DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 FOR SE QUADRANT MAIN SANITARY SEWER CONTRACT NO April 8, 2019

Size: px
Start display at page:

Download "DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 FOR SE QUADRANT MAIN SANITARY SEWER CONTRACT NO April 8, 2019"

Transcription

1 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 1 FOR SE QUADRANT MAIN SANITARY SEWER CONTRACT NO April 8, 2019 The Request for Bids for the above is hereby revised as follows: Technical Specifications Revisions 1. Specification section MEASUREMENT AND PAYMENT dated 03/07/19 has been replaced with the attached dated 04/05/19 and revised as detailed below. a. Modification of item No. 6. b. Addition of item No. 47 and No. A Specification section HORIZONTAL DIRECTIONAL DRILLING dated 03/07/19 has been replaced with the attached dated 04/05/19 and revised as detailed below. a. Modification of 2.6 Piping Materials. 3. Specification section ALLOWANCES dated 03/07/19 has been replaced with the attached dated 04/05/19 and revised as detailed below. a. Paragraph 1.2 ALLOWANCE SCOPE has been deleted in its entirety. Paragraph 1.3 ALLOWANCE SCOPE has been re-numbered as paragraph 1.2. Plan Sheet Revisions 1. Sheet No. 05-C101 SANITARY SEWER PLAN AND PROFILE STA TO STA dated 03/07/19 has been replaced with the attached dated 04/05/19 and revised as detailed below. a. Additional clearance from the creek bed for the jack and bore has been provided. The restraining requirements for the siphon legs has been removed and flowable fill is required at the fitting locations. Additional direction for field verification of the existing TRA line has been provided as note Sheet No. 05-C102 SANITARY SEWER PLAN AND PROFILE STA TO STA ALT A dated 03/07/19 has been replaced with the attached dated 04/05/19 and revised as detailed below. a. The siphon has been redesigned to provide a greater radius for HDD construction. Additional direction for field verification of the existing TRA line has been provided as note Sheet No. 99-C506 CIVIL DETAILS VI dated 03/07/19 has been replaced with the attached dated 04/05/19 and revised as detailed below. a. The table for backfill requirements has been updated for gravity lines. Contract No Page 1 of 3 Addendum No.1 04/08/19

2 Schedule Revisions 1. N/A. RFB Revisions 1. Appendix 1 Bid Detail has been revised and is attached. 2. Appendix 6 Bid Schedule is revised and replaced as posted on Solicitation Questions (Q) and Answers (A) 1. (Q) Please confirm Fusible or Bi-Directionally Restrained PVC is approved for both In-steel casing and/or HDD options. (A) Yes. See revised plan sheet 05-C (Q) Will the use of concrete manholes with con-shield be allowed as an alternate to the fiber concrete manholes called for in the plans? This would be a considerable cost savings for the airport. (A) No. 3. (Q) Please provide more information as to the required Aquatic Relocation Plan. (A) Prior to dewatering for work within WOUS, an Aquatic Relocation Plan (ARP) will be developed; during the work, the ARP will be implemented under the supervision of an on-site qualified Biologist. The mussel survey, ARP development, and the services of an on-site Biologist will be provided by DFW Airport. DFW Airport through its appointed representative will develop the ARP in compliance with U.S. Fish and Wildlife Service guidelines. The contractor must contact DFW EAD 14 days before starting work within WOUS to request support related to the implementation of the ARP. 4. (Q) Please advise if a mussel study will be required (A) DFW Airport through its appointed representative will complete the mussel survey if deemed necessary. 5. (Q) Please advise if a low water crossing will be allowed, as usually allowed by nationwide 404 permit. (A) Low-water crossings i.e. temporary impacts, may be allowed if there is no less impactful alternative. Any low-water crossings must be coordinated and approved by DFW EAD 14 days prior to initiating the work. 6. (Q) Please clarify what a qualified professional is in relation to the Aquatic Relocation Plan. (A) DFW Airport will provide the services of a qualified biologist/scientist to develop the Aquatic Relocation Plan (ARP) and to support this work effort. The contractor is responsible for the implementation of the ARP and for notifying DFW EAD 14 days before the scheduled start date in the channel. Contract No Page 2 of 3 Addendum No.1 04/08/19

3 7. (Q) Note 3 states impact to natural resources needs to be limited to four days. Low water crossing will have to remain in place for the duration of the project, at least for the BOTOC creek portion which is considered an impact to natural resources. (A) The intent of Note 3 on Sheet No. 05-X101 is to require the contractor to complete the removal of the piers within four days, in order reduce adverse impacts to natural resources. If the contractor plans to divert flow for longer periods, then a wildlife biologist, to be provided at contractor s expense, must be onsite to ensure there are no aquatic resources in distress. At the end of the project, the disturbed areas must the restored to preexisting conditions. 8. (Q) As it pertains to the option to install the inverted syphons by horizontal directional drill option, after talking to various drillers the current 535 radius does not seem to be constructible. The minimum radios required is 800. Can the manholes be moved back to allow for the required radius? If 535 radius is a requirement, and we feel it can t be built are we obligated to bid the alternate? (A) See revised plan sheet 05-C102. The alternate must be bid. 9. (Q) Can the bored casings be installed deeper than 4 of cover below the bottom of the creek. Can we have 8 of cover. With the existing ground conditions, we don t think 4 is sufficient. Please advise. (A) See revised plan sheet 05-C (Q) Can QC and project be performed by the same person or do those need to be separate people for compliance with the airport specs? (A) Refer to specification section CONTRACTOR QUALITY CONTROL, paragraph 3.3.C Organization, for requirements. Other Project Information 1. The record drawings for the two Trinity River Authority (TRA) interceptors at the downstream connection point have been provided as part of this addendum for informational purposes only. a. Bear Creek Interceptor Sewer Section II Sta to Sta (Sheet 7) b. Bear Creek Relief Interceptor Section III Sta to (5 of 15) Contract No Page 3 of 3 Addendum No.1 04/08/19

4 Appendix 1 Bid Detail Contract No SE QUADRANT MAIN SANITARY SEWER 1) This is a solicitation for bids on the construction of the project detailed in the contract documents of Appendix 5 The Agreement. The Contractor shall be responsible for reviewing all existing conditions associated with the work prior to commencement of work activities. 2) The Board reserves the right to reject any bid for any reason, including if, on the face of the bid received, it is clear that acceptance of the bid would not comply with any applicable bidding laws, rules, or regulations. 3) The undersigned Contractor, declares that the only person or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm, or corporation; that he has carefully examined the Bid Requirements, all incorporated references and Appendices, and the conditions and classes of materials of the Work; and will provide all the necessary supervision, labor, machinery, tools, supplies, equipment, transportation and other facilities, apparatus, and other means of construction and will do all the Work and furnish all the materials called for by such, in the manner prescribed therein and according to the requirements therein set forth, and to perform all other obligations imposed by the Contract Documents for the prices named in the Bid Schedule hereinafter appearing. 4) It is understood and agreed that if awarded the Contract, the Work will commence within ten (10) calendar days after the date of the Notice to Proceed and that the total Work will be completed in accordance with the Schedule of Construction set forth herein. 5) It is further understood that the Prevailing Wage Rates TX revised 01/04/2019, issued by the Department of Labor as established by law are to govern the Work. The Contractor certifies that he has examined the wage rate determination and that prices bid are based on compliance with said determination. 6) Accompanying this Bid is the required Bid Guaranty consisting of Bid Bond or Cashiers' Check in the amount of five percent (5%) of the total Bid, or in the case of bid alternates, five percent (5%) of the highest total Bid. The certified check accompanying a Bid shall be returned to the Contractor upon execution of the Contract. 7) In the event of the award of a Contract, the undersigned will deposit with the Board a Contract Performance Bond and a Payment Bond as required by the Contract Documents, guarantying faithful performance of the Contract, and any payment of all labor, materials and other sundry items, in accordance with the Contract Documents, and will deliver certificates of insurance evidencing insurance required by the Contract Documents. 8) The Work proposed to be done shall be fully completed and finished to the entire satisfaction of the Board. 9) The undersigned certifies that the price contained in this Bid has been carefully reviewed and is submitted as correct and final. 10) In conformity with the Special Provisions, the amount of liquidated damages for this Contract shall be as shown in Article 1.0, of the Special Provisions. 11) Ancillary/Integral Professional Services Contractor certifies that in selecting an architect, engineer or land surveyor, etc., to provide professional services, if any, that are required by the specifications, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section of the Texas Government Code. 12) Certification of compliance with the provisions of Section of the Texas Government Code:(initial here) Contract No Addendum No. 1 04/08/19

5 13) Certificate Regarding Debarment And Suspension By submitting a bid/proposal under this solicitation, the Contractor or offeror certifies that at the time the Contractor or offeror submits its bid/proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. 14) Receipt is hereby acknowledged of the following Addenda to the Contract Documents: Addendum No. 1 Date Received 04/08/19 Addendum No. 2 Date Received Addendum No. 3 Date Received Addendum No. 4 Date Received Addendum No. 5 Date Received Ack. By Ack. By Ack. By Ack. By Ack. By 15) Summary of Bid a. Base Bid Contractor agrees to construct Contract No , SE QUADRANT MAIN SANITARY SEWER, in accordance with the contract terms, plans and specifications and to complete the work within one hundred and fifty (150) consecutive calendar days for substantial completion, with an additional sixty (60) consecutive calendar days for final completion, from the date set forth in the Notice to Proceed in accordance with the Bid Schedule and Unit Prices attached hereto for the following amount: BASE BID PRICE: DOLLARS and /100 $. Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total Base Bid... $ b. True Bid Alternate A Install inverted siphon via horizontal directional drilling (HDD) as defined in Technical Specifications Alternates, in accordance with the contract terms, plans and specifications, and to complete the work within the time allowed for the Base Bid (no additional contract time), and in accordance with the Bid Schedule and Unit Prices attached hereto, if accepted: ALTERNATE A BID PRICE: DOLLARS and /100 $. Separate Cost Breakdown (for Tax Exemption Information) Materials to be Incorporated... $ All Other Costs... $ Total True Bid Alternate A... $ 16) The contract, if awarded, shall be to the lowest responsive, responsible Contractor whose bid, conforming with all materials terms and conditions of the invitation for bids, is the lowest in price. 17) When alternates are used, the Board reserves the right to Contract for any combination of Base and or Alternates stated, or none of the above. Contractor must bid on the base and all alternates. Bids addressing only the base or alternate items will be considered non-responsive. 18) The Contractor shall complete the following statement by checking the appropriate space. Contract No Addendum No. 1 04/08/19

6 a. The Contractor has has not participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order b. The Contractor has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. c. If the Contractor has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Contractor shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract. d. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee,1800 G Street, Washington, DC e. The below listed firm is a DBE SBE MBE WBE None (Check all that apply). NAME OF CONTRACTOR/CORPORATION: CONTRACTOR'S ADDRESS: CITY, STATE, ZIP: PHONE NO.: PRINTED NAME & TITLE OF PERSON SIGNING BID FEDERAL I.D. NUMBER SIGNATURE: (Seal, if bid by a Corporation) Contract No Addendum No. 1 04/08/19

7 Document Title: MEASUREMENT AND PAYMENT Section: PART 1 - GENERAL 1.1 SUMMARY A. This Section stipulates the method of measurement and payment for items of Work for which Unit Prices and Lump Sum Prices are stated in the Bid Form. 1.2 SCOPE OF PAYMENT A. Units of measurement of items of Work for which Unit and/or Lump Sum Prices are stated will be as herein subsequently defined. B. The estimated quantities for items of Work for which Unit Prices are given in the Bid Form are subject to variation, and payment shall be based upon the final measurement of the items of work actually installed and approved by the Owner for payment. C. Prices bid shall include the work not specifically set forth as an individual payment item. These items are considered to be a subsidiary obligation of the Contractor and the cost for these items shall be included in the bid prices. 1.3 MEASUREMENT AND PAYMENT PROCEDURES BASE BID A. Item No. 1 Furnish and Install 24 C900 PVC Pipe (DR-25) by Open Cut Payment for the installation of 24 C900 PVC Pipe (DR-25) by Open Cut, for all depths, shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-25 C900 PVC pipe as shown on the Drawings by open cut. This item includes the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, and all clean up required to install the pipe. All trench excavation shall be unclassified ; and no separate or special payment will be made for rock Page 1 of 15 Measurement & Payment

8 Document Title: MEASUREMENT AND PAYMENT Section: excavation encountered in trenching. No payment will be made for the additional depth of cut required to facilitate the placement of pipe zone bedding material. B. Item No. 2 Furnish and Install 24 C900 PVC Pipe (DR-25) Carrier Pipe in Steel Casing Payment for the installation of 24 C900 PVC Pipe (DR-25) Carrier Pipe in Steel Casing shall be made at the unit price per linear foot as listed in the Bid Proposal and shown on the drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-25 C900 PVC pipe in 42 steel casing pipe as shown on the Drawings. This item includes the mobilization, testing, and all clean up required to install the pipe in steel casing. C. Item No. 3 Furnish and Install 42 Steel Casing Pipe by BOTOC Payment for the installation of 42 steel casing pipe by BOTOC shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of steel casing as shown on the Drawings BOTOC. This item includes the mobilization, clearing and grubbing, excavation, casing spacers and end seals, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, and all clean up required to install the steel casing by bore. No separate or special payment will be made for rock encountered while boring. D. Item No. 4 Cathodic Protection for 42 Steel Casing Pipe Payment for the installation of cathodic protection on the 42 steel casing pipe shall be made at the lump sum price and installed as listed in the Bid Proposal and shown in the Technical Specifications. Furnish labor, materials, equipment, and incidentals necessary for the installation of cathodic protection as shown in the Technical Specifications. This item includes but is not limited to the testing, connections to new and existing electrical, mounting hardware, and all clean up required to install the cathodic protection. E. Item No. 5 Trench Safety System for Trench Excavations Measurement and payment for trench safety shall be made at the unit price bid per linear foot as listed in the Bid Proposal, measured along the centerline of the trench and shall include furnishing all labor, materials, equipment, and incidentals necessary for the installation and maintenance of Page 2 of 15 Measurement & Payment

9 Document Title: MEASUREMENT AND PAYMENT Section: trench safety systems in accordance with provisions of OSHA 29 CFR and This also includes, but is not limited to, sloping, sheeting, trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, dewatering or diversion of water to provide adequate drainage. No payment will be made for trench safety systems for structural excavations under this section. Include payment for trench safety system in applicable structure installation sections. F. Item No. 6 Furnish and Install 60 SN72 FRP Pipe by Open Cut Payment for the installation of 60 SN72 FRP Pipe by Open Cut, for all depths, shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of SN72 FRP pipe as shown on the Drawings by open cut. This item includes the mobilization, clearing and grubbing, excavation, hauling, furnish and installation of Fernco boot connectors to existing 60 RCP pipe, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill and flowable fill, testing, and all clean up required to install the pipe. All trench excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in trenching. No payment will be made for the additional depth of cut required to facilitate the placement of pipe zone bedding material. 1 G. Item No. 7 Furnish and Install 96 Polymer Concrete Manholes (8 Std. Depth) Payment for the installation of 96 standard depth polymer concrete manholes, up to a depth of 8- foot, shall be made at the unit price bid per each manhole installed as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of manholes as shown on the Drawings. This item includes but is not limited to the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, connections to new and existing sewer pipe, installation of weirs and stop gate channels, manhole ID tags, vents and odor control devices, and all clean up required to install the manhole. All excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in installation. No payment will be made for the additional depth of cut required to facilitate the placement of embedment. H. Item No. 8 Furnish and Install 96 Polymer Concrete Manholes Extra Depth (>8 ) Payment for 96 Polymer Concrete Manholes Extra Vertical Depth (total depth beyond a standard depth of 8-feet to invert elevation from natural ground at the rim, rounded to the nearest 1/2-foot) for new manholes shall be made at the unit price bid per vertical foot for each 96-inch diameter Page 3 of 15 Measurement & Payment

10 Document Title: MEASUREMENT AND PAYMENT Section: Polymer Concrete Manhole and shall include furnishing all labor, materials, equipment, and incidentals necessary for the installation of 96-inch diameter Polymer Concrete Manholes for the specified vertical depth of each manhole and the manhole locations as indicated on the drawings in compliance with the specifications. I. Item No. 9 Furnish and Install 84 Polymer Concrete Manholes (8 Std. Depth) Payment for the installation of 84 standard depth polymer concrete manholes, up to a depth of 8- foot, shall be made at the unit price bid per each manhole installed as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of manholes as shown on the Drawings. This item includes but is not limited to the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, connections to new and existing sewer pipe, installation of weirs and stop gate channels, manhole ID tags, vents and odor control devices, and all clean up required to install the manhole. All excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in installation. No payment will be made for the additional depth of cut required to facilitate the placement of embedment. J. Item No. 10 Furnish and Install 84 Polymer Concrete Manholes Extra Depth (>8 ) Payment for 84 Polymer Concrete Manholes Extra Vertical Depth (total depth beyond a standard depth of 8-feet to invert elevation from natural ground at the rim, rounded to the nearest 1/2-foot) for new manholes shall be made at the unit price bid per vertical foot for each 84-inch diameter Polymer Concrete Manhole and shall include furnishing all labor, materials, equipment, and incidentals necessary for the installation of 84-inch diameter Polymer Concrete Manholes for the specified vertical depth of each manhole and the manhole locations as indicated on the drawings in compliance with the specifications. K. Item No. 11 Furnish and Install 60 Polymer Concrete Manholes (8 Std. Depth) Payment for the installation of 60 standard depth polymer concrete manholes, up to a depth of 8- foot, shall be made at the unit price bid per each manhole installed as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of manholes as shown on the Drawings. This item includes but is not limited to the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, connections to new and existing sewer pipe, concrete collars, manhole ID tags, vents and odor control devices, and all Page 4 of 15 Measurement & Payment

11 Document Title: MEASUREMENT AND PAYMENT Section: clean up required to install the manhole. All excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in installation. No payment will be made for the additional depth of cut required to facilitate the placement of embedment. L. Item No. 12 Furnish and Install 60 Polymer Concrete Manholes Extra Depth (>8 ) Payment for 60 Polymer Concrete Manholes Extra Vertical Depth (total depth beyond a standard depth of 8-feet to invert elevation from natural ground at the rim, rounded to the nearest 1/2-foot) for new manholes shall be made at the unit price bid per vertical foot for each 60-inch diameter Polymer Concrete Manhole and shall include furnishing all labor, materials, equipment, and incidentals necessary for the installation of 60-inch diameter Polymer Concrete Manholes for the specified vertical depth of each manhole and the manhole locations as indicated on the drawings in compliance with the specifications. M. Item No. 13 Furnish 12.5 x 30 Stop Gates Payment for 12.5 x 30 Stop Gates shall be made at the unit price bid per each stop gate, as listed in the Bid Proposal and shown on the Drawings. Stop gate will be delivered to DFW Airport for future use. N. Item No. 14 Furnish 20.5 x 30 Stop Gates Payment for 20.5 x 30 Stop Gates shall be made at the unit price bid per each stop gate, as listed in the Bid Proposal and shown on the Drawings. Stop gate will be delivered to DFW Airport for future use. O. Item No. 15 Existing Meter Station Demolition Payment for the demolition of the existing meter station and all appurtenances shall be at the lump sum price, removed and disposed of as listed in the Bid Proposal. This pay item shall include furnishing all labor, materials, equipment, and incidentals necessary for demolition and removal and replacement of electrical and all appurtenances as specified in the drawings. This item also includes, but is not limited to, removal and disposal of existing waste from the project site Page 5 of 15 Measurement & Payment

12 Document Title: MEASUREMENT AND PAYMENT Section: P. Item No. 16 Furnish and Install Flow Meter Payment for the installation of flow meter shall be made at the lump sum price and installed as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation and calibration of flow meter as shown on the Drawings. This item includes but is not limited to the testing, connections to new and existing electrical, mounting hardware, and all clean up required to install the flow meter. Q. Item No. 17 Furnish and Install Flexible Base Access Road Payment for the installation of a flexible base access road shall be made at the unit price bid per cubic yard of flexible base material placed as listed in the Bid Proposal and on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of flexible base materials. This item includes but is not limited to mobilization, compaction and grading of flexible base material, filter fabric, and clean up required for erosion prevention. R. Item No. 18 Furnish and Install 6 Chain Link Fence with 3-strand Barbed Wire Payment for the installation of 6 chain link fence with 3-strand barbed wire and all appurtenances shall be at the unit price per linear foot of fence, along the top of new installed fence, from center to center of end posts as listed in the Bid Proposal and shown on the Drawings. This pay item shall include furnishing all labor, materials, equipment, and incidentals necessary for complete installation of fence and all appurtenances. S. Item No. 19 Furnish and Install 6 Concrete Pavement Payment for the installation of the 6 concrete pavement at the meter station site and all appurtenances shall be at the unit price per cubic yard as listed in the Bid Proposal and shown on the Drawings. This pay item shall include furnishing all labor, materials, equipment, clearing and grubbing, excavation, and incidentals necessary for complete construction of the meter station slab and all appurtenances Page 6 of 15 Measurement & Payment

13 Document Title: MEASUREMENT AND PAYMENT Section: T. Item No. 20 Furnish and Install 30 x 4 Chain Link Fence Concrete Footer Payment for the installation of 30 wide and 4 deep chain link fence footer and all appurtenances shall be at the unit price per linear foot as listed in the Bid Proposal and shown on the Drawings. This pay item shall include furnishing all labor, materials, equipment, clearing and grubbing, excavation, and incidentals necessary for complete construction of the fence footer and all appurtenances. U. Item No. 21 Remove Existing Aerial Crossing Payment for the removal of the existing aerial pipe creek crossing shall be made at the unit price bid per linear foot of pipe removed as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the removal of aerial crossing pipe and associated piers as shown on the Drawings in accordance with all local, state, and federal regulations. This item includes but is not limited to the mobilization, excavation, temporary rip-rap for creek bank access, erosion matting, isolation and removal of concrete pipe supports, hauling, disposal of excess and removed material, furnishing backfill, plugging pipe connections at end of aerial crossing pipe, and all clean up required to remove the aerial crossing. All excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in trenching. V. Item No. 22 Grout Fill and Abandon Existing Pipe Payment for abandonment of existing pipe by grout filling shall be made at the unit price bid per linear foot of pipe filled and abandoned regardless of the depth and diameter of the existing pipe. Furnish labor, materials, equipment, and incidentals necessary for the abandonment of existing sewer pipe as shown on the Drawings by grout filling. This item includes the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing grout, plugs, compression testing, measurement of grout injected, and all clean up required to abandon the pipe. W. Item No. 23 Remove Cone and Abandon Existing Manholes Payment for the removal of cone and abandonment of existing manholes, for all depths and diameters, shall be made at the unit price bid per each manhole abandoned as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals Page 7 of 15 Measurement & Payment

14 Document Title: MEASUREMENT AND PAYMENT Section: necessary for the abandonment of manholes as shown on the Drawings. This item includes but is not limited to the mobilization, excavation, hauling, disposal of excess and removed material, furnishing backfill, grout, plugging connections to existing sewer pipe, and all clean up required to abandon the manhole. X. Item No. 24 Remove Existing Fence (All Types) Payment for the removal of existing fence (All Types) and all appurtenances shall be at the unit price per linear foot of fence, along the top of new installed fence, from center to center of end posts, to be removed as listed in the Bid Proposal. This pay item shall include furnishing all labor, materials, equipment, and incidentals necessary for complete removal of fence and all appurtenances. This item also includes, but is not limited to, removal and disposal of existing fence from the project site. Y. Item No. 25 Furnish and Install Ductile Iron Fittings (Protecto 401 Lined) Payment for the installation of ductile iron fittings (Protecto 401 lined), shall be made at the unit price per ton as listed in the Bid Proposal and shown on the drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of ductile iron fittings as shown on the Drawings. This item includes the mobilization, cleaning and preparation, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, and all clean up required to install the fittings. Z. Item No. 26 Clearing and Grubbing Payment for the clearing and grubbing, as part of site preparation, shall be made at the lump sum price and shall include furnishing all labor materials, maintenance of areas, equipment, and incidentals necessary for the clearing and grubbing of the project site as indicated in the Drawings. AA. Item No. 27 Seeding Payment for the seeding of grass, as part of site restoration, shall be made at the unit price bid per acre as listed in the Bid Proposal and shall include furnishing all labor materials, maintenance of areas, equipment, and incidentals necessary for the restoration of all areas disturbed by construction, including temporary construction access. This item also includes, but is not limited to, Page 8 of 15 Measurement & Payment

15 Document Title: MEASUREMENT AND PAYMENT Section: required grading, backfill, temporary irrigation, maintenance, fertilization, or other action necessary to re-establish mature vegetation. BB. Item No. 28 Pre-Construction CCTV Inspection Payment for the pre-construction inspection using closed circuit television (CCTV) shall be made at the unit price bid per linear foot of pipe inspected, as listed in the Bid Proposal. Furnish labor, materials, equipment, and incidentals necessary for the inspection of all pipe as shown on the drawings and standard details. CC. Item No. 29 Post-Construction CCTV Inspection Payment for the post-construction inspection using closed circuit television (CCTV) shall be made at the unit price bid per linear foot of pipe inspected, as listed in the Bid Proposal. Furnish labor, materials, equipment, and incidentals necessary for the inspection of all pipe as shown on the drawings and standard details. DD. Item No. 30 Storm Water Pollution Prevention Plan (SWPPP) > 1 Acre < 5 Acre Payment for the preparation and implementation of a Storm Water Pollution Prevention Plan (SWPPP) shall be made at the lump sum price as listed in the Bid Proposal and shown on the drawings. Furnish labor, materials, equipment, and incidentals necessary for the SWPPP as shown on the drawings and standard details. EE. Item No. 31 Construction Survey & Staking Payment for construction survey and staking shall be made at the lump sum price as listed in the Bid Proposal. Furnish labor, materials, equipment, and incidentals necessary for construction survey & staking. FF. Item No. 32 Vacuum Testing (Manholes) Payment for the vacuum testing of manholes shall be made at the lump sum price as listed in the Page 9 of 15 Measurement & Payment

16 Document Title: MEASUREMENT AND PAYMENT Section: Bid Proposal and detailed in the specifications. Furnish labor, materials, equipment, and incidentals necessary for vacuum testing of the proposed manholes. GG. Item No. 33 Air/Water Testing (Pipe) Payment for the pipe air/water testing shall be made at the lump sum price as listed in the Bid Proposal and detailed in the specifications. Furnish labor, materials, equipment, and incidentals necessary for air/water testing of the proposed pipeline. HH. Item No. 34 Temporary Bypass Pumping Payment for the temporary bypass pumping of existing sanitary sewer flows shall be made at the lump sum price as listed in the Bid Proposal. Furnish all labor, materials, equipment, and incidentals necessary for isolating flows and installing temporary bypass pumping of existing flows within the line to be bypassed. Bypass pumping shall remain in place until new facilities are constructed, tested, and online. This item also includes, but is not limited to, preparation of a bypass pumping plan, coordination with the Trinity River Authority, mobilization/demobilization, staging, all pumps and piping needed, line watch, testing, suction or discharge pits, and repairs to existing manholes or pipeline. II. Item No. 35 Mobilization Payment for mobilization shall be made at the lump sum price as listed in the Bid Proposal and detailed in the specifications. JJ. Item No. 36 Staging Area Payment for the staging area shall be made at the lump sum price as listed in the Bid Proposal and detailed in the specifications. KK. Item No. 37 Unforeseen Field Conditions Payment for unforeseen field conditions shall be made at the lump sum price of $50, Page 10 of 15 Measurement & Payment

17 Document Title: MEASUREMENT AND PAYMENT Section: LL. Item No. 38 Utility Investigation/Relocation Payment for utility investigation/relocation shall be made at the lump sum price of $50,000. MM. Item No. 39 Furnish and Install 10 C900 PVC Pipe (DR-14) by Open Cut (Restrained Joint) Payment for the installation of 10 C900 PVC Pipe (DR-14) by Open Cut (Restrained Joint), for all depths, shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-14 PVC pipe as shown on the Drawings by open cut. This item includes the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, and all clean up required to install the pipe. All trench excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in trenching. No payment will be made for the additional depth of cut required to facilitate the placement of pipe zone bedding material. NN. Item No. 40 Furnish and Install 18 C900 PVC Pipe (DR-18) by Open Cut (Restrained Joint) Payment for the installation of 18 C900 PVC Pipe (DR-18) by Open Cut (Restrained Joint), for all depths, shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-18 PVC pipe as shown on the Drawings by open cut. This item includes the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, and all clean up required to install the pipe. All trench excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in trenching. No payment will be made for the additional depth of cut required to facilitate the placement of pipe zone bedding material. OO. Item No. 41 Furnish and Install 10 C900 PVC Pipe (DR-14) Carrier Pipe in Steel Casing (Restrained Joint) Payment for the installation of 10 C900 PVC Pipe (DR-14) Carrier Pipe in Steel Casing (Restrained Joint) shall be made at the unit price per linear foot as listed in the Bid Proposal and shown on the drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR- 14 PVC pipe in 20 steel casing pipe as shown on the Drawings. This item includes the mobilization, testing, and all clean up required to install the pipe in steel casing Page 11 of 15 Measurement & Payment

18 Document Title: MEASUREMENT AND PAYMENT Section: PP. Item No. 42 Furnish and Install 18 C900 PVC Pipe (DR-18) Carrier Pipe in Steel Casing (Restrained Joint) Payment for the installation of 18 C900 PVC Pipe (DR-18) Carrier Pipe in Steel Casing (Restrained Joint) shall be made at the unit price per linear foot as listed in the Bid Proposal and shown on the drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR- 18 PVC pipe in 36 steel casing pipe as shown on the Drawings. This item includes the mobilization, testing, and all clean up required to install the pipe in steel casing. QQ. Item No. 43 Furnish and Install 20 Steel Casing Pipe by BOTOC Payment for the installation of 20 steel casing pipe by BOTOC shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of steel casing as shown on the Drawings BOTOC. This item includes the mobilization, clearing and grubbing, excavation, casing spacers and end seals, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, and all clean up required to install the steel casing by bore. No separate or special payment will be made for rock encountered while boring. RR. Item No. 44 Furnish and Install 36 Steel Casing Pipe by BOTOC Payment for the installation of 36 steel casing pipe by BOTOC shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of steel casing as shown on the Drawings BOTOC. This item includes the mobilization, clearing and grubbing, excavation, casing spacers and end seals, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, and all clean up required to install the steel casing by bore. No separate or special payment will be made for rock encountered while boring. SS. Item No. 45 Cathodic Protection for 20 Steel Casing Pipe Payment for the installation of cathodic protection on the 20 steel casing pipe shall be made at the lump sum price and installed as listed in the Bid Proposal and shown in the Technical Specifications. Furnish labor, materials, equipment, and incidentals necessary for the installation of cathodic protection as shown in the Technical Specifications. This item includes but is not limited to the testing, connections to new and existing electrical, mounting hardware, and all clean up Page 12 of 15 Measurement & Payment

19 Document Title: MEASUREMENT AND PAYMENT Section: required to install the cathodic protection. TT. Item No. 46 Cathodic Protection for 36 Steel Casing Pipe Payment for the installation of cathodic protection on the 36 steel casing pipe shall be made at the lump sum price and installed as listed in the Bid Proposal and shown in the Technical Specifications. Furnish labor, materials, equipment, and incidentals necessary for the installation of cathodic protection as shown in the Technical Specifications. This item includes but is not limited to the testing, connections to new and existing electrical, mounting hardware, and all clean up required to install the cathodic protection. UU. Item No. 47 Flowable Fill Payment for the embedment of pipes using flowable fill shall be made at the unit price per cubic yard as shown in the construction drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of flowable fill as specified in the Technical Specifications. 1 ALTERNATIVE A A. Item No. A.1 Furnish and Install 10 C900 PVC Pipe (DR-14) by HDD (Restrained Joint) Payment for the installation of 10 C900 PVC Pipe (DR-14) by HDD (Restrained Joint), shall be made at the unit price per linear foot as listed in the Bid Proposal and shown on the drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-14 PVC pipe as shown on the Drawings by HDD. This item includes the mobilization, clearing and grubbing, insertion and receiving pits, monitoring of drilling head, disposal of excess material, testing, and all clean up required to install the pipe by HDD per the specifications. All installation by HDD shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in drilling. B. Item No. A.2 Furnish and Install 18 C900 PVC Pipe (DR-18) by HDD (Restrained Joint) Payment for the installation of 18 C900 PVC Pipe (DR-18) by HDD (Restrained Joint), shall be made at the unit price per linear foot as listed in the Bid Proposal and shown on the drawings Page 13 of 15 Measurement & Payment

20 Document Title: MEASUREMENT AND PAYMENT Section: Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-18 PVC pipe as shown on the Drawings by HDD. This item includes the mobilization, clearing and grubbing, insertion and receiving pits, monitoring of drilling head, disposal of excess material, testing, and all clean up required to install the pipe by HDD per the specifications. All installation by HDD shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in drilling. C. Item No. A.3 Furnish and Install 10 C900 PVC Pipe (DR-14) by Open Cut (Restrained Joint) Payment for the installation of 10 C900 PVC Pipe (DR-14) by Open Cut (Restrained Joint), for all depths, shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-14 PVC pipe as shown on the Drawings by open cut. This item includes the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, and all clean up required to install the pipe. All trench excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in trenching. No payment will be made for the additional depth of cut required to facilitate the placement of pipe zone bedding material. D. Item No. A.4 Furnish and Install 18 C900 PVC Pipe (DR-18) by Open Cut (Restrained Joint) Payment for the installation of 18 C900 PVC Pipe (DR-18) by Open Cut (Restrained Joint), for all depths, shall be made at the unit price bid per linear foot as listed in the Bid Proposal and shown on the Drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of DR-18 PVC pipe as shown on the Drawings by open cut. This item includes the mobilization, clearing and grubbing, excavation, hauling, disposal of excess material, placement and compaction of both embedment and backfill, furnishing backfill, testing, and all clean up required to install the pipe. All trench excavation shall be unclassified ; and no separate or special payment will be made for rock excavation encountered in trenching. No payment will be made for the additional depth of cut required to facilitate the placement of pipe zone bedding material. E. Item No. A.5 Flowable Fill Payment for the embedment of pipes using flowable fill shall be made at the unit price per cubic yard as shown in the construction drawings. Furnish labor, materials, equipment, and incidentals necessary for the installation of flowable fill as specified in the Technical Specifications Page 14 of 15 Measurement & Payment

21 Document Title: MEASUREMENT AND PAYMENT Section: PART 2 - MATERIALS Not used. PART 3 - EXECUTION Not used. END OF SECTION Page 15 of 15 Measurement & Payment

22 ALLOWANCES Section: PART 1 - GENERAL 1.1 SUMMARY A. This Section covers the requirements and procedures if Allowances are included in the Contract. B. Allowances are not included in the Lump Sum Base Bid for a Lump Sum contract. C. Allowances have been set aside to complete elements of the Work that are within the general scope of work, but are not shown on the Plans or specified in the Specifications. Any and all unused portions of the stipulated Allowances will not be paid to the Contractor and shall be deducted from the Contract Amount at the Final Completion of the Project. D. Use of any funds allotted to Allowances is only for the Work of the Project. while Allowances are considered to be within the original Scope of Work, such items could not have been reasonably anticipated based upon the information available at the time the cost estimate was established. Use of such funds is not to be construed as including upgrading or enlarging the Scope of Work of the Project and its use is at the sole discretion of the Owner. E. All price quotes and scopes of work requested by the Owner through the Owner s Authorized Representative (OAR) for each Allowance item of work, shall be provided to and approved by the OAR prior to the Contractor proceeding with any such work. The Contractor shall provide a price quote within seven (7) Calendar Days of receipt of request by the OAR. F. The OAR will approve an Allowance item of work by issuance of a Change Order prior to the Contractor proceeding with such work. The Change Order will clearly define the Allowance item scope and agreed to pay amount. G. Contract Time extensions may not be executed under this process, but within the Change Order process. Any adjustment to the Contract Time shall be in accordance with Section , Construction Progress Schedule. 1.2 ALLOWANCE SCOPE A. Unforeseen Field Conditions: This allowance provides a payment method for changes in the various work areas / phases or scope of work as directed by the Airport to mitigate unforeseen field conditions. The scope of work and associated compensation under this allowance includes, but is not limited to: additional demolition, relocation, or construction of necessary infrastructure to mitigate miscellaneous unforeseen conditions. Potential unforeseen items include abandoned utilities from prior permanent and temporary FAA facilities, drainage structures abandoned in place, direct buried cabling, and similar items. This allowance will also cover costs to maintain and remove existing erosion control devices left by other projects and not shown in the Construction Documents. B. Utility Investigation/Relocation: This allowance provides for payment for Level A Potholing and modification in various work areas of the Project as directed by the Airport. The scope of work under this allowance includes, but is not limited to: additional exploratory investigation, relocation of utilities, and other additional miscellaneous utilities requirements not included in the scope of work. Investigation of utilities shown on the Plans to confirm location and depth is not part of this allowance but is included within the contract documents Allowances

23 ALLOWANCES Section: PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. PART 4 MEASUREMENT AND PAYMENT 4.1 MEASUREMENT All price quotes and scopes of work requested by the Airport for each Allowance item of work, shall be provided to and approved by the Airport prior to the Contractor proceeding with the work. 4.2 PAYMENT Payment will be made under: Pay Item Pay Item Unforeseen Field Conditions Utility Investigation/Relocation END OF SECTION Allowances

24 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: PART 1 - GENERAL 1.1 WORK INCLUDED A. Provide and install underground gravity sewer line using the horizontal directional drilling (HDD) method of installation, also commonly referred to as directional boring, or guided horizontal boring. This work shall include equipment, materials, and labor for the complete and proper installation, testing, restoration of underground utilities and erosion and sedimentation control and restoration 1.2 QUALITY ASSURANCE A. The requirements set forth in this document specify a wide range of procedural precautions necessary to provide the very basic, essential aspects of a proper directional bore installation and are adequately controlled. Strict adherence shall be required under specifically covered conditions outlined in this specification. Adherence to the specifications contained herein, or the Owner s Representative approval of any aspect of any directional bore operation covered by this specification, shall in no way relieve the Contractor of their ultimate responsibility for the satisfactory completion of the work authorized under the Contract. 1.3 SUBMITTALS 1. Installer s Qualifications: Installation shall be by a competent, experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least 5 years engaged in similar work of equal scope and have installed 20 or more of similar length, size, depth, and geology by HDD. If patented processes are involved based on the pipe selection, the installer shall be licensed, trained and in good standing with the pipe manufacturer. 2. Performance Requirements: Lateral or vertical variation in the final position of the carrier pipe from the line and grade established by the plans shall be permitted only to the extent of +/- 4-inches from original grade, provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 3. Certification: Pipe products shall have been tested and approved by an independent third-party laboratory for continuous use at rated pressures. 4. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a maximum deflection of 4 percent for pressure and gravity applications. A. Submittals shall be in accordance with Section , SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES and shall include: 1. Work Plan: Prior to beginning work, the Contractor shall submit to the Owner s Representative a work plan as record data detailing the procedure and schedule to be used to execute the project. The work plan should include a description of all equipment to be used, down-hole tools, a list of personnel and their qualifications and experience (including back-up personnel in the event that an individual is unavailable), list of subcontractors, a schedule of work activity, a safety plan (including MSDS of any potentially hazardous substances to be used), traffic control plan (if applicable), all excavation locations, interfering utilities, flow bypass, erosion and sedimentation control and contingency plans for possible problems. Work plan shall be comprehensive, realistic, and based on actual working conditions Page 1 of 6 Horizontal Directional Drilling

25 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: STANDARDS 2. Equipment: Contractor will submit specifications on directional drilling equipment as record data. Equipment shall include but not be limited to: drilling rig, butt fusion welding apparatus, mud system, mud motors (if applicable), down-hole tools, guidance system, and rig safety systems. Calibration records for guidance equipment shall be included. Specifications for any drilling fluid additives that Contractor intends to use or might use will be submitted. 3. Material: Provide shop drawings of the pipe with material specifications, including size, type, diameter and manufacturer s data and certifications on piping and jointing methods. The shop drawing shall include a Certificate of Adequacy of Design stating the pipe and fittings are satisfactory for the loads which will be imposed during for all loading conditions. 4. Contractor shall maintain a daily project log of drilling operations and a guidance system log along with a fusion report for all butt fused welding of joints with a copy given to Owner s Representative at completion of project. A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM D1784 ASTM D2152 ASTM D2837 ASTM D3139 ASTM F477 Standard Specification for Rigid PVC Compounds and Chlorinated PVC Compounds Test Method for Degree of Fusion of Extruded PVC Pipe and Molded Standard Fittings by Test Acetone Method Immersion for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pressure Pipe 2. American Water Works Associations (AWWA) Standards: AWWA C905 Standard for PVC Pressure Pipe and Fabricated Fittings, 14 through 48 inches, for Water Distribution 1.5 DELIVERY AND STORAGE A. Store PVC pipe material so that there is no exposure to sunlight. 1.6 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Construction along roads and public areas shall be performed in such manner that does not interfere with the operations of the roads, driveways, sidewalks, pedestrian traffic and railroads. B. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. C. No blasting shall be allowed Page 1 of 6 Horizontal Directional Drilling

26 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: D. Existing pipelines and underground conduits are to be protected. The Contractor shall verify location and elevation of any pipe lines, telephone cable and fiber optics before proceeding with the construction and shall plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location (vertical and horizontal) of existing utilities shall be the complete responsibility of the Contractor. PART 2 - PRODUCTS 2.1 GENERAL A. The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity to perform the bore and pullback the pipe, a drilling fluid mixing, delivery and recovery system of sufficient capacity to successfully complete the crossing, a drilling fluid recycling system to remove solids from the drilling fluid so that the fluid can be re-used, a guidance system to accurately guide boring operations, a vacuum truck of sufficient capacity to handle the drilling fluid volume, trained and competent personnel to operate the system. B. All equipment shall be in good, safe operating condition with sufficient supplies, materials and spare parts on hand to maintain the system in good working order for the duration of the project. 2.2 DRILLING SYSTEM A. Drilling Rig: The directional drilling machine shall consist of a hydraulically powered system to rotate, push and pull hollow drill pipe into the ground at a variable angle while delivering a pressurized fluid mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand the pulling, pushing and rotating pressure required to complete the crossing. The hydraulic power system shall be self-contained with sufficient pressure and volume to power drilling operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and record maximum pull-back pressure during pullback operations. The rig shall be grounded during drilling and pull-back operations. There shall be a system to detect electrical current from the drill string and an audible alarm which automatically sounds when an electrical current is detected. B. Drill Head: The drill head shall be steerable by changing its rotation and shall provide the necessary cutting surfaces and drilling fluid jets. C. Mud Motors (if required): Mud motors shall be of adequate power to turn the required drilling tools. D. Drill Pipe: Shall be constructed of high quality 4130 seamless tubing, grade D or better, with threaded box and pins. Tool joints should be hardened to RC. 2.3 GUIDANCE SYSTEM A. A Magnetic Guidance System (MGS) or proven gyroscopic system shall be used to provide a continuous and accurate determination of the location of the drill head during the drilling operation. The guidance shall be capable of tracking at all depths up to 100 feet and in any soil condition, including hard rock. It shall enable the drifter to guide the drill head by providing immediate information on the tool face, azimuth (horizontal direction), and inclination (vertical direction). The guidance system shall be accurate to plus or minus 4- inches at sensing position at depths up to 50 feet and accurate within 3 feet horizontally. B. The Guidance System shall be of a proven type and shall be operated by personnel trained and experienced with this system. The Operator shall be aware of any magnetic anomalies on the surface of the drill path and shall consider such influences in the operation of the guidance system if using a magnetic system Page 2 of 6 Horizontal Directional Drilling

27 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: DRILLING FLUID MUD SYSTEM A. Mixing System: A self-contained, closed, drilling fluid mixing system shall be of sufficient size to mix and deliver drilling fluid. The drilling fluid reservoir tank shall be of sufficient size for making the bore. Mixing system shall continually agitate the drilling fluid during drilling operations. B. Drilling Fluids: Drilling fluid shall be composed of clean water and appropriate additives. Water shall be from an authorized source with a ph of 8.5 to 10. Water of a lower ph or with excessive calcium shall be treated with the appropriate amount of sodium carbonate or equal. The water and additives shall be mixed thoroughly and be absent of any clumps or clods. No potentially hazardous material may be used in drilling fluid. C. Delivery System: The mud pumping system shall have a minimum capacity to maintain correct boring alignment and be capable of delivering the drilling fluid at a constant pressure. The delivery system shall have filters in-line to prevent solids from being pumped into the drill pipe. Connections between the pump and drill pipe shall be relatively leak- free. Used drilling fluid and drilling fluid spilled during drilling operations shall be contained and conveyed to the drilling fluid recycling system. A berm, minimum of 12 inches high, shall be maintained around drill rigs, drilling fluid mixing system, entry and exit pits and drilling fluid recycling system to prevent spills into the surrounding environment. Pumps and or vacuum truck(s) of sufficient size shall be in place to convey excess drilling fluid from containment areas to storage and recycling facilities. D. Drilling Fluid Recycling System: The drilling fluid recycling system shall separate sand, dirt and other solids from the drilling fluid to render the drilling fluid reusable. Spoils separated from the drilling fluid will be stockpiled for later use or disposal. 2.5 OTHER EQUIPMENT A. Pipe Rammers: Hydraulic or pneumatic pipe rammers may not be permitted with PVC pipe. B. Restrictions: Other devices or utility placement systems for providing horizontal thrust other than those previously defined in the preceding sections shall not be used unless approved by the Engineer prior to commencement of the work. Consideration for approval will be made on an individual basis for each specified location. The proposed device or system will be evaluated prior to approval or rejection on its potential ability to complete the utility placement satisfactorily without undue stoppage and to maintain line and grade within the tolerances prescribed by the particular conditions of the project. 2.6 PIPING MATERIALS A. Piping Materials: 1. PVC Piping shall be 10-inch C900 DR-14 and 18-inch C900 DR-18 and shall be Certa-Lok or fusible PVC. B. Pipe Markings: Pipe shall be legibly marked in permanent ink with the manufacturer and trade name, nominal size and DR rating/pressure class, hydrostatic proof test pressure, and manufacturer date code. 1 PART 3 - EXECUTION 3.1 GENERAL Page 3 of 6 Horizontal Directional Drilling

28 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: A. The Engineer and Owner s Representative must be notified 48 hours in advance of starting work. The Directional Bore shall not begin until the Owner s Representative is present at the job site and agrees that proper preparations for the operation have been made. B. The approval for beginning the installation shall in no way relieve the Contractor of the ultimate responsibility for the satisfactory completion of the work as authorized under the Contract. It shall be the responsibility of Owner s Representative to provide inspection personnel at such times as appropriate without causing undue hardship by reason of delay to the Contractor. 3.2 PERSONNELREQUIREMENTS A. All personnel shall be fully trained in their respective duties as part of the directional drilling crew and in safety. The operator of the drilling rig must have at least 5 years directional drilling experience. A responsible representative who is thoroughly familiar with the equipment and type work to be performed, must be in direct charge and control of the operation at all times. In all cases the supervisor must be continually present at the job site during the actual Directional Bore operation. The Contractor shall have a sufficient number of competent workers on the job at all times to insure the Directional Bore is made in a timely and satisfactory manner. 3.3 Mud Engineer: The Contractor shall have a trained Mud Engineer with at least 3 years engaged in similar work of equal scope. The Mud Engineer shall be present for the pilot hole and all subsequent ream bores. The pilot drill pressures shall be monitored by the Mud Engineer through the use of a pressure tool placed on the drill stem, in order to mitigate any occurrences of Inadvertent Releases. The pressure tool is not required on subsequent reamer passes.drilling PROCEDURES A. Site Preparation: Prior to any alterations to work-site, contractor shall photograph or video tape entire work area, including entry and exit points, one copy of which shall be given to Owner s Representative and one copy to remain with contractor for a period of 1 year following the completion of the project. Work sites shall be within right-of-way and shall be graded or filled to provide a level working area. No alterations beyond what is required for operations are to be made. Contractor shall confine all activities to designated work areas. B. Drill Path Survey: Entire drill path shall be accurately surveyed by the Contractor with entry and exit stakes placed in the appropriate locations within the areas determined in the field with the Owner s Representative. Locate existing utilities in advance of boring operations. The Contractor shall be responsible for repairing damage to existing utilities at no additional cost to the Owner. Repair of existing utilities shall proceed until complete and the existing utility is back in service. If contractor is using a magnetic guidance system, drill path shall be surveyed by the Contractor for any surface magnetic variations or anomalies. C. Environmental Protection: Contractor shall place silt fence between all drilling operations and any drainage, wetland, waterway or other area designated for such protection by contract documents, state, federal and local regulations. Additional environmental protection necessary to contain any hydraulic or drilling fluid spills shall be put in place, including berms, liners, turbidity curtains and other measures. Contractor shall adhere to all applicable environmental regulations. Fuel may not be stored in bulk containers within 200 feet of any water-body or wetland. D. Safety: Contractor shall adhere to all applicable state, federal and local safety regulations and all operations shall be conducted in a safe manner. E. Pilot Hole: 1. Pilot hole shall be drilled on bore path with no deviations greater than +/- 4-inches Page 4 of 6 Horizontal Directional Drilling

29 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: horizontally or vertically over a length of 100 feet. In the event that pilot hole does deviate from bore path more than 4-inches, Contractor shall notify Owner s Representative who may require contractor to pull-back and re-drill from the location along bore path before the deviation. In the event that a drilling fluid fracture, inadvertent returns or returns loss occurs during pilot hole drilling operations, contractor shall cease drilling, wait at least 30 minutes, inject a quantity of drilling fluid with a viscosity exceeding 120 seconds as measured by a March funnel and then wait another 30 minutes. 2. If mud fracture or returns loss continues, contractor will cease operations and notify Owner s Representative. Owner s Representative and contractor will discuss additional options and work will then proceed accordingly. F. Reaming: Upon successful completion of pilot hole, contractor will ream bore hole to a minimum of 1.5 times greater than the outside diameter of pipe using the appropriate tools. Contractor will not attempt to ream at one time more than the drilling equipment and mud system are designed to safely handle. G. Pull-Back: After successfully reaming bore hole to the required diameter, contractor will pull the pipe through the bore hole. In front of the pipe will be a swivel and reamer to compact bore hole walls. Pull loads shall not exceed the limits defined by pipe manufacturer. Once pull-back operations have commenced, operations must continue without interruption until pipe is completely pulled into bore hole. 1. During pull-back operations contractor will not apply more than the maximum safe pipe pull pressure at any time. In the event that pipe becomes stuck, contractor will cease pulling operations to allow any potential hydro-lock to subside and will recommence pulling operations. If pipe remains stuck, contractor will notify Owner s Representative to discuss options and then work will proceed accordingly. 3.4 FUSIBLE PVC PIPE JOINING A. The pipe shall be assembled and joined at the site using the thermal butt-fusion method to provide a leak proof joint. Threaded or solvent-cement joints and connections are not permitted. All equipment and procedures used shall be used in strict compliance with the manufacturer s recommendations. Fusing shall be accomplished by personnel certified as fusion technicians by a manufacturer of the pipe and/or fusing equipment. B. The butt-fused joint shall be true alignment and shall have uniform roll-back beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. When cool, all weld beads shall then be removed from the outside and interior surfaces such that the joint surfaces shall be smooth. The fused joint shall be watertight and shall have tensile strength equal to that of the pipe. All joints shall be subject to acceptance by the Owner s Representative prior to insertion. All defective joints shall be cut out and replaced at no cost to the Owner. Any section of the pipe with a gash, blister, abrasion, nick, scar or other deleterious fault greater in depth than 10 percent of the wall thickness, shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures stated above. In addition, any section of pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the Owner s Representative shall be discarded and not used. C. Terminal sections pipe that are joined within the insertion pit shall be connected with a full circle pipe repair clamp. The butt gap between pipe ends shall not exceed 1/2 inch. 3.5 PIPE TESTING Page 5 of 6 Horizontal Directional Drilling

30 Document Title: HORIZONTAL DIRECTIONAL DRILLING Section: A. Following successful pull-back of pipe, contractor will test pipe using potable water according to the City s requirements. A calibrated pressure recorder will be used to record the pressure during the test period. This record will be submitted to Owner s Representative. 3.6 SITE RESTORATION A. Following drilling operations, contractor will de-mobilize equipment and restore the worksite to original condition. All excavations will be backfilled and compacted to 95 percent of original density. END OF SECTION Page 6 of 6 Horizontal Directional Drilling

31 3 INSTALL 8 LF OF 60" SN72 FRP PIPE. CONNECT TO EXISTING 60" RCP WITH 05-C C505 FERNCO BOOT CONNECTION. 05-C102 (BACKFILL FRP WITH FLOWABLE FILL TO 6" ABOVE PIPE CROWN) C C C SEE NOTE 1 & 4 96" POLYMER CONCRETE MANHOLE B-1 (TRA COMPOSITE MANHOLE COVER) STA , ON CL N = E = (SEE DETAIL SHT. 05-C402 & 99-C507) INSTALL 8 LF OF 60" SN72 FRP PIPE. CONNECT TO EXISTING 60" RCP WITH 05-C C505 FERNCO BOOT CONNECTION. 05-C102 (BACKFILL FRP WITH FLOWABLE FILL TO 6" ABOVE PIPE CROWN) 4 05-C C C102 EXISTING 60" RCP TRA SEWER LINE TO REMAIN SEWER MH B-1 STA ON CL RIM = S S EXISTING 54" RCP TRA SEWER LINE TO REMAIN 490 S MH#: 5213 STA ON CL RIM = EXISTING NATURAL GROUND AT CL C101 S SCALE: H:1" = 20' = 20' V:1" = 4' EXISTING SEWER AERIAL CROSSING TO BE REMOVED SANITARY SEWER PLAN AND PROFILE STA TO STA EXIST. SEWER MH A-2 RIM = (TO BE CUT 3' AND FILLED WITH NON-SHRINK) TOE OF SLOPE EXISTING PIER TO BE REMOVED (TYP.) L BEAR CREEK C PROPOSED 376 L.F. 18" WW (DR-18, C900 PVC) AND 160 L.F. 36" DIA. X 0.500" THICK STEEL CASING - CASING SHALL BE CATHODICALLY PROTECTED PER SPECIFICATIONS TOE OF SLOPE PROPOSED 376 L.F. 10" WW (DR-14, C900 PVC) AND 160 L.F. 20"DIA. X " THICK STEEL CASING - CASING SHALL BE CATHODICALLY PROTECTED PER SPECIFICATION TOP OF BANK S MH#: 5214 STA ON CL RIM = EXIST. SEWER MH A-3 RIM = (TO BE CUT 3' AND FILLED WITH NON-SHRINK GROUT) 0 10' 20' 40' 60' PROPOSED 92 L.F. 24" WW APPROXIMATE SEE NOTE 1 (DR-25, C % SEE NOTE 1 BORE PIT S S SS EXISTING 36" RCP TRA EXISTING SEWER SEWER LINE TO REMAIN MANHOLE A-2 EXISTING SEWER (TO BE CUT 3' AND FILLED MANHOLE A-1 WITH NON-SHRINK GROUT) EXISTING 12" SS LINE ZONE AE TO BE ABANDONED (FILLED WITH NON-SHRINK GROUT) APPROXIMATE MH#: 5213 BORE PIT 84" POLYMER CONCRETE MANHOLE WITH WATER TIGHT BOLT DOWN LID STA , ON CL N = E = (SEE DETAILS SHT. 05-C402 & 99-C507) PROPOSED 26 L.F. 24" WW (DR-25, C % TOP OF BANK 3' MIN. O.D.-O.D. SEPARATION SEE DETAIL 1&2 FLOODWAY ZONE AE 05-C C502 BASE FLOOD ELEVATION (486.00) PROPOSED 20 L.F. 18" WW (DR-18, C % EXISTING SEWER MANHOLE A-3 (TO BE CUT 3' AND FILLED WITH NON-SHRINK GROUT) EXISTING 12" SS LINE TO BE ABANDONED (FILLED WITH NON-SHRINK GROUT) MH#: " POLYMER CONCRETE MANHOLE WITH WATER TIGHT BOLT DOWN LID STA , ON CL N = E = (SEE DETAILS SHT. 05-C402 & 99-C507) SEWER MH#: 5214 TO BE RAISED 3' ABOVE FINISHED GRADE CLAY DAM (IN FEET) 478 MATCH LINE NOTE: 1. CONTRACTOR TO REFER TO GEOTECHNICAL REPORT FOR DE-WATERING AND SITE PREPARATION RECOMMENDATIONS. 2. REFERENCE DETAILS ON SHEET # 99-C506 SHEET 22 OF 24 - CIVIL DETAIL VI - DETAIL 1 - TYPICAL PIPE TRENCH EXCAVATION AND INSTALLATION & SHEET # 99-C505 SHEET 21 OF 24 - DETAIL 5 - FLOWABLE FILL EMBEDMENT FOR 60-INCH SANITARY SEWER 3. BYPASS PUMPING - REFERENCE TECHNICAL SPECIFICATION SECTION FIELD VERIFY LOCATION OF EXISTING 60" RCP (VERTICAL AND HORIZONTAL) PRIOR TO ORDERING MANHOLE BASE. FLOW LINES SHOWN ARE APPROXIMATE. ( SEE SHT. 05-C102 ) " 4.4 MGD 24" 0.95 MGD PROPOSED 10 L.F. 18" WW (DR-18, C % PROPOSED 10 L.F. 10" WW (DR-14, C % 10' EXISTING SEWER SHOWN OFFSET, TYP. 10" 0.95 MGD 18" 4.4 MGD EXISTING SEWER AERIAL CROSSING TO BE CUT 10' INTO BANK AND REMOVED PROPOSED 20 L.F. 10" WW (DR-14, C % 10' 3'-0" 24" 4.4 MGD 24" 0.95 MGD PLOT DATE: FILE NAME: FILE PATH: 4/3/2019 8:51:48 AM DFWSE-05-C102.dwg L:\2017\ DFW SE Quadrant Sewer\Drawings DIGITALLY SIGNED 4/5/ PROPOSED 26 L.F. 24" WW (DR-25, C % FL 60" OUT = ± FL 60" IN = ± FL 24" IN = STA FL= Qavg(24") = 0.95 MGD Vavg(24") = 2.0 ft/s Qpeak(24") = 4.4 MGD Vpeak(24") = 2.85 ft/s PROPOSED 85 L.F. 18" WW (DR-18, C900 30% PROPOSED 85 L.F. 10" WW (DR-14, C900 30% FL 24" OUT = FL 10" IN = FL 18" IN = STA FL= PROPOSED 170 L.F. 18" WW (FUSIBLE OR BI-DIRECTIONALLY RESTRAINED DR-18, C % AND 160 L.F. 36" DIA. X 0.500" THICK STEEL CASING EXISTING 12" SS LINE TO BE FILLED WITH NON-SHRINK GROUT AND ABANDONED (TYP.) 45 DUCTILE IRON FITTING WITH PROTECTO 401 LINING. BACKFILL W/ FLOWABLE FILL TO 6" ABOVE PIPE CROWN, 3' IN EACH DIRECTION FL 12" OUT = FL 12" IN = STA ON CL BEGIN BORE DFW INTERNATIONAL AIRPORT 3003 S. SERVICE ROAD DFW AIRPORT, TX DUCTILE IRON FITTING WITH PROTECTO 401 LINING. BACKFILL W/ FLOWABLE FILL TO 6" ABOVE PIPE CROWN, 3' IN EACH DIRECTION 2019 GARVER, LLC Qavg(12") = 0.95 MGD Vavg(12") = 3.04 ft/s Qpeak(18") = 4.4 MGD Vpeak(18") = 3.31 ft/s 8'-0" THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. FL= DUCTILE IRON FITTING WITH PROTECTO 401 LINING. BACKFILL W/ FLOWABLE FILL TO 6" ABOVE PIPE CROWN, 3' IN EACH DIRECTION DRAWN BY: JFM APPROVED BY: PMB ISSUE DATE: APRIL DUCTILE IRON FITTING WITH PROTECTO 401 LINING. BACKFILL W/ FLOWABLE FILL TO 6" ABOVE PIPE CROWN, 3' IN EACH DIRECTION ISOLATE EXISTING CONCRETE PIERS BY COFFERDAM, SAW CUT PIERS 3' BELOW CREEK BED AND REMOVE. CONTRACTOR TO SUBMIT PIER REMOVAL PLAN PRIOR TO COMMENCING WORK. 1 STA ON CL BEGIN BORE STA FL= PROPOSED 170 L.F. 10" WW (FUSIBLE OR BI-DIRECTIONALLY RESTRAINED DR-14, C % AND 160 L.F. 20" DIA. X " THICK STEEL CASING 3/7/2019 ISSUED FOR BID 4/5/2019 ADDENDUM NO.1 - REVISED ENTIRE PLANSHEET NO. DATE REVISION PROPOSED 105 L.F. 18" WW (DR-18, C % PROPOSED 105 L.F. 10" WW (DR-14, C % STA FL= FL 10" OUT = FL 18" OUT = FL 24" IN = FL 12" OUT = FL 12" IN = SE QUADRANT MAIN SANITARY SEWER PERMIT NUMBER: A18-191B CONSTRUCTION CONTRACT NUMBER: PROPOSED 92 L.F. 24" WW (DR-25, C % CLAY DAM (SEE DETAIL ) Qavg(24") = 0.95 MGD Vavg(24") = 2.60 ft/s Qpeak(24") = 4.4 MGD Vpeak(24") = 3.92 ft/s SHEET NUMBER SANITARY SEWER PLAN AND PROFILE STA TO STA C C C OF 24 SHEETS

32 3 INSTALL 8 LF OF 60" SN72 FRP PIPE. CONNECT TO EXISTING 60" RCP WITH 05-C C505 FERNCO BOOT CONNECTION. 05-C101 (BACKFILL FRP WITH FLOWABLE FILL TO 6" ABOVE PIPE CROWN) C C C101 96" POLYMER CONCRETE MANHOLE B-1 (TRA COMPOSITE MANHOLE COVER) STA , ON CL N = E = (SEE DETAIL SHT. 05-C402 & 99-C507) INSTALL 8 LF OF 60" SN72 FRP PIPE. CONNECT TO EXISTING 60" RCP WITH 05-C C505 FERNCO BOOT CONNECTION. 05-C101 (BACKFILL FRP WITH FLOWABLE FILL TO 6" ABOVE PIPE CROWN) 4 05-C C C EXISTING 60" RCP TRA SEWER LINE TO REMAIN 492 SEWER MH B-1 STA ON CL RIM = " 4.4 MGD 24" 0.95 MGD S EXISTING SEWER MANHOLE A EXISTING 12" SS LINE TO BE ABANDONED (FILLED WITH NON-SHRINK GROUT) 484 S ZONE AE TOP OF BANK S S S SEE NOTE 1 AND 4 EXISTING 36" RCP TRA SEWER LINE TO REMAIN MH#: " POLYMER CONCRETE MANHOLE WITH WATER TIGHT BOLT DOWN LID / STA , ON CL N = E = (SEE DETAILS SHT. 05-C402 & 99-C507) PROPOSED 20 L.F. 24" WW (DR-25, C % SEWER MH#: 5213 STA ON CL RIM = EXISTING NATURAL GROUND AT CL PROPOSED 11 L.F. 18" WW (DR-18, C % PROPOSED 11 L.F. 10" WW (DR-14, C % 1 05-C102 EXISTING SEWER MANHOLE A-2 (TO BE CUT 3' AND FILLED WITH NON-SHRINK GROUT) 5' MIN. O.D.-O.D. SEPARATION H:1" SCALE: = 20' V:1" = 20' = 4' 10' EXISTING PIER TO BE REMOVED (TYP.) EXIST. SEWER MH A-2 RIM = (TO BE CUT 3' AND FILLED WITH NON-SHRINK GROUT) TOE OF SLOPE L BEAR CREEK C PROPOSED 473 L.F. 18" WW (DR-18, C900 PVC) TOE OF SLOPE EXISTING SEWER SHOWN OFFSET, TYP. 10" 0.95 MGD PROPOSED 453 L.F. 10" WW (DR-14, C900 PVC) TOP OF BANK BASE FLOOD ELEVATION (486.00) 18" 4.4 MGD FLOODWAY ZONE AE SEE DETAIL 2 EXISTING SEWER AERIAL CROSSING TO BE REMOVED EXISTING SEWER AERIAL CROSSING TO BE CUT 10' INTO BANK AND REMOVED C C502 EXISTING SEWER MANHOLE A-3 (TO BE CUT 3' AND FILLED WITH NON-SHRINK GROUT) SANITARY SEWER PLAN AND PROFILE STA TO STA ALT. A NOTE: 1. CONTRACTOR TO REFER TO GEOTECHNICAL REPORT FOR DE-WATERING AND SITE PREPARATION RECOMMENDATIONS. 2. REFERENCE DETAILS ON SHEET # 99-C506 SHEET 22 OF 24 - CIVIL DETAIL VI - DETAIL 1 - TYPICAL PIPE TRENCH EXCAVATION AND INSTALLATION & SHEET # 99-C505 SHEET 21 OF 24 - DETAIL 5 - FLOWABLE FILL EMBEDMENT FOR 60-INCH SANITARY SEWER 3. BYPASS PUMPING - REFERENCE TECHNICAL SPECIFICATION SECTION FIELD VERIFY LOCATION OF EXISTING 60" RCP (VERTICAL AND HORIZONTAL) PRIOR TO ORDERING MANHOLE BASE. FLOW LINES SHOWN ARE APPROXIMATE EXISTING 12" SS LINE TO BE ABANDONED (FILLED WITH NON-SHRINK GROUT) 10' MH#: " POLYMER CONCRETE MANHOLE WITH WATER TIGHT BOLT DOWN LID / STA , ON CL N = E = (SEE DETAILS SHT. 05-C402 & 99-C507) EXIST. SEWER MH A-3 RIM = (TO BE CUT 3' AND FILLED WITH NON-SHRINK GROUT) S SEWER MH#: 5214 TO BE RAISED 3' ABOVE FINISHED GRADE PROPOSED 25 L.F. 18" WW (DR-18, C % PROPOSED 25 L.F. 10" WW (DR-14, C % 0 10' 20' 40' 60' 2 (IN FEET) CLAY DAM SEE DETAIL 05-C C503 PROPOSED 27 L.F. 24" WW (DR-25, C % PROPOSED 27 L.F. 24" WW (DR-25, C % SEWER MH #5214 STA ON CL RIM = MATCH LINE ( SEE SHT. 05-C102 ) PLOT DATE: FILE NAME: FILE PATH: 4/3/2019 9:00:37 AM DFWSE-05-C101.dwg L:\2017\ DFW SE Quadrant Sewer\Drawings DIGITALLY SIGNED 4/5/ PROPOSED 20 L.F. 24" WW (DR-25, C % STA FL= Qavg(24") = 0.95 MGD Vavg(24") = 2.0 ft/s Qpeak(24") = 4.4 MGD Vpeak(24") = 2.85 ft/s FL 60" OUT = ± FL 60" IN = ± FL 24" IN = FL 24" OUT = FL 10" IN = FL 18" IN = PROPOSED 220 L.F. 18" 15.33% (FUSIBLE OR CERTA-LOK DR-18, C900 PVC BY HDD) EXISTING 12" SS LINE TO BE FILLED W/NON-SHRINK GROUT AND ABANDONED (TYP.) 11 1/4 DUCTILE IRON FITTING WITH PROTECTO 401 LINING. BACKFILL W/ FLOWABLE FILL TO 6" ABOVE PIPE CROWN 3' IN EACH DIRECTION. FL 12" OUT = FL 12" IN = PROPOSED 220 L.F. 10" 15.33% (FUSIBLE OR CERTA-LOK DR-14, C900 PVC BY HDD) DFW INTERNATIONAL AIRPORT 3003 S. SERVICE ROAD DFW AIRPORT, TX R=650' 2019 GARVER, LLC Qavg(12") = 0.95 MGD Vavg(12") = 3.04 ft/s Qpeak(18") = 4.4 MGD Vpeak(18") = 3.31 ft/s FL= THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. P.I. STA DRAWN BY: JFM APPROVED BY: 13'-0" PMB ISSUE DATE: APRIL 2019 ISOLATE EXISTING CONCRETE PIERS BY COFFERDAM, SAW CUT PIERS 3' BELOW CREEK BED AND REMOVE. CONTRACTOR TO SUBMIT PIER REMOVAL PLAN PRIOR TO COMMENCING WORK. 1 3/7/2019 ISSUED FOR BID 4/5/2019 ADDENDUM NO.1 - REVISED ENTIRE PLANSHEET NO. DATE REVISION 11 1/4 DUCTILE IRON FITTING WITH PROTECTO 401 LINING. BACKFILL W/ FLOWABLE FILL TO 6" ABOVE PIPE CROWN 3' IN EACH DIRECTION. R=750' FL 12" OUT = FL 12" IN = STA FL= PROPOSED 200 L.F. 18" 15.21% (FUSIBLE OR CERTA-LOCK DR-18, C900 PVC BY HDD) PROPOSED 200 L.F. 10" 15.21% (FUSIBLE OR CERTA-LOK DR-14, C900 PVC BY HDD) SE QUADRANT MAIN SANITARY SEWER PERMIT NUMBER: A18-191B CONSTRUCTION CONTRACT NUMBER: FL 24" IN = FL 10" OUT = FL 18" OUT = Qavg(24") = 0.95 MGD Vavg(24") = 2.60 ft/s Qpeak(24") = 4.4 MGD Vpeak(24") = 3.92 ft/s SHEET NUMBER SANITARY SEWER PLAN AND PROFILE STA TO STA ALT. A 05-C OF 24 SHEETS

33 1. SLOPE, BENCHING, SHORING, ETC. AS DETERMINED AND DESIGNED BY THE CONTRACTOR. CONTRACTOR IS SOLELY RESPONSIBLE FOR COMPLYING WITH ALL APPLICABLE OSHA REGULATIONS FOR "OPEN TRENCH EXCAVATIONS". 2. BEDDING REQ'D FOR ALL GRAVITY LINES, ALL PVC LINES AND ALL CONCRETE LINES. BEDDING REQUIRED IN ALL AREAS OF ROCK EXCAVATION OR UNSUITABLE SOILS. BELL HOLES REQ'D FOR PIPES > 4" DIA. FOR DUCTILE IRON PRESSURE MAINS, SELECT EARTH MAY BE USED FOR BEDDING IN AREAS OF ROCK EXCAVATION. 3. ALL MATERIALS SHALL BE COMPACTED TO MINIMUM 95% MODIFIED PROCTOR DENSITY AT 2%± OPTIMUM MOISTURE CONTENT. MATERIALS UNDER PAVING, CONCRETE, STRUCTURES, ETC. SHALL BE COMPACTED TO TO MIN 98%-100% MODIFIED PROCTOR. MECHANICAL COMPACTION SHALL BE BY VIBRATORY SHEEPSFOOT OR OTHER EQUIP. SPECIFICALLY DESIGNED FOR THE COMPACTION OF EARTH. COMPACTION EQUIP. SHALL BE ON-SITE PRIOR TO BEGINNING OF WORK. MECHANICAL COMPACTION SHALL BE COMPLETED IN LOOSE LIFTS AS SHOWN ON THE DETAIL. 4. TEMPORARY COMPACTED PUG-MIX BACKFILL REQ'D UNTIL PAVEMENT PLACEMENT IS COMPLETE. THE CONTRACTOR SHALL CONTINUOUSLY MAINTAIN THIS PUGMIX TO KEEP IT FLUSH WITH THE ADJACENT PAVING, ETC. UNTIL THE FINAL PAVING IS PLACED. CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING TEMPORARY ASPHALT OR CONCRETE PATCHES WHEN NEEDED FOR PUBLIC SAFETY AND/OR CONVENIENCE. 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SELECTING AND UTILIZE APPROPRIATE MEANS AND METHODS OF CONSTRUCTION TO ENSURE THAT THE ENTIRE AREAS UNDER THE HAUNCHES OF THE PIPE ARE FILLED WITH THE REQUIRED MATERIALS AND COMPACTED APPROPRIATELY. 6. ADDITIONAL AND/OR SPECIAL REQUIREMENTS MAY BE REQ'D BY THE PLANS, SPECIFICATIONS AND/OR CONTRACT DOCUMENTS. 7. TO THE EXTENT POSSIBLE, AS DETERMINED BY THE CONTRACTOR, TRENCH WALL SHORING METHODS SHALL BE USED IN PAVED AREAS TO MINIMIZE PAVING REPAIR REQUIREMENTS. EXISTING IN PLACE SOIL PAVEMENT PER DRAWINGS WIDTH OF COMPACTION EQUIP, 10" MIN PIPE AS SPECIFIED ON PLANS 12 GA LOCATOR WIRE (PVC ONLY) MIN WIDTH = 18", PIPES AND CONDUITS 4" AND SMALLER MIN WIDTH = 12"+O.D., PIPES AND CONDUITS 6" -18" MIN WIDTH = 24"+O.D., PIPES AND CONDUITS 20" & LARGER AT BOTTOM, SEE NOTE 1 SLOPE DETERMINED BY CONTRACTOR AS NECESSARY FOR SAFE WORKING CONDITIONS, SEE NOTE 1 WARNING TAPE, IDENTIFYING TYPE SERVICE 12" MIN 18" MIN PER PLANS, SPECS & DETAILS OD 1/2 OD 12" FINAL BACKFILL (6"-12" LIFTS TYP, 6" LIFTS MAX. UNDER PAVING, CONC, STRUCTURES, ETC.) INITIAL BACKFILL (6" LIFTS) TOP FILL HAUNCHING (4" LIFTS, NOTE 5) BEDDING/BACKFILL REQUIREMENTS & MAT'L DESIGNATIONS DI 5 PRESSURE MAINS CONC /2 2 (SEE MATERIAL DESIGNATION/DESCRIPTOINS TABLE) 3 1/2 3 GRAVITY LINES HDPE, HDPE, HDPE, PVC & PVC & PVC & FRP DI CONC FRP DI CONC FRP PAVED AREAS 6** 6** 6** /2 2 1/ /2 2 1 BEDDING (4" LIFTS)* FOUNDATION MATL (WHEN REQ'D) RIP-RAP OR CRUSHED STONE CLASS 1B (USCS IN ASTM D2487) DESIGNATION/ MATERIALS MATERIAL DESIGNATION/DESCRIPTOINS TABLE DESCRIPTION CRUSHED STONE, ASTM-448 NO. 57 GRADATION CRUSHED STONE, ASTM-448 NO. 67 GRADATION. SELECT EXCAVATED MAT'L REASONABLY DRY (WITHIN LIMITS REQ'D FOR COMPACTION) NO STONES > 1" DIA. EXCAVATED MAT'L REASONABLY DRY (WITHIN LIMITS REQ'D FOR COMPACTION) NO STONES > 12" DIA. SELECT TOPSOIL MAT'L TO SUPPORT VEGETATION, NO STONES OR ROCK ALLOWED 4" MIN* 6" FOR 18"Ø - 36"Ø PIPE 12" FOR > 36"Ø PIPE NOTE: WHERE EXISTING LINES ARE DEEPER & REMOVED FOR THE INSTALLATION OF NEW LINES. THE BEDDING MATERIALSHALL EXTEND TO THE FULL DEPTH AND WIDTH OF EXCAVATION C C506 TYPICAL PIPE TRENCH EXCAVATION AND INSTALLATION SCALE: NONE * SEE NOTE 2 ** SEE NOTE 4 *** LINES SMALLER THAN 18" SHALL BE NO.67 BEDDING, LINES 18" AND LARGER NO.67 OR NO.57 BEDDING. 6 PAVEMENT MATCHING EXISTING PAVEMENT OR AS SPECIFIED ON THE PLANS 7 AGGREGATE BASE COARSE OR CONTROLED LOW STRENGTH FILL PLOT DATE: FILE NAME: FILE PATH: 4/3/2019 9:04:24 AM DFWSE-99-C501.dwg L:\2017\ DFW SE Quadrant Sewer\Drawings DIGITALLY SIGNED 4/5/19 DFW INTERNATIONAL AIRPORT 3003 S. SERVICE ROAD DFW AIRPORT, TX GARVER, LLC THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGNS CONVEYED HEREIN, SHALL BE CONSIDERED INSTRUMENTS OF PROFESSIONAL SERVICE AND ARE PROPERTY OF GARVER, LLC. ANY USE, REPRODUCTION, OR DISTRIBUTION OF THIS DOCUMENT, ALONG WITH THE IDEAS AND DESIGN CONTAINED HEREIN, IS PROHIBITED UNLESS AUTHORIZED IN WRITING BY GARVER, LLC OR EXPLICITLY ALLOWED IN THE GOVERNING PROFESSIONAL SERVICES AGREEMENT FOR THIS WORK. DRAWN BY: JFM APPROVED BY: PMB ISSUE DATE: APRIL /7/2019 ISSUED FOR BID 1 4/5/2019 ADDENDUM NO.1 - REVISED DETAIL 1 NO. DATE REVISION SE QUADRANT MAIN SANITARY SEWER CIVIL DETAILS VI PERMIT NUMBER: A18-191B CONSTRUCTION CONTRACT NUMBER: SHEET NUMBER 99-C OF 24 SHEETS

34

35