110-3.4 MARKERS. The location of each end and of each change of direction of conduits and
duct banks shalLbe marked by a concrete slab marker 2 feet (60 cm) square and 4-6 inches
(100-150 mm) thick extending approximately 1 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 .
The Contractor shall impress the word "DUCT" or "CONDUIT" on each marker slab . 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 Engineer. 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 cm) of sand , soft earth,
or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully
tamped around and over them with hand tampers. The remaining trench shall then be backfilled
and compacted in accordance with Item P-152 "Excavation and Embankment" except that
material used for back fill shall be select material not larger than 4 inches in diameter.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
L-110-6
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 in accordance with
instructions issued by the Engineer.
110-3.6 BACKFILLING FOR DUCT BANKS . After the concrete has cured, the remaining
trench shall be backfilled and compacted in accordance with Item P-152 "Excavation and
Embankment" except that the material used fo r backfill shall be select material not larger than 4
inches in diameter. In addition to the requirements of P-152 , where duct banks are installed
under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct
bank or one work period 's construction , whichever is less .
Flowable backfill may alternatively be used
Trenches shall not conta in 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 in accordance with
instructions issued by the Engineer.
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 fertilizing and seeding as required. 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 .
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 , resolution , 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 .
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
des ignated material, and, for dra in lines , the termination at the drainage structure. This price
shall be full compensation for furnishing all materials and for all preparation , assembly , and
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
L-110-7
installation of these materials, and for all labor, equipment, tools , and incidentals necessary to
complete this item in accordance with the provisions and intent of the plans and specifications.
Payment will be made under:
Item L-110 .5.1
Item L-110.5,2
Item L-110.5.3
Item L-110 .5.4
Item L-110.5.5
Inner-Duct, 1 % -Inch -Install 1 %-inch Inner-Duct-
Exterior, Complete in Place , per linear foot.
Conduit, 1 Yi -Inch -Install 1 Yi -inch PVC , Sch . 40 ,
Complete in Place , per linear foot.
Conduit, 2 -Inch -Install 2-inch PVC , Sch . 40 ,
Complete in Place , per linear foot.
Conduit, 4 -Inch -Install 4-inch PVC, Sch . 40 ,
Complete in Place, per linear foot.
Conduit, 6-lnch, Directional Drilling, Install 6-lnch HOPE
Smooth Wall, SOR 11 , ASTM F-2160, Complete in
Place, per linear foot.
MATERIAL REQUIREMENTS
Fed .Spec.W-C-1094
Underwriters Laboratories
Standard 6
Underwriters Laboratories
Standard 5148
Underwriters Laboratories
Standard 1242
Underwriters Laboratories
Standard 651
Underwriters Laboratories
Standard 651 A
Fort Worth All iance Airport
Runway Extension Project
Earthwork Package 3
Conduit and Conduit Fittings; Plastic, Rigid (cancelled;
replaced by UL 514 Boxes , Nonmetallic Outlet, Flush
Device Boxes, & Covers , and UL 651 Standard for
Conduit & Hope Conduit, Type EB & A Rigid PVC)
Rigid Metal Conduit
Fittings for Cable and Conduit
Intermediate Metal Conduit
Schedule 40 and 80 Rigid PVC Conduit {for Direct
Burial)
Type EB and A Rigid PVC Conduit and HOPE Conduit
(for concrete encasement)
END OF ITEM L-110
L-110-8
SPECIAL PROVISION TO
ITEM L-115 ELECTRICAL MANHOLES AND
JUNCTION STRUCTURES
1. Delete all references to "Engineer" and substitute with "Owner" or "Owner's Authorized
Representative ".
2. Delete the second paragraph of Section 115-2.6 FRAMES AND COVERS, and
substitute the following .
All castings specified shall withstand a maximum tire pressure of 200 psi and maximum load
of 100,000 pounds.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
END OF SPECIAL PROVISION
SP-L-115-1
ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES
DESCRIPTION
115-1 .1 This item shall consist of electrical manholes and junction structures (handholes,
pullboxes , junction cans , etc.) installed in accordance with this specification , at the indicated
locations and conforming to the lines , grades, and dimensions shown on the plans or as
required by the Engineer. This item shall include the installation of each electrical manhole ,
pullbox, handhole, junction can , junction can plaza , and/or other junction structure with all
associated excavation, backfilling, sheeting and bracing, concrete , reinforcing steel , ladders,
appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Owner.
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 requested by the Engineer.
b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's
responsibility to provide materials in accordance with these specifications and acceptable to the
Engineer. Materials supplied and/or installed that do not materially comply with these
specifications shall be removed at the sole cost of the Contractor when directed by the Engineer
and replaced with materials which do comply with these specifications .
c. All materials and equipment used to construct this item shall be submitted to the
Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog
sheets or shop drawings shall be provided . Submittal data shall be presented in a clear, precise
and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable
provided they are as good a quality as the original. Clearly and boldly mark each copy to
identify pertinent products or models applicable to this project. Indicate all optional equipment
and delete non-pertinent data. Submittals for components of electrical equipment and systems
shall identify the equipment for which they apply on each submittal sheet. Markings shall be
boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is
solely responsible for delays in project accruing directly or indirectly from late submissions or
resubmissions of submittals .
d. The data submitted shall be sufficient, in the opinion of the Engineer, to determine
compliance with the plans and specifications . The Contractor's submittals shall be neatly bound
and tabbed by specification section . The Engineer reserves the right to reject any and all
equipment, materials or procedures which, in the Engineer's opinion , do not meet the system
design and the standards and codes specified herein.
e. All equipment and materials furnished and/or installed under this section shall be
guaranteed against defects in materials and/or workmanship for a period of 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.
115-2.2 CONCRETE STRUCTURES. Cast-in-place concrete structures shall conform to the
details and dimensions shown on the plans .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-l
Provide precast concrete manholes or pullboxes 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 75 ,000-pound aircraft loads , unless otherwise shown on the
plans . Openings or knockouts shall be provided in the structure as detailed or required on the
plans .
Threaded inserts and pulling eyes shall be cast in as shown or required on the plans.
If the Contractor chooses to propose a different structura l design , signed and sealed shop
drawings , design calculations, and other information requested by the Engineer shall be
submitted by the Contractor to permit a full evaluation by the Engineer. The Engineer shall
review in accordance with the process defined in the General Provisions .
115-2.3 JUNCTION CANS AND JUNCTION CAN PLAZAS. Junction cans shall be either
l-867 Class 1 (non-load bearing) or l-868 Class 1 (load bearing) cans encased in concrete as
indicated on the plans . The cans shall have a galvanized steel blank cover, gasket, and
stainless steel hardware. Covers shall be 3/8" thickness for l-867 and 3/4" thickness for l-868.
115-2.4 MORTAR. The mortar shall be composed of one part of portland cement and two
parts of mortar sand , by volume. The portland cement shall conform to the requirements of
ASTM C 150 , Type I. The sand shall conform to the requirements of ASTM C 144. Hydrated
lime may be added to the mixture of sand and cement in an amount not to exceed 15 percent of
the weight of cement used. The hydrated lime shall meet the requirements of ASTM C 6. The
water shall be clean and free of deleterious amounts of acid, alkalies or organic material. If the
water is of questionable quality, it shall be tested in accordance with MSHTO T-26 .
115-2.5 CONCRETE. Unless otherwise inc~icated on the drawings, all concrete used in cast-in-
place structures shall conform to P-610, Structural Portland Cement Concrete, using one inch
maximum size coarse aggregate .
115-2.6 FRAMES AND COVERS. The frames shall conform to one of the following
requirements :
a. Gray iron castings shall meet the requirements of ASTM A 48, Class 358 .
b. Malleable iron castings shall meet the requirements of ASTM A 47.
c. Steel castings shall meet the requirements of ASTM A 27 .
d. Structural steel for frames shall conform to the requirements of ASTM A-283 , Grade D.
e. Ductile iron castings shall conform to the requirements of ASTM A 536 , Grade 80-55-
06.
f. Austempered ductile iron castings shall conform to the requirements of ASTM A 897 .
All castings specified shall withstand a maximum tire pressure of 200 psi and maximum load of
75,000 pounds .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-2
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 stainless steel bolts 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 A 123.
Each cover shall be marked as shown on the drawings . Each frame and cover shall be as
shown on the plans or approved equivalent. No cable notches are requ ired .
Where the plans indicate aircraft rated hatch covers , they shall be fitted with spring-assist , lift-
assist 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 wh ich shall be const ructed 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 posit ioned 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.
115-2.7 LADDERS. Ladders, if specified, shall be galvanized steel or as shown on the plans .
115-2.8 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel
meeting the requirements of ASTM A 615 , Grade 60 .
115-2.9 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as indicated on
the plans.
115-2.10 FLOWABLE BACKFILL. Not Used
115-2.11 CABLE RACKS. Cable racks shall be of galvanized steel or nonmetallic. Cable
racks shall be located as indicated on the plans .
115-2.12 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110, Airport
Underground Electrical Duct Banks and Conduits , section 110-2.3.
115-2.13 CONDUIT TERMINATORS. Conduit terminators shall be pre-manufactured for the
specific purpose and sized as required or as shown on the plans.
115-2.14 PULLING-IN IRONS. Pulling-in irons shall be manufactured with 7/8 -i nch (22mm)
diameter hot-dipped galvanized steel or stress-relieved carbon steel roping designed for
concrete applications (7 strand , 1/2-inch diameter with an ultimate strength of 270 ,000 psi).
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-3
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 .
115-2.15GROUND RODS. Ground rods shall be one piece , copper clad steel. The ground
rods shall be 10-feet (300 cm) long and 3/4-inch (20 mm) in diameter.
CONSTRUCTION METHODS
115-3.1 UNCLASSIFIED EXCAVATION. It is the Contractor's respons ibi li ty to locate ex isting
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 Owner 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 Owner. The excavation shall be of
sufficient size to permit the placing of the full width and length of the structure or structure
footings shown .
All excavation shall be unclassified and shall be considered incidental to the respective L-115
pay item of which it is a component part. Dewatering necessary for l-115 structure installation ,
erosion and turbidity control, in accordance with Federal , State , and Local requirements is
incidental to its respective pay item as a part of Item l-115. The cost of all excavation
regardless of type of material encountered, shall be included in the unit price bid for the L-115
Item .
Boulders , logs and all other objectionable materia l 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 Owner. All seams, crevices ,
disintegrated rock and thin strata shall be removed . When concrete is to rest on a surface other
than rock , special care shall be taken not to disturb the bottom of the excavation . Excavation to
final grade shall not be made until just before the concrete or reinforcing is to be placed .
The Contractor shall provide all bracing , sheeting and shoring necessary to implement and
protect the excavation and the structure as required for safety or conformance to governing
laws . The cost of bracing, sheeting and shoring shall be included in the un it 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 remova l shall be
included in the unit price bid for the structure .
After each excavation is completed, the Contractor shall notify the Owner. Structures shall be
placed after the Owner has approved the depth of the excavation and the suitab ility of the
foundation material.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 l-115-4
Prior to installation the Contractor shall provide a minimum of 6 inches to a maximum of 12
inches of Item 247 Flexible Base of the TxDOT Standard Specifications for Construction of
Highways, Streets and Bridges or a material approved by the Owner 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 P-610, Structural Portland
Cement Concrete . Any reinforcement required shall be placed as indicated on the plans and
shall be approved by the Owner 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
any 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 Owner 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 permission is
granted by the casting manufacturer. Erection equipment shall be suitable and safe for the
workman. Errors in shop fabrication or deformation resulting from handling and transportation
that prevent the proper assembly and fitting of parts shall be reported immediately to the
Engineer through the Owner and approval of the method of correction shall be obtained.
Approved corrections shall be made at Contractor's expense .
Anchor bolts and anchors shall be properly located and-built into connection work . Bolts and
anchors shall be preset by the use of templates or such other methods as may be required to
locate the anchors and anchor bolts accurately.
Pulling-in irons shall be located opposite all conduit entrances into structures to provide a
strong, convenient attachment for pulling-in blocks when installing cables. Pulling-in irons shall
be set directly into the concrete walls of the structure .
115-3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be
removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in
place during fabrication of the structure or drilled and grouted in place after erection of the
structure.
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-5
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 six (6) inches of
material is placed above the top of the structure and before any bracing is removed . Voids left
by the sheeting shall be carefully refilled with selected material and rammed tight with tools
especially adapted for the purpose or otherwise as may be approved . The Owner may order
the Contractor to delay the removal of sheeting and brac ing if, in his j udgment, 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 in th ickness measured after compaction to
a minimum 95 percent dry density as determined by ASTM D 698 at a moisture content of +/-2
percent optimum. 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 Owner.
Backfill shall not be placed against any structure until permission is given by the Owner. In the
case of concrete , such permission shall not be given until tests made by the laboratory under
supervision of the Owner 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 Owner may direct the Contractor to add , at h is 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 tAe floor. The ground rod shall be installed
within 1 foot of the southwest 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 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 g rout around the
ground rod .
A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod
and loop the concrete structure walls. The ground bus shall be a minimum of 1 foot above the
floor of the structure and separate from other cables . No. 2 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. Hardware connections may
be mechanical, us ing a lug designed for that purpose .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-6
115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items , damaged areas
shall be repaired by apply ing a liqu id cold -galvanizing compound conforming MIL-P-21035 .
Surfaces shall be prepared and compound applied in accordance with 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 Contracto r shall restore all disturbed areas
equivalent to or better than their original condition . All grad ing and restoration shall be
considered incidental to the respective L-115 pay item .
The Contractor shall g rade around structures as required to provide pos itive drainage away
from the structure .
Areas with special surface treatment , such as roads , sidewalks , or other paved areas shall have
backfill compacted to match surrounding areas , and surfaces shall be repaired using materials
comparable to original materials .
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 10 ohms . Each ground rod shall be tested utilizing
the fall-of-potential ground impedance test as described by ANSI IEEE Standard 81 . This test
shall be performed prior to establishing connections to other ground e lectrodes .
115-3.13MANHOLE ELEVATION ADJUSTMENTS. The Contractor shall adjust the tops of
existing manholes in areas designated in the Contract Documents to the new elevations shown .
The Contractor shall be responsible for determining the exact height adjustment required to
raise the top of each manhole to the new elevations . The existing top elevation of each
manhole to be adjusted shall be determined --iA-the field and subtracted/added from the
proposed top elevation .
The Contractor shall remove/extend the existing top section or ring and cover on the manhole
structure or manhole access . The Contractor shall then install precast concrete sections or
grade rings of the required dimensions to adjust the manhole top to the new proposed elevation
or shall cut the existing manhole walls to shorten the existing structure , as required by fina l
grades. Finally , the Contractor shall reinstall the manhole top section or ring and cover on top
and check the new top elevation.
The Contractor shall construct a concrete slab (apron) 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 .
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-7
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 .
115-3.15 JUNCTION CANS . The Contractor shall install these items as indicated on the
construction plans and as specified below.
a. Field Preparation . The Contractor shall prepare a hole large enough to accommodate
the outside dimensions of the can shown on the drawings .
1. Prior to setting , the Contractor shall provide a 6-inch (150 mm) minimum compacted
depth of Item 247 Flexible Base of the TxDOT Standard Specifications for
Construction of Highways , Streets and Bridges , or approved equivalent as a suitable
base to rece ive the can.
2. The base material shall be compacted and graded level and at proper elevation to
receive the can in proper relation to the conduit grade or ground cover requirements ,
as indicated on the plans .
3 . After the can has been properly installed , the excavation shall be backfilled in 8-inch
(200 mm) to 10-inch (250 mm) lifts with excavated material , none of which particles
may be larger than 4 inches (100 mm) in diameter. Backfill shall be thoroughly tamped
and compacted to a minimum 95 percent dry density as determined by ASTM D 698 at
a compaction moisture content of +/-2 percent optimum moisture . Where specified on
the plans , a concrete collar shall be constructed around the junction can , sloped to
drain as shown on the plans.
b. Un it Installations . All cans shall be installed plumb and true .
METHOD OF MEASUREMENT
115-4.1 Electrical manholes , pullboxes , handholes , junction cans , junction can plazas , and
other junction structures shall be measured by each unit completed in place and accepted . The
following additional items are specifically included in each unit:
• All Required Excavation , Dewatering
• Sheeting and Bracing
• All Required Backfilling w ith On-Site Materials
• Restoration of All Surfaces and Finished Grading, Sodding
• All Required Connect ions
• Dewatering If Required
• Temporary Cables and Connections
• Ground Rod Testing
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3 L-115-8
115-4.2 Manhole, pullbox , handhole or junction can 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 .
BASIS OF PAYMENT
115-5.1 The accepted quantity of electrical manholes , pullboxes, handholes , junction cans,
junction can plazas , and other 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 to the provisions and intent of the plans and
specifications .
115-5.2 Payment shall be made at the contract unit price for manhole , pullbox, handhole or
junction can 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 to the provisions and intent of the plans and specifications.
Payment will be made under:
Item 115-5 Precast Concrete Pull Boxes , Aircraft Rated , 48" x 48", Includes #2 AWG
Jumper Wire, Ground Rod and #2 Bare Copper Ground Wire, Complete
in Place -per each
MATERIAL REQUIREMENTS
ANSI/IEEE Std 81
AC 150/5345-7
AC 150/5345-26
CID A-A-59544
ASTM B 3
ASTM B 8
ASTM C 150
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
IEEE Guide for Measuring Earth Resistivity, Ground Impedance,
and Earth Surface Potentials of a Ground System
Specification for L-824 Underground Electrical Cable for Airport
Lighting Circuits
Specification for L-823 Plug and Receptacle Cable Connectors
Cable and Wire, Electrical (Power, Fixed Installation))
Soft or Annealed Copper Wire
Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard ,
or Soft
Standard Specification for Portland Cement
L-115-9
ASTM C 144
ASTM C 6
AASHTOT-26
ASTMA48
ASTMA47
ASTMA27
ASTM A 283
ASTM A 536
ASTM A 897
ASTM A 123
ASTM A 153
ASTM A 615
ASTMA693
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
Standard Specification for Aggregate or Masonry Mortar
Specification or Normal Finishing Hydrated lime
Standard Specifications for Transportation Materials and Methods
of Sampling and Testing
Standard Specification for Gray Iron Castings
Standard Specification for Ferritic Malleable Iron Castings
Standard Specification for Steel Castings , Carbon , for General
App lication
Specification for Low and Intermediate Tensile Strength Carbon
Steel Plates
Standard Specification for Duct ile Iron Castings
Standard Specification for Austempered Ductile Iron Castings
Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on
Iron and Steel Products
Standard Specification for Zinc Coating (Hot-Dip) on Iron and
Steel Hardware
Standard Specification for Deformed and Plain Carbon-Steel Bars
for Concrete Re i nforcement
Standard Specification for Precipitation-Hardening Stainless and
Heat-Resisting Steel Plate, Sheet, and Strip
END OF ITEM L-115
L-115-10
SECTION 07
CONTRACTS, BONDS AND INSURANCE
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTH Date; March 31, 2011
NAME OF PROJECT: Fort Worth Alliance Airport Runway Extension Pro ject Earth Work Package III
PROJECT NUMBER: GR 14-54l200-055 218451 80 0 {00 960)
IS TO CERTIFY THAT: Mario Sinacola & So ns Excavating, Inc.
is, at th e date of this cert ificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker's Compensation
Comprehensive Genera l C0131J778 9 9/5/10 9/5/11 Bodily Injury :
Liability Insurance (Public Ea . Occurrence: $ 1 , 000, 00(
Liability) Property Damage:
Ea. Occurrence : $ 1 , 000 CXX
Blasting LU-I S I J / /'d':J 9/5/10 q/i:;/11 Ea. Occurrence: $ 1 (Y'{) nr u
Collapse of Buil ding or C0131J778 9 9/5/10 9/5/11 $ _1 'OOQ, CXX structures adjacent to Ea. Occurrence :
excavations
Damage to Underground
C0131J778 9 9/5/10 9/5/11 Utilities Ea. Occurrence : $1 000 .OCX
Builder's Risk
Comprehensive Bodily Injury:
g10290D7484 Automobile Liability 9/5/10 9/5/11 Ea . Person: $
Ea. Occurrence: $1 , 000 , 000
Property Damage: CSL
.Ea. Occurrence:$
C01 31J778 9 9/5/10 9/5/11
Bodily Injury:
$1,000100( Contractual Liability Ea. Occurrence:
Property Damage:
Ea . Occurrence: $ 1 (Y'{). (YV
Other
Locations covered : Al1 i a n ce Ai r pa r t Run way Ex t Phase 3
Description of operations covered: ~G=r=a=d=i=n"-g.._.a=n=d~D~r~a=1.=· n=a=g.a.-e~---------------
The above p o licies either in the body thereof or by appropriate endorsement p rovided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where applicabl e local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requ irements, either in the body thereof or by appropriate endorsement
thereto attached.
The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting employer's liability insurance coverage under Contractor's worker's compensation insurance pol icy .
Agency Errer son-Prew . Inc .y~ranceJ o.:~avel.er5JJaperty & Cas1ial t y Crnpany
FortWorthA!!entMilton E. Cordell By ~ ,~ ?1'f~
Cordell & Co. Ins . Agency Arthur W. Enerson z;:
Add ress 3513 6. Freeway, Fort \..brth TX 76110 Tit1e._Pr'--'--""e,.,_s1._.,.·d.,..,en'-'-'t~--------
'. ·1
• I . I
fi . !
I
~ J
j
. )
I
I
t .i
l
I
I
.I
CERTIFICATE OF INSURANCE
TO : .CITY OF FORTWCiRTH
NAME'Of.:PRO.IECT: For.t 'Worth Alliance AirportRunwa.y Extension PfojecfEarth Wo.rk Package Ill
PRO.JECTNQMRER; GR14-541200cl)55218451800 .'{00960)
IS T@ Cl!lttIFYTHAT: Mario Sfoacola & Sons.Excavatlng,lnc.
~. at toe dale,.of t1Ji~ic¢rtific11te,. Insi:/reil _QY this :qi)m,pany wit_qieyp;Gt t<;>-\he ,busitje;is operatio~ hereinafter described, fo.r
the %~ of irisuranc~~d aq¢~rdance. with iJ.roVisions oft he !itlil)~td polici~·i1seij by this Company, il)'ld fi.i.rther
here~et describeq. Exceptions to standard policy noted . on,reverse,s!de hereot
Worket's..Coin\'iensatic;iit
.Coinprehens,iv.e(Ienetril
Liability l(lsi;itlill.ce (Pu.Ji!~
Liability)
Blastiri11;
Collapse ofBuil<lm:g or
•strup~ adjaoent.to
eicc~yationi;
PaQ:Jage tcfUntferground
Utilitie~
· J3i.itlder'.s Risk
Cqmpreliensi ye
Auto'.m,6]:>ile Liability
Cciritnl<mial Liability
Other
T.YFEdi'(INSURANCE
Policv Effective :Ex-Pires ·
'D;icat.ions .cov.ered: Alliance Airport Runway Ext. Phase 3
Limit1i ofLiabilitv
Bodi\y Injury:
Ea . Occurrence: $
.PropertyD~mage: ---·
Ea, Occ.urrence~ $;
Ea. Occurrence: $:
E11 • .0ccurrence.; $_ .. - _
Ea. Occiw¢11ce : $.
:1:!odi.ly Jhj(ley : .
Hit pers9n: '$. .
:Ea. Occurrence: $
Property·.Damage:
l:a. 01;¢un-e~c.e: $
13Qdily Jb.jlll'.Y;
Ea. Qccurr~c¢:· $
Property Damage: Ea. dccurtence: $·
DesGriptfon of 6peratjons coye~d: _G,.,_r...,,._a,..d ... in ... g:.,._,..aA.On""d'-"'D""r ... a...,.i...,n...,a~gJ.S,e~-----------'-----
The aoove ,polfoies either fo the body thereofor by appro~iiate endorsement'Provided thaf they may not be chanE.ed or
cancele.d by the i,n,c;urer in Jess than .five (5) qays aft~ the msi\red has tcc~ved written notice ofsuc;h chiinge/or
cah(;~IJ~~Oil.
Where -applicable' focal laws onegu.iations ,require moteJhan five (5) days actualcnofice of change or cancelfation to be
:assured,-the 'above · policies contain such spcc.ilil requirements, either il\.the ·body .thereof o.r ·by appr.opriate <;nd.orsement
thereto attach~d . . .
Th:¢i:tY~ its officers, en'.!ployees;tmd servants shall be e11dorsed as an addttionalinsured on Contra"<~tor'sfo.surance p-olicies
exc~ptfo~,empl:oyer's liability insurance coverage under ,Contrnctor's worker's comperis.ntion insurance policy;
. 1
: J
L l
. l
J
l ,.,, J
CONTRACTOR COMPLIANCE WIT1l
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides
workers' compe.nsation insurance coverage for all its employees employed on city of Fort Worth Project Number
GRI4-541200-055218451800 (00960)
Inc.
04/04/11
Date
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared Nf ~1 $'~ f!li~
known to me be the person whose name is subscribed to the foregoing instrument, and acknow edgetd me th~e
executed the same as the act and deed of Mario Sinacola & Sons Excavating, Inc. the purpose and consideration
therein expressed and in the capacity therein stated. / { .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this _:pay of' . 2011.
Bond l\b. 105525955
PERFORMANCE BOND
THE STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OFT ARRANT §
That we (I) Mario Sinacola & Sons Excavating, Inc. as Principal herein, and (2)
Trave 1 ers Casua 1 ty & Surety ff . a corporation organized under the laws of the State of
(3) Connecticut Orica , and who is authorized to issue surety bonds in the State of Texas,
Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and
Denton Counties, Texas, Obligee herein, in the sum of:
Two Million, Two Hundred Two Thousand, Six Hundred Ninety-five and 50/100 ........................ .
Dollars ($2,202,695.50) for the payment of which sum we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these present.
APR 12 2011
WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ of
____ .......... 2 .... 0_1 __ · 1 a copy of which is hereto attached and made a part hereof for all purposes, for the construction
of:
Fort Worth Alliance Airport Runway Extension Project Earth-Work Package III
NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform
the work in accordance with the plans, specifications, and contract doc.uments and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void ; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Sure ty have
executed this instrument. APR 1 '2 2011
SIGNED AND SEALED this __ day of 1 2011.
(SEAL)
Witness as to Princip ~
RON M:AVOY
Name: EI:MARD V. BRODZIK
(Attorney-in-fact)
Address: 3CXSOO Te 1 egraph, Suite 3110
Bmmngham, MI 48025
248-642-5900 .. secret/
~~ KAThlEEN M. M:CANN
Telephone Number: _____ _
NOTE:
(1) Correct name of Principal (Contractor).
(2) Correct name of Surety.
(3) State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall
be attached to Bond by the Attorney-in-Fact.
The date of the bond shall not be prior to date of Contract.
Texas Resident Agent: Joe Hale
1301 E. Coll ins Blvd, Suite 340
Richardson, TX 75081
Bond No. ' 105525955
PAYMENT BOND
THE STATE OF TEXAS
COUNTY OF TARRANf
§
§
§
KNOW ALL BY THESE PRESENTS :
That we (1) Mario Siuacola & Sons Excavating. Inc.as Principal herein, and (2)Travelers
a corporation organized and existing under the laws of the State of (3)Cmnecti Cl ct: , as surety, are held and finnly casua 1 ty &
bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee Surety Co.
herein, in the amount of Two Million. Two Hundred Two Thousand. Six Hundred Ninety-five and
50/100 ................ ; ........ Dollars ($2.202.695.50) for the payment whereof, the said Principal and Surety bind
themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these
presents : APR 1 -2 2011
WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day
of A.D . , l!!!!, which contract is hereby referred to and made a part hereof as if fully and to the same
extent as if copied at length, for the following project:
Fort Worth Alliance Airport Runway Extension Project Earth Work Package III
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall fa ithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as
amended) s upplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void ; otherwise, to remain in full force and effect.
PROVIDED, HOWEVE R, that this bond i$ executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
statute , to the same extent asif it were copied at length herein.
IN WI1NESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument. APR 12 2011
SIGNED AND SEALED this __ day of ___ _, 2011.
(SEAL)
ATTEST:
Frisco. TX
Name: ED.-JARD V. BRODZIK
Attorney in Fact
Inc.
Address : 30600 Telegraph, Suite 3110
Birmingham, MI 48025 ~cL,_
KATI-lEEN M. M:CANN
NOTE:
Telephone Number: 248-642-5900
1. Correct name of Principal (Contractor).
2 . Correct name of Surety.
3. State of incorporation of Surety.
Telephone number of surety must be stated. In addition , an original copy of Power of Attorney
shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond rti. 105525955
MAINTENANCE BOND
THE ST ATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS :
That Mario Sinacola & Sons Excavating. Inc.(Contractor), as. principal, and Travelers Casualty & SVrety Co
a corporation organized under the laws of the State of ConnecH&ro:ty), do hereby acknowledge themselves to be
held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and
laws of the State of Texas, ("City'') in Tarrant County, Texas the sum of Two Million, Two Hundred Two
Thousand. Six Hundred Ninetv-five and 50/100 ......................... Dollars ($2,202;695.50) lawful money of the
United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor
and Surety do hereby bind themselves, their heirs , executors, administrators, assigns and successors , jointly and
severally.
This obligation is conditioned, however ; that, ~wf'-~ ~~ontractor has entered into a written Contract with the City of Fort Worth, dated the
__ day or' ~011 copy of which is hereto attached and made a part hereof, the performance of the
following described public improvements ;
Fort Worth Allianc.e Airport Runway Extension Project Earth Work Package m
the same being referred to herein and in said contract as the Work and being designated as project GR14-541200-
055218451800 {00960)and said contract, including all of the specifications, conditions, addenda, change orders and
written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof,
and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that
it will remain in good repair and condition for and during a period of after the date of Two {2) Years after the date
of the final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of
Two (2) Years; and ,
WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time
within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be
necessary; and,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or
reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null
and void , and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City
shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract.
This obligation shall be continuing one and successive recoveries may be had hereon for successive
breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in .!_counterparts, each one of which shall be
deemed an original, this __ day of A.D . 2011.
APR 12 2011
'·
AITEST:
(SEAL)
Inc.
Travelers casualty & surety Canpany of /lmr.. Surety , t1 1r;::r1ca
Name: ElMARD V. BROOZIK
Title: Attorney-in Fact
noo Telegraph, Suite 3l10
Birmingham, Mi 48025
Address
~ TRAVELERS J
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fi delity and Guaranty Insurance Underwriters, Inc .
St. Pau l Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
216049
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 31112 Q Q
KNOW ALL MEN BY THESE PR ESENTS : That St. Paul Fire and Marine lnsurance Company, St. Paul Guardian In surance Company and St. Paul Mercury Insurance
Company are corporations duly organized und er the laws of the State of Minnesota , that Farmjngton Casualty Company, Trave lers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland , that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa , and that Fidelity and Guaranty In surance Underwriters, Inc ., is a corporation duly organized under the laws of th e State of Wisconsin
(herein collectively cal led the "Compani es"), and that the Companies do hereby make , constitute and appoint
Arthur W . Em erson , Edward V . Brodzik , and Ra lph R. Pete rse n
of the City of __ B=-"irnu~""'· n"'g.,.,h""a""'m"-'-----------• State of ___ -"M,_.__,_,ic,,.,h.,,i"'o""a""'n~--------, their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more th an one is named above, to sign, exec ute, seal and acknowledge any and all bonds, recogni zances , 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 bond s and undertakings required or permitted in any action s or procee dings allowed by law .
7t h IN WITNJiSS WHEREOF , the Com~mies have caused this instrument to be signed and their corporate sea ls to be hereto affixed , thi s -----------
day of uly , 00 9 .
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fi delity and Guaranty Insurance Company
Fi delity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~
By :
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
On thi s the 7t h day of Ju ly 2009 , before me perso nally appeared George W. Thompson, who acknow ledged
him self to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fide lit y and Guaranty In s ura nce Underwriters,
Inc ., St. Paul Fire and Marine In suran ce Company, St. Paul Guardian In surance Company, St. Paul Mercury In surance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he , as s uch , being a uthorized so to do,
executed the foregoing instrument for the purposes therein contained by s igning on behalf of the corporations by him se lf as a duly a uthorized officer.
In Witness Whereof, I hereunto set my hand and official sea l.
My Commission expires the 30th day of June , 20l l.
5 8 440-4-0 9 Printed in U.S.A.
'-Mari e C. Tetreault , Notary Public
WARN ING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING : THIS POWER OF ATTORNEY IS IN VALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the auth ority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fide li ty and Guaranty In surance Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St . Paul Mercury Insurance Company, Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America , and United States
Fidelity and Guaranty Company , which resolutions are now in full force and effect , reading as follows:
RESOLVED, that the Chairman , the President, any Vice Chairman , any Executive Vice President , any Senior Vice President, any Vice President , any Second Vice
President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appo int Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as hi s or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company 's seal bond s, recognizances, contracts of indemnity, and other writings obli gatory 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 appo intee 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 au th ority to o ne 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 , contra ct of indemnity, or writing ob li gatory 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 As sistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attes ted and sealed with the
Company 's seal by a Secretary or Assistant Secretary; or (b) duly executed (und er seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in hi s or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of auth ority ; 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 Ass istant Secretaries or Attorneys-in-Fact for purposes only of executin g and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney o r certificate bearing such facsimile sig nature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimi le signature and facsimi le seal shall be valid and binding on
the Compan y in the future with respect to any bond or und erstandin g to whic h it is attached.
I , Kori M . Johanson , the undersigned,Assistant Secretary, of Farmi ngton Casualty Company , Fidelity and Guaranty In suran ce Company, Fidelity and Guaranty Insurance
Underwriters, Inc ., St. Paul Fire and Marine In sura nce Company, St. Paul Guardian Insurance Company, St. Paul Mercury In surance Company , Travelers Casualty and
Surety Company, Travelers Casua lty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and co rrect copy of the Power of Attorney executed by said Companies , which is in full force and effect and has not been revoked.
APR 12 2011 IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this ____ day of ___________ , 20
0 ~
Kori M. Johans
To verify the authenticity of thi s Power of Attorney , cal l 1-800-421-3880 or contact us at www .travelersbond.com. Please refer to the Attorney-In-Fact number, th e
above-named individuals and the detai ls of the bond to which the power is att ached .
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOWN ALL BY THESE PRESENTS:
Th. C . d d d . h" h d f APR 12 2011 0 b d 1s ontract 1s ma e an entere mto t 1s t e __ ay o , L.l.l , y an
between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton,
Parker, and Wise Counties, Texas, hereinafter referred to as "Owner", by and through Charles
W. Daniels, its duly authorized Assistant City Manager, and Mario Sinacola & Sons Excavating,
Inc., hereinafter referred to as "Contractor", by and through its duly authorized representative.
WITNESS ETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and un<ler the cm .ditions expressed in the bond beari ng
even date herewith, the said Contractor hereby agrees with the said Owner to commence and
complete the construction of certain improvements described as follows:
Fort Worth Alliance Airport Runway Extension Proiect Earth Work Package III
2 .
That the Contract Documents shall consist of the written, printed, typed and drawn
instruments which comprise and govern the performance of the work. Said Contract Documents
include the notice to bidders, instructions to bidders, proposal , plans, specifications, notice of
award, special provisions, general provisions, work order(s), this Contract, and the payment,
performance, and maintenance bonds. The Contract Documents shall also include any and all
supplemental agreements approved by the Owner which may be necessary to complete the work
in accordance with the intent of the plans and specifications in an acceptable manner, and shall
also include the additional instruments bound herewith.
3.
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor, tools, appliances and materials necessary for the construction and
completion of said project in accordance with the Contract Documents prepared through the
Transportation & Public Works Department of the City of Fort Worth, which the plans and
specifications of the Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
4.
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by e Department o n ·neering of
the City of Fort Worth. OF FICIAL RECO RD
CI TY SECRETARY
FT. WORTH, TX
5.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Department of Engineering of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 180 Calendar Days from the time commencing said work.
If the Contractor should fail to complete the work as set forth in the Plans, Specifications,
and Contract Documents within the time so stipulated, plus any additional time allowed as
provided in the General Conditions, there shall be deducted from any monies due or which may
thereafter become due him, a per day charge of $630 per Working Day as stipulated in these
contract documents, not as a penalty but as liquidated damages, the Contractor and his Surety
shall be liable to the Owner for such deficiency.
6.
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the Plans,
Specifications, and Contract Documents or to take charge of and complete the work in such a
manner as it may deem proper, and if in the completion thereof, the cost to the said City shall
exceed the Contract price or prices set forth in the said plans and specifications made a part
hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth
and specifying an itemized statement of the total cost thereof, said excess cost.
7.
Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss , property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence
of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to
indemnify and hold harmless the Owner from and against any and all injuries to Owner's
officers, servants and employees and any damage, loss or destruction to property of the Owner
arising from the performance of any of the terms and conditions of this Contract, whether or not
any such iniury or damage is caused in whole or in part by the negligence or alleged
negligence of Owner, its officers, servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, may refuse to accep
Worth public work from a Contractor against whom a claim for d
result of work performed under a City Contract.
FT. WORTH, TX
8.
Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of
the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the
Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be
made in monthly installments upon actual work completed by contractor and accepted by the
Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall
be Two Million, Two Hundred Two Thousand, Six Hundred Ninety-five and
50/100 ......................... Dollars, ($2,202,695.50).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall
not be sublet or assigned to anyone else by Contractor without the written consent of the Owner.
-10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this Contract is made and entered into by the
parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
and the laws of the State of Texas go v erning all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the parties hereto have made and executed this Contract in
multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas .
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
~ I
, I
• J
, I
I
I,
: I
CITY OF FORT WORTH
F emando Costa
Assistant City Manager
RECOMMENDED:
By: /~ ,;/2
Kent Penney '
A via ti on Director
APPROVED AS TO FORM AND
LEGALITY:
Doug Black
' 1 Assistant City Attorney
l !
. I
r I
. !
J
. J
l l
ATTEST:
Sinacola, Vice President
TITLE
City Secretary
AUTHORIZATION
Approval Date: ~ j dJ.__) 11
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 08
APPENDIX No. 1
FAA GENERAL PROVISIONS
SECTION 8
FAA GENERAL PROVISIONS SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these specifications , in the contract, or in any
documents or other instruments pertaining to construction where these specifications govern ,
the intent and meaning shall be interpreted as follows :
10-01 AASHTO . The American Association of State Highway and Transportation Officials, the
successor association to AASHO. ·
10-02 ACCESS ROAD. The right-of-way , the roadway and all improvements constructed
thereon connecting the aitport to a public highway .
10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for
work to be performed and materials to be furnished .
10-04 AIP. The Airport Improvement Program , a grant-in-aid program , administered by the
Federal Aviation Administration .
10-05 AIR OPERATIONS AREA . For the purpose of these specifications , the term air
operations area shall mean any area of the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft . An air operation area shall include such paved or
unpaved areas that are used or intended to be used for the unobstructed movement of aircraft
in addition to its associated runway, taxiway, or apron .
10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used
for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for
airport buildings or other airport facilities or rights of way ; and airport buildings and facilities
located in any of these areas, and includes a heliport .
10-07 ASTM . The American Society for Testing and Materials.
10-08 AWARD . The acceptance , by the Owner, of the successful bidder's proposal.
10-09 BIDDER Any individual, partnership , firm , or corporation, acting directly or through a
duly authorized representative, who submits a proposal for the work contemplated.
10-10 BUILDING AREA. An area on the airport to be used , considered, or intended to be used
for airport buildings or other airport facilities or rights-of-way together with all airport buildings
and facilities located thereon.
10-11 CALENDAR DAY . Every day shown on the calendar.
10-12 CHANGE ORDER A written order to the Contractor covering changes in the plans,
specifications, or proposal quantities and establishing the basis of payment and contract time
adjustment , if any, for the work affected by such changes. The work, covered by a change
order, shall be within the scope of the contract.
111-1
10-13 CONTRACT. The written agreement covering the work to be performed . The awarded
contract shall include, but is not limited to : The Advertisement ; The Contract Form; The
Proposal ; The Performance Bond ; The Payment Bond ; any required insurance certificates ; The
Specifications ; The Plans, and any addenda issued to bidders.
10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for wh ich a price is provided in
the contract.
10-15 CONTRACT TIME. The number of calendar days or working days , stated in the
proposal , allowed for completion of the contract, includ ing authorized time extensions . If a
calendar date of completion is stated in the proposal, in lieu of a number of calendar or working
days , the contract shall be completed by that date .
10-16 CONTRACTOR. The individual , partnership, 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 .
10-17 DRAINAGE SYSTEM . The system of pipes, ditches, and structures by which surface or
subsurface waters are collected and conducted from the airport area.
10-18 ENGINEER. The individual , partnership, firm , or corporation duly authorized by the
Owner to be responsible for engineering inspection of the contract work and acting directly or
through an authorized representative .
10-19 EQUIPMENT . All machinery, together with the necessary supplies for upkeep and
--maintenance , and also all tools and apparatus necessary for the proper construction and
acceptable completion of the work .
10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously
modified by change order or supplemental agreement, but which is found by the Engineer to be
necessary to complete the work within the intended scope of the contract as previously
modified .
10-21 FAA . The Federal Aviation Administration of the U.S. Department of Transportation .
When used to designate a person, FAA shall mean the Administrator or his/her duly authorized
representative.
10-22 FEDERAL SPECIFICATIONS . The Federal Specifications and Standards, Commercial
Item Descriptions, and supplements, amendments , and indices thereto are prepared and issued
by the General Services Administration of the Federal Government.
10-23 FORCE ACCOUNT . Force account construction work is construction that is
accomplished through the use of material , equipment, labor, and supervision provided by the
Owner or by another public agency pursuant to an agreement with the Owner.
10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all
necessary inspections and/or tests of the work performed or being performed , or of the
materials furnished or being furnished by the Contractor. ·
111-2
10-25 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 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, 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.
10-26 LABORATORY . The official testing laboratories of the Owner or such other laboratories
as may be designated by the Engineer.
10-27 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 .
10-28 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 percent of the total
amount of the award contract. All other items shall be considered minor contract items.
10-29 MATERIALS. Any substance specified for use in the construction of the contract work.
10-30 NOTICE TO PROCEED. 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.
10-31 OWNER The term "Owner" shall mean the party of the first part or the contracting
agency signatory to the contract. For AIP contracts, the term "sponsor" shall have the same
meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall
mean airport owner or sponsor only.
10-32 PAVEMENT. The combined surface course, base course, and subbase course , if any,
considered as a single unit.
10-33 PAYMENT BOND . The approved form of security furnished by the Contractor and
his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor
used in the construction of the work .
10-34 PERFORMANCE BOND . The approved form of security furnished by the Contractor
and his/her surety as a guaranty that the Contractor will complete the work in accordance with
the terms of the contract.
10-35 PLANS . The official drawings or exact reproductions which show the location, character,
dimensions and details of the airport and the work to be done and which are to be considered
as a part of the contract, supplementary to the specifications.
10-36 PROJECT . The agreed scope of work for accomplishing specific airport development
with respect to a particular airport.
111-3
"'.
10-37 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 .
10-38 PROPOSAL GUARANTY . The security furnished with a proposal to guarantee that the
bidder will enter into a contract if his/her proposal is accepted by the Owner.
10-39 RUNWAY . The area on the airport prepared for the landing and takeoff of aircraft.
10-40 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 .
10-41 SPONSOR. See definition above of "Owner."
10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins , inlets, retaining
walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts,
manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements;
navigational aids ; buildings; vaults; and, other manmade features of the airport that may be
encountered in the work and not otherwise classified herein.
10-43 SUBGRADE. The soil that forms the pavement foundation.
10-44 SUPERINTENDENT. The Contractor's executive representative who is present on the
work during progress, authorized to receive and fulfill instructions from the Engineer, and who
shall supervise and direct the construction . ·
10-45 SUPPLEMENTAL AGREEMENT . A written agreement between the Contractor and the
Owner covering ( 1) work that would increase or decrease the total amount of the awarded
contract, or any major contract item, by more than 25 percent, such increased or decreased
work being within the scope of the originally awarded contract; or (2) work that is not within the
scope of the originally awarded contract. ·
10-46 SURETY . The corporation, partnership, or individual , other than the Contractor,
executing payment or performance bonds that are furnished to the Owner by the Contractor.
10-47 TAXIWAY . For the purpose of this document, the term taxiway means the portion of the
air operations area of an airport that has been designated by competent airport authority for
movement of aircraft to and from the airport's runways or aircraft parking areas.
10-48 WORK. The furnishing of all labor, materials , tools, equipment, and incidentals
necessary or convenient to the Contractor's performance of all duties and obligations imposed
by the contract , plans , and specifications.
10-49 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 6 hours toward completion of the contract when work is suspended for causes beyond
the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces
111-4
',
,.. ..
t
engage in regular work, requiring the presence of an inspector, will be considered as working
days .
END OF SECTION 10
111-5
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (Notice to Bidders). See Notice to Bidders at the beginning of these
Contract Document.
·.. 20-02 PRE QUALIFICATION OF BIDDERS . Each bidder shall furnish the owner satisfactory
evidence of his/her competency to perform the proposed work . Such evidence of competency,
unless otherwise specified, shall consist of statements covering the bidder's past experience on
similar work, a list of equipment that would be available for the work , and a list of key personnel
that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of
his/her financial responsibility . Such evidence of financial responsibility , unless otherwise
specified, shall consist of a confidential statement or report of the bidder's financial resources
and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or
reports shall be certified by a public accountant. At the time of submitting such financial
statements or reports, the bidder shall further certify whether his/her financial responsibility is
approximately the same as stated or reported by the public accountant. If the bidder's financial
responsibility has changed, the bidder shall qualify the public accountant's statement or report
to reflect his/her (bidder's) true financiai condition at the time such qualified statement or report
is submitted to the Owner.
Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State
...... Highway Division and is on the current "bidder's list" of the state in which the proposed work is
located. Such evidence of State Highway Division prequalification may be submitted as
evidence of financial responsibility in lieu of the certified statements or reports hereinbefore
specified.
-
-
Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to
the Owner at the time of bid opening.
20-03 CONTENTS OF PROPOSAL FORMS . The Owner shall furnish bidders with proposal
forms. All papers bound with or attached to the proposaLforms are necessary parts and must
not be detached.
The plans specifications , and other documents designated in the proposal form shall be
considered a part of the proposal whether attached or not.
20-04 ISSUANCE OF PROPOSAL _FORMS . The Owner reserves the right to refuse to issue a
proposal form to a prospective bidder should such bidder be in default for any of the following
reasons :
a. Failure to comply w ith 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. Contractor default under previous contracts with the Owner.
111-6
-
-
-
-
-
-
•
d. Unsatisfactory work on previous contracts with the Own e r .
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES . An e stimate of
quantities of work to be done and materials to be furnished und er th ese specification s is given in
the proposal. It is the result of careful calculations and is be lieved to be correct. It is given only
as a basis for comparison of proposals and the award of th e contract. The Owner does not
expressly or by impl ication agree that the actual quantities involved will correspond exactly
therewith ; nor shall the bidder plead misunderstanding or deception bec aus e of su c h estimates
of quantities, or of the character , location , or other conditions pe rtaining 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 th at the quantities
may be increased or decreased as hereinafter provided in the subsection titled AL TERA TION
OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices .
20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to
carefully examine the site of the proposed work, the proposal, plans specifications, and contract
forms . He shall satisfy himself as to the character , quality, and quan tities of work to be
performed, materials to be furnished , and as to the requirements of the proposed contract. The
submission of a proposal shall be prima facie evidence that the bidder has made such
examination and is satisfied as to the conditions to be encountered in performing the work and
as to the requirements of the proposed contract, plans, and specifications .
Boring logs and other records of subsurface investigations and tests are available for inspection
of bidders. It is understood and agreed that such subsurface information , whether included in
the plans, specifications , or otherwise made available to the bidder, was obtained and is
intended for the Owner's design and estimating purposes only. Such information has been
made available for the convenience of all bidders . It is further understood and agreed that each
bidder is solely responsible for all assumptions, deductions, or conclusions which he may make
or obtain from his/her examination of the boring logs and other records of subsurface
investigations and tests that are furnished by the Owner.
20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms
furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where
indicated for each and every item for which a quantity is given . The bidder shall state the price
(written in ink or typed) both in words and numerals for which he proposes to do each pay item
furnished in the proposal. In case of conflict between words and numerals , the words , unless
obviously incorrect, shall govern.
The bidder shall sign his/her proposal correctly and in ink . If the proposal is made by an
individual, his/her name and post office address must be shown . If made by a partnership , the
name and post office address of each member of the partnership must be shown . If made by a
corporation, the person signing the proposal shall give the name of the state under the laws of
which the corporation was chartered and the name, titles, and business address of the
president, secretary, and the treasurer . Anyone signing a proposal as an agent shall file
evidence of his/her authority to do so and that the signature is binding upon the firm or
corporation .
111-7
-
-
-
-
-
-
-
-
-
.....
-
-
20-08 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.
d. If the proposal contains unit prices that are obviously unbalanced .
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities
if such waiver is in the best interest of the Owner and conforms to local laws and ordinances
pertaining to the letting of construction contracts .
20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check,
or other specified acceptable collateral, in the amount specified in the proposal form. Such
check, or collateral, shall be made payable to the Owner.
20-1 O 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 before
the time specified for opening all bids. Proposals received after the bid opening time shall be
returned to the bidder unopened .
20-11 WITHDRAWAL OR REVISION OF PROPOSALS . A bidder may withdraw or revise (by
withdrawal of one proposal and submission of another) a proposal provided that the bidder's
request for withdrawal is received by the Owner in writing or by telegram 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 .
20-12 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 .
20-13 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 .
111-8
-
-
-
-
-
-
-
-
-
-
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 the
subsection titled ISSUANCE OF PROPOSAL FORMS of this section.
END OF SECTION 20
111-9
-
-
-
-
-
-
-
-
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 un it bid prices . If a bidder's proposal contains
a discrepancy between unit bid prices written in words and unit bid prices written in numbers,
the unit price written in words shall govern .
Until the award of a contract is made , the Owner reserves the right to reject a bidder's proposal
for any of the following reasons :
a. If the proposal is irregular as specified in the subsection titled IRREGULAR
PROPOSALS of Section 20 .
b. If the bidder is disqualified for any of the reasons specified in the subsection titled
DISQUALIFICATION OF BIDDERS of Section 20 .
In addition, until the award of a contract is made, the Owner reserves the right to reject any or
all proposals, waive technicalities , if such waiver is in the best interest of the Owner and is in
conformance with applicable state and local laws or regulations pertaining to the letting of
construction contracts; advertise for new proposals; or proceed with the work otherwise . All
such actions shall promote the Owner's best interests.
30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded , shall be made
within 60 calendar days of the date specified for publicly opening proposals , unless otherwise
specified herein.
Award of the contract shall be made by the Owner to the lowest qualified bidder whose
proposal conforms to the cited requirements of the Owner.
30-03 CANCELLATION OF AWARD . The Owner reserves the right to cancel the award
without liability to the bidder, except return of proposal guaranty, at any time before a contract
has been fully executed by all parties and is approved by the Owner in accordance with the
subsection titled APPROVAL OF CONTRACT of this section .
30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the
two lowest bidders, will be returned immediately after the Owner has made a comparison of bids
as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this
section . Proposal guaranties of the two lowest bidders will be retained by the Owner until such
time as an award is made, at which time , the unsuccessful bidder's proposal guaranty will be
returned . The successful bidder's proposal guaranty will be returned as soon as the Owner
receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF
CONTRACT BONDS of this section .
30-05 REQUIREMENTS OF CONTRACT BONDS . At the time of the execution of the contract ,
the successful bidder shall furnish the Owner a surety bond or bonds that have been fully
executed by the bidder and the surety guaranteeing the performance of the work and the
payment of all legal debts that may be incurred by reason of the Contractor's performance of the
111-10
-
-
-
-
-
-
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 such signed contract to the owner, along
with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS
OF CONTRACT BONDS of this section , within 15 calendar days from the date mailed or
otherwise delivered to the successful bidder. If the contract is mailed , special handling is
recommended .
30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds
that have been executed by the successful bidder, the Owner shall complete the execution of
the contract in accordance with local laws or ordinances, and return the fully executed contract
to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the
Owner's approval to be bound by the successful bidder's proposal and the terms of the contract.
30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the
contract and furnish an acceptable surety bond or bonds within the 15 calendar day period
specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall
be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a
penalty, but as liquidation of damages to the Owner.
..
END OF SECTION 30
111-11
-
-
--
-
-
-
SECTION 40
SCOPE OF WORK
40-01 INTENT OF CONTRACT . The intent of the contract is to provide for construction and
completion , in every detail , of the work described . It is further intended that the Contractor shall
furnish all labor, materials , equipment , tools, transportation , and supplies required to complete
the work in accordance with the plans, specifications , and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES . The owner reserves and shall have the
right to make such alterations in the work as may be necessary or desirable to complete the
work originally intended in an acceptable manner. Unless otherwise specified herein , the
Engineer shall be and is hereby authorized to make such alterations in the work as may
increase or decrease the originally awarded contract quantities, provided that the aggregate of
such alterations does not change the total contract cost or the total cost of any major contract
item by more than 25 percent (total cost being based on the unit prices and estimated quantities
in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not
invalidate the contract nor release the surety , and the Contractor agrees to accept payment for
such alterations as if the altered work had been a part of the original contract. These alterations
that are for work within the general scope of the contract shall be covered by "Change Orders"
issued by the Engineer. Change orders for altered work shall include extensions of contract
time where, in the Engineer's opinion , such extensions are commensurate with the amount and
difficulty of added work.
Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore
specified, such excess altered work shall be covered by supplemental agreement. If the owner
and the Contractor are unable to agree on a unit adjustment for any contract item that requires a
supplemental agreement, the owner reserves the right to terminate the contract with respect to
the item and make other arrangements for its completion.
40-03 OMITTED ITEMS . The Engineer may, in the Owner's best interest, omit from the work
any contract item , except major contract items. Major contract items may be omitted by a
supplemental agreement. Such omission of contract items shall not invalidate any other
contract provision or requirement.
Shou ld a contract item be omitted or otherwise ordered to be nonpe.rformed, the Contractor
shall be paid for all work performed toward completion of such item prior to the date of the order
to omit such item . Payment for work performed shall be in accordance with the subsection titled
PAYMENT FOR OMITTED ITEMS of Section 90 .
40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to
perform an item of work for which no basis of payment has been provided in the original
contract or previously issued change orders or supplemental agreements, the same shall be
called "Extra Work ." Extra Work that is within the general scope of the contract shall be covered
by written change order. Change orders for such Extra Work shall contain agreed unit prices for
performing the change order work in accordance with the requirements specified in the order,
and shall contain any adjustment to the contract time that, in the Engineer's opinion, is
necessary for completion of such Extra Work .
111-12
-
.....
-
-
-
-
-
When determined by the Engineer to be in the Owner's best interest, he may order the
Contractor to proceed with Extra Work by force account as provided in the subsection titled
PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90 .
Extra Work that is necessary for acceptable completion of the project , but is not within the
general scope of the work covered by the original contract shail be covered by a Supplemental
Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of
Section 10 .
Any claim for payment of Extra Work that is not cove red 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 th e safety of
aircraft , as well as the Contractor's equipment and personnel , is the most important
consideration . It is understood and agreed that the Contractor shall provide for the free and
unobstructed movement of aircraft in the air operations areas of the airport with respect to
his/her own operations and the operations of all his/her subcontractors as specified in the
subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and
agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic
signals (including power supplies thereto) used in the guidance of aircraft while operating to,
from , and upon the airport as specified in the subsection titled CONTRACTOR'S
RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70 .
With respect to his/her own operations and the operations of all his/her 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-resc~e equipment, or maintenance vehicles at the airport.
When the contract requires the maintenance of vehicular traffic on an existing road , street, or
highway during the Contractor's performance of work that is otherwise provided for in the
contract, plans, and specifications, the Contractor shall keep such road , street, or highway open
to all traffic and shall provide such maintenance as may be required to accommodate traffic .
The Contractor shall furnish erect, and maintain barricades , warning signs, flagperson, and
other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control
Devices for Streets and Highways (published by the United States Government Printing Office),
unless otherwise specified herein. The Contractor shall also construct and maintain in a safe
condition any temporary connections necessary for ingress to and egress from abutting property
or intersecting roads, streets or highways . Unless otherwise specified herein, the Contractor will
not be required to furnish snow removal for such existing road, street , or highway .
The Contractor shall make his/her own estimate of all labor, materials, equipment, and
incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified
in this subsection.
The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall be
measured and paid in accordance with Technical Specification G-300 , Construction Barricades,
Lighted Cones and Traffic Control.
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,
111-13
--
-
---
-
-
-
-
-
-
abandoned in place, reused in the work or to remain in place . The cost of removing such
existing structures shall not be measured or paid for directly, but shall be included in the various
contract items .
Should the Contractor encounter an existing structure (above or below ground) in the work for
which the disposition is not indicated on the plans , the Engineer shall be notified prior to
disturbing such structure. The disposition of existing structures so encountered shall be
immediately determined by the Engineer in accordance with the provisions of the contract .
Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN
THE WORK of this section, it is intended that all existing materials or structures that may be
encountered (within the lines, grades , or grading sections established for completion of the
work) shall be utilized in the work as otherwise provided for in the contract and shall remain the
property of the Owner when so utilized 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 w ithin the established lines, grades, or grading sections , the use of which is intended by
the terms of the contract to be either embankment or waste , he may at his/her option either:
a. Use such material in another contract item, providing such use is approved by the
Engineer and is in conformance with the contract specifications applicable to such use; or,
b. Remove such material from the site , upon written approval of the Engineer; or
c. Use such material for his/her 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 ., he shall request the Engineer's
approval in advance of such use .
Should the Engineer approve the Contractor's request to exercise option a ., b., or c ., the
Contractor shall be paid for the excavation or removal of such material at the applicable contracL .
price . The Contractor shall replace , at his/her own expense , such removed or excavated
material with an agreed equal volume of material that is acceptable for use in constructing
embankment, backfills, or otherwise to the extent that such replacement material is needed to
complete the contract work. The Contractor shall not be charged for his/her use of such
material so used in the work or removed from the site .
Should the Engineer approve the Contractor's exercise of option a ., the Contractor shall be
paid, at the applicable contract price , for furnishing and install ing such material in accordance
with requirements of the contract item in which the material is used .
It is understood and agreed that the Contractor shall make no claim for delays by reason of
his/her exercise of option a., b ., or c .
The Contractor shall not excavate, remove , or otherwise disturb any material, structure, or part
of a structure which is located outside the lines, grades, or grading sections established for the
work, except where such excavation or removal is provided for in the contract, plans, or
specifications .
111-14
--
-
-
-
-
-
-
-
-
40-09 FINAL CLEANING UP . 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. He shall cut all brush and woods within the limits indicated and shall leave the site in a
neat and presentable condition. Material cleared from the site and deposited on adjacent
property will not be considered as having been disposed of satisfactorily, unless the Contractor
has obtained the written permission of such property owner.
END OF SECTION 40
•
111-15
-
-
. -
-
-
-
-
-
.....
-
SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions
which may arise as to the quality and acceptability of materials furnished , work performed , and
as to the manner of performance and rate of progress of the work . The Engineer shall decide
all questions that may arise as to the interpretation of the specifications or plans relat ing to the
work . The Engineer shall determine the amount and quality of the several kinds of work
performed and materials furnished which are to be paid for the under contract.
The Engineer does not have the authority to accept pavements that do not conform to FAA
specification requirements .
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS . All work and all materials
furnished shall be in reasonably close conformity with the lines, grades , grading sections, cross
sections, dimensions, material requirements, and testing requirements that are specified
(including specified tolerances) in the contract, plans or specifications.
If the Engineer finds the materials furnished, work performed , or the finished product not within
reasonably close conformity with the plans and specifications but that the portion of the work
affected will , in his/her opinion, result in a finished product having a level of safety, economy,
durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her
determination that the affected work be accepted and remain in place . In this event, the
Engineer will document his/her 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 1he
work . The Engineer's determination and recommended contract price adjustments will be
· based on good engineering judgment and such tests or retests of the affected work as are, in
his/her opinion, needed . Changes in the contract price shall be covered by contract
modifications ( change order or supplemental agreement) as applicable .
If the Engineer finds the materials furnished, work performed, or the finished product are not in
reasonably close conformity with the plans and specifications and have resulted io___an
unacceptable finished product, the affected work or materials shall be removed and replaced or
otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's
written orders .
For the purpose of this subsection, the term "reasonably close conformity" shall not be
construed as waiving the Contractor's responsibility to complete the work in accordance with the
contract, plans, and specifications. The term shall not be construed as waiving the Engineer's
responsibility to insist on strict compliance with the requirements of the contract , plans , and
specifications during the Contractor's prosecution of the work , when, in the Engineer's opinion,
such compliance is essential to provide an acceptable finished portion of the work . ·
For the purpose of this subsection, the term "reasonably close conformity" is also intended to
provide the Engineer with the authority, after consultation with the FAA, to use good engineering
judgment in his/her determinations as to acceptance of work that is not in strict conformity but
will provide a finished product equal to or better than that intended by the requirements of the
contract, plans and specifications .
111-16
-·
-
-
-
-
-
-
-
-
-
-
The Engineer will not be responsible for the Contractor's means, methods, techniques,
sequences, or procedures of construction or the safety precautions incident thereto .
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS . The contract,
plans , specifications , and all referenced standards cited are essential parts of the contract
requirements . A requirement occurring in one is as binding as though occurring in all. They are
intended to be complementary and to describe and provide for a complete work . In case of
discrepancy, calculated dimensions will govern over scaled dimensions; contract technical
specifications shall govern over contract general provisions, plans , cited standards for materials
or testing, and cited FAA advisory circulars ; contract general provisions shall govern over plans ,
cited standards for materials or testing, and cited FAA advisory circulars ; plans shall govern
over cited standards for materials or testing and cited FAA advisory circulars . If any paragraphs
contained in the Special Provisions conflict with General Provisions or Technical Specifications,
the Special Provisions shall govern .
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, he shall
immediately call upon the Engineer for his/her interpretation and decision, and such decision
shall be final.
SP-D-752
SP-P-151
SP-P-152
SP-P-156
SP-P-209
SP-P-610
SP-T-905
SP-SS-TxDOT Item 169
SP-SS-TxDOT Item 459
LIST SPECIAL PROVISIONS
Special Provision to Concrete Culverts , Headwalls, and
Miscellaneous Drainage Structures
Special Provision to Clearing and Grubbing
Special Provision to Excavation and Embankment
Special Provision to Temporary Air and Water Pollution, Soil
Erosion and Siltation Control
Special Provision to Crushed Aggregate Base Course
Special Provision to Seeding
Special Provision to Topsoiling
Special Provision to Soil Retention Blankets
Special Provision to Gabion and Gabion Mattresses
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies
each of the plans and specifications . He shall have available on the work at all times one copy
each of the plans and specifications. Additional copies of plans and specifications may be
obtained by the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and he
shall cooperate with the Engineer and his/her inspectors and with other contractors in every way
possible. The Engineer shall allocate the work and designate the sequence of construction in
case of controversy between contractors . The Contractor shall have a competent
superintendent on the work at all times who is fully authorized as his/her agent on the work .
The superintendent shall be capable of reading and thoroughly understanding the plans and
specifications and shall receive and fulfill instructions from the Engineer or his/her authorized
representative .
111-17
,-
-
-
-
-
.-
-
-
50-05 COOPERATION BETWEEN CONTRACTORS . The Owner reserves the right to
contract for and perform other or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall
conduct his/her work so as not to interfere with or hinder the progress of completion of the work
being performed by other Contractors . Contractors working on the same project shall cooperate
with each other as directed .
Each Contractor involved shall assume all liability, financial or otherwise , in connection with
his/her contract and shall protect and save harmless the Owner from any and all damages or
claims that may arise because of inconvenience, delays , or loss experienced by him because of
the presence and operations of other Contractors working within the limits of the same project.
The Contractor shall arrange his/her work and shall place and dispose of the materials being
used so as not to interfere with the operations of the other Contractors within the limits of the
same project. He shall join his/her work with that of the others in an acceptable manner and
shall perform it in proper sequence to that of the others .
50-06 CONSTRUCTION LAYOUT AND STAKES . The Engineer shall establish horizontal and
vertical control only. The Contractor must establish all layout required for the construction of the
work. Such stakes and markings as the Engineer may set for either his/her own or the
Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part
of the Contractor, or his/her employees , resulting in the destruction of such stakes or markings,
an amount equal to the cost of replacing the same may be deducted from subsequent estimates
due the Contractor at the discretion of the Engineer.
The Contractor will be required to furnish all lines, grades and measurements from the control
points necessary for the proper prosecution and control of the work contracted for under these
specifications .
The Contractor must give weekly copies of the survey notes to the Engineer so that the
Engineer may check them as to accuracy and method of staking . All areas that are staked by
the Contractor must be checked by the Engineer prior to beginning any work in the area. The
Engineer will make periodic checks of the grades and alignment set by the Contractor. In case
of error on the part of the Contractor, or his/her employees, resulting in establishing_..grades
and/or alignment that are not in accordance with the plans or established by the Engineer, all
construction not in accordance with the established grades and/or alignment shall be replaced
without additional cost to the Owner.
No direct payment will be made, unless otherwise specified in contract documents, for this
labor, materials, or other expenses therewith . The cost thereof shall be included in the price of
the bid for the various items of the Contract.
Construction Staking and Layout includes but is not limited to:
Clearing and Grubbing perimeter staking.
Rough Grade slope stakes at 100-foot stations .
Drainage Swales slope stakes and flow line blue tops at 50-foot stations .
Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following
section locations:
a. Runway -minimum 5 per station
b. Taxiways -minimum 3 per station
111-18
--
-
-
-
-
-
-
-
-
c . Holding apron areas -minimum 3 per station
d . Roadways -minimum 3 per station
Base Course blue tops at 25 foot stations and 25 foot offset distance (max .) for the
following section locations :
a . Runway -minimum 5 per station
b . Taxiways -minimum 3 per station
c . Holding apron areas -minimum 3 per station
Pavement areas :
a . Edge of Pavement hub s and tacks (for string line by Contractor) at 100 foot stations
b . Between Lifts at 25 foot stations for the following section locations :
( 1 ). Runways -each paving lane width
(2). Taxiways -each paving lane width
(3). Holding areas -each paving lane width
c. After finish paving operations at 50 foot stations
( 1 ). All paved areas -Edge of each paving lane prior to next paving lot
d . Shoulder and safety area blue tops at 50 foot stations and at all break points with
maximum of 50 foot offsets
Fence lines at 100 foot stations
Electrical and Communications System locations, lines and grades including but not limited
to duct runs , connections , fixtures, signs , lights , VASl's , PAPl's, REIL's , Wind Cones,
Distance Markers (signs), pull boxes and manholes .
Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes .
Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor.
(All nails shall be removed after painting)
Laser, or other automatic control devices , shall be checked with temporary control point or
grade hub at a minimum of once per 400 feet per pass (i.e. paving lane).
NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked
and/or reset as directed by the Engineer without additional cost to the Owner.
50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant
equipment is required to be operated automatically under the contract and a breakdown or
malfunction of the automatic controls occurs, the equipment may be operated manually or by
other methodsJor a period 48 hours following the breakdown or malfunction, provided this
method of operations will produce results which conform to all other requirements of the
contract.
50-08 AUTHORITY ANO DUTIES OF INSPECTORS . Inspectors employed by the Owner shall
be authorized to inspect all work done and all material furnished . Such inspection may extend
to all or any part of the work and to the preparation , fabricat ion , or manufacture of the materials
to be used . Inspectors are not authorized to revoke, alter, or waive any provision of the
contract. Inspectors are not authorized to issue instruct ions contrary to the plans and
specifications or to act as foreman for the Contractor.
Inspectors employed by the Owner are authorized to notify the Contractor or his/her
representatives of any failure of the work or materials to conform to the requirements of the
contract, plans , or specifications and to reject such nonconforming materials in question until
such issues can be referred to the Engineer for his/her decision .
111-19
-
-
-
-
-
-
--
50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be
subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the
work and shall be furnished with such information and assistance by the Contractor as is
required to make a complete and detailed inspection .
If the Engineer requests it, the Contractor, at any time before acceptance of the work , shall
remove or uncover su c h portions of the fini shed 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 una c ceptable, the
uncovering , or removing, and the replacing of the covering or making good of the parts removed
will be at the Contractor's e xpense.
Any work done or materials used without superv1s1on or inspection by an authorized
representative of the Owner may be ordered removed and replaced at the Contractor's expense
unless the Owner's representative failed to inspect after having been given reasonable notice in
writing that the work was to be performed .
Should the contract work include relocation, adjustment, or any other modification to existing
facilities , not the property of the ( contract) Owner, authorized representatives of the owners of
such facilities shall have the right to inspect such work . Such inspection shall in no sense make
any facility owner a party to the contract, and shall in no way interfere with the rights of the
parties to this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All \'/Ork that does
not conform to the requirements of the contract, plans, and specifications will be considered
unacceptable, -unless otherwise determined acceptable by the Engineer as provided in the
subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section .
Unacceptable work, whether the result of poor workmanship, use of defective materials,
damage through carelessness , or any other cause found to exist prior to the final acceptance of
the work, shall be removed immediately and replaced in an acceptable manner in accordance
with the pro.l.lisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of
Section 70 .
No removal work made under provision of this subsection shall be done without lines and
grades having been given by the Engineer . Work done contrary to the instructions of the
Engineer, work done beyond the lines shown on the plans or as given , except as herein
specified, or any extra work done without authority, will be considered as unauthorized and will
not be paid for under the provisions of the contract. Work so done may be ordered removed or
replaced at the Contractor's expense .
Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer
made under the provisions of this subsection , the Engineer will have authority to cause
unacceptable work to be remedied or removed and replaced and unauthorized work to be
removed and to deduct the costs (incurred by the Owner) from any monies due or to become
due the Contractor.
111 -20
-
-
--
-
-
,-
-
...
50-11 LOAD RESTRICTIONS . The Contractor shall comply with all legal load restrictions in
the hauling of materials on public roads beyond the limits of the work. A special permit will not
relieve the Contractor of liability for damage that may result from the moving of material or
equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to
any other type of construction will not be permitted. Hauling of materials over the base course
or surface course under construction shall be limited as directed. No loads will be permitted on
a concrete pavement, base , or structure before the expiration of the curing period . The
Contractor shall be responsible for all damage done by his/her hauling equipment and shall
correct such damage at his/her own expense .
50-12 MAINTENANCE DURING CONSTRUCTION . The Contractor shall maintain the work
during construction and until the work is accepted . This 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 the subsection titled MAINTENANCE DURING CONSTRUCTION of this
section, the Engineer shall immediately notify the Contractor of such noncompliance . Such
notification shall specify a reasonable time within which the Contractor shall be required to
remedy such unsatisfactory maintenance condition. The time specified will give due
consideration to the exigency that exists .
Should the Contractor fail to respond to the Eng ineer's notification, the Owner may suspend any
work necessary for the Owner to correct such unsatisfactory maintenance condition, depending
on the exigency that exists . Any maintenance cost incurred by the Owner, shall be deducted
from monies due or to become due the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the
Contractor substantially completes a usable unit or portion of the work, the occupancy of which
will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the
Engineer finds upon inspection that the unit has been satisfactorily completed in compliance
with the contract, he may accept it as being completed, 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 Engineer and Owner will make an inspection . If all construction
provided for and contemplated by the contract is found to be completed in accordance with the
contract , plans, and specifications, such inspection shall constitute the final inspection . The
Engineer shall notify the Contractor in writing of final acceptance as of the date of the final
inspection.
111-21
-
-
-
-
--
-
-
-
-
-
If, however, the inspection discloses any work, in whole or in part , as being unsatisfactory, the
Engineer will give the Contractor the necessary instructions for correction of same and the
Contractor shall immediately comply with and execute such instructions . Upon correction of the
work, another inspection will be made which shall constitute the final inspection , provided the
work has been satisfactorily completed . In such event , the Engineer will make the final
acceptance and notify the Contractor in writing of this acceptance as of the date of final
inspection .
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems
that additional compensation is due him for work or materials not clearly provided for in the
contract, plans, or specifications or previously authorized as extra work, he shall notify the
Engineer in writing of his/her intention to claim such additional compensation before he begins
the work on which he bases the claim . If such notification is not given or the Engineer is not
afforded proper opportunity by the Contractor for keeping strict account of actual cost as
required, then the Contractor hereby agrees to waive any claim for such additional
compensation . Such notice by the Contractor and the fact that the Engineer has kept account
of the cost of the work shall not in any way be construed as proving or substantiating the validity
of the claim . When the work on which the claim for additional compensation is based has been
completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the
Engineer 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.
50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to
contracts awarded to the lowest bidder pursuant to competitive bidding.
On projects with original contract amounts in excess of $100,000, the Contractor may submit to
the Engineer, in writing, proposals for modifying the plans, specifications or other requirements
of the contract for the sole purpose of reducing the cost of construction . The cost reduction
proposal shall not impair, in any manner, the essential functions or characteristics of the project,
including but not limited to service life, economy of operation, ease of maintenance, desired
appearance, design and safety standards. This provision shall not apply unless the proposal
submitted is specifically identified by the Contractor as being presented for consideration as a
value engineering proposal.
Not eligible for cost reduction proposals are changes in the basic design of a pavement type ,
runway and taxiway lighting , visual aids , hydraulic capacity of drainage facilities , or changes in
grade or alignment that reduce the geometric standards of the project.
As a minimum , the following information shall be submitted by the Contractor with each
proposal :
a. A description of both existing contract requirements for performing the work and the
proposed changes, with a discussion of the comparative advantages and disadvantages of
each ;
b. An itemization of the contract requirements that must be changed if the proposal is
adopted ;
111-22
. --,
-
-
-
-
--
1"""'
-
-
-
c. A detailed estimate of the cost of performing the work under the e xisting contract and
under the proposed changes ;
d. A statement of the time by which a change order adopting the proposal must be
issued;
e. A statement of the effect adoption of the proposal will have on the time for completion
of the contract; and
f. The contract items of work affected by the proposed changes, including a ny quantity
variation attributable to them .
The Contractor may withdraw , in whole or in part, any cost reduction proposal not accepted by
the Engineer, within the period specified in the proposal. The provisions of this subsection shall
not be construed to require the Engineer to consider any cost reduction proposal that may be
submitted .
The Contractor shall continue to perform the work in accordance with the requirements of the
contract until a change order incorporating the cost reduction proposal has been issued. If a
change order has not been issued by the date upon which the Contractor's cost reduction
proposal specifies that a decision should be made, or such other date as the Contractor may
subsequently have requested in writing , such cost reduction proposal shall be deemed rejected.
The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the
estimated net savings from the adoption of all or any part of such proposal. In determining the
estimated net savings , the Engineer may disregard the contract bid prices if, in the Engineer's
judgment such prices do not represent a fair measure of the value of the work to be performed
or deleted.
The Owner may require the Contractor to share in the Owner's costs of investigating a cost
reduction proposal submitted by the Contractor as a condition of considering such proposal.
Where such a condition is imposed , the Contractor shall acknowledge acceptance of it in
writing .. Such acceptance shall constitute full authority for the Owner to deduct the cost of
investigating a cost reduction proposal from amounts payable to the Contractor under the
contract.
If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will
be by a contract change order that shall specifically state that it is executed pursuant to this
subsection . Such change order shall incorporate the changes in the plans and specifications
which are necessary to permit the cost reduction proposal or such part of it as has been
accepted and shall include any conditions upon which the Engineer's approval is based. The
change order shall also set forth the estimated net savings attributable to the cost reduction
proposal. The net savings shall be determined as the difference in costs between the original
contract costs for the involved work items and the costs occurring as a result of the proposed
change. The change order shall also establish the net savings agreed upon and shall provide
for adjustment in the contract price that will divide the net savings equally between the
Contractor and the Owner.
111-23
...
-
-·
-
,I,
~ ...... ;,. ,-·
-
-,
.
''
'
.~
• ... ·.
The Contractor's 50 percent share of the net savings shall constitute full compensation to the
Contractor for the cost reduction proposal and the performance of the work .
Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not
extend the time of completion of the contract unless specifically provided for in the contract
change order .
END OF SECTION 50
111-24
-
-
-
-
-
-
-
-
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the
work shall conform to the requirements of the contract, plans , and specifications . Unless
otherwise specified, such materials that are manufactured or processed shall be new (as
compared to used or reprocessed).
In order to expedite the inspection and testing of materials , the Contractor shall furnish complete
statements to the Engineer as to the origin, composition, and manufacture of all materials to be
used in the work . Such statements shall be furnished promptly after execution of the contract
but, in all cases, prior to delivery of such materials.
At the Engineer's option, materials may be approved at the source of supply before delivery is
stated. 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 conforms to the requirements of cited
materials specifications. In addition, where an FAA specification for airport lighting equipment is
cited in the plans or specifications, the Contractor shall furnish such equipment that is:
a. Listed in FAA Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment
Certification Program, that is in effect on the date of advertisement; and,
b. Produced by the manufacturer qualified (by FAA) to produce such specified and
listed equipment.
The following airport lighting equipment is required for this contract and is to be furnished by the
Contractor in accordance with the requirements of this subsection :
None Required
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all
materials used in the work shall be inspected, tested, and approved by the Engineer before
incorporation in the work. Any work in which untested materials are used without approval or
written permission of the Engineer shall be performed at the Contractor's risk. Materials found
to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall
be removed at the Contractor's expense . Unless otherwise designated, tests in accordance
with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item
Descriptions , and all other cited methods, which are current on the date of advertisement for
bids, will be made by and at the expense of the Owner. The testing organizations performing on
site field tests shall have copies of all referenced standards on the construction site for use by
all technicians and other personnel, including the Contractor's representative at his/her request.
Unless otherwise designated, samples will be taken by a qualified representative of the Owner.
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 his/her request.
111-25
-
-
-
-
-..
-
-
The Contractor shall employ a testing organization to perform all Contractor required tests. The
Contractor shall submit to the Engineer resumes on all testing organizations and individual
persons who will be performing the tests . The Engineer will determine if such persons are
qualified. All the test data shall be reported to the Engineer after the results are known . A
· legible , handwritten copy of all test data shall be given to the Engineer daily, along with printed
reports, in an approved format, on a weekly basis. After completion of the project, and prior to
final payment, the Contractor shall submit a final report to the Engineer showing all test data
reports, plus an analysis of all results showing ranges, averages , and corrective action taken on
all failing tests.
60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use , prior to
sampling and testing , of certain materials or assemblies when accompanied by manufacturer's
certificates of compliance stating that such materials or assemblies fully comply with the
requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of
such materials or assemblies delivered to the work must be accompanied by a certificate of
compliance in which the lot is clearly identified .
Materials or assemblies used on the basis of certificates of compliance may be sampled and
tested at any time and if found not to be in conformity with contract requirements will be subject
to rejection whether in place or not.
The form and distribution of certificates of compliance shall be as approved by the Engineer.
When a material or assembly is specified by "brand name or equal" and the Contractor elects
to furnish the specified "brand name," the Contractor shall be required to furnish the
manufacturer's certificate of compliance for each lot of such material or assembly delivered to
the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify
as to:
a. Conformance to the specified performance , testing , quality or dimensional
requirements ; and,
b. Suitability of the material or assembly for the use intended in the contract work .
Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish
the manufacturer's certificates of compliance as hereinbefore described for the specified _brand
name material or assembly. However, the Engineer shall be the sole judge as to whether the
proposed "or equal" is suitable for use in the work.
The Engineer reserves the right to refuse permission for use of materials or assemblies on the
basis of certificates of compliance .
60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect,
at its source, any specified material or assembly to be used in the work . Manufacturing plants
may be inspected from time to time for the purpose of determining compliance with specified
manufacturing methods or materials to be used in the work and to obtain samples required for
his/her acceptance of the material or assembly.
Should the Engineer conduct plant inspections, the following conditions shall exist:
111-26
....
"'·
-
-
• "">
.-
a. The Engineer shall have the cooperation and assistance of the Contractor and the
producer with whom he has contracted for materials .
b. The Engineer shall have full entry at all reasonable times to such parts of the plant
that concern the manufacture or production of the materials being furnished .
c. If required by the Engineer, the Contractor shall arrange for adequate office or
working space that may be reasonably needed for conducting plant inspections . Office or
working space should be conveniently located with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest any material that has
been tested and approved at the source of supply after it has been delivered to the site. The
Engineer shall have the right to reject only material which, when retested, does not meet the
requ irements of the contract , plans, or specifications .
60-05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the projecr
one building for the use of the field engineers and inspectors, as a field office . This facility shall
be an approved weatherproof building meeting the current State Highway Specifications (for
example, Class I Field Office or Type C Structure). This building shall be located conveniently
near to the construction and shall be separate from any building used by the Contractor. A land
line telephone and answering machine shall be provided . The Contractor shall be responsible
for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be
the responsibility of the caller. The Contractor shall furnish FAX machine, photocopy machine,
water, sanitary facilities, heat, air conditioning, and electricity. No direct payment will be made
for this building or labor, materials, ground rental, or other expense in connection therewith .
The cost hereof shall be included in the price bid for the various items of the contract. The
Contractor and his/her superintendent shai l provide all reasonable facilities to enable to the
Engineer to inspect the workmanship and materials entering into the work.
60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation
of their quality and fitness for the work . Stored materials, even though approved before storage,
may again be inspected prior to their use in the work. Stored materials shall be located so as to
facilitate their prompt inspection . The Contractor shall coordinate the storage of all materials
with the Engineer. Materials to be stored on airport property shall not create an obstruction to
air navigation nor shall they interfere with the free and unobstructed movement of aircraft.
Unless otherwise shown on the plans, the storage of materials and the location of the
Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer.
Private property shall not be used for storage purposes without written permission of the owner
or lessee of such property. The Contractor shall make all arrangements and bear all expenses
for the storage of materials on private property. Upon request , the Contractor shall furnish the
Engineer a copy of the property owner's permission .
All storage sites on private or airport property shall be restored to their original condition by the
Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or
lessee of the property.
60-07 UNACCEPTABLE MATERIALS . Any material or assembly that does not conform to the
requirements of the contract , plans , or specifications shall be considered unacceptable and shall
be rejected . The Contractor shall remove any rejected material or assembly from the site of the
work, unless otherwise instructed by the Engineer .
111-27
-
-·
-
--
Rejected material or assembly, the defects of which have been corrected by the Contractor,
shall not be returned to the site of the work until such time as the Engineer has approved its
used in the work .
60-08 OWNER FURNISHED MATERIALS . The Contractor shall furnish all materials required
to complete the work , except those specified herein (if any) to be furnished by the Owner.
Owner-furnished material s shall be made available to the Contractor at the lo cation specified
herein .
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
•
111-28
--
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. He shall at all times
observe and comply with all such laws , ordinances , regulations , orders, and decrees ; and shall
protect and indemnify the Owner and all his/her officers, agents, or servants against any claim
or liability arising from or based on the violation of any such law , ordinance , regulation , order, or
decree, whether by himself or his/her 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 prosecution 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, he shall provide for such use by suitable legal agreement with the patentee or owner.
The Contractor and the surety shall indemnify and save 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 prosecution or after the completion of the work.
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the
right to authorize the construction, reconstruction, or maintenance of any public or private utility
service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility
service of another government agency at any time during the progress of the work. To the
extent that such construction, reconstruction , or maintenance has been coordinated with the
Owner, such authorized work (by others) is indicated as follows :
Ovmer (Utility or Other Facility)
Location (See Plan Sheet No .)
Person to Contact (Name, Title, Address and Phone)
Except as listed above, the Contractor shall not permit any individual, firm , or corporation to
excavate or otherwise disturb such utility services or facilities located within the limits of the
work without the written permission of the Engineer.
Should the owner of public or private utility service , FAA, or NOAA facility, or a utility service of
another government agency be authorized to construct, reconstruct, or maintain such utility
service or facility during the progress of the work , the Contractor shall cooperate with such
owners by arranging and performing the work in this contract so as to facilitate such
construction , reconstruction or maintenance by others whether or not such work by others is
listed above . When ordered as extra work by the Engineer, the Contractor shall make all
necessary repairs to the work which are due to such authorized work by others , unless
otherwise provided for in the contract, plans, or specifications . It is understood and agreed that
111-29
the Contractor shall not be entitled to make any claim for damages due to such authorized work
by others or for any delay to the work resulting from such authorized work.
70-05 FEDERAL AID PARTICIPATION. For AIP contracts , the United States Government has
agreed to reimburse the Owner for some portion of the contract costs . Such reimbursement is
made from time to time upon the Owner's request to the FAA. In consideration of the United
States Government's (FAA's) agreement with the Owner, the Owner has included provisions in
this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the
Rules and Regulations of the FAA that pertain to the work .
As required by the USC , the contract work is subject to the inspection and approval of duly
authorized representatives of the Administrator, FAA , and is further subject to those provisions
of the rules and regulations that are cited in the contract , plan s, or specifications.
No requirement of the USC, the rules and regulations implementing the USC , or this contract
shall be construed as making the Federal Government a party to the contract nor will any such
requirement interfere, in any way, with the rights of either party to the contract.
70-06 SANITARY, HEAL TH, AND SAFETY PROVISIONS . The Contractor shall provide and
maintain in a neat, sanitary condition such accommodations for the use of his/her employees as
may be necessary to comply with the requirements of the state and local Board of Health, or of
other bodies or tribunals having jurisdiction .
Attention is directed to Federal, state, and local laws, rules and regulations concerning
construction safety and health standards. The Contractor shall not require any worker to work
in surroundings or under conditions that are unsanitary , hazardous, or dangerous to his/her
health or safety.
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations
and those of his/her 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 his/her own operations . and those of his/her subcontractors and all
suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40
hereinbefore specified and shall limit such operations for the convenience and safety of the
traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section
80 hereinafter.
70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS . The Contractor shall
furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary
to protect the public and the work . When used during periods of darkness, such barricades,
warning signs, and hazard markings shall be suitably illuminated . Unless otherwise specified,
barricades, warning signs , and markings for hazards that are in the air operations area shall be
a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more
than 25 feet apart. Barricades, warning signs , and markings shall be paid for under Technical
Specification G-300 , Construction Barricades, Lighted Cones and Traffic Control.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect , and maintain barricades,
warning signs , lights and other traffic control devices in reasonable conformity with the Manual
111-30
•
of Uniform Traffic Control Devices for Streets and Highways (published by the United States
Government Printing Office).
When the work requires closing an air operations area of the airport or portion of such area, the
Contractor shall furnish, erect , and maintain temporary markings and associated lighting
conforming to the requirements of AC 150/5340-1, Standards for Airport Markings.
The Contractor shall furnish , erect, and maintain markings and associated lighting of open
trenches, excavations, temporary stock piles , and his/her parked construction equipment that
may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the
airport in reasonable conformance to AC 150/5370-2 , Operational Safety on Airports During
Construction.
The Contractor shall identify each motorized vehicle or piece of construction equipment in
reasonable conformance to AC 150/5370-2.
The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards
prior to commencing work that requires such erection and shall maintain the barricades, warning
signs, and markings for hazards until their dismantling is directed by the Engineer.
Open-flame type lights shall not be permitted within the air operations areas of the airport.
70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of
the work, the Contractor shall exercise the utmost care not to endanger life or property,
including new work. The Contractor shall be responsible for all damage resulting from the use
of explosives.
All explosives shall be stored in a secure manner in compliance with all laws and ordinances,
and all such storage places shall be clearly marked. Where no local laws or ordinances apply,
storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet
(300 m) from the work or from any building, road, or other place of human occupancy .
The Contractor shall notify each property owner and public utility company having structures or
facilities in proximity to the site of the work of his/her intention to use explosives . Such notice
shall be given sufficiently in advance t0-enable them to take such steps as they may deem
necessary to protect their property from injury.
The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the
airport property.
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE . The
Contractor shall be responsible for the preservation of all public and private property, and shall
protect carefully from disturbance or damage all land monuments and property markers until the
Engineer has witnessed or otherwise referenced their location and shall not move them until
directed .
The Contractor shall be responsible for all damage or injury to property of any character, during
the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her
manner or method of executing the work, or at any time due to defective work or materials, and
said responsibility will not be released until the project shall have been completed and accepted .
111-31
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 nonexecution thereof by the Contractor, he shall restore , at his/her own
expense, such property to a condition similar or equal to that existing before such damage or
injury was done , by repairing , or otherwise restoring as m a y be directed , or he shall make good
such damage or injury in an acceptable manner.
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS . The Contractor shall indemnify and save
harmless the Engineer and the Owner and their officers , and employees from all suits actions,
or claims of any character brought because of any injuries or damage received or sustained by
any person, persons , or property on account of the operations of the Contractor; or on account
of or in consequence of any neglect in safeguarding the work; or through use of unacceptable
materials in constructing the work; or because of any act or omission , neglect, or misconduct of
said Contractor; or because of any claims or amounts recovered from any infringements of
patent, trademark, or copyright; or from any claims or amounts arising or recovered under the
"Workmen's Compensation Act," or any other law, ordinance , order, or decree . Money due the
Contractor under and by virtue of his/her contract as may be considered necessary by the
Owner for such purpose may be retained for the use of the Owner or, in case no money is due,
his/her surety may be held until such suit(s), action(s), or claim(s) for injuries or damages as
aforesaid 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 is adequately protected by public liability and property damage
insurance.
70-12 THIRD PARTY BENEFICIARY CLAUSE . It is specifically agreed between the parties
executing the contract that it is not intended by any of the provisions of any part of the contract
to create the public or any member thereof a third party beneficiary or to authorize anyone not a
party to the contract to maintain a suit for personal injuries or property damage pursuant to the
terms or provisions of the contract.
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC . Should it be necessary for the
Contractor to complete portions of the contract work for the beneficial occupancy of the Owner
prior to completion of the entire contract, such "phasing" of the work shall be specified herein
and indicated on the plans . When so_specified , the Contractor shall complete such portions of
the work on or before the date specified or as otherwise specified . The Contractor shall make
his/her own estimate of the difficulties involved in arranging his/her work to permit such
beneficial occupancy by the Owner as described below, as outlined in Part I Special Provisions
and Part IV Technical Specifications and as shown on the plans :
Work Item Days to Complete
Work
Upon completion of any portion of the work listed above , such portion shall be accepted by the
Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50 .
No portion of the work may be opened by the Contractor for public use until ordered by the
Engineer in writing. Should it become necessary to open a portion of the work to public traffic
on a temporary or intermittent basis, such openings shall be made when, in the opinion of the
111-32
Engineer, such portion of the work is in an acceptable condition to support the intended traffic .
Temporary or intermittent openings are considered to be inherent in the work and shall not
constitute either acceptance of the portion of the work so opened or a waiver of any provision of
the contract. Any damage to the portion of the work so opened that is not attributable to traffic
which is permitted by the Owner shall be repaired by the Contractor at his/her expense .
The Contractor shall make his/her own estimate of the inherent difficulties involved in
completing the work under the conditions herein described and shall not claim any added
compensation by reason of delay or increased cost due to opening a portion of the contract
work .
Contractor shall be required to conform to safety standards contained AC 150/5370-2,
Operational Safety on Airports During Construction (See Special Provisions .)
Contractor shall refer to the approved safety plan to identify barricade requirements and other
safety requirements prior to opening up sections of work to traffic .
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written
acceptance of the entir.e completed work, excepting only those portions of the work accepted in
accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor
shall have the charge and care thereof and shall take every precaution against injury or damage
to any part due to the action of the elements or from any other cause, whether arising from the
execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore,
and make good all injuries or damages to any portion of the work occasioned by any of the
above causes before 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 his/her expense . During such period of suspension of work, the Contractor shall
properly and continuously maintain in an acceptable growing condition all living material in
newly established planting, seedings, and soddings furnished under his/her contract , and shall
take adequate precautions to protect new tree growth and other important vegetative growth
against injury.
70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF
OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED
BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or
private utility service, FAA or NOAA, or a utility service of another government agency that may
be authorized by the owner to construct, reconstruct or maintain such utility services or facilities
during the progress of the work. In addition, the Contractor shall control his/her operations to
prevent the unscheduled interruption of such utility services and facilities .
To the extent that such public or private utility services , FAA, or NOAA facilities , or utility
services of another governmental agency are known to exist within the limits of the contract
work, the approximate locations have been indicated on the plans and the owners are indicated
as follows:
111-33
Utility Service or Facility
Person to Contract (Name, Title , Address , & Phone)
Owner's Emergency Contact (Phone)
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 his/her responsibility to protect
such existing features from damage or unscheduled interruption of service .
It is further understood and agreed that the Contractor shall , upon execution of the contract,
notify the owners of all utility services or other facilities of his/her plan of operations. Such
notification shall be in writing addressed to THE PERSON TO CONTACT as provided
hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES
DISTURBED BY OTHERS of this section . A copy of each notification shall be given to the
Engineer.
In addition to the general written notification hereinbefore provided, it shall be the responsibility
of the Contractor to keep such individual owners advised of changes in his/her plan of
operations that would affect such owners .
Prior to commencing the work in the general vicinity of an existing utility service or facility, the
Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's
opinion, the owner's assistance is needed to locate the utility service or facility or the presence
of a representative of the owner is desirable to observe the work , such advice should be
included in the notification . Such notification shall be given by the most expeditious means to
reach the utility owner's PERSON TO CONTACT no later than two normal business days prior
to the Contractor's commencement of operations in such general vicinity . The Contractor shall
furnish a written summary of the notification to the Engineer.
The Contractor's failure to give the two day's notice hereinabove provided 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 excavation methods acceptable to the Engineer
within 3 feet (90 cm) 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 , he shall immediately notify the proper authority and the Engineer and shall take all
reasonable measures to prevent further damage or interruption of service . The Contractor, in
such events , shall cooperate with the utility service or facility owner and the Engineer
continuously until such damage has been repaired and service restored to the satisfaction of the
utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or
facility due to his/her operations whether or not due to negligence or accident. The Owner
reserves the right to deduct such costs from any monies due or which may become due the
Contractor, or his/her surety.
111-34
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 to him by this contract , there shall be
no liability upon the Engineer, his/her authorized representatives , or any officials of the Owner
either personally or as an official of the Owner. It is understood that in such matters they act
solely as agents and representatives of the Owner.
70-18 NO WAIVER OF LEGAL RIGHTS . Upon completion of the work , the Owner will
expeditiously make final inspection and notify the Contractor of final acceptance . Such final
acceptance , however, shall not preclude or stop the Owner from correcting any measurement,
estimate , or certificate made before or after completion of the work, nor shall the Owner be
precluded or stopped from recovering from the Contractor or his/her surety, or both , such
overpayment as may be sustained , or by failure on the part of the Contractor to fulfill his/her
obligations under the contract. A waiver on the part of the Owner of any breach of any part of
the contract shall not be held to be a waiver of any other or subsequent breach .
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. He shall take necessary
precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils,
bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from
particulate and gaseous matter.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS . Unless otherwise specified in this
subsection, the Contractor is advised that the site of the work is not within any property, district,
or site, and does not contain any building, structure, or object listed in the current National
Register of Historic Places published by the United States Department of Interior.
Should the Contractor encounter, during his/her operations , any building, part of a building ,
structure, or object that is incongruous with its surroundings, he shall immediately cease
operations in that location and notify the Engineer. The Engineer will immediately investigate
the Contractor's finding and the Owner will direct the Contractor to either resume his/her
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 modification ( change order or supplemental agreement) as
provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled
PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate ,
the contract modification shall include an extension of contract time in accordance with the
subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80.
END OF SECTION 70
111-35
SECTION 80
PROSECUTION 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 authori zed to receive and execute orders of the Engineer.
Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by
the surety, shall be presented for the consideration and approval of the Owner, and shall be
consummated only on the written approval of the Owner. In case of approval , the Contractor
shall file copies of all subcontracts with the Engineer.
The Contractor shall perform, with his organization, an amount of work equal to at least
25 percent of the total contract cost.
80-02 NOTICE TO PROCEED . The notice to proceed shall state the date on which it is
expected the Contractor will begin the construction and from which date contract time will be
charged . The Contractor shall begin the work to be performed under the contract within 10 days
of the date set by the Engineer in the written notice to proceed , but in any event, the Contractor
shall notify the Engineer at least 24 hours in advance of the time actual construction operations
will begin .
80-03 PROSECUTION AND PROGRESS . Unless otherwise specified, the Contractor shall
submit his/her progress schedule for the Engineer's approval within 1 O days after the effective
date of the notice to proceed . The Contractor's progress schedule , when approved by the
Engineer, may be used to establish major construction operations and to check on the progress
of the work . The Contractor shall provide sufficient materials, equipment, and labor to
guarantee the completion of the project in accordance with the plans and specifications within
the time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall , upon the
Engineer's request, submit a revised schedule for completion of the work within the contract
time and modify his/her operations to provide such additional materials, equipment , and labor
necessary to meet the revised schedule . Should the prosecution of the work be discontinued
for any reason , the Contractor shall notify the Engineer at least 24 hours in advance of resuming
operations .
For AIP contracts, the Contractor shall not commence any actual construction prior to the date
on which the notice to proceed is issued by the Owner .
80-04 LIMITATION OF OPERATIONS . The Contractor shall control his/her operations and the
operations of his/her subcontractors and all suppliers so as to provide for the free and
unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport .
When the work requires the Contractor to conduct his/her operations within an AIR
OPERATIONS AREA of the airport, the work shall be coordinated with airport operations
(through the Engineer) at least 48 hours prior to commencement of such work. The Contractor
shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the ·
111-36
..
necessary temporary marking and associated lighting is in place as provided in the subsection
titled BARRICADES , WARNING SIGNS, AND HAZARD MARKINGS of Section 70 .
When the contract work requires the Contractor to work within an AIR OPERATIONS AREA
(AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR
OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter
specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA ;
immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to
maintain the specified communications or to obey instructions shall be cause for suspension of
the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are
provided. The following AIR OPERATIONS AREA 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 :
Coordinate with Airport Operations :
AOA -Runway 34R-16L
AOA -Bell Helicopter Apron
AOA-Taxiway 'A'
AOS -Taxiway 'H'
Contractor shall be required to conform to safety standards contained in AC 150/5370-2,
Operational Safety on Airports During Construction (See Special Provisions).
80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors '
operations shall be conducted in accordance with the project safety plan and the provisions set
forth within the current version of Advisory Circular 150/5370-2. The safety plan included within
the contract documents conveys minimum requirements for operational safety on the airport
during construction activities. The Contractor shall prepare and submit a plan that details how it
proposes to comply with the requirements presented within the safety plan.
The Contractor shall implement all necessary safety plan measures prior to commencement of
any work activity. The Contractor shall conduct routine checks of the safety plan measures 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 safety plan and that they implement and maintain all necessary measures .
No deviation or modifications may be made to the approved safety plan unless approved in
writing by the Owner or Engineer.
80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT . The Contractor shall, at
all times, employ sufficient labor and equipment for prosecuting the work to full completion in the
manner and time required by the contract , plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to
them . Workers engaged in special work or skilled work shall have sufficient experience in such
work and in the operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational
regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful
manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed
111-37
-
-
forthwith by the Contractor or subcontractor employing such person, and shall not be employed
again in any portion of the work without approval of the Engineer.
Should the Contractor fail to remove such persons or person, or fail to furnish suitable and
sufficient personnel for the proper prosecution of the work , the Engineer may suspend the work
by written notice until compliance with such orders .
All equipment that is proposed to be used on the work shall be of sufficient size and in such
mechanical condition as to met requirements of the work and to produce a satisfactory quality of
work . Equipment used on any portion of the work shall be such that no injury to previously
completed work , adjacent property, or existing airport facilities will result from its use .
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 others are authorized by the Engineer. If the Contractor desires
to use a method or type of equipment other than specified in the contract, he may request
authority from the Engineer to do so. The request shall be in writing and shall include a full
description of the methods and equipment proposed and of the reasons for desiring to 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 Engineer determines that the work produced does not
meet contract requirements, the Contractor shall discontinue the use of the substitute method or
equipment and shall complete the remaining work with the specified methods and equipment.
The Contractor shall remove any deficient work and replace it with work of specified quality, or
take such other corrective action as the Engineer may direct. No change will be made in bas is
of payment for the contract items involved nor in contract time as a result of authorizing a
change in methods or equipment under this subsection.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to
suspend the work wholly, or in part, for such period or periods as he may deem-Aecessary, due
to unsuitable weather, or such other conditions as are considered unfavorable for the
prosecution of the work, or for such time as is necessary due to the failure on the part of the
Contractor to carry out orders given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Owner, in writing , to suspend work for some
unforeseen cause not otherwise provided for in the contract and over which the Contractor has
no control , the Contractor may be reimbursed for actual money expended on the work during
the period of shutdown . No allowance will be made for anticipated profits. The period of
shutdown shall be computed from the effective date of the Engineer's order to suspend work to
the effective date of the Engineer's order to resume the work. Claims for such compensation
shall be filed with the Engineer within the time period stated in the Engineer's order to resume
work. The Contractor shall submit with his/her claim information substantiating the amount
shown on the claim . The Engineer will forward the Contractor's claim to the Owner for
consideration in accordance with local laws or ordinances. No provision of this article shall be
construed as entitling the Contractor to compensation for delays due to inclement weather, for
suspensions made at the request of the Owner, or for any other delay provided for in the
contract, plans, or specifications .
111-38
-
If it should become necessary to suspend work for an indefinite period, the Contractor shall
store all materials in such manner that they will not become an obstruction nor become
damaged in any way. He shall take every precaution to prevent damage or deterioration of the
work performed and provide for normal drainage of the work . The Contractor shall erect
temporary structures where necessary to provide for traffic on, to , or from the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME . The number of calendar
or working days allowed for completion of the work shall be stated in the proposal and contract
and shall be known as the CONTRACT TIME.
Should the contract time require extension for reasons beyond the Contractor's control , it shall
be adjusted as follows :
a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the
Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the
number of working days charged against the contract time during the week and the number of
working days currently specified for completion of the contract (the original contract time plus
the number of working days, if any, that have been included in approved CHANGE ORDERS or
SUPPLEMENTAL AGREEMENTS covering EXTRA WORK).
The Engineer shall base his/her weekly statement of contract time charged on the following
considerations:
(1) No time shall be charged for days on which the Contractor is unable to
proceed with the principal item of work under construction at the time for at least 6 hours with
the normal work force employed on such principal item. Should the normal work force be on a
double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift , 18 hours
shall apply. Conditions beyond the Contractor's control such as strikes , lockouts, unusual
delays in transportation, temporary suspension of the principal item of work under construction
or temporary suspension of the entire work which have been ordered by the Owner for reasons
not the fault of the Contractor, shall not be charged against the contract time .
(2) The Engineer will not make charges against the contract-time prior to the
effective date of the notice to proceed .
(3) The Engineer will begin charges against the contract time on the first working
day after the effective date of the notice to proceed.
(4) The Engineer will not make charges against the contract time after the date
of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50 .
(5) The Contractor will be allowed 1 week in which to file a written protest setting
forth his/her objections to the Engineer's weekly statement. If no objection is filed within such
specified time, the weekly statement shall be considered as acceptable to the Contractor.
The contract time (stated in the proposal) is based on the originally estimated quantities as
described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL
QUANTITIES of Section 20. Should the satisfactory completion of the contract require
performance of work in greater quantities than those estimated in the proposal, the contract time
shall be increased in the same proportion as the cost of the actually completed quantities bears
111-39
to the cost of the originally estimated quantities in the proposal. Such increase in contract time
shall not consider either the cost of work or the extension of contract time that has been covered
by change order or supplemental agreement and shall be made at the time of final payment.
b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of
calendar days stated in the contract counting from the effective date of the notice to proceed
and including all Saturdays, Sundays, holidays, and nonwork 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.
-
-
-
-
c. When the contract time is a specified completion date, it shall be the date on which all
contract work shall be substantially completed .
If the Contractor finds it impossible for reasons beyond his/her control to complete the work
within the contract time as specified, or as extended in accordance with the provisions of this
subsection, he may, at any time prior to the expiration of the contract time as extended , make a
written request to the Engineer for an extension of time setting forth the reasons which he
believes will justify the granting of his/her request. Requests for extension of time on calendar
day projects, caused by inclement weather, shall be supported with National Weather Bureau
data showing the actual amount of inclement weather exceeded which could normally be
expected during the contract period. The Contractor's plea that insufficient time was specified is
not a valid reason for extension of time. If the Engineer finds that the work was delayed
because of conditions beyond the control and without the fault of the Contractor, he may extend
the time for completion in such amount as the conditions justify. The extended time for
completion shall then be in full force and effect, the same as though it were the original time for
completion.
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as
specified in the contract, that any work remains uncompleted after the contract time (including
all extensions and adjustments as provided in the subsection titled DETERMINATION AND
EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and
proposal as liquidated damages will be deducted from any money due or to become due the
Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall
be considered as liquidation of a reasonable portion of damages including but not limited to
additional engineering services that will be incurred by the Owner should the Contractor fail to
complete the work in the time provided in his/her contract.
SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION
TIME
The maximum construction time allowed for Schedules will be the sum of the time allowed for
individual schedules but not more than 45 days.
111-40
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 his/her contract and such default will be considered as cause for the Owner to
terminate the contract for any of the following reasons if the Contractor:
a. Fails to begin the work under the contract within the time specified in the "Notice to
Proceed ," or
-. b. Fails to perform the work or fails to provide sufficient workers, equipment 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 prosecution 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 him unsatisfi~d for a period of 1 O days, or
h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Engineer consider the Contractor in default of the contract for any reason
hereinbefore , he 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 1 O days after such notice, does not proceed in
accordance therewith, then the Owner will, upon written notification from the Engineer of the
facts of such delay, neglect, or default and the Contractor's failure to comply with such notice ,
have full power and authority without violating the contract, to take the prosecution of the work
out of the hands of the Contractor. The Owner may appropriate or use any or all materials and
equipment that have been mobilized for use in the work and are acceptable and may enter into
an agreement for the completion of said contract according to the terms and provisions thereof,
or use such other methods as in the opinion of the Engineer will be required for the completion
of said contract in an acceptable manner.
All costs and charges incurred by the Owner, together with the cost of completing the work
under contract, will be deducted from any monies due or which may become due the
Contractor. If such expense exceeds the sum which would have been payable under the
contract, then the Contractor and the surety shall be liable and shall pay to the Owner the
amount of such excess .
111-41
-
-
-
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 prosecution of war or in the interest of national defense.
When the contract, or any portion th e reof, 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 Engineer.
Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her
responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and
concerning any just claim arising out of the work performed.
80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS . The Contractor
shall obtain approval from the Engineer prior to beginning any work in all areas of the airport .
No operating runway , taxiway, or Air Operations Area (AOA) shall be crossed, entered, or
obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such
a manner as to insure safety and a minimum of hindrance to flight operations. Alf Contractor
equipment and material stockpiles shall be stored a minimum or 400 feet from the centerline of
an active runway. No equipment will be allowed to park within the approach area of an active
runway at any time . No equipment shall be within 400 feet of an active runway at any time.
END OF SECTION 80
111-42
-
-
-
-
-
-
SECTION 90
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES . All work completed under the contract will be
measured by the Engineer, or his/her authorized representative s, using United States
Customary Units of Measurement or the International System of Units .
The method of measurement and computations to be used in determination of quantities of
material furnished and of work performed under the contract will be those methods generally
recognized as conforming to good engineering practice.
Unless otherwise specified , longitudinal measurements for area computations will be made
horizontally, and no deductions will be made for individual fixtures ( or leave -outs) having an
area of 9 square feet (0.8 square meter) or less . Unless otherwise specified, transverse
measurements for area computations will be the neat dimensions shown on the plans or
ordered in writing by the Engineer.
Structures will be measured according to neat lines shown on the plans or as altered to fit field
conditions .
Unless otherwise specified, all contract items which are measured by the linear foot such as
electrical ducts, conduits, pipe culverts , underdrains , and similar items shall be measured
parallel to the base or foundation upon which such items are placed.
In computing volumes of excavation the average end area method or other acceptable methods
will be used .
The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe ,
metal plate pipe culverts and arches, and metal cribbing will be specified and measured in
decimal fraction of inches .
The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois .
All materials that are measured or proportioned by weights shall be weighed on accurate ,
approved scales by competent, qualified personnel at locations designed by the Engineer. If
material is shipped by rail, the car weight may be accepted provided that only the actual weight
of material is paid for. However, car weights will not be acceptable for material to be passed
through mixing plants . Trucks used to haul material being paid for by weight shall be weighed
empty daily at such times as the Engineer directs , and each truck shall bear a plainly legible
identification mark.
Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles
and measured therein at the point of delivery. Vehicles for this purpose may be of any size or
type acceptable to the Engineer, provided that the body is of such shape that the actual
contents may be readily and accurately determined . All vehicles shall be loaded to at least their
water level capacity, and all loads shall be leveled when the vehicles arrive at the point of
delivery.
When requested by the Contractor and approved by the Engineer in writing , material specified
to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be
111-43
-
.-.
·-
-
-
converted to cubic yards ( cubic meters) for payment purposes . Factors for conversion from
weight measurement to volume measurement will be determined by the Engineer and shall be
agreed to by the Contractor before such method of measurement of pay quantities is used .
Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured
by volume , such volumes will be measured at 60 F ( 15 C) or will be corrected to the volume at
60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars.
Net certified scale weights or weights based on certified volumes in the case of rail shipments
will be used as a basis of measurement, subject to correction when bituminous material has
been lost from the car or the distributor, wasted, or otherwise not incorporated in the work.
When bituminous materials are sh ipped by truck or transport, net certified weights by volume,
subject to correction for loss or foaming, may be used for computing quantities.
Cement will be measured by the ton (kilogram) or hundredweight (kilogram).
Timber will be measured by the thousand feet board measure (M .F.B .M.) actually incorporated
in the structure . Measurement will be based on nominal widths and thicknesses and the
extreme length of each piece .
The term ··lump sum" when used as an item of payment will mean complete payment for the
work described in the contract.
When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit
of measurement, the unit will be construed to include all necessary fittings and accessories.
Rental of equipment will be measured by time in hours of actual working time and necessary
traveling time of the equipment within the limits of the work . Special equipment ordered by the
Engineer in connection with force account work will be measured as agreed in the change order
or supplemental agreement authorizing such force account work as provided in the subsection
titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section.
When standard manufactured items are specified such as fence , wire, plates, rolled shapes,
pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc .,
such identification will be considered to be nominal weights or dimensions . Unless more
stringently controlled by tolerances in cited specifications, manufacturing tolerances established
by the industries involved will be accepted .
Scales for weighing materials which are required to be proportioned or measured and paid for
by weight shall be furnished, erected, and maintained by the Contractor, or be certified
permanently installed commercial scales .
Scales shall be accurate within one-half percent of the correct weight throughout the range of
use . The Contractor shall have the scales checked under the observation of the inspector
before beginning work and at such other times as requested. The intervals shall be uniform in
spacing throughout the graduated or marked length of the beam or dial and shall not exceed
one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound ( 454
grams). The use of spring balances will not be permitted .
111-44
, ...
-
-
-
-
Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and
the inspector can safely and conveniently view them .
Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing
the weighing equipment or suitable weights and devices for other approved equipment.
Scales must be tested for accuracy and serviced before use at a new site . Platform scales shall
be installed and maintained with the platform level and rigid bulkheads at each end .
Scales '' overweighing" (indicating more than correct weight) will not be permitted to operate,
and all materials received subsequent to the last previous correct weighting-accuracy test will
be reduced by the percentage of error in excess of one-half of 1 percent.
In the event inspection reveals the scales have been "underweighing" (indicating less than
correct weight), they shall be adjusted, and no additional payment to the Contractor will be
allowed for materials previously weighed and recorded.
All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for
furnishing check weights and scale house; and for all other items specified in this subsection, for
the weighing of materials for proportioning or payment, shall be included in the unit contract
prices for the various items of the project.
When the estimated quantities for a specific portion of the work are designated as the pay
quantities in the contract , they shall be the final quantities for which payment for such specific
portion of the work will be made, unless the dimensions of said portions of the work shown on
the plans are revised by the Engineer. If revised dimensions result in an increase or decrease
in the quantities of such work, the final quantities for payment will be revised in the amount
represented by the authorized changes in the dimensions.
90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation
provided for in the contract as full payment for furnishing all materials, for performing all work
under the contract in a complete and acceptable manner, and for all risk, loss, damage, or
expense of whatever character arising out of the nature of the work or the prosecution thereof,
subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section
70 .
When the "basis of payment" subsection of a technical specification requires that the contract
price (price bid) include compensation for certain work or material essential to the item, this
same work or material will not also be measured for payment under any other contract item
which may appear elsewhere in the contract, plans, or specifications .
90-03 COMPENSATION FOR ALTERED QUANTITIES . When the accepted quantities of work
vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as
contract items are concerned, payment at the original contract price for the accepted quantities
of work actually completed and accepted . No allowance, except as provided for in the
subsection titled AL TERA TION OF WORK AND QUANTITIES of Section 40 will be made for
any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered
or claimed by the Contractor which results directly from such alterations or indirectly from
his/her unbalanced allocation of overhead and profit among the contract items, or from any
other cause.
111-45
90-04 PAYMENT FOR OMITTED ITEMS . As specified in the subsection titled OMITTED
ITEMS of Section 40 , the Engineer shall have the right to omit from the work (order
nonperformance) any contract item , ex cept major contract items , in the be st interest of the
Owner.
Should the Engineer omit or order nonperformance of a contract item or portion of such item
from th e w o rk , th e Contra ctor sha ll ac ce pt payment in full at the contract pri ce s for a ny w ork
actually completed and acceptable prior to the Engineer's order to omit or nonperform such
contract item .
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the
-Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become
the property of the Owner.
·-
-
-
-
In add ition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for
all actual costs incurred fo r the purpose of performing the omitted contract item prior to the date
of the Engineer's order. Such additional costs incurred by the Contractor must be directly
related to the deleted contract item and shall be supported by certified statements by the
Contractor as to the nature the amount of such costs .
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK . Extra work, performed in
accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the
contract prices or agreed prices specified in the change order or supplemental agreement
authorizing the extra work. When the change order or supplemental agreement authorizing the
extra work requires that it be done by force account, such force account shall be measured and
paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon
allowance for overhead and profit.
a. Miscellaneous . No additional allowance will be made for general superintendence,
the use of small tools , or other costs for which no specific allowance is herein provided .
b. Comparison of Record . The Contractor and the Engineer shall compare records of
the cost of force account work at the end of each day. Agreement shall . be indicated by
signature of the Contractor and the Engineer or their duly authorized representatives .
c. Statement. No payment will be made for work performed on a force account basis
until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of
such force account work detailed as follows :
(1) Name, classification , date, daily hours , total hours, rate and extension for
each laborer and foreman .
(2) Designation, dates , daily hours, total hours, rental rate , and extension for
each unit of machinery and equipment.
(3) Quantities of materials , prices , and extensions .
(4) Transportation of materials .
(5) Cost of property damage, liability and workman's compensation insurance
premiums , unemployment insurance contributions, and social security tax .
111-46
-
-
--
-
-
-
Statements shall be accompanied and supported by a receipted invoice for all materials used
and transportation charges . However, if materials used on the force account work are not
specifically purchased for such work but are taken from the Contractor's stock , then in lieu of the
invoices the Contractor sh all furnish an affidavit certifying that such materials were taken from
his/her stock, that the quantity claimed was actually used , and that the price and transportation
claimed repre sent th e actu al cost to the Contractor.
90-06 PARTIAL PAYMENTS . Partial payments will be made at least once each month as the
work progresses . Said payments will be based upon estimates prepared by the Engineer of the
value of the work perform ed and materials complete in place in accordance with the contract ,
plans, and specifications . Such partial payments may also include the delive red actual cost of
those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR
MATERIALS ON HAND of this section.
No partial payment will be made when the amount due the Contractor since the last estimate
amounts to less than five hundred dollars .
From the total of the amount determined to be payable on a partial payment, 1 O percent of such
total amount will be deducted and retained by the Owner until the final payment is made, except
as may be provided ( at the Contractor's option) in the subsection titled PAYMENT OF
WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable , less all
previous payments, shall be certified for payment. Should the Contractor exercise his/her
option , as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section ,
no such 10 percent retainage shall be deducted .
When not less than 95 percent of the work has been completed, the Engineer may, at the
Owner's discretion and with the consent of the surety, prepare an estimate from which will be
retained an amount not less than twice the contract value or estimated cost, whichever is
greater, of the work remaining to be done . The remainder, less all previous payments and
deductions, will then be certified for payment to the Contractor.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial
payment based on quantities of work in excess of those provided in the proposal or covered by
approved change orders or supplemental agreements, except when such excess quantities
have been determined by the Engineer to be a part of the final quantity for the item of work in
question .
No partial payment shall bind the Owner to the acceptance of any materials or work in place as
to quality or quantity . All partial payments are subject to correction at the time of final payment
as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section .
The Contractor shall deliver to the Owner a complete release of all claims for labor and material
arising out of this contract before the final retained percentage or 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 aga inst 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
111-47
-
-
-
-
meet the requirements of the contract, plans, and specifications and are delivered to acceptable
sites on the airport property or at other sites in the vicinity that are acceptable to the Owner.
Such delivered costs of stored or stockpiled materials may be included in the next partial
payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner acceptable to the Engineer at
or on an approved site .
b. The Contractor has furnished the Engineer with acceptable evidence of the quantity
and quality of such stored or stockpiled materials .
c. The Contractor has furnished the Engineer with satisfactory evidence that the
material and transportation costs have been paid.
d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of
any kind) to the material so stored or stockpiled.
e. The Contractor has furnished the Owner evidence that the material so stored or
stockpiled is insured against loss by damage to or disappearance of such materials at anytime
prior to use in the work .
It is understood and agreed that the transfer of title and the Owner's payment for such stored or
stockpiled materials shall in no way relieve the Contractor of his/her 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 subsection.
90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that
the Owner accept (in lieu of the 10 percent retainage on partial payments described in the
subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow
under the following conditions .
a. The Contractor shall bear all expenses of establishing and maintaining an escrow
account and escrow agreement acceptable to the Owner.
b. The Contractor shall deposit to and maintain in such escrow only those securities or
bank certificates of deposit as are acceptable to the Owner and having a value not less than the
10 percent 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.
111-48
-
-
--
-"
90-09 ACCEPTANCE AND FINAL PAYMENT . When the contract work has been accepted in
accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50,
the Engineer will prepare the final estimate of the items of work actually performed . The
Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her
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 Engineer shall resolve all disputes (if any) in
the measurement and computation of final quantities to be paid within 30 calendar days of the
Contractor's receipt of the Engineer's final estimate . If, after such 30-day period , a dispute still
exists , the Contractor may approve the Engineer's estimate under protest of the quantities in
dispute, and such disputed quantities shall be considered by the Owner as a claim in
accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section
50 .
After the Contractor has approved , or approved under protest, the Engineer's final estimate,
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 prov1s1ons of the
subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the
provisions of this subsection, such claims will be considered by the Owner in accordance with
local laws or ordinances . Upon final adjudication of such claims, any additional payment
determined to be due the Contractor will be paid pursuant to a supplemental final estimate .
END OF SECTION 90
111-49
\
SECTION 100
CONTRACTOR QUALITY CONTROL PROGRAM
100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the
Contractor shall establish , provide, and maintain an effective Quality Control Program that
details the methods and procedures that will be taken to assure that all materials and completed
construction required by this contract conform to contract plans , technical specifications and
other requirements, whether manufactured by the Contractor, or procured from subcontractors
or vendors . Although guidelines are established and certain minimum requirements are
.. specified herein and elsewhere in the contract technical specifications, the Contractor shall
assume full responsibility for accomplishing the stated purpose .
-
..
-
The intent of this section is to enable the Contractor to establish a necessary level of control that
will :
a. Adequately provide for the production of acceptable qual ity materials .
b. Provide sufficient information to assure both the Contractor and the Engineer that the
specification requirements can be met.
c. Allow the Contractor as much latitude as possible to develop his or her own standard
of control.
The Contractor shall be prepared to discuss and present, at the preconstruction conference,
his/her understanding of the quality control requirements . The Contractor shall not begin any
construction or production of materials to be incorporated into the completed work until the
Quality Control Program has been reviewed by the Engineer. No partial payment will be made
for materials subject to specific quality control requirements until the Quality Control Program
has been reviewed .
The quality control requirements contained in this section and elsewhere in the contract
technical specifications are in -addition to and separate from the acceptance testing
requirements . Acceptance testing requirements are the responsibility of the Engineer.
100-02 DESCRIPTION OF PROGRAM.
a. General Description. The Contractor shall establish a Quality Control Program to
perform inspection and testing of all items of work required by the technical specifications ,
including those performed by subcontractors. This Quality Control Program shall ensure
conformance to applicable specifications and plans with respect to materials , workmanship,
construction, finish, and functional performance . The Quality Control Program shall be effective
for control of all construction work performed under this Contract and shall specifically include
surveillance and tests required by the technical specifications , in addition to other requirements
of this section and any other activities deemed necessary by the Contractor to establish an
effective level of quality control.
b. Quality Control Program. The Contractor shall describe the Quality Control
Program in a written document that shall be reviewed by the Engineer prior to the start of any
production, construction, or off-site fabrication . The written Quality Control Program shall be
111-50
-
submitted to the Engineer for review at least ten (10) calendar days before the start of
construction .
The Quality Control Program shall be organized to addre ss, as a minimum , the following items :
a. Quality control organization ;
b. Project progress schedule ;
c. Submittals schedule ;
d. Inspection requirements ;
e. Quality control testing plan ;
f. Documentation of quality control activities; and
g. Requirements for corrective action when quality control and/o r acceptance criteria
are not met.
The Contractor is encouraged to add any additional elements to the Quality Control Program
that he/she deems necessary to adequately control all production and/or construction processes
required by this contract.
100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall
be implemented by the establishment of a separate quality control organization. An
organizational chart shall be developed to show all quality control personnel and how these
-personnel integrate with other managemenUproduction and construction functions and
personnel.
-
( '
-
-
The organizational chart shall identify all quality control staff by name and function , and shall
indicate the total staff required to implement all elements of the Quality Control Program ,
including inspection and testing for each item of work . If necessary, different technicians can be
utilized for specific inspection and testing functions for different items of work . If an outside
organization or independent testing laboratory is used for implementation of all or part of the
Quality Control Program , the personnel assigned shall be subject to the qualification
requirements of paragraph 100-03a and 100-03b . The organizational chart shall ind icate which
personnel are Contractor employees and which are provided by an outside organization .
The quality control organization shall consist of the following m i nimum personnel :
a. Program Administrator. The Program Administrator shall be a full-time employee of
the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall
have a minimum of 5 years of experience in airport and/or highway construction and shall have
had prior quality control experience on a project of comparable size and scope as the contract.
Additional qualifications for the Program Administrator shall include at least 1 of the following
requirements :
(1) Professional engineer with 1 year of airport paving experience acceptable to
the Engineer.
111-51
-
(2) Engineer-in-training with 2 years of airport paving experience acceptable to
the Engineer.
(3) An individual with 3 years of highway and/or airport paving experience
acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil
Engineering Technology or Construction .
(4) Construction materials technician certified at Level Ill by the National Institute
for Certification in Engineering Technologies (NICET).
(5) Highway materials technician certified at Level Ill by NICET.
(6) Highway construction technician certified at Level Ill by NICET.
(7) A NICET certified engineering technician in Civil Engineering Technology
with 5 years of highway and/or airport paving experience acceptable to the Engineer.
The Program Administrator shall have full authority to institute any and all actions necessary for
the successful implementation of the Quality Control Program to ensure compliance with the
contract plans and technical specifications . The Program Administrator shall report directly to a
responsible officer of the construction firm . The Program Administrator may supervise the
Quality Control Program on more than one project provided that person can be at the job site
within 2 hours after being notified of a problem .
b. Quality Control Technicians. A sufficient number of quality control technicians
necessary to adequately implement the Quality Control Program shall be provided . These
-personnel shall be either engineers, engineering technicians, or experienced craftsman with
qualifications in the appropriate field equivalent to NICET Level II or higher construction
materials technician or highway construction technician and shall have a minimum of 2 years of
experience in their area of expertise .
-
-
-
The quality control technicians shall report directly to the Program Administrator and shall
perform the following functions · __
(1) Inspection of all materials, construction , plant, and equipment for
conformance to the technical specifications, and as required by Section 100-06 .
(2) Performance of all quality control tests as required by the technical
specifications and Section 100-07.
Certification at an equivalent level , by a state or nationally recognized organization will be
acceptable in lieu of NICET certification .
c. Staffing Levels. The Contractor shall provide sufficient qualified quality control
personnel to monitor each work activity at all times . Where material is being produced in a plant
for incorporation into the work, separate plant and field technicians shall be provided at each
plant and field placement location . The scheduling and coordinating of all inspection and testing
must match the type and pace of work activity. The Quality Control Program shall state where
· different technicians will be required for different work elements.
111-52
-.
-
-
r ,
-
..
-
100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated
construction schedule for all work activities . The schedule shall be prepared as a network
diagram in Critical Path Method (CPM), PERT, or other format , or as otherwise specified in the
contract. As a minimum, it shall provide information on the sequence of work activities ,
milestone dates , and activity duration .
The Contractor shall maintain the work schedule and provide an update and analysis of the
progress schedule on a twice monthly basis , or as otherwise specified in the contract.
Submission of the work schedule shall not relieve the Contractor of overall responsibility for
scheduling , sequencing , and coordinating all work to comply with the requirements of the
contract.
100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all
submittals (e.g., mix designs , material certifications) and shop drawings required by the
technical specifications . The listing can be developed in a spreadsheet format and shall
include :
a. Specification item number;
b. Item description;
c. Description of submittal ;
d. Specification paragraph requiring submittal ; and
e. Scheduled date of submittal.
100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be
organized to provide inspections for all definable features of work, as detailed below . All
inspections shall be documented by the Contractor as specified by Section 100-07.
Inspections shall be performed daily to ensure continuing compliance with contract
requirements until completion of the particular feature of work . These shall include the following
minimum requirements :
a. During plant operation for material production, quality control test results and periodic
inspections shall be utilized 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 utilized in proportioning and mixing shall be
inspected to ensure its proper operating condition. The Quality Control Program shall detail
how these and other quality control functions will be accomplished and utilized .
b. During field operations, quality control test results and periodic inspections shall be
utilized to ensure the quality of all materials and workmanship . All equipment utilized in placing,
finishing , and compacting shall be inspected to ensure its proper operating condition and to
ensure that all such operations are in conformance to the technical specifications and are within
the plan dimensions, lines, grades, and tolerances specified . The Program shall document how
these and other quality control functions will be accomplished and utilized .
100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control.
Program , the Contractor shall implement a quality control testing plan , as required by the
technical specifications. The testing plan shall include the minimum tests and test frequencies
required by each technical specification Item, as well as any additional quality control tests that
the Contractor deems necessary to adequately control production and/or construction
processes .
111-53
The testing pl a n can be developed in a spreadsheet fashion and shall , as a minimum , include
the following :
a. Spe cifi cation item number (e .g ., P-401 );
b. Item description (e .g ., Plant Mi x Bituminous Pave ments);
c . Test type (e.g ., gradation , grade, asphalt content);
d . Test standard (e .g ., ASTM or AASHTO te st num be r, as appli ca bl e );
e. Test frequency (e .g ., as required by technical spe ci fications or min imum frequency
when requirements are not stated);
f. Responsibility (e .g.,, pl ant technician); and
g. Control requirements (e .g ., target , permissible devi ations).
The testing plan shall contain a statistically-based procedure of random sampling for acquiring
test samples in accordance with ASTM D 3665 . The Engineer shall be provided the opportunity
to witness quality control sampling and testing .
All quality control test results shall be documented by the Contractor as required by Section
100-08 .
100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all
inspections and tests performed. These records shall include factual evidence that the required
inspections or tests have been performed , including type and number of inspections or tests
involved ; results of inspections or tests ; nature of defects , deviations, causes for rejection , etc.;
proposed remedial action ; and corrective actions taken .
These records must cover both conforming and defective or deficient features , and must include
a statement that all supplies and materials incorporated in the work are in full compliance with
-the terms of the contract. Legible copies of these records shall be furnished to the Engineer
daily. The records shall cover all work placed subsequent to the previously furnished records
and shall be verified and signed by the Contractor's Program Administrator.
-'
Specific Contractor quality control records required for the contract shall include , but are not
necessarily limited to , the following records :
a. Daily Inspection Reports. Each Contractor quality control technician shall maintain
a daily log of all inspections performed for both Contractor and subcontractor operations on a
form acceptable to the Engineer. These technician's daily reports shall provide factual evidence
that continuous quality control inspections have been performed and shall , as a minimum ,
include the following :
(1) Technical specification item number and desc r iption ;
(2) Compliance with approved submitta ls;
(3) Proper storage of materials and equipment;
(4) Proper operation of all equipment ;
(5) Adherence to plans and technical spec ification s;
(6) Review of quality control tests ; and
(7) Safety inspection .
The daily inspection reports sha 'II identify inspections conducted, results of inspections, location
and nature of defects found , causes for rejection , and remedial or corrective actions taken or
proposed .
111-54
The daily inspection reports shall be signed by the responsible quality control technician and the
Program Administrator . The Engineer shall be provided at least one copy of each daily
inspection report on the work day following the day of record .
b. Daily Test Reports. The Contractor shall be responsible for establishing a system
that will record all quality control test results . Daily test reports shall document the following
information :
(1) Technical specification item number and description ;
(2) Te st designation ;
(3) Location ;
(4) Date of test;
(5) Control requirements ;
(6) Test results ;
(7) Causes for rejection ;
(8) Recommended remedial actions; and
(9) Retests .
Test results from each day's work period shall be submitted to the Engineer prior to the start of
the next day's work period . When required by the technical specifications, the Contractor shall
maintain statistical quality control charts. The daily test reports shall be signed by the
responsible quality control technician and the Program Administrator.
100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate
the appropriate action to be taken when a process is deemed, or believed, to be out of control
( out of tolerance) and detail what action will be taken to bring the process into control. The
requirements for corrective action shall include both general requirements for operation of the
..... Quality Control Program as a whole, and for individual items of work contained in the technical
specifications .
-
The Quality Control Program shall detail how the results of quality control inspections and tests
will be used for determining the need for corrective action and shall contain clear sets of rules to
gauge when a process is out of control and the type of correction to be taken to regain process
control.
When applicable or required by the technical specifications, the Contractor shall establish and
utilize statistical quality control charts for individual quality control tests. The requirements for
corrective action shall be linked to the control charts .
100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be
subject to surveillance by the Engineer at the point of production, manufacture or shipment to
determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality
control system in conformance with the requirements detailed herein and the applicable
technical specifications and plans . In addition, all items of materials, equipment and work ln
place shall be subject to surveillance by the Engineer at the site for the same purpose .
Surveillance by the Engineer does not relieve the Contractor of performing quality control
inspections of either on-site or off-site Contractor's or subcontractor's work.
111-55
100-11 NONCOMPLIANCE.
a. The Engineer will notify the Contractor of any noncompliance with any of the
foregoing requirements . The Contractor shall, after receipt of such notice, immediately take
corrective action . Any notice , when delivered by the Engineer or his/her authorized
representative to the Contractor or his/her authorized representative at the site of the work, shall
be considered sufficient notice .
b. In cases where quality control activities do not comply with either the Contractor
Quality Control Program or the contract provisions , or where the Contractor fails to properly
operate and maintain an effective Quality Control Program , as determined by the Engineer, the
Engineer may:
(1) Order the Contractor to replace ineffective or unqualified quality control
personnel or subcontractors .
(2) Order the Contractor to stop operations until appropriate corrective actions
are taken.
END OF SECTION 100
111-56
SECTION 110
METHOD OF ESTIMATING PERCENTAGE OF MATERIAL
WITHIN SPECIFICATION LIMITS (PWL)
110-01 GENERAL. When the specifications provide for acceptance of material based on the
method of estimating percentage of material within specification limits (PWL), the PWL will be
determined in accordance with this section . All test results for a lot will be analyzed statistically
to determine the total estimated percent of the lot that is within specification limits . The PWL is
computed using the sample average (X) and sample standard deviation (Sn) of the specified
number (n) of sublets 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(s), QL for Lower Quality Index and/or Ou 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.
110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL
is as follows:
a. Divide the lot into n sublets 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 values within the lot by using the following
formula:
Where :X = Sample average of all sublot values within a lot
x1 , x2 = Individual sublot values
n = Number of sublets
111-57
e. Find the sample standard deviation (Sn) by use of the following formula :
Sn= [(d /+d /+d /+ ... d/)l(n-1)]112
Where :Sn = Sample standard deviation of the number of sublet values in the
set
average value X
d 1 , d2, = Deviations of the individual sublet values x 1 , x2, ... from the
that is : d, = (x , -X), d2 = (X 2 -X) ... dn = (Xn -X)
n = Number of sublets
f. For single sided specification limits (i.e., L only), compute the Lower Quality Index Q L
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 Ou by use of the following formulas :
and Ou = (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 Ou, 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 :
Project:
Test Item:
PWL =(Pu+ PL) -100
Where : PL = percent within lower specification limit
Pu = percent within upper specification limit
EXAMPLE OF PWL CALCULATION
Example Project
Item P-401, Lot A.
A. PWL Determination for Mat Density.
1. Density of four random cores taken from Lot A.
111-58
... -
- 1 )]1/2
A-1 96 .60
A-2 97 .55
A-3 99 .30
A-4 98 .35
n=4
2. Calculate ave rage den sity for the lot.
X = (x1 + x2 + x3 + ... xn) / n
X = (96 .60 + 97 .55 + 99 .30 + 98 .35) / 4
X = 97 .95 percent dens ity
3. Calculate th e 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
Sn= [(1 .82 + 0.16 + 1.82 + 0 .16) / 3]112
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
8. 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. Cal c ulate the average ai r voids for the lot.
X = (x1 + x + x3 ... n) / n
X = (5 .00 + 3 .74 + 2 .30 + 3.25) / 4
X = 3. 57 percen t
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 )]112
Sn = ((2 .04 + 0 .03 + 1.62 + 0.10 ) / 3]112
111-59
Sn= 1.12
4. Calculate the Lower Quality Index QL for the lot. (L= 2 .0)
OL = (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 Ou for the lot. (U= 5 .0)
Ou = (U -X) / Sn
Ou= (5 .00-3.57) I 1.12
Ou= 1.2702
7. Determine Pu by entering Table 1 with Ou= 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 E 78)
Project: Example Project
Test Item: Item P-401, Lot A .
A. Outlier Determination for Mat Density.
1. Density of four random cores taken from Lot A. arranged in descending order.
A-3 99 .30
A-4 98 .35
A-2 97.55
A-1 96 .60
2. Use n=4 and upper 5 percent significance level of to find the critical value for test
criterion = 1.463.
111-60
-
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 greater than 1.463
1.17 4 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,
the measurement is not considered an outlier
for A-1 Check if ( 97 .95 -96.60 ) / 1.15 greater than 1.463
1.0 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 was :
greater than (97.95+1.463x1 .15) = 99.63 percent or,
less than (97.95-1.463x1 .15) = 96.27 percent
111-61
TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL)
Percent Within Po sitive Values of Q (QL a nd Ou)
Limits
(PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
99 1.1541 1.4700 1.6 714 1.8 008 1.8888 1.9520 1 .9994 2.0362
98 1.1524 1.4400 1.6 016 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
95 1.1405 1.3 500 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 .890 1 0.8882
80 0 .9342 0 .9000 0 .8799 0 .8690 0 .8625 0 .8583 0 .8554 0 .853 3
79 0 .9124 0 .8700 0.8478 0 .8360 0 .8291 0 .8245 0 .8 214 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 .6 922 0.6896
111-62
Percent Within Positive Values of Q (QL and Ou)
Limits
(PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
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 .58 78 0 .5798 0 .5747 0 .5712 0 .5686
70 0 .6787 0 .60 00 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 .6 187 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 .38 56 0.3793 0 .3 753 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
111-63
Percent Within Negative Values of Q (Q L a nd O u)
Limits
(PL and Pu) 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 .026 7 -0 .0 264 -0 .0262 -0 .0260
48 -0 .0725 -0 .0600 -0 .0562 -0 .0544 -0 .05 34 -0 .052 8 -0.05 24 -0 .05 2 1
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 .133 8 -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 -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
111-64
-
Percent Within Negative Values of Q (QL and Ou)
Limits
(PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10
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 -1.007j -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
EN D OF S ECT ION 110
111-65
Fort Worth Alliance Airport
Runway Extension Project
Earthwork Package 3
SECTION 08
APPENDIX No. 2
GEOTECHNICAL REPORT
J
"' i A
I.
I
i
I
' j •
I,
;L
i I ' 1 f ;
-. I . ' '
t :
i: ~
'
1 I '. ~
t '
I :
i 1 -
. '.
.L
_· L
; I'.
; t '.
.: I : OE04-076
GEOTECHNICAL INVESTIGATION
ALLIANCE AIRPORT RUNWAY EXTENSION-PHASE I
FORT WORTH, TEXAS
Prepared for
DMJM AVIATION
HOUSTON, TEXAS
Prepared by:
TERRA-MAR, INC •
DALLAS/FORT WORTH/HOUSTON/DFW AIRPORT
AUGUST 30, 2004
TERRA-MAR
I
L:
I
I
I
[:
f
I
August30,2004
Mr. Antonio Macia, P. E.
DMJM Aviation
5757 Woodway
Houston, Te xas 77057
Re : Geotechnical Investigation
Alliance Airport Runway Extension -Phase I
Fort Worth, Texas
TMI Report No. DE04-076
Dear Mr. Macia:
The attached report presents the resYlts of the geotechnical investigation pertormed tor the
above referenced project This investlgatlon was perfomied in general accordance with our
Proposal No. P01-2157FE dated October 5, 2001 .
Geotechnical recommendations for design and construction of the embankment and drainage
channel for Phase I of the Runway Extension are presented in this report. The results of the
field investigation and laboratory tests are alsQ inclu.ded.
We ~ppreciate the opportunity to have been of service; If you have any questions or if we can
be of additional assistance, please call.
Sincerely,
TERRA-MAR, INC.
~ Haneefuddin,
Senior Project Manager
Copies Submitted: 3
Terra-Mar -U.S. Labs
11050 Ables Lane • Dallas, Texas 75229 • (972) 488 -8800 • Fax: (972) 488.:.8080
Offices Nacionwidc
(
: L.
r
L
: l
-l:
I
-L
-I.
L
. f ·:
. .i
TABLE OF CONTENTS
.PAGE
1. O I NT R ODUCTION-------------------------------------------------------------------------------------------1
1 .1 PROJECT DESCRIPTION ----------------------------------------------------------------------1
1.2 PURPOSE AND SCOPE ------------------------------------------------------------------------1
2. 0 Fl E LO I NV ESTIGA TION ---------------------------------------------------------------------------------2
3. O LABORATORY TESTING -------------------------------------------------------------------------------2
4. O SUBSURFACE CONDI TIO NS -------------------------------------------------------------------------3
4 .1 SOIUROCK CONDITIONS ---------------------------------------------------------------------3
4 .2 GROUNDWATER CONDIT! ONS -------------------------------------------------------------4
5 .0 ANALYSIS AND RECOMMENDATIONS -----------------------------------------------------------5
5 .1 SETTLEMENT ANALYSES---------------------------------------------------------------------5
5.2 SLOPE STABILITY ANALYSES---------------------------------------------------------------6
6. O EARTHWORK G UID ELIN ES---------------------------------------------------------------------------7
6 .1 SUBGRADE PREPARATION----------------------···---------------------------------·-··----7
6 .2 OFF-SITE BORROW EMBANKMENT-------------------------------------------------------7
6.3 FORMATION OF EMBANKMENT AND COMPACTION REQUIREMENTS------7
7 . 0 LIMIT A Tl O NS -------------------------------·--------··-·---------------------------------------···---------8
FIGURES
FIGURE
PLAN OF BORINGS ·-·-····-------------------···---------------------------------------------------------------1
LOG OF BORING---------·--· ··----------------------·r---------------------------------------------------------2
KEY TO LOG TERMS & SYMBOLS-------------------·---------·------------------------------------------53
G EOL OG IC PROFI L~S ---------------------------------------------------------------------------------------54
MOISTURE DENSITY TEST RES UL TS -·--·--···---------------·-······----------------·--------------·-61
CONSOLIDATION TEST RESULTS -----------------------------------------------------------------------62
THIAXIAL SHEAR TEST RES UL TS-----------------------------------------------=---------------------71
DIRECT SHEAR TEST RES UL TS--------------------------------------------------------------------------7 4
SL OPE ST ABILITY ANALYSIS -----~-~--------------------------------------------------------------------77
OE04-076 TERRA-MAR
-. i
I
l.
I
I
: l
I
_j
r
-t;
I
GEOTECHNICAL INVESTIGATION
ALLIANCE AIRPORT RUNWAY EXTENSION-PHASE I
FORT WORTH, TEXAS
1.0 INTRODUCTION
1.1 PROJECT DESCRIPTION
The project consists of extending Runway 16L-34R to the north by 1,400 feet to a total
length of 11,000 feet and extending Runway 16R -34l, also to the north by 2,67 5 feet to a
total length of 11,000 feet. Associated with the runway extensions will be the extension to
Taxiway A and the Aircraft Rescue and · Fire Fighting (ARFF) Road and drainage
improvements . A drainage channel with a flow line varying from 5 to 25 feet below exist ing
grades, is to be located west and north of the embankment for the runway extension. The
runway extension will involve relocation of Highway FM 156 and a Burlington Northern
Santa Fe (BNSF) Railway spur.
The project will be constructed in three phases . Phase I will consist of the construction of
the embankment north of FM 15.6. Embankment heights will be up to 48 feet in the area of
I
the proposed runway extension . The major part of the embankment construction will take
place in this phase . Approximately 2,756, 000 cubic yards of embankment will be
constructed .
1.2 PURPOSE AND SCOPE
The purposes of this investigation were to:
· 1. Evaluate the soil, rock and groundwater conditions on the subject site .
2. Evaluate the pertinent engineering properties of the encountered deposits.
3. Calculate settlement of the embankment and supporting soils .
4. Check that the embankment side slopes will have an adequate factor of safety against
slope failure based on the final grading plan and cross-sections provided by the client.
5. Provide compaction recommendations.
6. Discuss the presence of groundwater and the impact of groundwater on construction.
This report was prepared in general accordance with our Proposal No. P01-2157FE dated
October 5, 2001.
DE04-076 Page 1 TERRA-MAR
r
.L
I
C ! •
I
; f
· I
: !
2.0 FIELD INVESTIGATION
Fifty -one borings were drilled at this site at the approximate locations shown on the Plan of
Borings, Figure 1. The borings were terminated at depths of 1 O to 20 feet after penetrating
at least 5 feet into the tan weathered limestone. The results of the field investigation are
presented on the Logs of Borings, Figures 2 through 52. A key to the descriptive terms and
symbols used on the logs is presented on Figure 53 . Geologic profiles are presented on
Figures 54 through 60 .
A truck-mounted drill rig and an All Terrain Vehicle (A TV) were used to advance the borings
and to obtain sampl es for laboratory evaluation . Undisturbed samples of cohesive soils were
obtained continuously to a depth of 5 feet; samples were obtained at a depth of 7 to 8 feet
and 9 to 1 O feet and at 5-foot intervals thereafter with standard, tube samplers . The
samples were extruded in the field, logged, sealed, and packaged to protect them from
disturbance and to maintain their in-situ moisture content during transportation to our
laboratory . The borings were backfilled with auger cuttings following completion of the field
investigation.
Texas Department of Transportation (TxDOT) Cone Penetrometer Tests were performed to
evaluate the bearing properties of the limestone and shale. This test consists of measuring
the penetration of a 3-inch-diameter cone driven by a 170-pound hammer falling a distance
of 24 inches. The cone penetrometer test results are tabulated on the boring logs.
Auger borings were performed in the vicinity of Boring 8-55 (borrow source, Refer to TMI
Report No . FE02-001 dated February 6, 2002) to obtain bulk samples to perform
compaction tests and prepare remolded samples to determine shear strength parameters.
3.0 LABORATORY TESTING
Laboratory tests were performed on representative samples to evaluate the pertinent
engineering properties of the encountered deposits. The tests Included moisture content,
liquid and plastic limits, dry unit weights, percent passing No. 200 sieve, unconfined
compression and hand penetrometer tests . The laboratory test results are presented on the
boring logs.
Liquid limit, plastic limit and modified Proctor test (ASTM D 1557) were performed on the
bulk samples obtained in the vicinity of Boring B-55 (borrow source). The results of these
OE04-076 Page2 TERR.A .. MAR
' f:
if '
I.
; f .
; r
-~ t;
·-f :
tests are provided on Figure 61 . Samples were remolded at -2 percent of optimum,
optimum and +2 percent of optimum moisture content at minimum 95 percent of maximum
dry unit weight as per ASTM D 1557.
Consolid ation test s were p eriorm ed on natural soil and remolded samples of the fills from
the borrow source . Consolidat io n test results are provided on Figures 62 through 70 .
Tria xial tes ts were periormed on natural soils and direct shear tests were perform ed on
remolded samples of th e fills from the borrow source for use in slope stability analyses of the
sid es of the embankment. Tria xia l test results are provided on Figures 71 through 73 and
direct shear tes t res ults are provided on Figu res 74 through 76.
4.0 SUBSURFACE CONDITIONS
4.1 SOIUROCK CONDITIONS
Descriptions of the subsurface conditions encountered in the borings, including descriptions
of the various strata and their d epths and thickness , are presented on the boring logs . A
brief description of the stratigraphy encountered in the borings is presented below. The
depths indicated on the boring logs refer to the depth from the ground surlace that was
present at the time of the investigation. Boundaries between the various soil/rock types are
approximate .
Layer(s) of clay and silty clay were encountered from the ground surface to depths of 1 to 16
feet followed by limestone to the boring termination depths of 1 O to 20 feet. In Borings B-26
and B-3q, gray limestone was underlain by gray shale to the boring termination depth. In
Borings 8-29, B-31, B-32, B-37, B-43, B-47 and 8 ~51, weathered limestone was under1ain
by shale to the boring termination depth . A layer of severely weathered limestone was
encountered on top of the weathered limestone in some of the borings .. Clay fill material
was encountered in Borings B-32, B-46, and B-47 to depths of 3 to 5 .5 feet. Limestone was
encountered between elevation 668 .882 elevation 697.919 in the borings .
The clays are highly plastic with liquid limits (LL) ranging between 50 -and 72, and plasticity
indices (Pl) ranging betwe en 32 and 50. The clays exhibited unconfined compression tests
ranging between 0.4 and 2 .1 tsf . The silty clays are moderately expansive with LL's ranging
between 27 and 43, and Pl's ranging between 9 and 29. The silty clays exhibited
unconfined compression strengths of 1.4 and 2 .0 tsf. The clay fill materials are highly
DE04-076 Page3 TERRA-MAR
I
t-·
r
f
expansive with LL's of 54 and 62, and Pl's of 37 and 42 . The clay fill materials exhibited
unconfined compression strengths of 0.4 and 1.2 tsf.
TCP test results in weathered limestone ranged between 100 blows/0.25 inches and 100
blows/7.0 inches . TCP test results in gray unweathered limestone ranged between 100
blows/0.5 inches and 100 blows/3 .25 inches and TCP test results in shale ranged between
100 blows/1 .0 inch and 100 blows/4.75 inches .
The soil from the planned borrow source exhibited a maximum dry density of 121 pounds
per cubic foot with an optimum moisture content of 11 .3 percent. Based on the
consolidation tests, clays exhibited preconsolidation pressures ranging between 0.6 and 2.3
tsf with compression index ranging between 0.23 and 0.30 and recompression index ranging
between 0 .06 and 0.10 . The silty clay exhibited a preconsolidation pressure of 1.8 tsf with a
compression index of 0.14 and a recompression index of 0.04. Soil from borrow source
exhibited a preconsolidation pressure ranging between 4.0 and 6.05 tsf with a compression
index of 0.09 and 0.10 .
The clays encountered in the borings exhibited an effective angle of Internal friction ranging
between 26 .1 and 28 .8 degrees with cohesion ranging between 0.6 psi and 2.1 psi. The soil
from the borrow area exhibited angle of internal friction ranging between 24 and 28.4
degrees with cohesion ranging between 462 and 769 psf.
4.2 GROUNDWATER CONDITIONS
Groundwater seepage was encountered in Borings 8-4 through 8-7, 8-17 through B-19, 8-
24 through B-26, B-29, 8-36, and 8-45 at depths ranging between 2 and 1 O feet during
drilling operations. The groundwater level after completion of the drilling operations ranged
between 2 and 13.6 feet with the exception of Borings 8-24, 8-26, and 8-36, which were dry
at completion of drilling operations. These borings are located near the creek. It is not
possible to determine the level of the groundwater table based upon water level
observations in boreholes during drilling. In addition, the subsurface water conditions will
change with variations in the amount of precipitation, evaporation, and surface water runoff.
DE04-076 Page4 TERRA-MAR
I •
I
L.
· 1
1 ·
I
-f--
I
I .
-I:
5.0 ANALYSIS AND RECOMMENDATIONS
5.1 SETTLEMENT ANALYSES
Embankm ent heights up to 48 feet are anticipated in the area of the runway extensions
assuming a runway slope of +0 .50 percent. Settlement analysis has been performed to
determine the anticipated se ttlement of the embankment and the underlying supporting
soils. Th e parameters obtained in th e conso lidation tests were utilized in determining the
anticipated settlement. Th e following Table 1 lists the embankment height and the
anticipated se ttlem ent of th e embankment assuming that borrow material used for
co n stru c tin g th e e mb ankm en t will conform to the specifications provided in Section 6 .1.
TABLE 1 -ANTICIPATED EMBANKMENT SETTLEMENT
Embankment Height Anticipated Settlement
(feet) (inches)
5 0 .0 to 0.5
10 d .5to1 .0
15 1.5 to 2.0
20 2 .5 to 3 .0
25 3.5 to 4 .0
30 5 .0 to 5.5
'
35 6.0 to 6 .5
40 7.5 to 8.0
45 9.5 to 10.0
50 11 .0 to 11 .5
Settlement analysis has been performed at various boring locations taking into consideration
the height of the embankment and the thickness of the supporting soils. The following Table
2 lists the height of the embankment and the anticipated settlement of the ~mbankment at
various boring locations .
DE04-076 Pages TERRA-MAR
-
~ I
l t.
f
I
I
1
1 :
TABLE 2 -SETTLEMENT AT BORING LOCATIONS
ELEVATION EMBANKMENT ANTICIPATED
BORING NUMBER
(feet) HEIGHT (feet) SETTLEMENT (inches)
8-10 699.949 19 .9 7.5 to 8.0
8-11 698 .971 21.8 6 .5 to 7.0
8-12 698.502 22 .3 6.0 to 6.5
B-13 697 .617 23.1 6.5 to 7.0
B-14 696 .433 24 .3 5.5 to 6.0
8-15 696 .220 24.5 6.5 to 7.0
B-16 694.026 26 .7 6 .5 to 7.0
B-17 691 .001 29.8 6.0 to 6.5
B-25 688 .598 29.4 5.5 to 6.0
It is estimated that for a 20 feet high embankment 50 percent of the settlement will take
place in about 3 months and 90 percent of the settlement will take place in about a year.
Similarly tor a 30 feet high embankment 50 percent of the settlement will take place in about
6 months and 90 percent settlement in about 2 years.
5.2 SLOPE STABILITY ANALYSES
A global stability analysis was performed to check that the embankment side slopes would
have an adequate factor of safety against slope failure based on the fin al grading plan and
cross-sections provided by the client. The stability calculations were performed using the
software program Slope/W developed by Geo-Slope. The embankment side -slopes,
subsurface stratigraphy, design soil parameters, computed factor of safety and the most
critical failure surface for the embankment are indicated on Figures 77 and 78 . The slope
stability analyses indicates that the embankment side slopes have a computed safety factor
of at least 3.0 . This factor is considered to be acceptable. Accordingly, the embankment is
considered to have an adequate factor of safety with respect to slope stability.
DE04-076 Page 6 TERRA-MAR
I
i
.. _ [.
I :
I
l
I
I
. t
-I:
6.0 EARTHWORK GUIDELINES
6.1 SUBGRADE PREPARATION
Before beginning excavation, grading, and embankment operations in any area, the area
shall be cleared of trash, debris, and organic material. Following clearing operations, the
subgrade should be scarified to a depth of 6 inches and recompacted within two percent
(plus or minus) of th e optimum water content to a minimum of 95 percent of the maximum
density as determined by ASTM D 1557 . Soft or other unstable material, which will not
c omp ac t properly, should be re moved to a firm subgrade. The resulting areas and all other
low areas, holes or depressions shall be brought to grade with excavated material or ott-site
borrow mat erial.
6.2 OFF-SITE BORROW EMBANKMENT
Material that meets any of the following shall not be utilized as Off-Site Borrow
Embankment:
• Material that is high plasticity -classified as CH by the Unified Soil Classification
System .
• Material that has a liquid limit greater than 50.
• Material that has a plasticity index greater than 22 (according to ASTM D 2487).
• Material that has a CSR less than 20 when tested -according to ASTM D 1883 (at
optimum moisture content and 95 percent of Maximum Dry Unit Weight per ASTM D
1557).
Off-Site Borrow Embankment material shall be processed to meet the size/gradation
requirements as follows.
Sieve Sizes
3~1nch
1-lnch
No. 4
No . 16
Percentage by Dry-Weight
Passing Sieve
100
70-100
30-70
14-40
We recommend that sulfate tests be performed for the upper fill material under the paving
to determine if sulfates are present. Lime should not be used to stabiiize this material if
sulfates are present as lime would cause heave instead of stabilizing the material.
6.3 FORMATION OF EMBANKMENT AND COMPACTION REQUIREMENTS
Embankments shall be farmed in successive near horizontal layers of not more than 8
inches in loose depths for the fuli width of the cross section . Layer placement shall begin in
the deepest portion of the fill; as placement progresses, layers shall be constructed
DE04-076 Page 7 TERRA~MAR
I
L
I
I
~ [.
-I
app roxi mately p aral le l to th e f ini she d p avement grad e lin e. Und er all pav ed are as th e top 6
inch es of embankm en ts sh all be compact ed to a density not less than 95 percent of the
max imum density d eterm ined by ASTM D 1557 .
Labora tory mois tu re an d de nsit y testi ng should be pe rform ed on mat eria l sa mpl es taken
bef o re pl ace ment and c ompaction for each 1,000 square yards of material placed per layer.
Field density and moi sture content determinations should be mad e on th e constructed laye r
foll owing plac em ent and compact ion for each 1,000 yards of prepared subgrade . In-place
fi eld de ns ity shall b e determined for eac h 1,000 squa re yards of recompa cted area . It may
be n ecessa ry to adju st th e test fr equ ency b as ed upon the fi ll types and so il con dit ions at the
time of fill pl ace ment.
Many p ro blems can be avoided or solved in the field if proper monitoring and testing
services are provided . It is recommended that site preparation, and embankment
constru ction be mon itored by a qualified engineering technician . Terra-Mar, Inc . employs a
group of experienced, well-trained technicians for mon itoring and construction materials
testing who would be pleased to assist you on this project.
7.0 LIMITATIONS
The professional services, which have been performed, the findings obtained, and the
recommendations prepared were accomplished in accordance with currently accepted
geotechn ical enginee ri ng principles and practices . The possibility always exists that the
subsurface cond itions at the site may vary somewhat from those encountered in the
boreholes . The number and spacing of test borings were chosen in such a manner as to
decrease the possibility of undiscovered abnormalities , while considering the nature of
loading, size, and cost of the project. If there are any unusual conditions differing
significantly from those described herein, Terra-Mar, Inc. should be notified to review the
effects on the settlement and side slope stability of the embankment.
Th e recomm endations given in this report were prepared exclusively for the use of DMJM
Av iation, and thei r consultants . The information supplied herein is applicable only for the
design of the previously described development to be constructed at locations indicated at
this site and should not be used for any other structures, locations, or for any other purpose .
Furth er, subsurface conditions can change with passage of time . Recommendations
contained herein are not considered applicable for an extended period after the completion
OE04-076 Page 8 TERRA-MAR
-!
!
f .
I
· l
I
.. 1
date of this report. It is recommended our office be contacted for a review of the contents of
this report for construction commencing more than one year after completion of this report .
All recommendations are contingent upon the opportunity of Terra-Mar, Inc. to observe
foundation and floor slab construction and earthwork operations . If parties other than Terra-
Mar, Inc. are engaged to provide such services, such parties must be notified that they will
be required to assume complete responsibility as the geotechnical engineer of record for the
project.
All contractors referring to this geotechnicaf report should draw their own conclusions
regarding excavations, trafficability etc . for bidding purposes . Terra-Mar, Inc. is not
responsible for conclusions, opinions or recommendations made by others based on these
data. This report is intended to guide preparation of project specifications and should not be
used as a substitute for the project specifications.
Recommendations provided in this report are based on our understanding of information
provided by the Client about characteristics of the project. ff the Client notes any deviation
from the facts about characteristics of the project, our office should be contacted
immediately since this may materially alter the recommendations.
We will retain the samples acquired for this project for a period of 30 days subsequent to the
submittal date printed on the report. After this period, the samples will be discarded unless
otherwise notified by the owner in writing .
DE04-076 Page9 TERRA-MAR
' l -
-t -DE04-076
FIGURES
TERRA-MAR
L
t:
-l
LEGEND
App ro xi mate Proj ect Lim its ~ -_____ _
---------e-•1
---A ---~ ---8-J 7 r----a~ ~
I ~
I 8 -39 ~
8 -H
~/
I
B-J2
8 -2 1 -$-
B-9 ~
I
I
I
I
I
~
8-JI
$-
e-4i I -$-\ \
I
\ ~8 ~ ~o
I
I
\ __ .,B -19
I
\
\
\
\. \ -F~ e-s \ ~7 ~-;--:!s I°
\ ) a--$-\ ~-..2~------\ \
\ II 1' II \ _.-·( 1 B-16
. _,,. \ B-4 \ -$-\ \ \
/ \ ~ 11 I B-27 \ \
.,, B-JS '1'"" 8-15 \ 8-24 .6'.. 1 \ 1-$-\-$-\-$-t\1
I \ I .Ai \ )
\ \ B-14 \ D \
\ I -$-\ 8-23 y
\ B-J \ \ -$-/1 .
\ ~ I I / \
\ ~ \ ~IJ \ /
\
1
1 V \ I
\ \ a-22 /
\ 8-J{ \ ~2 'J /
\ ~ \ \ I
B-2 1
' ~ \ ~1 e, \ G ...._I, (
\ ~ \ B-1~/
\ \ ~ I
\ \a
\ ~t t) \ ...J, I
\ A / '
\ I
I
\ \
11
8-51 ~
)
~o
B-42
-$-
~ Approximate Boring LocaUon 0 250 -----500
'
TERRA-MAR
U.S. LABS
11050Ablu Lane
bi~~·. ~ 75229
(972) 488-&IOO Drawn by
AKH
Runway Extensions
All iance Airport
FortWorth, Texas
Oale Revised
15JUN04
APPRO XIIMTE SC>J..E (IN FEET)
PLAN OF BORINGS
Scale Project No .
1 Inch = 500 feet DE04-076 (66171)
NORTH
FIGURE
1
L:
L
LOG OF BORING 8-1
Project: Alliance Airport Runway Extension
Da te: 03/10/04 Elev .: 704 .376
Project No .: DE04-076
Location : N:7050129.822 , E:2329633 .679
Depth to water at completion of boring : Dry
Depth to water when checked: During Drilling
Depth to caving when checked : NIA
was: Dry
was : NIA
ELEVATION/ I
DEPTH
lfeetl
0
702
699
6
696
9
693
12
690
~15
687
1-1a
684
21
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
I
I
100/2.75"
DESCRIPTION MC
'I,
----------------------Medium stiff to very stiff dark brown CLAY (CH)
...
29
~---------------------··· Very stiff brown. dark brow n & tan C..IJ\ Y w/ ca lca re ous
nodules & iron nodules (CH)
----------------------...
Hard tan, bro wn & gray silty CLAY w/ severely fra ctured
limestone & calcareous depos its (CL)
-----------------------...
Tan & gray weathered LIMESTONE w/ clay layers
L----------------------...
Gray LIMESTONE wl gray shale seams
Notes : Completion Depth: 20.0'
TERRA-MAR , INC .
LL PL
•I, 'I,
. . . .
Pl -200 DO P.PE N UNCON Strain
•!, pct tsl tsf •1,
. . . .. ... . rn· . ..... .....
89.4 0 .8 14 .8
4.5+
FIGURE 2
I
L
l
LOG OF BORING 8-2
Project: Alliance Airport Runway Extension
Date : 03/10/04 Elev .: 703.828
Depth to water at completion of boring: Dry
Depth to water when checked: During Drilling
Depth to caving when checked : N/A
Project No .: OE04-076
Location: N:7050572 .950, E: 2329556.307
was: Dry
was: N/A
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC LL PL Pl I ·200 OD P.PEN UNCON Strain
% •;. •.4 V, pef tsf tsf •t.
(fee11
0
702
699
696 I
9 I
693
12
690
15
687
18
684
21
~---------------------.....
Stiff dark brown CLAY (CH)
----------------------.....
Very s!iff light brown ~LAY w/ calcareo us nodules (CH)
24 59
""Very stiff tan , gray & brown silty CLAY w/ calcareou s -20
nodules , iron nodules & calcareous deposits (CL)
L----------------------...
Ha rd tan , brown & gray silty CLAY w/ severely fractured
limestone , calcareous deposits & calcareous nodules (CL)
. 2:0 .
25 34
---------.---·---------··· ................. ······ .... .
Tan & gray weathered LIMESTONE w/ clay layers
L----------------------............................... .
Gray LIMESTONE w/ gray shale seams
Notes : Completion Depth: 20.0'
FIGURE3
TERRA-MAR, INC.
[,
I .
L
LOG OF BORING 8-3
Project: Alliance Airport Runway Extension
Date : 03/10/04 Elev .: 700 .716
Project No .: DE04-076
Loc ation : N:7051016.674 , E:2329479 .167
Depth to water at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
ELEVATION/ I
DEPTH
lfeetl
SOIL SYMBOLS
SAMP LER SYMBOLS
&. FIELD TEST DATA
DESCRIPTION
was: Dry
was : NIA
~o ----------------------...... .
Stiff dark brown CLAY w/ fine gravel (CH) 2.0
Slrain
'I,
1------------- ----------..... . . .. . . . . . . ..... ...... ... ..
Very stiff light brown & brown CL ~)'. w/ fin e gra ve l & 3.5
699 cal careous nodules (CH)
1-3 -Very stiff light tan & gray fil!ly CLAY w/ ru st se am & -16
· · · ·
~l~r~o~ ~e9s.i!_sjy!J. ___________ ...... .
Very stiff tan silty CLAY w/ severely fractured limestone 15 · i2s ·
696 l{glJ_ - ---- -- --- -- ------. . . . . . .
Tan severely weathered LIMESTONE, severely fractured
f----------------------.....
Tan & gray weathered LIMESTONE w/ clay lay ers
693
9
690 ----------------------...
Gray LIMESTONE w/ gray shale seams
12
687
15 0011 .6Q" +-------------------+--t--+--l--,f---+---l----'i-----1-----1
18
681
21
Notes: Completion Depth: 15.0'
FIGURE4
TERRA-MAR , INC .
f . .. ..
I :
LOG OF BORING B-4
Project: Alliance Airport Runway Extension
Date : 03(10/04 Elev .: 696.395
Depth to water at completion of boring : 10.5'
Depth to wat er when checke d: During Drilling
Depth to caving when c he cked : N/A
Project No.: DE04-076
Location : N:7051459 .949, E:2329401 .906
was : 2.0'
was: N/A
I
ELEVATION/ I
DEPTH
(leetl
SOIL SYMBOLS
SAMPLER SY MBOLS
& FIE LD TEST DA TA
DESCRIPTION MC LL PL Pl ·200 00 P.PEN UNCON Strain .,.
0
69£
693 j
I
1-6
690
9
687
12
684
681
18
678
.. 21
675
100/0.7S"
% '"'
~ Very sli ff dark brown & bro wn CLAY (CH) -
----------------------.....
Stiff li ght bro wn silty CLAY w/ severely fra ctured limestone
Lfe* slifftansilty CLA Ywiiust seam & trace caica're~u;-'14' ii
deposits (CL)
'4 'I, pcf tsl tst
· i:o ·
----------------------.............................. .
Tan weathered LIMEST ON E w/ gr ay limestone seams &
clay layers
~---------------------.............. · ................ .
Gray & tan LIMESTONE w/ shale layers
100/0.7S"--+-------------------+-t--+---+--+----il---+--+---i---1
Notes : Completion Depth: 15.0'
FIGURE 5
TERRA-MAR, INC .
l L
i :
LOG OF BORING 8 -5
Project Alli ance Airport R unway Exten si on Project No .:
Date : 03 11 1/04 Elev.: 692.999 Location : N :705 17 05.986 , E :2329359.200
Depth to wa ter at com pletion of bor ing : 2.0'
Dep th to wa ter when checked: Du ri ng Drilli ng was : 4.0 '
Depth to cavin g when checked : NIA was : NI A
ELEVATION/ I SOIL SYMBOLS MC L L PL -2 00
D EPTH SAMPLER SYMBOLS D ESCR IPTIO N Pl
fleet) & FIELD TES T DATA
% '!. 'k •.<,
693 0 ~---------------------... . . . . . . . ..
~.;y.
11
Tan severely weathe red LIMESTONE , severely fractured
l~ y
l~ ~ ----------------------... . . .. .. . ..
:uw Tan weathered LIMESTONE w/ clay layers :Ufi
,-, ~,..
-p~ i 11 P)
6'Xl 3 p~ ~ y'J 100/1.0"
P) ti -~5 ~
-e~ 2 11
100/1 .50"
~~ I ::i
687 6 s~ D)
D~
[:l)
;5 i 11
§ ~
684 9 g:;11 ~---------------------... .. .. .. . ..
~ Gray LIM ESTONE
100/0.6 0"
681 12
678 15
675 18
672 21
Notes : Completion Depth : 10.0'
TERRA-MAR, INC.
D E04-076
DD P.PEN UNCON Strain
pcf tsf tsf %
.. . . .... . ..... . ....
. .. ····· ...... .....
... ····· ······ .....
FIGU RE 6
f .
LOG OF BORING 8-6
Project : Alliance Airport Runway Extension
Date : 03/08!04 Elev .: 689.919
Project No .: DE04-076
Location : N:7051903.311, E:2329324.615
Depth to water at completion of boring : 13.6'
Depth to wat er when checked : During Drilling
Depth to caving when check ed : N/A
wa s:
was :
ELEVATIO N/ I
OEPTH
fl ootl
687 3
684 ~6
681
678 12
SOIL SY MBOLS
SAMPLER SYMBOLS
& FIELD TEST DA TA
10010.50"
10011 .00·
-:tl I~
DESCRIPTION MC
•.<,
----------------------...
Very stiff dark brown CLAY (CH)
2 3
~---------------------...
Tan severe!~ weathered LIMESTONE , se vere ly fract ured
----------------------...
Tan & gray weath ered LIMESTONE w/ clay laye rs
~---------------------··· Tan weathered LIMESTONE wl clay layers
----------------------...
Gray LIMESTONE w/ gray shale seams
4.0'
N/A
LL PL Pl -200 00 P.PEN UNCON
% Y, Y, pct Isl tst
. . . . . . ... .. . ..... ......
58 23 35 2.25
. . . . .. . . . . . . ..... ......
. . .. . . . .. . .. . .... ······
Strain
y,
.....
·····
.....
675 15 c.,...,..._... .,10011.00• +--------------------+-+-+-l-l--+-4--+---+--1
672 18
669 21
Notes : Completion Depth: 15.0'
FIGURE 7
TERRA-MAR, INC .
LOG OF BORING 8-7
Proj ect : Alliance Airport Runway Extension
Dat e: 03/08/04 Elev .: 694.278
Depth to water at completion of boring : 12.5'
Depth to water when checked : During Drilling
Depth to ca v ing when checked : NIA
Project No .: DE04-076
Loca ti on: N:7052198.573, E :2329273.006
was : 4.0'
was : N/A
ELEVATION/ I
DEPTH
SOIL SYM BOLS
SAMPLER SYMBOLS
& FIELD TEST DA TA
MC LL PL Pl -200 OD P.PEN UNCON Strain
DESCRIPTION % '" •4 '4 pct ts! tsl %
lfeell
~---------------------................... .
Very stiff dark brown CLAY w/ calcareous nodules (CH)
3.S
693
~---------------------~ Sti ff light brown & tan silty CLAY w/ severely fra ctured
·; ;· · · s:i ·
limest one & calcareo us nodules (CL)
690--1--------------------- --.••
Tan & gray we_ca!here d LIMESTONE w/ clay layers &
0010.50" seams
~6
687
1-9
684
'-1 2 1------------------------... ....................... ·····
Gray LIMESTONE w/ gray shale seams
681
'-15
678
18
675
21
672
Notes : Completion Depth: 15.0'
FIGURE 8
TERRA-MAR. INC .
i
I,.;
I.
LOG OF BORING 8-8
Project: Alliance Airport Runway Extension
Date : 06/02104 Elev.: 698.763
Project No .: DE04-076
location : N:7052494.07 4, E:2329221.496
Depth to water at completion of boring : Dry
Depth to water when checked: During Drilling
Depth to caving when checked : NIA
ELEVATI ONf
DEPTH
(feet
0
696
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIE LD TEST DATA
DESCRIPTION
--------------------Medium stiff dark brown CLAY (CH)
--------------------Very stiff brown CLAY wl calcareous nodules & deposi ts
(CH)
--------------------Very stiff light brown fil!h' CLAY. w/ ca lca reous deposits &
ru st (CL)
was: Ory
was : NIA
MC LL Pl -200 OD P.PEII UNCON Strain
% '/. "lo Pl '/. pcf tsf l sf %
4.25
4.5
--------------------.............................. .
693
690
9
687 12
664 15
681 18
678 21
100/2.00"
Light brown & gray silty CLAY w/ rust & limestone seams
(CL)
--------------------.......................... ·····
Tan weathered LIMESTONE w/ clay layers
--------------------.......................... ·····
Gray LIMESTONE w/ gray shale seams
Notes : Completion Depth: 20 .0'
FIGURE9
TERRA-MAR, INC .
I.
LOG OF BORING 8-9
Project: Alliance Airport Runway Extension
Date : 06/03/04 Elev .. 700.004
Project No.: DE04-076
location N:7052789.970, E:2329170.343
Depth to water at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
ELEVATION/
DEPTH
feet
699
696
SOIL S YMBOLS
SAMPLER SYMBOLS
& FIELD TE ST DATA
DESCRIPTION
--------------------Very stiff dark brown CLAY (CH)
--------------------Very stiff light brown CLAY w/ calcareous nodules &
deQQsits ~t!l -____________ _
Very sti ff to hard light tan & brown filllY. CLAY w/ calcareou
depos its & rust seams (CL)
was : Dry
was : NIA
P.PEN UNCON Strain
tsf tsr -J,
4 .0
·4.5 +.
4.5
6
--------------------............................... .
Tan weathered LIMESTONE w/ clay layers
693
9
690
12
687
15
684
18
--------------------.............................. .
Gray LIMESTONE w/ gray shale seams
681
21
678
Notes: Completion Depth: 20.0'
FIGURE 10
TERRA-MAR. INC .
l.
LOG OF BORING B-10
Project : Alliance Airport Runway Extension
Date : 03/10/04 Elev .: 699.949
Depth to water at comp letion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked: NIA
Project No .: DE04-076
Loca tion : N:7050361.049, E:2329796.379
was : Dry
was : N/A
ELEVATION/
DEPTH
feet
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
MC LL Pl -200
'/, •1, % Pl %
00 P.P EN UNCON
0
699
696
693
9
690
12
687
15
684
18
681
21
678
DESCRIPTION
--------------------Very stiff brown CLAY w/ calca reo us nodules, iron nodules
& gravel (CH)
--------------------Very stiff light tan & brown CLAY w/ calcareous nodules &
iron nodules (CH)
--------------------Stiff to hard tan, gray & brown silty CLAY w/ limestone
seams(CL)
27 73 27 46 82
--------------------...... .
Tan & gray weathered LIMESTONE w/ clay layers
Gray LIMESTONE w/ gray shale seams
Notes : Completion Depth: 20.0'
p er tsr tsr
2.25
2.5
4.5•
Strain ...
FIGURE 11
TERRA-MAR, INC .
l
. I
-l.
LOG OF BORING B-11
Project: Alliance Airport Runway Extension
Date : 03/10/04 Elev .: 698.971
Project No .: DE04-076
Location : N:7050554.367, E :2329762 .928
Depth to water at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : N/A
was : Dry
was : N/A
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAM PLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION MC LL PL Pl I ·2,,?,0 OD P.PEN UNCON Strain
·,~ % 1/, ,, pcf tsr lsf t/,
lfeetl
0 f-----------------------•••••
Very stiff dark brown CLAY (CH)
2 .5
696 3 ----------------------··· Very stiff to hard light brown CLAY w/ calcareous nodules
(CH) 21 55 20 JS 9J 4 .5+
693 6 ----------------------...
Tan & gray silty CLAY w/ limestone seams (CL)
....._. __ -------------------...
Tan weathered LIMESTONE w/ clay layers
690 9
100/2.50"
687 12
~---------------------...
Gray LIMESTONE
684 15 100/0.50" 1--------------------1--1--+-11-l--+-.J--I---+-~
681 ,_ ,a
678 1-21
Notes : Completion Depth: 15.0'
FIGURE 12
TERRA-MAR, INC.
! t.
I,
LOG OF BORING 8-12
Project: Alliance Airport Runway Extension
Date : 03/10/04 Elev .: 698.502
Depth to water at completion of boring : Ory
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
Project No.: DE04-076
Location : N:7050755.171, E:2329727 .453
was : Dry
was : NIA
i ELEVATION/ 1
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC LL PL Pl -2 00 DD P.PEN UNCON St r ain
% •.4 '/, •,<, p cf tsf ts f v~
lfeetl
696
693
1-6
690
687
12
684
~15
681
~,a
678
J~w
JI~ li-1 JI~?:
JII!~ ;t]9i
J5~ J)~:r.?
)~2J J~M
:i;x~ JlW
J)~~
J M_
~~II
1-----------------------................... .
Very sti ff dark. brown CLA_'!'. (CH)
2.5
1-----------------------........ .
Stiff light brown CLAY w/ calcareous nodules (CH) 23 1.1 9 .0
----------------------.............. .
Very stiff tan silty CLAY w/ limestone seams (CL)
----------------------........ .
Tan weathered LIMESTONE w/ clay layers & seams
100/1 .75 "
f00/1 .00" +--------------------+--+-+-l--+--+--1---1---1---,I
Notes : Completion Depth: 15.0'
FIGURE 13
TERRA-MAR, INC .
L
-I
I
{
( .
LOG OF BORING B-13
Project: Alliance Airport Runway Extension
Date : 03/11/04 Elev.: 697.617
Depth to water at completion of boring: Ory
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
Proje ct No .: DE04-076
Location : N:7050948.211, E:2329694.312
was : Dry
wa s: N/A
ELEVATION/ I
OEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC LL PL -200 DO P.PEN UNCON
•t. o;. '/, Pl % p cf Isl tsr
(leett
0 1-----------------------.............. .
Very stiff dark brown CLAY (CH)
· i :s· ·
.__ _____________________ -·· ........... .
Very stiff light tan & brown CLAY w/ calcar eous nodul es
(CH} 696
3 .5 23 64 24 40
L-----------------------...
Hard tan silty CLAY w/ broken limestone (CL)
·u •.
693
6
Strain
%
f----------------------.............................. .
Tan weathered LIMESTONE w/ clay layers
690
9
687
12
~---------------------.......................... ·····
Gray LIMESTONE
684
15 10010 .75" --------------------'==--'---+--+--+--,f-+--+--+--+---+----1
681
18
678
21
Notes : Completion Depth: 15.0'
FIGURE 14
TERRA-MAR, INC .
I
L.
-(
I.
I -I
.{ .
LOG OF BORING 8-14
Project : Alliance Airport Runway Extension
Date : 03/11/04 Elev.: 696.433
Project No.: DE04-076
Lo cation : N:7051149.346, E:2329658.862
Depth to water at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : N/A
ELEVATION/ I
DEPTH
lfeetl
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
was : Dry
wa s: NIA
0 ----------------------.....
Very stiff da rk brown CLAY w/ cal careo us nodul es (CH)
696
27 71 27 44 86 2.7 5
693-
-6
690-
'-9
687
'-12
684
ii
i. ~I!'
:fM :r@
:I -l:d-
-lti1-
100/2.75"
100/0.75"
l----------------------...... .
Very sti ff tan , gray & brown fililY. CLAY w/ li me ston e sea ms
& calca re ous depo sits (CL) 15
~---------------------...
Tan weathered LIMESTONE w/ clay layers
----. -----------------....
Gray LIMESTONE w/ gray shale seams
1 16.J 4.0 2.0
Strai n
%
8 .8
~15
~II
100/0.75" +----------------==--,---+-+-+--jf--!--1--.J--l---+---I
681-
18
678
21
675
Notes: Completion Depth: 15.0'
FIGURE 15
TERRA-MAR, INC .
L
LOG OF BORING 8-15
Project: Alliance A irport Runway Extension
Date : 03111 104 Elev .: 696.220
Project No .: DE04-076
Location : N:7051346 .047 , E :2329624.535
Depth to water at completion of bori ng : Dry
Dept h to water when checked: During Drilling
Depth to caving when checked : NIA
ELEVATION/ I
DEP TH
ff eell
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTI O N
was : Dry
was : NIA
0 ~---------------------J1 60 26 34 . . . . ..
696 Very stiff dark brown CL AY (CH )
. 2.75.
L.----------------------................... .
~J
693
690 6
9 68 7
... 12
684·
b :X~
b ~
':'1~2 tj~ ~W.:
b'J~ t J)6\
1001 1.,s··
Tan severely weathered LI MES TONE , severely fra ctured
1-----------------------................... .
Very stiff tan si lty CLAY wl severely fra ctured limestone &
calcareous deposits (C L) 2.25
~ Tan weathe red LI MESTONE w/ cl ay layers -
Strain
%
:t~ ~5~~ !e"~""" ~--------------------- .............................. .
b:i\\~ Gray LIM ESTONE w/ gray shal e seam s
15 681
~1s
678
21
675
~ b..,.'! ,
~:1
10011.25 " +---------------------+--+--+---lf-+--+--+---+---4---1
Notes : Completion Depth: 15.0'
FIGURE 16
TERRA-MAR, INC .
l
LOG OF BORING 8-16
Project: Allia n c e Ai rp o rt R unway Exte n si on
Date : 0 3/11 /04 Elev .: 69 4.02 6
Project No .: DE04 -076
Location : N:705 154 3.135 , E :2329 590 .4 01
Depth to water at completion of boring : Dry
Dept h to water when checked: D ur i ng Drilli ng
Depth to caving when checked: N/A
ELEVATION/ I SOIL SYMBOLS
DEPTH SAMPLER SYMBOLS
!feet! & FIELD TEST DATA
D ESCRI PTION
was : Dry
was : N/A
0 ~---------------------...... .
/j
693 ~
tJ ~ µ
Medi um stiff brown CLAY (CH)
27
----------------------··· Tan weathered LIME_S.TONE w/ clay layers & seams
J ::, i 100/1.00"
µ
::,
µ
690
5i z I
bl
,u 100/1.25"
p ~
Jl I 6 JJ i Jl
::,1 l µ ~
687 i ll ::,1
JI
::,:i:
tJ g µ
9 ::, ~I J
684 100/0.50"
12
681
15
678
18
675
21
672
Notes : Completi on Depth : 10.0'
TERRA-MAR. IN C.
OD P.PEN UNCON Strain
pcf tsf tsf •1.
94.0 3 .25 0.9 8 .6
FI GU RE 17
LOG OF BORING 8-17
Project : All ia nce Airport Runway Extens ion Proje ct No .: DE04-076
Date : 03/11 /04 Elev.: 69 1.00 1 Location: N:70 51740 .376 , E:2329555 .996
Depth to wa ter at completion or boring : 9 .3'
Depth to water when checked: During Drilling was : 4 .0'
Depth to caving when checked : N/A was : N/A
ELEVA TIONI I SOIL SYMBOLS MC LL I PL -200 OD P.PEN UNCON
OEPTH SAMPLER S YMBOLS DESCRIP TION Pl Strain
lfoetl & FIEL D TE ST DATA
% % % % pcf tsf Isl %
0 ~---------------------... . .. .. . ...... .....
~ I Very Stiff Brown CLAY (CH) 35 66 26 40 · ·2:s ·
690 a ----------------------... . . . . . . ... . .. ..... ...... .....
Tan seve rely weathered LIMESTONE , severely fra ctured
II ~---------------------... . . . . .. . .. . .. ..... ...... ... ..
?9~tt Tan weathered LIMESTONE w/ clay laye rs
~'.ltt
3 10010 .7S"
~:nc ~ :i a: -~)J ~
687 l;,.; 11 -
'OJa'.
100/2.2S"
~J tt ~!i tt
~Jtt
6 ~ tt ~ tt n a:
684 9J::
n 9:ii
~ :i;;=
~ ~ n ~ ~
9 'C7 lJ~.1
~---------------------... . . . . .. . .. . .. . .... ...... . ....
-Gray LIME STONE
681 100/0.75"
'-12
678
15
675
.
18
672
21
l 669
Notes : Complet ion De pth : 10 .0'
FIG URE 18
TERRA-MAR, INC .
-r
I
{
I
L
LOG OF BORING B-18
Project: Alliance Airport Runway Extension
Date : 03/08!04 Elev.: 688.617
Depth to water at completion of boring : 13.0'
Depth to water when checked : During Drilling
Depth to caving when checked: NIA
Project No .: DE04-076
Location: N:7051937.169, E:2329521 ;712
was : 8.5'
was : NIA
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC LL PL Pl -200 00 P .PEN UNCON Strain
% % % •.4 pcf tsf tsf •,4
/feell
0
687
684
6
681
9
678
12
675
15
6n
18
669
21
:n :z,:i ~;~:J b~ .
b : b '
b~
~~ b:t '2;i = hi!Jc,::i
-~~
b~ I7
JJ .::r
100/0.50"
100/2.25"
1-----------------------.....
Stitt dark brown CLAY (CH)
· i .is ·
27 95.1 2.25 1.1 12.7
1-----------------------...
Very stiff tan , dark brown & brown CLAY w/ severely
·i2s ·
fractured lime stone (CH)
._ Tan & gray weath ered LIMESTONE w/ clay layers -
1-----------------------....
Gray LIMESTONE w/ gray shale seams
~1,
~ i., 100/2.00" +--------------------+---+--+---+----,f---f--f.-----,f----+---1
Notes : C o mpletion Depth: 15.0'
FIGURE19
TERRA-MAR, INC .
-1
I.
' l.
LOG OF BORING 8-19
Project : Alli ance A irport Runway Ex tens io n
Date : 03 /08 /04 Elev.: 691 .024
Pro ject No ,: DE0 4 -076
Location : N:70 5 22 58.630 , E:2329617.78 5
Depth to water at completion of boring : 10 .0 '
Depth to water when checked : Duri ng Drillin g
Depth to caving when checked : N/A
wa s:
ELEVATION/ I
DEPTH
I lfeetl
0
690
687-
684
>-9
681
12
678
-
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIE L D TEST DATA
100/1 ,75"
wa s:
D E SCRI PTION
MC
%
----------------------'"
Very stiff dark brown & brown CLAY (CH)
29
----------------------"'
Tan & gray weathered LIMESTONE w/ clay lay ers
-Gray LIME STO NE w/ gray sha le layers -
10.0'
NIA
LL PL Pl -200 DD P.PEN UNCON .,. •,4 % pcf lsf Is!
'' '. .. . '' . '' ····· ......
64 29 JS 80 2.5
. ' .. .. ••' . ., ..... ......
Strain
%
.....
. .. ..
15 100/2.00" +-------------------+-+-+-1-+--+-+-+--+--I
675
18
672
21
669
Note s: Completi on Depth: 15.0 '
FIGURE 20
TERRA-MAR , INC .
l.
l
LOG OF BORING 8-20
Project: Alliance Airport Runway Extension
Dc,1te : 06/02/04 Elev .: 693.811
Project No .: DE04-076
Location : N:7052553.968, E:2329566.053
Depth to water at compl etion of bori ng : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
was : Dry
wa s: NIA
ELEVATION/ I
DEPTH
(f eell
0
693
690
68 7
~9
684
t--12
681
SOIL SYMBOLS
SAMPLER S YMBOL S
& FIELO TEST OA TA
~I
~h
~ :,-,.
~ b:
~ ~ 11
10012.00-
10010.50"
100/1 .50"
DESCRIPTION
~---------------------Medium stiff brown CLAY (CH)
~---------------------Tan weathered LIMESTONE w/ clay seams
-w/ clay layers below 7'
. ._ Gray LIMESTONE w/ interbedded gray shale seams & · -
layers
MC
•1,
"i9"
...
LL PL
% %
. . ..
. . . .
Pl -200 00 P.PEN UN CON
% p cf !Sf ls f
.. . . . . .... . .....
9 0 J .5 0 .6
. . . .. . . . ..... ......
Strain .,,
. 'g :j .
.....
~1s
~II
_ 10013 .25'" -l-------------------+--4-~---f----+-__ f---__ f---_+-~
678
18
675
~21
672
Notes : Completion Depth: 15.0'
FIGURE21
TERRA-MAR, INC.
LOG OF BORING 8-21
Project: Alliance Airport Runway Extension Project No .: DE04-076
Dat e: 06/02/04 Elev .: 693.255 Location : N:7052849.827, E:2329514.851
Depth to water at completion of boring : Dry
Depth to water when checked: During Drilling was: Dry
Depth to caving when checked : N/A wa s: Nia
ELEVATION / I SOIL SYMBOLS MC LL PL ·200 DD P.PEN UNCON
DEPTH SAMPLER SYMBOLS DESCRIPTION Pl
Stratn
((ec tl & FIELD TEST DATA
'.4 '.4 '.4 % p cl tsl tsl 'k
0 ~---------------------... . . . . . . ... . .. ...... . ....
693 ~ Very stiff dark brown CLAY (CH)
. :i:o .
v; ~---------------------... 63 ici 4j . .. ... . :i:o·. ...... ·····
Very sti ff to hard brown CLAY w/ calc ar eo us nodul es &
~ small gravel (CH) 4.5+
~---------------------3
... .. . . . . .. . . .. ····· ······ .....
690 t j Tan weathe re d LIMESTONE w/ clay seam s
~
D ~ b~ ',
) ~-
J.J 100/0.50"
5 l
~ ~
6 J ~ 68 7 b ~ e...
: ~ u t: 5 t:
~
~ .
~
J
-9 ~ 684 b
b
ft
· i., 100/0.50"
:
E l b
b
1-12 ti · ~---------------------... .. .. . . .. . . . . . .... ...... . ....
681 b Gray LIMESTONE w/ gray shale seams
b
J
j
b
b
~
15 100/1.60-
678
... 18
675 ·
>-21
672
Notes: Completion Depth: 15.0'
FIGURE22
TERRA-MAR. INC .
L
1
l
I
·-L
LOG OF BORING 8-22
Project: Alliance Airport Runway Extension
Date : 03/1/04 Elev .: 694.534
Depth to water at completion of boring : Dry
Depth to water when checked: During Drilling
Depth to caving when checked: NIA
Project No.: DE04-076
Location : N:7050785.762, E:2329925.586
was: Dry
was: NIA
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC LL PL -200 DO P.PEN UNCON
% % % Pl •t. pc( ts! tsf
/ftetl
r-----------------------...
Stiff dark brown CLAY (CH)
. i.75.
Stiff dark brown CLAY 72 24 48
693
1--Stiff to very stiff light brown CLAY (CH) -26 ile .s . i .iii. 1.5
26 93 4 .5+
----------------------··· Hard tan, brown & gray silty CLAY wt calcareous deposits
. 4.5+.
690 & severely fractured limestone (CL)
687 I 4 .S+
----------------------...
Tan weathered LIMESTONE wt clay seams
1-9
100/0.50"
684-
12
1----------------------...
Gray LIMESTONE w/ gray shale seams
681
Strain
%
15 0011 .00· +-------------------+--1--+-+-t--t--l--!--+--.f---·
678
18
675
21
672
Note.s: Completion Depth: 15.0'
FIGURE23
TERRA-MAR, INC.
-' ! ! .
LOG OF BORING 8 -23
Project: Allianc e A irp ort Runwa y Exte ns io n
Date : 03 /1 1/04 Elev .: 693 .3 57
Depth to water at completion of bori ng: Dry
Depth to water whe n checked : Durin g Drilli n g
Depth to caving when checked : N/A
Project No .: D E 04-07 6
Location : N :705 1 085 .100, E:2329873 .113
was : Dry
was : NIA
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESC RIPTION
MC LL PL Pl -200 0 0 P.PEN UNCON St rain
·~ % % % pcf ts f tsf •;,
(feell
69 3
690
6
68 7
9
684
12
681
15
678
18
675
21
672
--10012.00 "
~
Jl~
DJ~
ii~
Jlit'.Z
I!t'.l: I n'l
::i:X11J]
::iJi!Ji ~J~'r
J~~II
~I&i t:n1:t :::u 1:t p(Je:o:
o:x.?.z'I.i
::iJm
D)~
C:Zl9:rJ
-10011.00•
f-----------------------...... .
Very stiff brown CLAY w/ cal careous nodules (CH)
2.5
----------------------Hard light brown Q,,A Y w/ severely fractured limestone ·21 · 1i ii 50 ... ... . 4.5+. ······ .....
L{gill _________________ ~ ... .. . . . . . .. ... ····· ······ .....
Tan weathered LIMESTONE w/ day layers
~~~ 3'~~ E 3 '--- -------- -- ---- - - - --• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • •
P;oi:i:1 Gra y LIME STO NE
1:IJ.i:R l:I l I ·J ~,
100/0.7 5" +-------------------+--+--+--l-~c---l--1--1----+--'==I
Note s: Completion Depth : 15.0'
FIG URE24
TERRA-MAR , INC .
L
l .
l
1 ·
I -
LOG OF BORING 8-24
Project: Alliance Airport Runway Extension
Date: 03 110104 Elev .: 692 .715
Project No .: DE04-076
Loca tion : N :7051380 .605, E :2329821 .583
Depth t o wa ter at completion of boring : Dry
Depth to waler when checked : Durin g Drilling
Depth to caving when checked : NIA
ELEVATION/ I SOIL SYMBOLS
DEPTH S AMP L ER SYMBOLS
(feotl & FIELD TES T DATA
was :
was:
D ESC RIP TI ON MC
'I,
0 /j t-Very stiff dark brown & brown CLAY wl calcareous nodule;
(CH)
3 .0'
NIA
LL PL
•,1 '/,
i
~ 1-Stiff light tan & brown CLAY w/ calcareous nodules (CH) -19
· ·
690
3
687 •
6
9
681 •
~1 2
---~ -Very stiff tan & gray fillli' CLAY w/ severely fractured -
~ ..J!!!)~t9.!1~&...£ata.@C?_!!S_Qe2_o~tsjgj _______ ...
9~'.[
!'y) :r Tan weathered LIMESTON E w/ clay layers
~ g 10011 .so·
1Ijl ~ tI
~ g ~ :r 9 :r
100/2.26"
-Gray LIME STON E w/ gra y sh ale seam s -
Pl -200 DD P.PEN UNCON Strain
'I, pcf t sf ts! '/,
J.5
· · · 1·os .3 · :i .is · · · 1.s · · · a:i ·
678·
~15 100/1.0 0" +-------------------+--+-+-4--l-..+---11----1---=:l:=:.....c......1
675
18
672
1-21
Not es : Completion Depth : 15 .0'
F IG URE 25
TERRA-MAR , INC.
·· l :
LOG OF BORING 8 -25
Project: Alliance Airport Runway Ex ten s ion
Date : 03 /11/04 Elev .: 688 .598
Dept h to wa ter at comp letion of boring : 4.5'
Depth to water when checked : D uri ng Drilling
Dep th to caving when checked : N/A
Project No .: OE04-076
Lo ca tio n: N :7051770 .835 , E :2329753.56 1
was : 3.5'
wa s: N/A
ELEVA TION/ I
DEP TH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD T ES T DATA
MC LL PL Pl -200 DD P .PEN UNCON
DESCRI PTION 'k % 'k '!, pcf tsf tsf
/feetl
0 ._ Stiff dark brown CL<\Y (CH) -31
• ·
• . • . • . . 89 .6
Strain
'/,
8 .0
~I
i
w~II
f----------------------................................ .
Tan severely weath ered LIMESTONE , severely fra ctured,
687
684
6
681-
9
678
'-12
675
'-15
672
~1s
669
21
-~)~
-=-10) ~
~ ,:',I ~q
~-~ II
::i
p j
p ~
::i I
~
w/ clay layers
100/2 .75" l------------- ----------..•
Tan & gray weathered LIMESTONE
100/0.7 5"
10011 .00· ----------------------.............................. .
Gra y LI MESTO NE w/ gray shale se ams
e·1
~~tl100/1.25"--c~-------------------i--+---1-~-1--l--1--'---~---l
No tes: Completion Depth: 15.0'
FI GURE 26
TERRA-MAR. I NC .
-
LOG OF BORING 8-26
Project: Alliance Airport Runway Extension
Date : 03/08/04 Elev.: 687.035
Project No .: DE04-076
Location: N:7051971 .887, E:2329718.723
Depth to water at completi on of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : NfA
was : 8.5'
was : NIA
ELEVATION/ I
DEPTH
ffeetl
687 0
681 6
678 9
675 12
672 15
669 18
666 21
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
I
00/<l.5.CI:'...
DESCRIPTION
1------------------------.....
Stiff dark brown CLAY (CH)
27
----------------------...
Stiff li ght brown , brown & tan CLAY w/ limestone fragments
(CH)
I-----------------------•••
Very stiff to hard tan & gray silty CLAY w/ calcareous
deposits & rust seam (CL)
----------------------...
Gray LIMESTONE w/ clay seams
~---------------------...
Gray SHALE w/ gray limestone layers
Notes : Completion Depth: 20.0'
TERRA-MAR, INC .
DD P.PEN UNCON Strain
pd tsf tsf •h
2 .0
96.T 2.0 1.2 9.3
4 .5+
FIGURE 27
L
LOG OF BORING 8-27
Project: Alliance Airport Runway Extension Project No .: DE04-076
Lo ca tion : N:7051414.995, E:2330018.806 Date : 03/11/04 Elev .: 689.032
Depth to water at completion of boring : Dry
Depth to water when checked: During Drilling
Depth to caving when checked : N/A
ELEVA TIONJ I
DEPTH
(teetl
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
was : Dry
was : N/A
MC LL PL -200 OD P.PEN UNCON Strain
'I. % '!. Pl '!. p cf tsf tsf 'I.
0 ------------------------.....
Very stiff dar k brown CLAY w/ calca reous nodu les (CH)
Very stiff dark brown CLAY
687 28 66 24 42 69
----------------------.....
Tan weathered LIM ESTONE w/ clay seams
684-
661
9
678
----------------------~· ................. ······ .... .
Gray LIMESTONE w/ gray sha le seams
12
675
15 1.25" +-------------------+--1--+--1-1---1---1---1---..I---J
672
~1a
669
21
Notes : Completion Depth: 15.0'
FIGURE 28
TERRA-MAR, INC .
-
l l
LOG OF BORING 8-28
Project : All ia nce Airport Runway Ex te nsion Project No .:
Date : 03 /1 1 /04 Elev .: 687 .0 53 Location : N :70 5 18 09 .043, E :2329950 .349
Depth to water at completion of boring : Dry
Depth to water whe n checke d: Durin g D ri ll ing was : Dry
Depth to caving when checked : NIA was : NIA
ELE VATION / I SOIL SYMBOLS MC LL PL -200
OE PTf1 SAM PLER SYMBOLS DESCR IPTION Pl
!feet\ & FIELD TEST DATA
% % 'f. %
667 0 ~---------------------... 70 30 40 ...
~ I Hard dark brown g~'( wt severely fra ctured lime stone 25
l(g~------------------... .. . . . . . ..
~ Tan wea thered LIMESTONE w/ clay seams
a,']'.JZI:
"?~ !I ~l )~ I I
684 3 100/0.50" *l~ ¥~;;
91 ~ ~E.~ II
10011 .75"
~;mi ~ ~
681 6 ~ !I a ~ ~ ~ 9 ~ a:i ~
':lf
11 Z.,.i; ----------------------... .. .. .. ...
~ ~~ Gray LIMEST ONE wt gray shale seams :?.i S1 ~
678 9 ~ 11 ;:,
':I i
100/1.00"
675 12
672 15 -·
669 1-10
665 21
Not es: Completion Depth : 10.0'
TERRA-MAR . INC.
DE04 -076
0 0 P.PEN UNCON Strain
pef ts! tsf '!,
. .. . ,i _5;. ...... . ....
.. . ..... . ..... . ....
... ····· ······ .....
FI GURE29
l
L
L
-l ··
LOG OF BORING 8-29
Project: Alliance Airport Runway Extension
Date : 03/08/04 Elev .: 684.976
Projec t No .: DE04-076
Loca tion : N :7052006 .006, E:2329915.661
De pt h to water at co mp le ti on of bo ring : 12.0 '
Depth to water wh en c hecked : During Drilling
Depth to c av ing wh en checked : N/A
EL EVATION/ I
DEPTH
lleell
SOIL SYMBOLS
SAMPLER SYM BOLS
& FIELD TEST DATA
w as:
w as:
DESCRIPTION MC
•;.
0 ----------------------...
/j Very stiff dark brown CLAY (C H}
684 /j --...
Very sti ff dar k brown, tan & brown CLA Y w/ se verel y 29
-~£\_U@.dJim~s_!Qn~ (9 "il_ ___________ ...
. b ) Tan & gr ay weathered LI MESTONE w/ clay layers
) p ~
68 1
6
67 8
'-9
67 5 10011 .00·· Iw
2.0'
NIA
LL PL Pl -200 DD P.PEN UNCO N
14 'I, •t. pcf tsf tsf
. . . . .. . .. --. · 2:s· -......
66 :is ... ... . °J :o. . .....
28
.. . . .. . . . . .. . .... ......
S train
14
.....
. ....
.....
J_~ ----------------------··-................. ······ .... .
'-12
672
1-----
SL BI!
.=--=-=-~==-~==-
~§j== €-==~-
Gray & tan SHALE w/ gray lime stone sea ms
'-1 5
ii~ n
~:f:f = ~100/1.50" +-------------------+-+-t--11--1---1---l--+--+--I
669
'-1 8
666
'-21
663
Notes : Completion Depth: 15.0'
FIGURE 30
TERRA-MAR, INC .
-
l
l'
-1
~ I
LOG OF BORING 8-30
Proj ec t : Alliance Airport Runway Extension Proj ect No .:
Date : 03/08/04 El ev.: 686.585 Lo ca tion : N:7052318.753, E:2329962.725
Depth to water at completion of boring: Dry
Depth to water when checked : During Drilling was : Dry
Depth to caving when checked : N/A wa s: NfA
ELEVATION/ I SOIL SYMBOLS MC LL PL
DEPTH SAMPLER SYMBOLS DESCRIPTION Pl -200
lfe e tl & FIELD TEST DATA
% •,4 '/, %
-0 ----------------------... . . . . .. . ..
~ Stiff dark brown CLAY {CH)
~ ~ 26
684
-3 J~~ ----------------------... . . . . . . . ..
Tan severely we athered LIMESTONE, severely fra ctured
~~~:,{ ----------------------l
... . . . . . . . ..
!t_xl'EI: Tan & gray weathered LIMESTONE w/ clay layers &
!l:l'l!l:
10010.25-sea ms
681
91::: n !:I:
6
_..,,CI ~ b: ~ b:
~Jci: ~ -
~ !:I: I ![ !:I: t'.J !:I:
·1 ~ 5:. 678 ""' ~ '-9 a
~ a. I 2lj e=
100/1.7 5"
-~
I~ ~ ![ ~~ .![
:icti i 675 a
12 ~ ~ 1'.[
J ~ a-
~ I!l:
I!l:
![ I~
:!r'::i:
6n ~~ I
15 100/2.25"
2tri
~---------------------... .. .. . . ...
:x ·
:i ' Gray LIMESTONE w/ gray shale seams
I
~
669 ~ ~ 18 ~ :li :li cri
;If ~I o:x
10010.75"
666
21
Notes : Completion Depth: 20 .0'
TERRA-MAR. INC .
DE04-076
DO P.PEN UNCON Strain
p er Is( tsr .,.
. .. . .... ...... ·····
2 .0
95.3 1.3 12.7
. .. ····· ...... .....
. .. ..... ...... . ....
. .. . .... ...... .....
FIGURE 31
LOG OF BORING B-31
Project: Alliance Airport Runway Extension Project No .: OE04-076
Da te: 06/02/04 Elev.: 690 .655 Lo ca tion : N:7052614 .316 , E :2329910.914
Depth to water at completion of borin g: Dry
Depth to water when che cked : During Drilling was: Dry
Depth to caving when checked : N/A was : NIA
ELEVATION/ I SOIL SYMBOLS MC LL PL .zoo DO P.PEN UNC ON Strain
DEPTH S A MP L ER SYMBOLS DESCRIPTION Pl
lfeetl • S. FIE L D TEST OATA
% 'I', % % per tsf Isl '/,
0 ----------------------... . . . . . . ... ... . ·4'.s. ······ . ....
~ I Very stiff brow n CLAY w/ severely fractured limestone (CH ) 21
690 ----------------------... . . . . . . ... . .. . .... ······ .....
~ Tan seve rely weathe red LIMESTONE , sev erely fra ctured
":·
11
~---------------------... .. . . .. ... . .. . .... -····· .....
s~ i;1;; Tan weathe red LIMESTONE w/ cla y seams & layers
t:,J ;?:z
J t:JJ ~ _.., 1001 1.75"
pJ 2;r:: 687 Dl 7:r:
J'l z ll J'l z
·10010.SO "
l:l'.l ~
6 ~5 g PJ
684 ~5 g J'l
J'l
11 J'l
J'J
p~ ~
p'.l l
PJ l 1-9
::i:i l 11 681
,., ~
::iJI
IJ 100/4.75'.
:i z ::i . z
~ ~
~:i i p l
12 ::i 2-r:
~-~
678 ~J l
~-~ ----------------------... . . . . .. ... . . . . .... .. ..... ..... =~~= Gray SHALE w/ gray limestone seams
=--==-=.:-= ~~~
D 10013.25 " ~i=~~
15
675
18
672
21
669
Notes : Completion Depth: 15.0'
FIGURE 32
TERRA-MAR, INC.
I
l
.. I -'
LOG OF BORING 8-32
Project: Alliance Airport Runway Extens i on
Date: 06/02/04 Elev .: 690 .359
Project No .: DE04-076
Lo cation: N :7052909.866, E:2329859 .760
Depth to water at completion of borin g : Dry
Depth to water when checked : During Drilling
Dep th to cavi ng when c he cked : N/A
was : Dry
wa s: N/A
ELEVATION/ I
DEPTH
lfe ell
-o
690
3
687
6
684
9
681
12
678
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
----------------------FILL -Very stiff brown & light brown CLAY w/ severely
fra ctu red lime ston e (CH}
----------------------Tan y;ealhered LIMESTONE w/ clay seams & layers
...
22
25
...
I~ j:J.
:;i!,2._;i ----- ------------------•••
=-Gray SHALE w/ gray limeston e seams
~-==-==--= 1--~~~~ ~=->="-c=--c=--
-==---==-==--:: c=---=----.=----
. . . .
64 17
. . . .
.. . .. . .. · :i.rs · ······
109 J .O 0.4
)7 18 J .75
.. .. . . . . ..... ......
S train
'Y,
.....
6 .8
. ....
,~ rl
i ==--LI 10014.1s· +--------------------1-+-+-t-1-+-+--+--+--1 15
675
18
672
21
669
Notes : Completion Depth: 15.0'
FIGURE 33
TERRA-MAR , INC .
LOG OF BORING 8-33
Project: Alliance Airport Runway Extension
Date: 03/08/04 Elev .: 708.528
Depth to wat er at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
Project No.: DE04-076
Location: N:7050138 .152 , E:2329380.518
was : Dry
was : NIA
ELEVATION/ I
DEPTH
SOIL SYMOOLS
SAMPLER SYMBOLS
& FIEL D TEST DATA
MC LL PL Pl -200 OD P.PEN UNCON
DESCRIPTION % % •,4 % pc! ts! ts!
lleell
708
----------------------.............. .
Very stiff dar k brown CLAY (CH)
. i.is .
~---------------------.............. .
Very stiff dark brown, brown & tan CLAY w/ calcareous
nodul es (CH) 2.5
705 ----------------------.............. .
Very stiff to hard tan & gray silty CLAY wt rust seams &
calcareous nodules (Cl)
6
70 2
4 .5+
----------------------.....
Hard brown & tan CLAY w/ calcareous deposits & iron
9
sta in s (CH} 20 58 25 · 33 91 4.5+
699
12
696
Strain
%
----------------------............................... .
Tan weathered LIMESTONE w/ clay layers
15 10012.25•
693
18
6!Ml
-Gray LIMESTONE w/ trace clay -
21
687
Notes : Completion Depth: 20.0'
FIGURE 34
TERRA-MAR, INC .
..
t
I -1
LOG OF BORING B-34
Pro ject: Alliance Airport Runway Extension
Date: 03/10/04 Elev .: 707.774
Pro j ect No .: DE04-076
Location : N:7050723 .863, E:2329272.517
Dept h to wa ter at completion of bor ing: Dry
Depth to wat er wh en che cked : During Drilling
Dep th to ca ving whe n checked : N/A
w as : Dry
w as : N/A
i ELEVATION/ I
DE PTH
ffeett
-o
705
702 6
699 f-9
696 '-1 2
693 15
690 18
SOIL SYMBOLS
SA MPL ER SYMB OLS
& FIEL D TEST DA TA
I
I
100/1.25 "
DE S CRIPTION
----------------- -----...... .
Ve ry stiff dark brown CLAY (CH}
~---------------------...
Very stiff brown , dark brown & ta n CLAY w/ seve rely
fr actured limesto ne (CH}
----------------------..... 18 Stiff tan & gray CLAY w/ rust seam (CH)
~ ---------------------...... .
Ha rd tan & brown si lty CLAY w/ li mesto ne seams &
calca reo us deposi ts (CL }
----------------------...
Tan & gray wea the red LIMESTONE w/ <:lay seams
,_ Gray LIMESTONE w/ gray sh al e se ams -
DD P.PE N UNC ON Strain
pet tsf tsf •/,
·rn·
.. i .ii .. · io.a ·
. 4.5•.
4.5•
100/1.00" +-------------------+-+-+-l-l-+-l!--1'----.l.--l
687 21
Notes : Completion Depth: 20.0'
FIGURE 35
TERRA-MAR, INC .
I '
1 ·•·
LOG OF BORING 8-35
Project: Alliance Airport Runway Extension
Date : 03/11104 Elev .: 697.371
Project No .: DE04-076
Location : N:7051378 .638, E:2329152.326
Depth to water at comple tion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : NIA
was: Dry
wa s: NIA
ELEVATION/ I
DEPTH
{(eell
695
693
6
690
9
687
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST OA TA
100/1 .25 "
DESCRIPTION
----------------------.....
Very sliff dark brown CLAY (CH)
----------------------.....
Very sliff light brown CLAY w/ calcareous nodules (CH)
-Hard tan & gray silty CLAY w/ severely fra ctured limes tone 13 i!i 15 i 4 . . . . ..
& calcareous deposits (CL)
_._ ---- - - - - -------- -----...
Tan weathered LIMESTONE w/ clay seams
2 .25
4.5
S1raln
'I,
12 I I
----------------------............................... .
Gray LIMESTONE
684
~I
10011 .00· +--------------==-''----+--l--+-!-jl--f--1--1---+-~ 15
681
18
678
>-21
675
Notes: Completion Depth: 15.0'
FIGURE36
TERRA-MAR, INC .
!
l
!
l '
LOG OF BORING B-36
Project : Alliance Airport Runway Extension
Dale : 03/08/04 Elev .: 682.402
Project No .: DE04-076
Location: N:7052040.407, E:2330112 . 794
Depth to water at completion of boring : Dry
Depth to water wh en checked : During Drilling
Depth to caving when checked: NIA
was : 2.0'
was : N/A
ELEVATION/ I
OEPTli
ffectl
~o
681
678
6
675
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
~I
00/0.25''
10012.00·
_-:.
DESCRIPTION
----------------------... 59 24 Very stiff dark brown CLAY w/ severely fractured limestone 34
LJg~------------------Tan seve rely wealhered LIMESTONE w/ clay seams
... . . . .
----------------------··· Tan & gray weathered LIMESTONE w/ clay seams
----------------------...... .
Gray LIMESTONE w/ clay seams
----------------------...... .
Gray SHALE w/ gray limestone seams
P.PEN UNCON
t sf lsf
35 ... ... · i .is · ······
. . . .. . .. ..... ···-··
Strain
'.4
·····
.....
-::~=~u
.::-.::-: ~ 100/1 .00" +--------------------+--+--!-!--+--+--+---+----+---I
612
12
669
15
666
18
663
21
660
Notes : Completion Depth: 10.0'
FIGURE37
TERRA-MAR, INC.
r .
I
( .
LOG OF BORING 8-37
Project : Alliance Airport Runway Extension
Date : 06/03/04 Elev .: 688.460
Project No.: DE04-076
Lo cation : N:7053212.117, E:2329916.187
Depth to wate r at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to caving when checked : N/A
ELEVATION/ I
DEPTH
(feel)
SOIL SYMBOLS
SAMPLER SY~IBOLS
& FIELD TEST DATA
DESCRIPTION
was : Ory
was : NIA
L----------------------.....
Very sti ff da rk brown ~LAY (CH)
687
,._ Medium sLiff light brown CLAY (CH) -27
• • • •
·i2s ·
Strain
%
..._ _____________________ ............... ····· .......... .
Tan severely weather ed LIMEST ONE, severely fra ctured ,
664
681
678
12
675
1-15
672
1-15
669
21
666
~~~~ ~-=---..:=-=--~-=---
__!!! clat,seams _______________ . . . . . . .
Tan weathered LIMESTO NE w/ clay sea ms & layers
.... Tan silty CLAY w/ limestone seams (CL) -
~---------------------.............................. .
Gray SHALE w/ gray limestone seams
lffi11 ~ ~-;: "°;'. IJ 100/4 .2S .. +--------------------t--+---+--,f--+---+--+---+----1---1
Notes : Completion Depth: 15.0'
FIGURE 38
TERRA-MAR, INC .
I
-1·. ..
--t :
LOG OF BORING 8-38
Proje ct: Alliance Airport Runway Extension
Date : 06/02104 Elev .: 702.320
Proje ct No.: DE04-076
Locat ion : N:7052486 .852, E:2328948 .143
Depth to water at completio n of boring : Dry
Depth to water wh en checked: During Drilling
Depth to caving when checke d: NIA
was : Dry
was : NIA
ELEVATIO N/
DEPTH
fe et
702
699
6
696
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
--------------------····· ..
Very stiff dark brown CLAY (CH)
--------------------Very stiff brow n CLAY w/ calcareous nodules (CH)
--------------------Very stiff brown & light brown CLAY w/ calcareous nodules,
deposits & rus t seams (CH)
--------------------Very stiff light brown & gray silty CLAY w/ calcareous
nodul es, deposits & rust seams (CL)
16 36 14 22 91
4 .5
"3.75 "
4.25
l .75
4.6
--------------------.......................... ·····
Tan weathered LIMESTONE w/ clay seams
9
693
12
690
15
687
--------------------Gray LIMESTONE w/ gray shale seams
18
684
21
681
Notes : Completion Depth: 20.0'
FIGURE 39
TERRA-MAR, INC .
i t
-I
' l
LOG OF BORING 8-39
Project: Alliance Airport Runway Extension
Date : 06/03/04 El ev.: 703.919
Depth to wa ter at comp letion of boring: Dry
Depth to water when checked: During Drilling
Depth to caving when checked: NIA
Project No .: OE04-076
Lo catio n: N:7052955.191, E:2328986.713
was: Dry
was : NIA
ELEVATION/
DEPTH
feet
SOIL SYMBOLS
SAM PLER SYMBO LS
& FIELD TES T DATA
P.PEN UN CON
702
3
699
DESCRIPTION
--------------------Very stiff dark brown CLAY (CH)
--------------------Medium stiff light brown CLAY w/ calcareous nodules (CH)
--------------------.............. .
Very stiff tan & gray silty CLAY wl calcareo us deposits &
rust seams (CL)
tsf tsf
0 .5
4.25
4.5
Strain
%
6
--------------------.............................. .
Tan weathered LIMESTONE w/ day seams
696
9
100/3.50"
693
12
690
15
687
18 --------------------Gray LIMESTONE w/ gray shale seams
684
21
Notes : Completion Depth: 20 .0'
FIGURE 40
TERRA-MAR, INC .
LOG OF BORING B-40
Project: Allian ce Airport Run w ay Ex tensio n Proje ct No .: DE04-076
Date : 06/03 /0 4 Elev .: 696 .073 Location : N:7 0 53 14 3.792 , E :2329 3 86 .4 66
Depth to water at completion of boring : Dry
Depth to water when checked : Duri ng Drilli n g wa s: Dry
Depth to cav ing when checked : NIA was: NIA
ELEVATION/ I SOIL SYMBOLS MC LL PL .zoo DO P .PEN UNCON
OEPTtt SAMPLER SYMBOLS DESCRIP TION Pl Strain
! (feen & FIELD TEST DATA
.,. 'I. 'I, 'I, pct tsf Isl 'A.
696 0 ----------------------... . . . . .. . . . . . . . ..... . ....
~ Very stiff dark brown CLAY (CH)
• ·3:0 .
~ 26 55 23 32 3.5
----------------------... .. .. .. . . . . .. . 4_5; . ...... .....
~ Hard light brown silty CLAY wt calcareous nodules ,
3
. ~eQsits & rust seams (gll __________ ... . . . . .. ... . .. ····· ...... ... ..
693 i"ltt Tan weathered LIMESTONE w/ clay seam s
i"l!:r n!:r
I.z1~
:( " I
10010.25 "
l.l-tJ)'.r
!5''.ltt
;?li'.r
690 6 )l'l: 91'1:
?J'l: 9:x 2:
~ 1.z1!:r 1.z:rtt ~.,., >r
I. ?~~ l.z:itt l ~
687 9 JP: I ;n!:r
r:r'l: xi 10010.50"
t* flO:
,;..,/:I
~l'l:
~l'l:
?J'l:
684 12 9:, 'l:
9:r'l:
?JP: nJ'l: ll'l:
!~
~~ ·1
681 15 100/1 .50"
678 18
675-21
• I _ . , t
Notes : Completion Dept h: 15.0 '
FIGUR E 41
: l -TE RRA -MAR , INC .
~ .
LOG OF BORING 8-41
Project: Alliance Airport Runway Extension
Date : 06/03/04 Elev .: 680.477
Project No .: DE04-076
Location: N:7053314.425, E:2330400 .132
Depth to water at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to cav ing when checked : NIA
wa s: Dry
wa s : NIA
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAMPLER SYMBO LS
/l. FI ELD TEST DATA
DESCRIPTION
MC LL PL Pl ·200 OD P.PEN UNCON Strain
~. Y. % % p ct tsf tsr •;.
((eotl
0
578
3
675
6
672
669
12
666
1S
663
18
660
21
~ ~ a I~
p IE:
~ I ~ 11
10011 .00"
"'-"-" f j 10016.5"
I
~ 1 e: 11
100/0.50"
----------------------····· Very sli ff dar k brown CLAY (CH)
----------------------.....
Tan wealhered LIMESTONE w/ clay se ams & layers
1-------------------------.............. .
Hard tan silty CLAY w/ limestone seams (CL)
4 .5+
r-----------------------...
Tan weathered LIMESTONE
-Gray LIMESTONE w/ gray shale seams -
~,
100/0.75'' +-------------------+-+-+--1-1--+--+--l--+--I
Notes : Completion Depth: 15.0'
FIGURE42
TERRA-MAR, INC .
l.
LOG OF BORING B-42
Proj ect: Alliance Airport Runway Extension
Date : 06/01/04 Elev .: 672.319
Proj ect No.: DE04-076
Lo ca tion: N:7053344 .742, E:2330843 .164
De pth to wat er at co mpl etio n of boring : Dry
De pth to water when checke d : During Drilling
De pth to caving when c hec ked: NIA
ELEVATIO N/ I
DE PT H
(f eet!
SOIL SYMBOLS
SAM PLER SY MB OLS
& FIE LD TEST DATA
DESCRIPTION
wa s: Dry
wa s: NIA
0
1-----------------------··· ........... .
Very stiff to hard bro wn & lig ht brow n CLAY wt severely 671
fr actured limes tone (C H)
1-----------------------...
Very stiff to hard lig ht bro wn & gra y CLAY w/ severely
fractured limes tone & iro n stai ns (CH)
669-
19 50 16 34 88
666
4.0
4 .S
4.0
S train
%
-----·----------------··· ........................... .
663
12
660 -
15
65 7
18
65-4
21
651
~m
~ ~1001 2.75"
~
~
Ta n weathe red LIMESTONE w/ cl ay layers
~---------------------...
Gray LIMESTONE w/ gray shale layers
100/1.75" -+-------------------+--+--+-4~f---+--l---1---+-----'
Notes : Completion Depth : 15.0'
FIGURE 43
TERRA-MAR, INC .
r
l
LOG OF BORING 8-43
Project: Alliance Airport Runway Extension
Date : 03/08/04 Elev . 685.209
Depth to wa te r at completion of boring : Dry
Depth to water wh en c he cked : During Drilling
Depth to ca ving when ch ec ked : NIA
ELEVATION/ I SOIL SYMBOLS
DEPTH SAMPLER SYMBOLS
ffo otl & FIELD TEST DATA
Project No .: DE04-076
Lo ca tion : N:7051877.746, E2330344.272
was : Dry
was : NIA
DESCRIPTION
MC LL PL Pl -200 00 P.PEN UNCON
% % '.4 % pcf t sf t sf
St rain
'/,
-o ...._ _____________________ .............................. .
Stiff dark brown CLAY w/ iron nodules (CH)
-w/ severely fractured limestone from 0-1' 22 100.9 3 .0 1.5 9.4
684
~---------------------···
Very sti ff tan & brown silty CLAY (CL) 48 20 28
3.5
68 1
L---------------------··~ ........... .
Tan & gra y weathered LIMESTONE w/ clay seams &
6
layers
678
1-9
675
~---------------------...
Gray SHALE w/ gray limestone seams
672
669
1-18
666
21
663
Notes : Completion Depth: 15.0'
FIGURE 44
TERRA-MAR, INC .
LOG OF BORING 8 -44
Project: Alliance Airport Runway Extension
Date : 03/08/04 Ele v.: 682.610
Depth to wate r at co mpl etio n of bori ng : Ory
Depth to wate r wh e n checke d : During Drilling
De pth to ca ving whe n checke d: N/A
Pro ject No .: DE04-076
Location : N:7052074.810 , E:2330309 .906
was: Dry
was : NIA
ELEV ATION/ I
DEPTH
SOIL SYMB OL S
SAMP LE R SY MB OLS
& FIEL D TEST DATA
DESCR IPTIO N
MC LL PL -200 OD P.PEN UNCON
o;., •;, % Pl •/,, per
(fectl
681
678
675
0
1 :,12 ~~
tsf tsf
-Dark brown CLAY w/ seve rel y fr actur ed lim estone (CH) -·1
•
1
•
55 i j 32
--------------------- -......................... .
Tan & gray weather ed IJM.E.filONE w/ clay sea ms &
la yer s
._ Gr ay LIMESTONE w/ gray sh al e seam s -
Strain
'I,
~¢II
100/1 .75" +--------------------+---+---+-l--+---+--+---+---4---1
672
12
"669
15
666
18
663
21
Notes: Completion Depth : 10.0'
FIGURE 45
TERRA-MAR , INC .
l
I -
LOG OF BORING 8-45
Project: Alliance Airport Runway Extension
Date : 06/03/04 Elev .: 681.628
Project No.: DE04-076
Location: N:7052368.677, E:2330300.589
Depth to water at completion of boring: 5.0'
Depth to water when checked: During Drilling
Depth to caving when checked : NJA
ELEVATION/ I
DEPTH
ffootl
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
was : 6.0'
was : NIA
----------------------.....
Soft to very stiff dark brown CLAY w/ iron stains (CH)
681
32 63 22 41
32
678
-Very stiff brown & gray CLAY (CH) -
. 4.20.
3.5
83 2.75 0 .4
3.0
Strain
%
4.7
f----------------------.............................. .
Tan weathered LIMESTONE wt clay layers
675
9
672
12
669
:Hr l rf'I l
:fll
%~ ffi J D2i1 s i':i'1.?1 m l ::?E1 i:N-1 ~ Wd
100/1 .00" ----------------------.................... ······ .... .
Gray LIMESTONE w/ gray shale seams
~I
100/0.75" -t-------------------+--1--+--4-lf---!--l---"l=~+---I '-15
666
'-18
663
21
660
Notes : Completion Depth: 15.0'
FIGURE46
TERRA-MAR , INC .
L
I
LOG OF BORING 8-46
Proj ect : Alliance Airport Runway Extension
Dat e: 03/11/04 El ev.: 682 .575
Proj ect No .: DE04-076
Loca tion: N:7052674.410, E :2330255 .967
Depth to water at comp leti o n of bo rin g: Dry
Depth to water when ch ecke d : During Drilling
Depth to cav in g w he n chec ked : N/A
was : Dry
was: N/A
ELEVATI ON / I
DEP TH
ff eotl
68 1-
678
1-5
675
SO IL SYMBOLS
S AMPLER SYMBOL S
& FI ELD TEST D ATA
DES C RIPTION
~---------------------FILL . Stiff to ve ry stiff brow n & dark brown CLAY w/
limestone fr ag men ts (CH)
----------------------Very sti ff dark brown CLAY (C H)
~---------------------Very stiff tan & gray CLAY wt severe ly fra ctu re d li mes tone
(CH)
... . . . .
24
22
... . . . .
... . . . .
. . . . . ...
8 5
100.J
. . . .. . ..
.. . .. ...
-----------------------......... -·· .. .
Very sti ff tan & gray silty CLAY w/ iron sta ins & cal careous
depos its (CL)
9 I
672 ----------------------....
669
Tan weathered LIMESTON E w/ clay se ams
12
isi~ ~ !I)~ b ~ (I ~ b ii; b ~ (I ~ (I ii; (I
~ ~ ~)
g i:I I
..... ......
J .O
1.2
2.0
· 1:s· · ......
····· ······
J.25
Strain .,.
.....
5.J
.....
.....
15 a.. u.. .i 10015.50" -1-------------------~+--+-+--l-.+---il----l--+---1
666
18
663
1-21
Notes : Completion Depth : 15.0'
FIGURE47
TERRA-MAR , INC.
l I .
l
LOG OF BORING 8-47
Project : Alliance Airport Runway Extension
Date : 06/01/04 Elev .: 684 .0 44
Project No.: DE04-076
Location : N:7052969.293, E:2330204.645
Depth to water at comp letion of boring : Dry
Depth to water when checked : During Drilling
Depth to cav ing when checked : N/A
was : Dry
was : NIA
ELEVATION / I
DEPTH
lleetl
684 0
681 3
678 6
675 f-9
672 12
669 15
666 18
SOIL SYMBOLS
SAMPLER SYMBOLS
5. FIELD TEST DATA
I' J --=--=--=---=--=--:... _-:..-_-:... _-::.-:..--=.
I
I
DESCRIPTION
----------------------····· FILL -Very stiff to hard dark brown & brown CLAY w/
limestone fragment s (CH)
62 20 42
----------------------...
Brown CLAY w/ severely fractured limestone (CH)
~ ---------------------·19·
Medium stiff to very stiff light brown, tan & gray filily_ CLAY
w/ lr9n stains & limestone seams (CL)
-Tan weathered LIMESTONE w/ clay seams -
----------------------...
Gray SHALE wt gray limestone seams
4 .5•
4 .5+
4.5
4.25
3 .25
3.0
Strain
v.
~n ___ ~ ri 100/4.50" 1-------------------t--+-t-l-li--+-l:--t--l----t
663 21
Notes : Completion Depth: 20.0'
FIGURE48
TERRA-MAR, INC .
LOG OF BORING 8-48
Project: Allia nce A irport Ru nway Extensi o n Project No .: DE04-076
Date : 03/08 /04 Elev .: 68 4 .131 Location: N :70 52109.067, E:2330506.87 1
Depth to water at comple tion of boring : Ory
Depth to water when checked : During Drilling was : Dry
Depth to caving when checked : N/A was : NI A
ELEVA TION/ I SO IL SYMBOLS MC LL PL -200 OD P.PEN UNCON Strain
DEPTii SAMPLER SYMBOLS DESCRIPTION Pl
lfeetl & FIELD TEST DATA
% % •.4 % p cf t sf lsf •I,
0 ~---------------------... .. . . .. . .. . .. ..... ······ .....
684 ~ Very stiff light brown CLAY w/ calcareous nodules (CH)
~ 2 .5
~ 26 61 21 40 89
-3 ----------------------... . . .. .. . .. . .. ····· ......
68 1
.....
I Tan & gray wea thered LIMESTON ~ w/ clay layers
g ~
re~ IJ 10012.00"
6 !I 678-b~
b
b
~
C i t:
~
f
l. ~ ~ p:
b ~
675 -9 ~~ ~. ~ .
~ ·c;r: IJ 10011 .00·
~~ t: ~ E ~ ~ b ~ 12 l:l ~---------------------... .. . . .. .. . . .. . .... ...... .....
672-~ Gray LIM ESTON E w/ gray sh ale seams ~ ~:r:
b ~ b
b
b
~
15 100/1.SO"
669 -
-·
666 18
663 21
No te s: Completion Depth : 15.0'
FIGURE 49 l
TE RRA -MAR, INC .
I
LOG OF BORING B-49
Project: Alliance Airport Runway Extension
Date : 06101104 Elev .: 684.317
Depth to water at completion of boring : Ory
Depth to water when che cke d : During Drilling
Depth to ca ving when checked : NIA
Project No .: DE04-076
Location : N:7052438.996, E:2330652.203
was : Dry
was : NIA
ELEVATION/ l
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
MC LL PL -20 0 DD P.PEN UNCO N
'!. % 'k Pl '-' pcl t s f ts!
Ileen
684
-o 1-----------------------...... .
Very stiff brown CLAY (CH)
Strain
'!.
f-------------- ------- ---.............................. .
Tan weathered LIMESTONE
681
1-----------------------.....
Very stiff light brown & tan silty CLAY w/ iron stains &
10010 .25" · <i .is · 1-3
~estone fr~ments _iC.!J ___________ .. _ . . . _
Tan wea thered LIMESTONE w/ clay layers & seams
10010.25"
678
9
675
100/1.00" 5-----------------------...
Gray LIMESTONE wl gray shale seams
12
672
15 10011 .50" -t--------------------t--+--t-1-1-==l='-'--l--~-+---1
669
... 18
666
21
663·
Notes : Completion Depth: 15.0'
FIGURE 50
TERRA-MAR, INC .
-i.
I
LOG OF BORING 8-50
Project: Alliance Airport Runway Extension
Date: 06/01/04 Elev.: 684.538
Depth to water at completion of boring : Dry
Depth to water when checked : During Drilling
Depth to ca ving when checked : N/A
ELEVATIONI I
DEPTH
fleet!
SOIL SYM BOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
Project No .: DE04-076
Location : N:7052734.424, E:2330600.729
DESCRIPTION
was : Dry
was : NIA
0 -Brown silty CLA'( w/ severely fra ctured limestone (CL) -17
• •
684
681
678
1-5
9
2;;m1 ii.;i Z1 ~ ~
----------------------··· ............ ····· ······
Tan wea thered LIMESTONE w/ clay seams & layers
10010.25"
100/1 .50"
Strain
%
675
a:i !'.[ 11 ~~ !E ----------------------.............................. .
100/0.75" Gray LIMESTONE w/ gray shale seams
12
672
15 100/1 .00" +--------------------4---1---4----1,--+-~--1--+----l----1
669
18
666
21
663
Notes: Completion Depth: 15.0'
FIGURE 51
TERRA-MAR, INC .
l .
I I
I.
LOG OF BORING 8-51
Project: Alliance Airport Runway Extension
Date : 06/01/04 Elev.: 670.882
Project No.: DE04-076
Lo cation : N:7053138.918, E:2330624 .997
Depth to water at completion of boring : Dry
Depth to water when checked: During Drilling
Depth to caving when checked : N/A
was : Dry
was : N/A
ELEVATION/ I
DEPTH
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DA TA
DESCRIPTION
MC LL PL Pf -200 OD P.PEN UNCON Strain
•1, 'A '/, ·~ pcf tsf tsf '/,
ffeotl
0
669
666
6
663
9
660
12
657
1s -
654
18
651
1--21
p,:r,i:,qeI.J,110014.60"
€-==-==-= llll
Ill
~=t~~ €~~~
>-Hard brown CLAY w/ severely fra ctured limestone (CH) -17 . 4.6+.
----------------------...... .
Tan severely weath ered LIMESTONE, severely fractured,
,_'!j} cl ay_seams _______________ . _. . .
Tan weathered LIME STONE w/ clay se ams & layers
1------------------------...
Gray SHALE w/ gray limestone seams
I iii U,~,.,-+-------------------+--+-f---l-~-+-~-~--1---.1
Notes : Completion Depth: 15.0'
FIGURE 52
TERRA-MAR, INC.
· I
KEY TO LOG TERMS & SYMBOLS
Symbol Description
Strata svmbo ls
0 CLAY
m CLAY,
silty
g LIME STONE,
wea the r e d
g LIME STONE
g LIMESTONE ,
severely
weathered
Ii SHALE
-
~ FILL
Misc . Symbols
~-
Water table
when checked
Water table
at boring
completion
Symbol De s cription
Soil Samplers
I
I]
Thin Wall
Shelby Tube
Auger
THO Cone
Penetration
Test
1. Explorato ry b o rings were dri l led on dates i n dicated using truck
mou n t ed d rilling equipment.
2. Water level observations are noted on boring logs .
3 . Results of tests conducted on samples
b orin g logs. Abbreviat i o ns u sed are :
DD = natural dry density (pcf)
MC= n atural moisture content (\)
Un c on.= unconfined compression (tsf)
P .Pen .= hand penet rometer (tsf)
recovered are report ed on the
LL = liquid limit (%)
PL= plastic limit (%)
PI= plasticit y inde x
-200 = perc e n t passin g ff200
4. Rock Co res
REC (Recovery) sum of core sample recovered divided by length
of run , expressed as .percenta ge.
RQD (Rock Quality Designation) sum of core sample recovery 4"
or greater i n len gth divided by the run, expressed a s
percen t age .
TERRA -MAR , INC .
FIGURE 53
-
I-w w
LL
z
z
0
I-:;;
w
_J w
-..
GEOLOGIC P ROFILE A-A '
Alli ance Airpo rt Runway Exte nsion
710~---------------------------------
700
690
680
670
8-1 8 -2
q=0 .8 LL=59
·---.~'!--·---··----·-·----ll-tln+J.....;P.,;,l=,.;;3ri-4 _ ·---
B-3
DE 04-076
·------····---····--·------·-···-······-710
· ·-·· ········ · -· ..•. --·-···---700
···--690 m
LL=58 r
P1=35 m
~
--i
0 z
680 z
""Tl m m
--i
---.. ----·-··--· .. ·--·------·-----·····------670
660 __ ;__ ·---·-----··-·-·····--···----------·-·------------·--·····----····-..... ,.,_,, _____ ·-----···· ---· --···-·-········-·-·-·--·--·-· 660
0 CLAY CLAY,
silty
~ LIMESTONE, l:im LIMESTONE ~ LIMESTONE ,
~ weathered ~ ~ severely
weathered
V:1 "~10• H:1"~300'
F IG URE 54
TERRA-MAR , INC .
t-w w
LL.
z
z
0
t-~ w
..J
UJ
GEOLOGIC PROFILE B-B'
Alliance Airport Runway Extension
DE04-076
--------.. ·-·-----------
B-16
·------t-690
680 ··--·-··-···-------·------------------.. , ... _. ________ 680
670 ···-·----------..... ··----------·········-····-----670
660-+-----------------------------------·----·----.. · ···---··-----··· ------t-660
650-+-----------------------..... ------··------+-650
rn r rn
~
-i
0 z
z
"i1 rn rn
-i
0 CLAY lfillRI CLAY, IH1J.Hl sil ly
g;m LIMESTONE, ~ LIMESTONE m LIMESTONE ,
~ weathered ~ ~ severety
V :1"=10' H:1"=300'
weathered
FIGURE 55
TERRA-MAR, INC .
1-w w
LL.
z
z
0
I-
~ w
...J w
GEOLOGIC PROFILE C-C'
Alliance Airport Runway Ext ens io n
OE04-076
700 ------
8 -22
LL•72
Pl •48
q=1.5
·•·"·--····----------·-... ·-·--··-·-· -................. · 700
B-24
sgo-+-----trulflJ------v-~-1:!;~-~=tr..tnP=..L..!-------,5,;;c-----·---·-···-····-.. -· .. ·-----·-···------· 6 90
-
·--------.. ····-----------·--·"·-···-----1-680
670 · -··-··----67 0
660--1----------·-----···------· ······ ..... ·-···-··---------·-·-.. ···-·····---660
6 50-l-----------------------------·---------------, ......... --. ·····----------------------650
rn r rn
~
-i
0 z
z
"Tl rn m
-l
0 CLAY lffiJRl CLAY,
lH11J11 silty g LIMESTONE, II LIMESTONE II LIMESTONE. ii="' SHALE
weathered , severely ~~
! weathered
V : 1"=1 0' H :1"=300'
FIGURE 56
TERRA-MAR, INC .
1-w w u.
z
z
0
~ > w
_J w
GEOLOGIC PROFILE D-D'
Alliance Airport Runway Extension
DE04-076
690
8-28
680
LL•6 6
P1 =38
-· ·---·---· 690
···--·---·----------··-··---·-····-··-·········· .. ····----· -··--···-··-·-···· 680
670-t-------------·-----=~--------------------·-"······· ·-----······----·------·-·-· 670
seo -;----------------------------660
650 · -.... ···-· 550
640 -----------·--·-·-·---------------·····-·-------··-----····-·---e40
m r m
~
-I
0 z
z
""Tl rn rn
-I
0 CLAY ~ LI MESTONE, ~ L IMESTONE i:m SHALE
~ woathered ~ ~ V:1"=10' H:1"=300'
FIGURE 57
TERRA-MAR, INC.
1-
UJ
UJ u..
z
z
0
I-~
UJ
....J
UJ
GEOLOGIC PROFILE E-E
Alliance Airport Runway Extension
DE04 -076
----------------------------690
---··-------· ............. ·······--····--------------------·--670
660-t---------------------------------------------····-··---------------+-660
650-+------------------------------·-----------------------650
540....;--------------------------------.... ---··· .. ·········-·--·-.. ·-····---·--····-----------640
m r m
~
0 z
z .,,
m m
-i
0 CLAY ~ LIM ESTONE, g;m LIMESTONE, ~ LI MESTONE QTIJ:f!l_ CLAY,
~ severely ~ weathered ~ lllllJ,!I silty
~ SHALE
~ V :1"=10' H:1"=300'
weathered
FIGURE 58
TERRA-MAR, INC .
1-w w u..
z
z
0
I-~ w
_J
w
GEOLOGIC PROFILE F-F'
Alliance Airport Runway Extension
OE04-076
700 ··--·-------.. ···················--·-·-··· -------.. ·-·····--·-··-·--·-··-···---·--·--·--·------.•.... · .. .• · · ..••..... --·· -····-·· ......•.•. 700
8-5
·-----------------·· -· ----···-··--·--·-----690
LL=-48
Pl=28
6 BO
670-1------------------------------·-------·· -···--·-··· .. ···--· ·-----+-67 0
660 ·----·---·-···---·············· ········------···················----··-·-···-------·· 660
650-t-----------------------·------·---------·········--··------·--··----········-·······-· 6 50
m r m
~ ...,
0 z
z
"Tl m m -,
ffi LIMESTONE, ~ LIMESTONE, ~ LIMESTONE P'7I CLAY
~ sev.,.aly ~ weatnered ~ lL.Lj
CLAY,
silty
~ SHALE
~ V :1"=1 0' H:1"=3 00'
weatnered
FIGURE 59
TERRA-MAR, INC.
1-w w u.
z
z
0
I-~ w
_J
UJ
GEOLOGIC PROFILE G-G '
Alliance Airport Runway Extension
DE04-076
710 -,--------------
B-2
690 -····-·····-·-··-
·----· .. ····-------·-·····-···" ····---·-----·····--··-710
------·· ---········--·-·····--·-·-·············--·············------·· -700
·······-s:21····
LL:66
Pl~42 8-43
q •1.5
8-48
LL•6 1
Pl =-<1 0
6 90
680
670 -4---------------------------------·------'=··-=·····----·--j!¢~---····-·----·····--·-670
660-t-·-------------··--·-·············-660
rn r rn
~
0 z
z
"Tl rn rn
--i
0 CLAY CLAY,
Silty
m' LIMESTONE, ~ LIMESTONE ~ SHALE
~ weathered m ~ V: 1 "• 1 O' H: 1 "=300'
FIGURE 60
TERRA-MAR , INC .
l
GEOTECHNICAL, ENVIRONMENTAL AND MATERIALS ENGINEERS
DALLA S FORT WO RTH HOUSTON AUSTIN LONGVIEW
11050 Ables Ln., Dallas , Texas 75229 p/Jone : (972) 488-8800 fax :(972) 488-8080
Client: DMJM Aviation
Project: Alliance Airport Runway Ext
TMI Report No .: DE04-076 -61
Report Date: 08/30/2004
Moisture-Density Relationship
Report Distribution :
Project Information
Mate rial Origin: On Site Tes ted By : MatthewMoody
Sample Location : 8 -55 Bulk Sample Sample Date: 06/15/2004
Material Description :
Material Use :
·---········-·-·-·······-----
Tan Silty Clay w/Cal ca reo us Nodu les and Limey Pebble s
Subgrade
Ory
Density
(pcf)
Moisture-Density Relationship -Curve No. FIG . 61
--------·-------·-·-····---·······-·--·---···-·--··-·--------
--, ---l ----~ ------
1 ty' --.......:~ I
121 ------t,7 r--'\ " I
---·-. 7 . _ --·---1--1--1--1---n.---1..--+--ll·----____ _,__ ____ ,
/ \\
123
7 9 It 13 15 17 19
Moisture Content (%)
Material Properties and Test Information • Curve No. FIG . 61
Maximum Dry Density: 122.5 Liquid Limit: 37 Passing No . 200 :
Optimum Moisture Percent: 10.5 Plastic Limit: 18 uses:
Plasticity Index_: _19
Test Method(s): ASTM D-1557-B
Rammer Description : Mechanical Preparation Procedure : Moist
TERRA-MAR, INC.
87.0
CL
The results presented In this report pertain only to the specific items tested. This report was produced for the exclusive use of the client. Any reproduction of
:his report, or any part there in, Is strictly prohibited without the express written consent of TMI.
l v61BA FIGURE 61
I
I
I i .
I
I
-I
CONSOLIDATION TEST REPORT
1.065
I I
1.000 I
I 0 .935 I
I
I I
I 0.870 _l_
I I I
I ! :
I ! I i I I I I i I ! : I
I i I I I i I ' i I I , I
' I ! :
'
I
I
I
! I
I 1
i
I !
I i I I
! I ! ;
I i l
, I
I :
i
I! I !
i
; ! i
I . I I I
i ! I I
I I I I
! !
0 .805 I
0
~ i O'.'. 0 .740 u I ·c5 I >
~ I i\
i ' I i I ;
j I i
' i ' ; ! I
i
i\ I
0 .675
0 .610
-~
j
i
0 .41 5 .01 .0 2 .0 5 .1 .2 .5 1
Applied Pressu re -tsf
Natura l Dry Dens . LL Pl Sp . Gr. Overb urden
Satu ra tion Mo is tu re (p cf) (ts f)
87.4 % 30.7% 87 .0 73 46 2.73 0.09
MATERIAL DESCRIPTION
Very stiff brown CLAY
Project No. DE04-0 76 Client: DMJM Avi ation
Project: Alliance Airport Ru nway Exte nsion
So urce: B-10 E lev./Depth: l
CONSO LI DATION TEST REPORT
TERRA-MAR. INC.·
2
Pc
(tsf)
0 .59
5 10
Cc Cr
0 .26 0.08
uses
CH
Re marks :
20 · 50
In itial Void
Ratio
0 .959
AASHTO
Figure 62
-1
I L
I
I
I :
CONSOLIDATION TEST REPORT
.820 ~. -.--,--I ---r-r-,---r-r----.--,----r-r,--,-11 ,-,--.r---;----.-,-, -.--r,--r-;-r,!I. rT"TTT.,.---,-rl, --rnln-TTT' I !Tl Tn: · 1--;--i, ;----f"ll ln"Tll
I I I . ! I i l I
.1a1 l-i-W-1--~-W--W+-++-~++t-++-H--1+H-+-1+H-+, ++-ttl-t-H-t,-tt-t-ti-tt--t-H, H-1-t--, -t-tl --t-J mi
T'>--~,,,. I i I i I · 1 I 11 I I
-I ._
-
. 7 42 1--+--l-+-l--l--.J-:4+++-+-+-H++-H++-+-+-H· +I t-H+t-l J-' ~r-..--l-i-...-1--!,_;_1--1·--+-I!--l-++-1 -+-+-+++-+, ++++, -+, -+--+-I +-HI
' I '' I ~~~ I 1 ! I I i I I
I . I
I
1 1 I I 1
I I
703 l--1-f-~l--1--+-!-++-+-+-l-+-f---f-+-f-+-t---J--t----t-:l-t-l--t--t--t-fli--t-+-I t-t-t----1~" ---t-t.-, ~I tt-, t--11--i-' -'-t-. t--lt--t '1-t-, t-t-11 I
. i I ' r--I I ' i I I i !
.~, 1 ; i I i . ;
I
i
;
I 1
.6 64 U-U-1-i--!--l-l-1-1...J.-l-+-++l-+++++-++-t~+-l-++-Hr+-H++-t---H~l\+-H-t+ll-+1 -H-t+-+-t,.':-H+I
I '· I I !
I I
!
i I .62s 1--+-+-+-l-+-+-Hf-++H-++-l--H--H-H--t-t-+H+-t-++ti-J-H-H--t-t-t-t--H-I\~\~, m--t )l 1 + !
~ i i I ! ' , ,
' I .5861-+-J.-l-l-+-l--HI-H+-H-++l-+-H-t+-t-+-t+t-9'-.;l-,t-,rnr++-t-tt--t--H-H-J-H-ti-ll\---H-n--J-Ml-t,-t-H
I',, ............. ""' I' I ' !'I ).
.5471-+-l-1-l-+-l--l-t-+-:i-4-+--+++H-H-t+-+-HI-H+-1-+++l-++t+f~~-H-+-1-t-H--+t-H -f1\ti ,+-H-Hrn
I', r,..,...
"'I'-. ' ' ... \
.50al-+-U-1-i--!--l-l-l-1-l--l-l--++H++-++--++-l-+t+-1-+++l--+-H-t+-t--H-+-1-t-P-k~±-~t-~f-+++-t--f\-l-,-H-+-H
............ \ ""'i-. .........
. 4691-1--W-W---l--W-l-l+-l--l-++-l--l---+-+-4+-+---H-+l+-f-++-Hf-l--+-+-4+-+-+-1-H-+-H-++-f-4--H++-+"~"'.>H-+I
,_
.430 .o1 .0 2 .05 .1 .2 .5 1
Applied Pressure -tsf
N atur al Dry D ens . LL Pl Sp. Gr. Overburden
Sa tura tion Mo isture (pcf) (!sf)
93.7 % 26 .6% 95.4 7 1 44 2.7 0.09
MATERIAL DESCRIPTION
V cry stiff dark brown C LAY
Project No . D E04 -07 6 C lient: DMJM Aviation
P roject : Alliance Airport Runway Exten sion
So urce: B-14 Elev./Oepth: l
CO N SOLI DAT ION T EST REPORT
TERRA-MAR, INC .
' 2 5
Pc
(tsf)
2 .29
10 20
0.23 0 .06
uses
CH
Rema r ks :
50
Initial Void
Ratio
0.767
AASHTO
Figure 63
-I
I.
_I -.
CONSOLIDATION TEST REPORT
1 .164
I ' i ;
I
! i i I . ii
I ! i I i I ! I I ! i
I 1.099
I
i I I i I
I_
j i ! i i
,_
. i I ' :~ I ,.., ..... I I ' ! ! -, I ;
1 .034 I
!
I
,...
11
; !
t 1~ i I ! I i l\ !
I
i
: 1 I I\, l i ! i
i i
I
0.969 ~~ ! ~~ I !
11
I
j ! i I
I ' 1 '
\.
I ! j !
I i i
!
0.904 " i ! I
' I\ i I
0 I '
I
:,:; ! ' ro ~ I , I l
o:'.
1
0 .839 Ii \ i '.·1 -·"-+-
"O
I I I I i I l '6
> I \ I I i
~ !
0 .774 ' ; I
' 1 >,.. ' ,...,
f"',i,. \ i
~ .... i
0 .709 !",," ! \ ~:.....
I'-..
., '
1' r-.,.. \.
0 .64 4 r-. r,..1'-1
:i."' " r,... r,.. i\ r,.i... ~r,o.. .... b-~
0 .579 I
-
0 .51'!__0 1 .0 2 .05 .1 .2 .5 1
Applied Pressure -tsf
2 5 10 20 50
Nat ural Dry D ens. LL Pl Sp. G r. Overb ur d en P c Cc C r Initia l V oid
Satura ti on Mo istu re (p ct) (tsf) (tsf) Ratio
90.9% 35 .0% 83 .0 66 40 2.73 125 .00 1.04 0.29 0.09 1.052
MATERIA L DESCRIPTION uses AASHTO
Very Stiff Brown CLAY (CH) CH
Pr oject No. DE04-0 76 Client: DM.TM Aviation Rem a r k s:
Project: Alliance Auporl Runway Extension
So u rce: B-17 Elev./Oepth: 0
CONSOLIDATIO N T ES T REPORT
TERRA-MAR. INC. Figure 64
CONSOLIDATION TEST REPORT
l l .
.830
I j I
' i ! : I I
I :
I l / ' I I ; !
1 11 I 11
I
I ,
I !
I
! i I I ! 11
.791 I I I '
I ' I I : I~
I
I i ! ! . '
! I I ; I l I I
I -l ,_ ! I
I i I I : ·-I ~ r i,... __ ....,
l i i,...._ ! I
; ' I 1 I I l I ~ I ,, l l 1
i : i i :
.752 ·-
\ I l rr{ I ' I i I I i I
! I I ; i '
I
i ! I i I I ! ;
I i ! I i '
I I i i\ : ' i i ; I I i '
.7 13 I i ' ! ' ; ' I
I I ~ I ' ' i I '
I 1
' l\i I I I i
I j !
I
;
i
.6 74
! i I I\ l i
I Ii !
:l
' I i I
i
'i
J , I I
0
! ~-:
~
I I
0:: \ '
.635 ' l ' u ·o ' I .
!
I I > I I I \I I
I I I I
.596 " '
I
I
I ' I
I
I I ·~
.557 " \!
.... ~ i I',.' I I !
r-.. ~ i
.518
i r-. I -,.._ i , I "r-..1
I
,....
i-. .... ' po,. r-,... ,....~
.479 l I
'
I
,_
~ .
. 440 .01 .0 2 .05 .1 .2 .5 1 2 5 10 20 50
A pp lied Pressure -tsf
Natural Dry Den s. LL Pl Sp . Gr. Overburden Pc C c Cr Initial Void
Saturation Moisture (pcf) (tsf) (tsf) Ratio
-I 93 .9% 26 .9% 95 .0 72 48 2.7 0.09 1.29 0 .24 0 .08 0.774
MATERIAL DESCRI PTION uses AASHTO
Stiff dark brown CLAY
Project No . DE04-07 6 Client: DMJM Avi ation Remarks:
Projec t: Alliance Airport Runway Exten sion
Source: B -22 Elev./D epth : l
CON SO LI DATI ON TEST REPORT
TERRA-MAR, INC. Fig ure 65
-, I
-1
_ _I
I
I ....
CONSOLIDATION TEST REPORT
.986 I
I
1 Ii I I ! I !
;
' I I
!
;
I I
I ! !
i i
I
.921 I I I i
i
I
i
! ! ' I I
i ' I l I l I i I i
i I . '
I ! ; '
.856 L ! ! I I : I ' . !
' I !
1.~ I ! I : I ! : I !
I I
. ..,_ ; I . ' I ; ~1m i i • I I l
i I ! I l I I ! ' 1 I i ,\..
.791 I ' I I ! 'r{ I I I ' ! l I I
i I i i ! I i I I ! !
I ' ~~! I i
ii
I i I ' ! '
' l i
i Ii l
.726 i I i l I " ! I ! ! !
\, '
I
I I '
' {I I ; I I
.2 I I ro ;
a: .661
-0 I I I Ii\ ~1 I
·5 I > I
I i I ~ d I I I i I
.596 ' --I i ', 1 1 I I ... ~ I
I
r-. ""'i,..
i ""~ ~kl ~ i i I ,~
.531
I .... I !
r--i,.. I :', i I'-,. r,,..l"t I \ i... ... !
~ .... \ ~ ... --.466 I
; I i
.401 !
i
I
.336
I ! I
.01 .02 .05 .1 .2 .5 1 2 5 10 20 50
Appli ed P ressure -tsf
Natural Ory Dens . LL Pl Sp . Gr. Overb urden Pc Cc Cr Initial Void
Saturation Moisture (pct) (tsf) (tsf) Ratio
94 .3 % 29 .1 % 91.9 66 42 2 .7 0 .09 1.50 0 .24 0 .0 7 0 .834
MATE RIA L DES CRI PTION uses AASHTO
V cry stiff dark brown CLAY
Proje ct No . DE04-076 Clien t: DMJM A vintion Rema rks:
Project: Alliance Airp ort Runwa y Extension
Source: B-27 Elev ./De pth : I
CO N SO LI DATI ON T EST REPORT
TERRA-MAR, INC. Fig ure 66
--
i
l l .
l
0
cu
et::
u ·o
>
CONSOLIDATION TEST REPORT
.6667 I ; I I I I I
11 . I ' I I j i
6342 Tl--ii -1-1---l-' .!__1!--j...· -4--1--l--+-j --l-t-1---l-+-I l-+l +--!---+-' -+-,'1 ;H-+-i t-t-+! --H, ---t--t---t--H--1 -·-l-. -+-I -I--J.11-l--l
.6017 L-LI .....l--l-l--1--,1.!....._..Lli ....Ji-l-l T....w: ...... -+-L-l-~--l-r-,.-,,_1-l-.J...._,_~-l-.J--....l..'I! --l--+--+--+--1-+l -+--+l-+-,'-+t---i--1-+l -+-+----t-+--~:-~:
.5692
'"'-1.1 l--l---l---t-+.....;.--+-+-1-+I ++-+--l--+-H~~""+~+, +--+,-+--t-t-++--t-+-t--i-t---t-t-1 -J--t-t--+---t-+i -I
! 1 '\. I i I , ,1
.5367 i
i
.5042
.4717
.4392
.3417 .1 .2
Na tural
I I ' I "~ I I I I
'
I
.5 1 2 5
A p p lied Pressure -t sf
Overbu rden
I
I
10 20
P c
i
I ; I
\
11
50
Satu rati on I Mo istur e
Dry D en s.
(pcf) LL Pl Sp . Gr . (t sf) (tsf)
In itial V oid
R atio
95 .6 % I 21.0 % 105 .9 48 28 2.7 0.22 1.8 1 0.14 0 .04 0.592
MATERIAL DESCRIPTION uses AASHTO
Very stiff tan & brown si lty CLAY CL
Project No. DE04-076 Clien t: DMJM Aviat ion Rema rks :
Proj ec t : Alli ance Airport Runway Extension
Source : B-43 El e v./D e pth: 3
CONSOLIDATION T EST REPORT
TERRA-MAR. INC. Figure 67
I t.
I
· l
I
l
-l
CONSOLIDATION TEST REPORT
.470
I
1 ! I I ' '
! I I ; I
I
! ! 1 '
i I ! I ; I I i I ' ' I I ' ' ! '
.457 I I
i I i
I l j t
I i I '
.444 I I I
I
I I
i I I
I r{LI I I ! I
I I I
I I I I I I ___ ~r .,. ...... I L-~ i ' l I
.431 V I ; ~,, i 1 1
j
f !
i ;
; !
; ! !
I
;
i",.i ' ! I
I ' I I i',! I "' I
.418 ·
I \\ ~1 !
I i
; I
.2 i\ l
<ii i
o:'. .405
I
\ ~ I
0 I
> l \ i !
)
J
I I \
.392 i-1
I
I
! f\ I
.379
I
\ '
" I
I
i I
, I
.366 I
.353 i
.340 .1 .2 .5 1 2 5 10 20
Applied Pressure -tsf
Natural Dry Dens . LL Pl Sp . Gr. Overburden Pc Cc Cr
Saturation Moisture (pcf) (tsf) (tsf)
56.4 % I 8.8% I 18.1 37 19 2.68 0 .25 3 .35 0 .10
MATERIAL DESCRIPTION uses
Ta n si lty CLAY w/ calcareous nodules and limey pebbles CL
Project No. DE04 -0 76 Client: DMJM Aviation Remarks:
Project: Alli ance Airport Runway Ex tension
Source: B-55bulk Elev./Oepth: -2%
CONSOLIDATION TEST REPORT
TERRA-MAR. INC.
I I
i
I i I ; ; --I i
I i
I ;
I
I i I
I
I i i I ' i µ_ i
I ' I
; I ;
i
i 11 I '· ,_
\
I ! I i
I I 1
I
11
11
I I
!
I
!
I i
I I
50
Initial Void
Ratio
0.416
AASHTO
Figure 68
I
l.
-I
-1
I
!
0
~
0:::
"O ·o
>
CONSOLIDATION TEST REPORT
4 00 ~....-,---,-...----,-~-,---,---,----,----r--...,......,....----r--T"""~--.-~---..----m l--.--i .--,-----1, ;:--r. • --.I .---,---1 --.-I -I -,---;-i
38 71---_j__;~__!._...jf---l-+--l--+-+-l-~--l-+-+--+--+-+-+--+-----l----l---r--+-+-+-+-+--t-t-+--+-! -1t-t--1-1f--+--+l-+1-+-' -t1-HI
I I i I
I
!
' i
I I
l I ! ' I l I i
I
I ! ! '
I i i i i ; . ; I i !
3 7 41--l-l-l--1--l---+-+---+-H-+-+--+--1,H---+-+--+--IH---+--!-I -!---+--H--+---+---i,1-+-+-l--i-'1 ,c-+--+-..-----;--i-+1-!-1 -i-------1
--rt:'-I I I 1;
1
1' I '
I I l I
i I
I I
I I ' ,_
r--
' I I I r--~r--,r-.....J. I ! : 1 1 : : I
36 1 --1~--l-------l--t-+--+--+-+-+-+---C---;-+-,i-+--+--+-+--ii-+-~: .... i",.dl,-+-,-+]! -;-1---;i--t--t--t-t---;-+--t--'-.--',-+-+--t--+l---+-l
I I l N\l,'i i I I 1 1 '! i
i : 11'1 I I ! ; I
I
!
i i ; ' j
I 11~
f\~
.348
; I i I
.335
.322
! I
" I I
~
\.
I ,
'f\l
~
.309 1--+--+-+-+-+---l---l---+-1-+-l---l--+-l-+-+--l-+-1-+-+--l---+--+-I +--ii-+--+--+--+-1--t--+--+--+-1--t---"'1-,-l---+-~
I ' \
.2961---l-+-+-+-+---+--+--+-1-+-l---l---+-1-+-1--l---+-l-+-l--+--+---t--+-1--t--+---t--1-l-l---+---t--+-+--"--' ----1----l~:D·-+--l------l-J
I I
.2831--+--l-l--+-+--+--+--+-l-+-+--1-+-ll-+-+--1-+-l-+-+---+--+--+-+--il-+-! -+--+-+--ii-+--+--+--+-l-+-----4!--+-+-+--l--l i j
! I
.270 .1 .2 .5 1 2 5
A ppli ed P re ssure -tsf
10 20 50
Natura l Dry Dens. LL Pl Sp . G r. Overbu rden Pc Cc Cr Initial V oid
Ratio
Sa turation Moisture (pct) (tsf) (tst)
0 .362
77 .0% 10 .3 % 123 .8 37 19 2.7 0 .25 6 .04 0 .10
MAT ERI AL DESCRIPTI ON use s AASHTO
Ta n silty CLAY w/ cal careous nod ul e s and limey pebbles CL
Proj e ct No. DE04-0 76 Clien t : DMJM Aviation R emar ks:
Project: Alli ance Airpo rt Run wa y Exten sion
Source : B-55bul k Elev.lDept h : opt.
CO N SO LI DATION TE ST REPORT
TERRA-MAR, INC. Figure 69
CONSOLIDATION TEST REPORT
.41 8 i
I
\
I ! I ! ! I
I
I
I !
I I I
I
; I I i I
I ! i I I ' ! :
405 i i j ! i i
!
I
I I
I
I
I I I
I I I I I
! ! !
I i I ; ;
.392
I I I I I I I I i I I
I i
-~ I
i l ! I
I I
l 1 I
I I I i
I I I I
l I ! I i ' I
j I ! .... ' I i i !
.3 79 T '
f 1
I .............. ' ' i l
I I I l '
' i ' 1'-... i ! i ' ' '
I
i i '
I
r-... ! I
I "'r,.,r....i l
l I i !
.366
' I
i i\l : i I
I I
0 \ I I -~ I\. I ' !
Cl'.'. .353 '1 I I i
~ ' I
0
I
> I ! I I 1\1 i I
l
.340 I \ i
I
I
I i\ !
\I 1 /
.32 7
,. l
\~ ! I I I
. I
.314 ' I \ I
' ! I ~ i
.30 1
I
' I -
I j
I i
I
I I
! I l
.288 .1 .2 .5 1 2 5 10 20 50
Appli ed Pres su re -tsf
Natura l Dry D ens . Overburden Pc Cc Cr Initial Vo id
LL Pl Sp . Gr.
Sa turatio n Moisture (p ct) (tsf) (tsf) R ati o
89 .0% 12.7% 120 .9 37 19 2.68 0 .25 6.05 0 .09 0 .383
MATERIA L DESCRIPTION uses AASHTO
Tan silty CLAY w/ calcareous nodules and limey pebbles CL
Project No. DE04-076 C lie nt: OM.TM Avia tion Rem ark s :
Project: Alliance Airport Runway Extension
So urce : B-55bu l k Elev./De pth: +2%
i l .
CON SO LI DATION TEST REPORT
TERRA-MAR1 INC. Figure 70
L
I ·I
TRIAXIAL SHEAR TEST REPORT
~~ ~-~-----rJ--__ ,~r ~--___ L ___ J
f--·---'----t------· __ J_ ~'~~ -l-----1 (/)
0..
~ 30
(/)
w
Cl'.'.
1-
(/)
Cl'.'. j 20
i i iv I I j
i : ! -'
I
(/)
-----·1----------~·--·--·-t--
!
10 -· --------,
0 ~~/ "'\ J1 ___ __j_ ___ J
0 10 20 30 40 50 60 70
PRINCIPAL STRESS -PSI
EFFECTIVE STRESS PARAMETERS <PI= 26.1 deg I c' = 1.0 psi
SPECIMEN NO. I 1 I 2 I 3 I
40 .00 INITIAL
Moisture Content -% I 28.4! 28.4! 28.4! I
35 .00 I 95 .6! 95 .6j 95 .6! Dry Density -pcf I
I
en I t I I
30.00 Diameter -inches I 2.761 2.761 2.76: I a. ( I I I I . Height -Inches I 5.591 5.59l 5.59l en I
en 25.00 ATTEST w I
O:'. Final Moisture -%
I 26.9j 26 .Sj 26 .9! I---I
20 .00 I en t I I I I
O:'. Dry Density -per t 97 .51 97 .11--. 96 .61 I
0 I I I I
15 .00 Calculated Diameter (in .) I 2.74l 2.74l 2 .76) I-I
<( I I t I > _ ___. HeiQht -incl:\es I 5.54l 5.54l 5 .59l w 10.00 0 / Effect. Cell Pressure -psi : 10.oj 20 .0! 3o .o! I
I I I I
5 .00 Failure Stress -psi I 11 .79l 21.00: 31 .33l I
I I I I
Total Pore Pressure -psi I 4.61 8.91 12.2: I
I I I I 0.00 Strain Rate -Inches/min . I o.ooo5oj o.oooao 1 0.00090! I
0.0 2.5 5.0 7.5 10 .0 I
I
4.o! 4.41 6.7! Failure Strain -% I
I
AXIAL STRAIN -% o 1' Failure -psi
I I I I I 17.19l 32 .10l 49 .13l
I I I I
o 3' Failure -psi I 5.401 11 .101 11 .ao: I
TEST DESCRIPTION PROJECT INFORMATION
TYPE OF TEST & NO: Multi-Point Consolidated Undrained Triaxial
SAMPLE TYPE : Shelby tube
DESCRIPTION : Light Tan and Brown CLAY wl some sand and iron
SAMPLE LOCATION: Boring B-10; 4-5'
ASSUMED SPECIFIC GRAVITY : 2.7
PROJECT : Alliance Airport
LOCATION : Fort Worth, Texas
PROJECT NO : DE04-076
CLIENT: DMJM Aviation
DATE:07/10/04
80
4
LL : NIA PL; NIA Pl : NIA Percent -200 : NIA
REMARKS : TERRA-MAR, INC. I FIGURE 71
I TRIAX1AL_PROGRAM_B10_3polnt.x1S
L
TRIAXIAL SHEAR TEST REPORT
0 5 10 15 20 25 30 35 40 45 50 55
PRINCIPAL STRESS -PSI
EFFECTIVE STRESS PARAMETERS j $' = 26.9 deg
40.00 I
35 .00 r
iii 30.00 a. .
tJ 25 .00 -
w / a::
f--20 .00 -· en
0::
0 15 .00 _/
f--/" .,: I 5 w 10.00 a
5.00 ·
0 .00
0.0 2.5 5.0 7.5
AXIAL STRAIN -%
10.0
SPECIMEN NO. I 1
Moisture Content -%
Dry Density -pcf
Diame.ter -inches
Helciht -Inches
Fina! Moisture -%
Ory Density -pcf
Calculated Diameter (In.)
Heloht --Inches
errect. Cell Pressure -psi
Failure Stress -psi
I t
I
I • I • f
' I
I • :
I
I
I I
I • I
I
INITIAL
27 .7!
96 .9!
I
1.801
I
3.51 l
AT TEST
26.2!
I
102 .a1 • 1.80:
I
3.49:
15.o!
' 16 .35l
I
6.1 I
I Tola! Pore Pressure -psi
Strain Rate -inches/min .
Failure Strain -%
I t • O.OCJ070:
I I
I 2.1: I
I • I 25.26l I
I I
cr 1' Failure -psi
I 8.91 I I cr3' Failure -psi
60 65 70 75 80
c' = 0 .6 psi
2 3 I 4
27 .7! 27 .7!
96 .9l 96 .9!
f f
1.801 1.801
I I
3.51 l 3 .51 l
26 .2! 26 .2!
I f
100.7J_ . 99.2l
I I
1.eo: 1.ao1
I f
3.51 I 3.511
25.0l 35 .o:
I I
25 .40: 36.141
I I
10 .91 13 .7l
I I
O.OOOBO: 0 .00080!
4.4! 3.o!
I I
39 .so: 57 .04l
I I
14 .101 20.90l
TEST DESCRIPTION PROJECT INFORMATION
t
TYPE OF TEST & NO : Multi-Point Consolidated Undrained TriaKial
SAMPLE TYPE : Shelby tube
DESCRIPTION : Light Brown, brown and tan CLAY
SAMPLE LOCATION : Boring 8-26; 4-5'
ASSUMED SPECIFIC GRAVITY : 2.7
LL : NIA
REMARKS :
PL : NIA Pl: NIA Percent -200 : NIA
· I TRIAXIAL_PROGRAM_826_3polnt .x1s
PROJECT : Alliance Airport
LOCATION : Fort Worth, TeKas
PROJECT NO: OE04-076
CLIENT: DMJM Aviation
DATE : 07/10/04
TERRA-MAR, INC. I FIGURE 72
I
l .
TRIAXIAL SHEAR TEST REPORT
50 ~·--~--,-,-~~_J~~·-·--~==-==i _---,J,--_._·-=_1 -=·-:--,....<:-j./1
:: +·::.~_-1-··----..-=i-_--+--+_J~ ·----~-+-----1---1---_,_-.,.,~'9~--V
i I L,.,__.,..J...-------i
35 -~------t-··-<----+----+~---~---j--. -+ ---· I
in ' : / ; l/
; I I _L"I ' _j
.A// ' ' . .,// / I'\. ' I I
1 o· .,...,, ~ -----,..-,-----------r--1 /,v ~-1 I"\ \ \ jj
: / ( ( I \ ' ---) ;
0 5 10 15 20 25
EFFECTIVE STRESS PARAMETERS
50.00
45.00
in 40 .00
0.. . 35 .00
(/)
/:J 30.00
0:: !ii 25 .00
0::
0
1--20 .00
<I: 15 .00 > w
0 10.00
5.00
0 .00
0.0
I
I ----r7 ,~
I
/
2 .0 4.0 6 .0 8 .0 100
AXIAL STRAIN -%
30 35 40 45 50
PRINCIPAL STRESS -PSI
4> I = 28 .8 deg
SPECIMEN NO. I 1
Mo isture Content -%
Dry Density -pcf
Diameter -inches
Height -Inches
Final Moisture -%
Dry Density -pcf
Calculated Diameter (in .)
Aeioht -Inches
Effect. Cen Pressure -psi !
Failure Stress -psi
55
I
I
INITIAL
33.9!
86.1:
2.74i
I
4.43:
AT TEST
29 .71
I
87.2l
2.10!
I
4.31 l
20 .oj
I
2254l
I
11 .8: Total Pore Pressure -psi
Strain Rate -Inches/min .
Failure Strain -%
I
I 0 .00070!
a 1' Failure -psi
a 3' Failure· psi
4.o:
30.74!
I
8 .20:
60 65
c' =
2
33 .9!
86 .1 j
I
2.74l
I
4.43l
29 .7!
I
_8..I.8l
I
2.73l
4.41!
30.o!
I
32.04l
16.s!
I
0 .00070!
4.3!
I
45 .54l
13 .50!
70 7 5 80
2.1 psi
3 I 4
33 .9!
86 .1!
2 .74!
I
4 .43l
29.7!
I
87 .Bl
2.74l
I
4.42l
4o.o!
43.51!
20 .s!
I
0.00060!
6.2!
I
63.01l
I
19.50l
TEST DESCRIPTION PROJECT INFORMATION
TYPE OF TEST & NO : Multi -Point Consolidated Undrained Triaxla l
SAMPLE TYPE : Shelby tube
DESCRIPTION : Dark brown CLAY
SAMPLE LOCATION : Boring B-45 ; 3-4'
ASSUMED SPECIFIC GRAVITY : 2.7
LL : NIA Pl: NIA Pl : N/A Percent -200 : NIA
REMARKS :
TRIAXIAL_PROGRAM_B-45_3polnt.xls
PROJECT : Alliance Airport
LOCATION : Fort Worth , Texas
PROJECT NO : DE04-076
CLIENT :
DATE : 07/10/04
TERRA-MAR, INC. FIGURE 73
':;;
a. .. · ..
!
iii
ni
QI .r:.
1/1
E :,
E ·;; ..
::i:
..
C .E
0 z
... .a.t.&4 I.AA.AA.AA AA.6.66.&.A AAAAAAA AA.6AAA.& -~-~A..A --
6000 ~-----t-----t----1T&_.-..-...=. --+---··-
"' •"
A A A ----····--+-------+-----t----··-----------···
.•I" 1·
A enn"CI OCCCDDD DCCD" ...... ''l "Q
4000 ----+--·-,.T . .,.-·-™~ ·~ , -··--~ " oac oooo" / ,
3 000 .. ----t-~D c DDoDD -----+-----1-----
,. ac •••••••••••••••••••••••••••••••••••
• aa •••••••••••• J I '
2000 ~--~ .. ~C,FD~-• e • • • ---· ---------r--.. · '. --·-j---
.t • '
,ooo ,11/:.,.... --------[--------r -~
OiP------4----+----+----+----+----+----+-----i------+---~
5000 ---
0 0 .04 0 .08 0 .12 0 .16 0 .2 0 .24 0 .28 0 .32 0 .36 0 .4
Di splacement, inches
7000
6000 t-··
5000
1
~~ Jv = 0.4471x + 769.33
+----+--+---l---+----~----+-----1 ---+----l~""--::..__I----____.-.--
4000 · l --f------je------l--l·---t---1-----,1.,,,..,.............,"---''+'l --+---I··--+---+----+---< ----~ 3000
2000
1000
0
-l---+---l---t---l---:;;..r""=---1----1---+--+----+--·+---+---+-····-.. ·· v~
.--
0 1000 2000 3000 4000 5000 6000 7000 8000 9000 10000 11000 12000 13000 14000
Normal Stress, psf
Moisture Content Normal Ory Maximum
Boring Depth Test Strain Rate Density Initial Final Stress Shear Stress No. (feet) Symbols (in/min)
{pct) (%) (%) (psf) (psf)
0 9.60E-03 116 .5 7 .6 17.7 4000 2677
8-55 bulk sample 0 9.60E-03 122.3 7.6 17.7 8000 4108
6-9.606-03 1ia.6 7.6 17.7 12000 6254
Sample Description: Tan silty ClA Y w/ calcareous nodules and limey pebbles, (-2% moisture, residual strength)
Liquid Limit: Plasticity Index: Passing #200:
37 19 87% DIRECT SHEAR TEST RESULTS
Test Results:
Angle of Internal Friction , degree :
Cohesion, psf:
I TERRA-MAR
24 .0
769
ASTM -3080 Consolidated Drained Test
Alliance Airport Runway Extension
Fort Worth, Texas
TMI Project No.: DE04-076 Figure 7 4
5000 I ..................... .6.AAAAAld alA.t.AA.AAlAAAAAAA "" I ...... j
..................... j
I ......
4000 ..... -----.a!-I ';; .. ...
a. .....
I j --+-----f-------.. -...
II) ... ~ 3000 ----1• ----·
in " OOOOOooc 0000000( e••••••i••••••~••••e,,,,,,,,,a,••• ~ ... ggeoocg! CIJ ... C
000000 0000000 0000
.t: 0 a a< I (/)
-------ace iii 2000 ---A-0 ---------·----··-
00
-~---!____ --
C: 0 ac E ... a 0 0 a z co ..
1000 n --_o _____
" ... a
o I I '
0 i 0
~aaac 0
0 0 .04 0 .08 0.12 0 .16 0 .2 0 .24 0 .28 0 .32 0 .3 6
Displacement, inche s
6000 I I
i
5000 1--------·-----·----·-.... -..
.... ~ l
II) a. ---IY = 0 .541 5 x + 4 87 L .; 4000 UI ~ ~ ~ iii .... __, ... 3000 -----CIJ
/ r .r::
Ill
E :, 2000 ----· E ~ 'i<
------... :;;
1000 ..
L..-----
0
0 1000 2000 3000 4000 5000 6000 7000 8000 9000 10000
Normal Stress, psi
--·
Dry Moisture Content Normal Maximum Boring Depth Test -Strain Rate Density Initial Final Stress She ar Stress No . (feet) Symbols (in/min)
(pct) (%) (%) (psf) (psf)
0 9 .60E-03 121.9 10.9 14 .2 4000 2666
8 -55 bulk sample D 9 .606-03 122.6 10 .9 14 .2 4000 2640
6 9.606-03 127 .0 10 .9 14 .2 8000 4819
Sample Description: Tan silty CLAY w/ calcareous nodules and limey pebbles (optimum, peak/ residual st rength)
Liquid Limit: Plasticity Index: Passing #200 :
37 19 87% DIRECT SHEAR TEST RESULTS
Test Results: ASTM-3080 Consolidated Drained Te st
Angle of Internal Friction , degree : 28.4 Alliance Airport Runway Extension
Cohesion, psf: 487 Fort Worth, Texas
TMI Project No .: 0604-076 Figure 75
l . TERRA-MAR
-
5000-r--~----r-~~--,-~--r~~--.-~~J.--~-.,. ~~.:~~.!~~~
: _____ __j_ ~J · · .:~-·~···· ....... · 1 ·· ·u ~'._·~·:_·J~~·~c=--
2000 _ .r ... ·: :. L. ~~'. ............. ~ ........ ,==-=jl ... =· :J_ __
A cc l I I i i
A l C I ~ ••••••••••••••••••••••••••••••• I
1000 . ____ • ~:t:~~~-~· · · ::__~ · .. -~-.... -~~.. _ I -~------. _J _______ ~---·----
.. D • I
: g ~.. I
0 l.c.c ___ -;.-----+------+----+-----+-----1----t--------+-----1
0 0 .04 0.08 0 .12 0 .16 0 .2 0 .24 0 .28 0 .32 0 .36
Displacement, inches
~oo~--~---~----.----.-----,-----.----.----.----.---~
I 4000 ----+----+------+-----------1------+-·-------i[__/ 4., o.4002,' '":S)-
.; __.,-~ 3000 +------1---------+-----tl------+-------b"""---I---·· ----1------+--i ~~-
(/) 2000 ------+----t-------t-·---+-------1----1 1 /~
::i!: 1000 ~ ·--
0-l------1----+-----+------------+-----+----I
0 1000 2000 3000 4000 ~o 6000 7000 8000 9000 10000
Normal Stress, psf
...
Dry Mo isture Content Normal Maximum
Boring Depth Test Strain Rate Density Initial Final Stress Shear Stress No. (feet) Symbols (in/min)
(pct) (%) (%) (psf) (psf)
0 9 .60E-03 121 .7 13 .1 16.4 2000 1500
B-55 bulk sample D 9 .60E-03 126.8 13.1 16.4 4000 2307
.6. 9 .60E-03 133 .3 13 .1 16.4 8000 4384
Sample Description: Tan silty CLAY w/ calcareous nodules and limey pebbles (+2% moisture, residual strength)
Liquid Limit: Plasticity Index : Pass ing #200 :
37 19 87% DIRECT SHEAR TEST RESULTS
Test Results:
Angle of Internal Friction, degree : 25 .9
Cohesion, psf: 462
ASTM -3080 Consol idated Drained Test
Alliance Airport
Fort Worth , Texas
TMI Project No.: DE04-076 Figure 76
t TERRA-MAR
-
C
0
·r-
~ > QJ
r--
LJ.J
1CD
8)
Description: Bedrock
.. ''()4 f(j},.~ .. .-: ..
o..___..___..___.J......_....___...._ _ _._ _ _._ _ _..__ _ _._ _ _._ _ _._ _ __._ _ __._ _ __._ _ __._ _ __.. _ __.. _ __.. _ ___,c...-_....___....___~-~-~~
o m ~ D -0 ~ ro ~ ro ~ w m m rn w rn w m w rn ~ m m m ~ m
TERRA-MAR
U.S. LABS
Distance, ft
Alliance Airport Runway Extens ion
Fort Worth, T exas SLOPE STABILITY ANALYSIS
11050 Ables Lane t!!Dra-wn""!tff ___ 'J!!'Oat_e ____ R!!!"""""ise-d--~l'!!S-ca-le--~.l.l.l..l.l.l""1,,jl~~~----f
Dallas, TX 752 29 Aug . 2004 As Shown
(972) 488-8800
FIGURE
77
--
C:
.Q -co > (l)
w
-r
135
125
115
105
95
85
75
65
55
45
35
25
15
-5 .___..___..___..__ __________ __.. _ __. _ __. _ __. _ __,_ _ __,_ _ _._ _ _._ _ _.__~-~-~-......__......__~-~-~-'--'---''----'-__.-~-~
10 20 30 40 50 60 70 80 90 100 110 120 130 140 150 160 170 180 190 200 210 220 230 240 250 260 270 280 290 300
TERRA-MAR
U.S. LABS
Dista nce , ft
Alliance Airport Runway Extension
Fort Worth, Texas SLOP E STAB ILITY ANA LYSIS
11050 Ables Lane t'!!0!!"rawn ... ~t,y---~Dat"!'e ____ l'!Rev!"'-isedMa!'---t~scaJ-e--...:.:.i...i.i.:.1.,1,,,,l.,,l,l~ll.¥.-----1
Dallas, TX 75229 Aug . 2004
(972 488-8800 As Shown
FIGURE
78