Loading...
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