Terminal A Flyover & TRIP Bridge Retro

Size: px
Start display at page:

Download "Terminal A Flyover & TRIP Bridge Retro"

Transcription

1 CONTRACT NO TECHNICAL SPECIFICATIONS Permit # A18-044B

2

3

4

5

6

7 Document Title: TABLE OF CONTENTS Section: Incorporated into the contract documents will be the Dallas Fort Worth International Airport Standard Technical Specificaiton Book: Published June 01, 2018 and can be found at Specifications marked as Applicable below will be incorporated into the contract documents. Specifications may be revised and or added to the above pushlished book will be as indicated and dated below. Revised or Added specifications are attachere herin. Section Description Applicable Revised Added DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Project Title Page 9/11/ Seals Page 9/11/ Table Of Contents 9/11/ RFI and Addendum Matrix DIVISION 01 GENERAL REQUIREMENTS Summary of Work 9/11/ Coordination with Occupants Significant Industrial User Permit Protection of Existing Underground Utilities and Cables DFW Airport Utility Location Sign-Off Sheet Standby Time Allowance Alternates Product Substitution Procedures Payment Procedures Schedule of Values Wage Rate Requirements 9/11/ Allowances 9/17/ Multiple Contract Coordination Project Meetings Construction Progress Schedule Shop Drawings, Product Data, and Samples Contaminated Media Management Plan Minimum Standards for Construction and Maintenance on the AOA Alteration Project Procedures Regulatory Requirements Construction Air Permitting Concrete Batch Plant and Hot Mix Asphalt Plant Abbreviations, Acronyms and Definitions Reference Standards Contractor Quality Control Testing And Inspecting Services Temporary Facilities and Controls Owner s Field Office Contractor s Construction Area Construction Signage Dust Control Page 1 of 3 Table Of Contents

8 Document Title: TABLE OF CONTENTS Section: Section Description Applicable Revised Added Haul Road Contractor Use of the Parking Revenue Area (PRA) Traffic Control Staging Areas Concrete Waste Temporary Barricades Temporary Fencing Temporary Erosion and Sediment Control Spill Prevention Control and Countermeasure (SPCC) Spill Response HVAC Environmental Controls Temporary Storm Water Pollution Control Project Identification Materials and Equipment Product Options Product Storage and Handling Requirements Mobilization Land Use Requirements Protection of Adjacent Construction Cutting And Patching Progress Cleaning Construction Waste Final Cleaning Testing, Adjusting and Balancing Air Conditioning Systems Protecting Installed Construction Closeout Procedures Operation and Maintenance Data Bonds and Warranties Project Record Documents Extra Stock Materials Demonstration and Training Sustainable Design Requirements Commissioning Commissioning Plan DIVISION Seeding and Sodding SPECIAL SPECIFICATIONS JSS-1 Remove Structure (Slab) 9/12/18 JSS-2 Remove Structure (Parapet) 9/12/18 JSS-3 Modification of Longitudinal Expansion Joint 9/12/18 JSS-4 Bridge Joint Gland Replacement 9/12/18 APPLICABLE 2014 TXDOT STANDARD SPECIFICATIONS TxDOT 104 Removing Concrete 9/12/18 TxDOT 292 Asphalt Treatment (Plant-Mixed) 9/12/18 TxDOT 340 Dense-Graded Hot-Mix Asphalt (Small Quantity) 9/12/18 TxDOT 360 Concrete Pavement 9/12/18 TxDOT 420 Concrete Structures 9/12/18 TxDOT 421 Hydraulic Cement Concrete (Class S) 9/12/18 TxDOT 422 Concrete Superstructures 9/12/ Page 2 of 3 Table Of Contents

9 Document Title: TABLE OF CONTENTS Section: Section Description Applicable Revised Added TxDOT 427 Surface Finishes for Concrete 9/12/18 TxDOT 429 Concrete Structure Repair 9/12/18 TxDOT 432 Riprap 9/12/18 TxDOT 440 Reinforcement for Concrete 9/12/18 TxDOT 448 Structural Field Welding 9/12/18 TxDOT 449 Anchor Bolts 9/12/18 TxDOT 450 Railing 9/12/18 TxDOT 454 Bridge Expansion Joints 9/12/18 TxDOT 502 Barricades, Signs, and Traffic Handling 9/12/18 TxDOT 506 Temporary Erosion, Sedimentation, and Environmental Controls 9/12/18 TxDOT 508 Constructing Detours 9/12/18 TxDOT 529 Concrete Curb, Gutter, and Combined Curb and Gutter 9/12/18 TxDOT 545 Crash Cushion Attenuators 9/12/18 TxDOT 658 Delineator and Object Marker Assemblies 9/12/18 TxDOT 672 Raised Pavement Markers 9/12/18 TxDOT 778 Concrete Rail Repair 9/12/18 TxDOT 785 Bridge Joint Repair or Replacement 9/12/18 TXDOT DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) DMS-4655 Concrete Repair Materials April /12/18 DMS-6100 Epoxies and Adhesives June /12/18 TXDOT Specifications are avalible for download at END OF SECTION Page 3 of 3 Table Of Contents

10 Document Title: SUMMARY OF WORK Section: PART 1 GENERAL 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. Work for The will remove and replace a portion of the Bridge 1-2E (constructed in 1970) slab and bridge rail that is connected to Bridge 1 (constructed in 2013) with a longitudinal expansion joint. In addition, several expansion joints and a portion of the bridge rail will be repaired at various locations. These bridges will be completely closed to allow for this construction. Construction will be outside the Airport s Air Operations Area (AOA). The Contractor shall be responsible for reviewing all existing conditions associated with the work prior to commencement of work activities. 1.2 FORMS A. The Contractor and all subcontractors must obtain and pay for all Airport Operations Area Access Badges and Permits as required by DFW. B. All appropriate forms and applications must be obtained, completed and submitted. A minimum required list of forms and applications is as follows: 1. Air Operations Area Access or Parking Revenue Area Access Permits Form (1 page). This form can be obtained from DFW Code Department. 2. DFW Access Badge Application (3 pages). This form can be obtained on the DFW website: 3. Erosion Control Best Management Practices. This form can be obtained from DFW Environmental Affairs Department. 1.3 CONTRACT TIME & SCHEDULE MILESTONES A. Sequence and stage work in accordance with the requirements of the Contract Documents so as to meet the following interim requirements and final contract completion dates consecutive calendar days for Substantial Completion, from the date set forth in the Notice to Proceed (NTP). 2. Bridge closure shall not exceed 30 calendar days. This 30 day period will shall be coordinated with the Owner s Authorized Representative (OAR) consecutive calendar days for Final Completion, from the date set forth for Substantial Completion. 4. Total Contract Time = 140 consecutive calendar days from NTP. B. Owner reserves the right to request the completion of work based on critical Milestone date(s). C. Owner reserves the right to apply Liquidated Damages associated with request the completion of work based on critical Milestone date(s) Page 1 of 7 Summary of Work

11 Document Title: SUMMARY OF WORK Section: HOURS OF WORK A. Work may be performed in all areas up to 24 hours a day, 7 days a week as necessary to meet the project completion dates, except as noted below. B. Exceptions to above work hours: 1. Work within aircraft parking aprons and Object Free Areas of active taxiways/taxi lanes will be restricted to the following: a. From 22:45 hrs to 05:15 hrs. b. Work activities within these areas may be canceled and the area reopened in the event of airfield emergencies, late airline complexes, and unforeseen conditions that could create significant delays to the airport. 2. Board recognized holidays / construction blackout dates a. During the Thanksgiving and Christmas holiday period, the Airport has designated construction blackout dates. Construction activity that impacts ramp level operations, roadways, guests inside the terminals and non-emergency utility outage requests will normally not be approved during the blackout dates. Work and utility outage requests that do not impact stakeholder operations or have limited impact will be reviewed for approval on a case by case basis. The blackout period normally commences the Friday prior to the Thanksgiving holiday through to the Monday that follows the Thanksgiving holiday. The second blackout period normally commences the Friday before the Christmas holiday, through to the Monday that follows the New Year s Day holiday. b. The following 2019 dates have been established as Landside/Customer Service area construction blackout dates. The dates listed are the primary dates and others may follow: Spring Break Thursday, February 28 at 00:00 a.m. Monday, March 18, 2019 at 11:59 p.m. Memorial Day Thursday, May 23 at 00:00 a.m. through Tuesday, May 28, 2019 at 11:59 p.m. July 4 Thursday, June 27 at 00:00 a.m. through Friday, July 5, 2019 at 11:59 p.m. Labor Day Thursday, August 29 at 00:00 a.m. through Tuesday, September 3, 2019 at 11:59 p.m. Thanksgiving Thursday, November 21 at 00:00 a.m. through Tuesday, December 3, 2019 at 11:59 p.m. Christmas/New Year Friday, December 20 at 00:00 a.m. through Thursday, January 2, 2019 at 11:59 p.m. 3. Traffic Control device and Detour installation and removal shall be performed during nighttime hours Page 2 of 7 Summary of Work

12 Document Title: SUMMARY OF WORK Section: CONSTRUCTION A. The project shall be constructed in accordance with the requirements and restrictions shown on the construction documents. 1.6 WORK REQUIREMENTS AND RESTRICTIONS A. The specific work requirements and restrictions are identified throughout the specifications and contract drawings. Special attention is to be given to the notes on contract drawings for construction phasing and sequencing that may only be amended by executing a change order. B. All Contractor work activities shall be under the oversight of the Owner s Authorized Representative (OAR). C. Do not perform work in the AOA without prior coordination with the OAR and/or without advance approval of Airfield Operations. D. Construction operations at the site shall be confined to areas permitted by Law, Ordinances, Permits, and these Contract Documents. E. Restrict construction personnel from access to areas other than those designated within these specifications and associated drawings. F. Obtain a permit from the DFW Department of Public Safety for all hot work activities including cutting, welding, grinding or open flame operations. G. The Contractor is responsible for maintaining grass (vegetation) within the construction areas on the AOA to a height of 6 to 10- inches. H. The Contractor will be required to submit the following items prior to issuance of a construction permit: 1. Spill Response Plan (SRP) - Projects that involve the use of fuels, oils, paints, chemicals, and any other material that may pose a threat to human health or the environment may require a Spill Response Plan (SRP). 2. Erosion Control Plan (ECP) - Projects that involve the disturbance of surface soils, grass, vegetation or impervious surfaces require erosion control measures. An ECP is required for projects disturbing less than one acre. 3. Construction Storm Water Pollution Prevention Plan (SWPPP) - Projects that involve the disturbance of surface soils, grass, vegetation or impervious surfaces require erosion control measures. A SWPPP is required for projects disturbing one acre or more. 4. Solid Waste Management Plan (SWMP) - Identify the types and quantities of all solid wastes (including hazardous, non-hazardous or otherwise regulated wastes) that will be generated during this project and provide details on the management of these wastes, including labeling, storage, transportation and disposal. A sample Solid Waste Management Plan spreadsheet is contained in the Guidance document. 5. Soil Management Plan (SMP) - Projects that involve the excavation, stockpiling or movement of soils and subsurface drilling require a Soil Page 3 of 7 Summary of Work

13 Document Title: SUMMARY OF WORK Section: Management Plan (SMP). The SMP details the procedures that will be employed to ensure the proper handling and disposition of soils. 6. Air Emission Estimate - Projects that involve the emission of volatile organic compounds (VOC s) or nitrogen oxides (NOx) into the atmosphere during construction or subsequent operations may require an emissions estimate. 7. Asphalt Documentation - Projects that involve the installation of asphalt pavement require documentation of the asphalt characteristics. The use of cutback asphalt is prohibited between April 15 and September Concrete Batch Plant Documentation - Projects that involve the operation of a concrete batch plant require information on the plant location, documentation of TCEQ s approval for the plant and a SWPPP for the plant. 9. HVAC Documentation - Projects that involve the installation, maintenance, repair or removal of HVAC equipment that uses Class I or Class II refrigerants require documentation as to the procedures that will be used to prevent release of refrigerants to the atmosphere. 10. Underground Storage Tank (UST) and Above Ground Storage Tank (AST) Documents - Projects that involve the installation, removal, repair or upgrade of UST or AST require certain documentation including the TCEQ 30-Day Construction Notification form, copy of TCEQ Contractor Registration Certificate, copy of TCEQ Contractor UST On-Site Supervisor license A and B, as applicable and documents evidencing how installation will comply with 40 CFR 112 (in particular, provide design of spill containment to be installed pursuant to 40 CFR 112.7). 11. Construction Site SPCC Plan - Projects that involve the temporary storage of petroleum fuels for fueling construction equipment in quantities greater than 42,000 gallons below ground or 1,320 gallons above ground (with any single container greater than 660 gallons) will require submittal of a Construction Site Spill Prevention, Control and Countermeasure (SPCC) Plan. 1.7 CONTRACTOR USE OF PREMISES A. Authority and Project Coordination: 1. Coordination with the Board, governmental agencies, utility companies or other entities associated with performance of work required under this Contract shall be accomplished through the OAR. 2. Under unusual, urgent or emergency circumstances, Board Representatives such as the Departments of Public Safety and Airfield Operations may issue instructions directly to Contractor or subcontractor personnel. 3. Cooperate fully with other Contractors, Board, or FAA personnel who may be performing maintenance, navigational aid or other work within the project areas. Access to FAA facilities shall be coordinated through the OAR Page 4 of 7 Summary of Work

14 Document Title: SUMMARY OF WORK Section: B. Safety: 4. Notify the OAR immediately of any project conditions or situations that might affect the safety of Airport operations or constitute a deviation from the requirements and restrictions contained in these Contract Documents. 1. The Contractor is required to prepare a Safety Manual and provide it to the OAR within seven days after the Notice to Proceed. 2. Ensure that all Contractor and subcontractor employees present on the job site are thoroughly familiar with and adhere to the safety and security requirements and restrictions stipulated in the Specifications before commencing work. 3. The Contractor and all subcontractors are required to attend a kickoff safety meeting prior to the start of work. Periodic safety meetings will be required during the construction of the project. 4. Implement and maintain an effective program to control the blowing of dust and debris due to wind or jet blast. 5. Provide reverse movement alarms on construction vehicles as required under OSHA regulations. 6. Ensure that all Contractor and subcontractor employees present on the job site are thoroughly familiar with and adhere to the safety and security requirements and restrictions stipulated in the Specifications before commencing work. 7. Employ adequate and OAR-approved fire and safety precautions when using open flame welding or torch cutting operations. Maintain adequate shielding to prevent pilot, employee, or public viewing of such open flame operations. 8. Provide adequate levels of artificial temporary lighting for areas of work when natural lighting is not adequate for safety and for the proper performance of work. Temporary lighting shall be approved in advance by the OAR. Lighting shall be shielded and/or aimed in a manner to prevent lighting from impairing the vision of pilots, airport personnel, air traffic controllers or the general public. 9. Provide head, ear, and eye protection to all personnel working within AOA work areas. Reflectorized vests are required outer clothing for all AOA work. 10. Adhere to supplemental project safety or security procedures that shall be prepared and issued by the OAR from time to time on an as-needed basis. 11. The Contractor shall provide a full time safety/security representative who has the authority to enforce safety requirements. For construction projects related to this Contract, that representative can have shared responsibilities, whether it be the Project Manager, Superintendent, and/or Foreman. 12. Maintain, on a 24-hour per day, seven days-a-week basis, clear unobstructed routes for routine and emergency vehicle traffic within project areas and access routes to and from project areas. C. Construction Facilities and Storage Areas: Page 5 of 7 Summary of Work

15 Document Title: SUMMARY OF WORK Section: Restrict Contractor's material/equipment storage and employee parking to areas defined in the Contract documents or as approved by the OAR. 2. The Contractor assumes full responsibility for protection and safekeeping of all stored products. 3. Storage areas should be fenced and secured. 4. The Contractor will be required to hire either off duty airport DPS security or law enforcement officers or contract security guards to protect the job site, material storage areas, equipment storage areas, etc if security is required. Security guards will not be permitted to carry a firearm. 5. Do not block or obstruct any portion of any roadway while conducting activities associated with delivery or movement of materials, equipment or personnel, unless approved by the OAR in conjunction with a Traffic Control Plan. 6. General Storage: Store products immediately upon delivery and in accordance with the manufacturer's instructions, with labels and seals intact. Protect until installed. Contractor will not be allowed to store materials in terminal areas. Storage shall be arranged to provide access for maintenance and inspection. 7. Enclosed Storage: Store products subject to damage by the elements in substantial weather tight enclosures. Maintain temperature, humidity, and ventilation per manufacturer's instructions. 8. Exterior Storage: Provide substantial platforms, blocking or skids to support fabricated products above ground; slope to provide drainage. Provide impervious sheeting over products subject to dislocation and deterioration from exposure to the elements. Provide proper drainage and prevent the mixing of refuse and chemically injurious materials. D. Vehicle Access and Haul Routes: 1. Contractor vehicles shall have proper identification and permits for AOA access. 2. For project work areas located within the AOA, the Contractor will escort all non-permitted vehicles from AOA access gates to project work areas and from project work areas back to AOA access gates. 3. Do not unreasonably encumber site with material or equipment. All dumpsters left on the AOA shall be tightly covered to prevent debris from blowing out onto the AOA, thus creating Foreign Object Debris (FOD). E. Storage and Disposal of Spoils and Refuse: 1. Maintain project areas in a clean and safe condition at all times. Immediately remove all trash, debris, and surplus materials from work areas regardless of source. Clean paved surfaces within project related areas as required or directed by OAR. F. Vehicle Relocation Procedures: The following procedures are established in order to relocate legally parked vehicles in public parking facilities operated by the Airport Board due to construction Page 6 of 7 Summary of Work

16 Document Title: SUMMARY OF WORK Section: WORK BY OTHERS 1. The Contractor shall post a "30 Day Closure Notice" sign at the entrance to the parking facility. Sign specifications are available from the DFW Sign Shop. 2. If the closure involves only a section of the parking facility, the signs should be posted in the affected area to delineate closure of the specific section. Cones, barrels, tape, barricades, or any combination thereof may be used to secure vacant spaces. 3. If vehicles have not been removed after 30 days, the DFW Project Manager will ensure that the Contractor: a. Contacts the Board's contract wrecker service 48 hours in advance to ensure the company has adequate staffing. b. Barricades the entrance to prevent additional vehicles from parking (only if the entire facility is involved). c. Ensure that before and after photographs are taken of vehicles that will be relocated. d. Create a vehicle log that includes the color, make, model, license plate number and any existing damage. e. Note the location where the vehicle was parked and where it has been relocated. Relocation should be as close as practical to the original location. f. a copy of the vehicle log to parkingreports@dfwairport.com. A. During this contract, there may be other construction activities occurring on behalf of the AIRPORT BOARD in the same area(s). Coordination and cooperation with these contractors will be required during the prosecution of the project. 1.9 INDEX OF DRAWINGS A. An index of all the drawings for this project is to be listed on the cover sheet of the Contract Drawings set UNATTENDED CONSTRUCTION VEHICLES ON AIRPORT PROPERTY A. Construction vehicles left unattended anywhere on Airport property shall be identified with the name of the company and a telephone number that is answered 24-hours a day, on both sides of the vehicle. If there is no company contact information on the sides of the vehicle, the contact information may be printed legibly on a minimum size 12 x12 white placard, securely attached to the wind shield of the vehicle and clearly visible from fifty (50) feet away. Unattended and/or unidentified vehicles are subject to removal from Airport property at the contractor s expense. - END OF SECTION Page 7 of 7 Summary of Work

17 Document Title: WAGE RATE REQUIREMENTS Section: PART 1 GENERAL 1.1 SUMMARY A. This section includes the required Forms and Schedules. 1.2 FORMS A. Request for Authorization of Additional Classification and Rate - Standard Form 1444 ( B. General Wage Decision Rates for Tarrant and Dallas County, Texas ( 1.3 WAGE RATES A. U.S. Department of Labor (DOL) provides the required minimum wages and fringe benefits to be paid to all laborers and mechanics employed to work on this contract, either under this contract or under a related subcontract. The Contractor and all subcontractors are required to report the actual wages paid to laborers and mechanics doing work under this contract. The reported wages will be verified by review of the weekly payroll reports and by periodic on-site interviews conducted by the Construction Manager. B. The Wage Determination establishes the minimum wages and fringe benefits to be paid to laborers and mechanics throughout the duration of this contract. In no event shall these minimum wages be modified. C. In the event that the work specified in this contract requires work to be done by laborers or mechanics whose job classification is not listed in the Wage Determination, the Contractor is responsible for preparing the attached Request for Authorization of Additional Classification and Rate Standard Form 1444 (additional copies are available from the Owner s Authorized Representative). The Contractor must complete Items 3 through 15 and submit the request to the Owner s Authorized Representative prior to issuance of the Contractor's Notice to Proceed or as soon as the need for the additional classification or rate is identified (if the work has been authorized to begin) Page 1 of 8 Wage Rate Requirements

18 Document Title: WAGE RATE REQUIREMENTS Section: Page 2 of 8 Wage Rate Requirements

19 Document Title: WAGE RATE REQUIREMENTS Section: General Decision Number: TX /05/2018 TX35 Superseded General Decision Number: TX State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/05/2018 * SUTX /03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures)...$ ELECTRICIAN...$ FORM BUILDER/FORM SETTER Paving & Curb...$ Structures...$ Page 3 of 8 Wage Rate Requirements

20 Document Title: WAGE RATE REQUIREMENTS Section: LABORER Asphalt Raker...$ Flagger...$ Laborer, Common...$ Laborer, Utility...$ Pipelayer...$ Work Zone Barricade Servicer...$ POWER EQUIPMENT OPERATOR: Asphalt Distributor...$ Asphalt Paving Machine...$ Broom or Sweeper...$ Concrete Pavement Finishing Machine...$ Concrete Saw...$ Crane Operator, Lattice Boom 80 Tons or Less...$ Crane Operator, Lattice Boom over 80 Tons...$ Crane, Hydraulic 80 Tons or Less...$ Crawler Tractor...$ Excavator, 50,000 pounds or less...$ Excavator, over 50,000 pounds...$ Foundation Drill, Truck Mounted...$ Foundation Drill, Crawler Mounted...$ Front End Loader 3 CY or Less...$ Front End Loader, over 3 CY.$ Loader/Backhoe...$ Mechanic...$ Milling Machine...$ Motor Grader, Fine Grade...$ Motor Grader, Rough...$ Pavement Marking Machine...$ Reclaimer/Pulverizer...$ Roller, Asphalt...$ Roller, Other...$ Scraper...$ Small Slipform Machine...$ Spreader Box...$ Servicer...$ Steel Worker (Reinforcing)...$ TRUCK DRIVER Lowboy-Float...$ Off Road Hauler...$ Single Axle...$ Page 4 of 8 Wage Rate Requirements

21 Document Title: WAGE RATE REQUIREMENTS Section: Single or Tandem Axle Dump Truck...$ Tandem Axle Tractor with Semi Trailer...$ Transit-Mix...$ WELDER...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: Page 5 of 8 Wage Rate Requirements

22 Document Title: WAGE RATE REQUIREMENTS Section: PLUM /01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based WAGE DETERMINATION APPEALS PROCESS Page 6 of 8 Wage Rate Requirements

23 Document Title: WAGE RATE REQUIREMENTS Section: ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 7 of 8 Wage Rate Requirements

24 Document Title: WAGE RATE REQUIREMENTS Section: PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. - END OF SECTION Page 8 of 8 Wage Rate Requirements

25 Document Title: Allowances Section: PART 1 - GENERAL 1.1 SUMMARY A. Allowances are not included in the Lump Sum Base Bid for Lump Sum contracts. B. Allowances have been set aside to complete elements of work that are within the intended scope of work, but which are not absolutely defined. Any and all unused portions of the stipulated Allowances amounts will not be paid to the Contractor and shall be deducted from the contract value at the completion of the project. C. Use of allowance funds is for work, which, while considered to be within the original scope of work, could not have been reasonably anticipated based upon the information available at the time the cost estimate was established. Use of the fund is not to be construed as including upgrading or enlarging the Scope of the Project and is at the sole discretion of the Owner. D. 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. The Contractor shall provide price quote within seven (7) days of receipt of request by the Airport. E. The Airport will approve an Allowance item of work by issuance of a Change Order prior to the Contractor proceeding. The Change Order will clearly define the Allowance item scope and agreed to amount. F. Contract time extensions may not be executed under this process, but within the change order process. Any adjustment to the contract time shall be handled in accordance with Technical Specifications Section , Construction Progress Schedule. 1.2 RELATED SECTIONS A. Section , Standby Time Allowance 1.3 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. PART 2 PRODUCTS Allowances

26 Not Used. PART 3 EXECUTION Not Used. PART 4 MEASUREMENT AND PAYMENT 4.1 MEASUREMENT A. 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 Unforeseen Field Conditions END OF SECTION Allowances

27 JOB SPECIAL SPECIFICATIONS JSS 1 Remove Structure (Slab) 1. DESCRIPTION Remove and dispose of the slab as called for in the plans. 2. CONSTRUCTION 2.1. Demolition Plans. Submit a demolition plan for the limits indicated on the plans. Include in the required demolition plan the type and location of equipment to be used, the method and sequence of removal of the structural elements, and a narrative indicating the stability of the partially demolished structure is maintained throughout the demolition process. Have these plans signed and sealed by a licensed professional. Submit required demolition plans after NTP is issued and obtain approval prior to starting work, unless otherwise directed Removal. Care shall be exercised to not damage the remainder of the structure to be used in place Disposal. Material removed that is not deemed to be salvageable is the property of the Contractor. Dispose of removed material off the site daily in accordance with federal, state, and local regulations Debris Protection System. Prior to removal of existing slab and existing parapet, Contractor shall install a Debris Protection System below those portions where traffic lanes will be underneath the Contractor s operations. Details of the Debris Protection System shall be included as part of the Demolition Plan submittal. 3. MEASUREMENT This Item will be measured by the cubic yard. 4. PAYMENT The work performed in accordance with this Item and measured as provided under Measurement will be paid for at the unit price bid for Remove Structure (Slab). This price is full compensation for demolition plan preparation, loading, hauling, disposal, stockpiling, removal of appurtenances, excavation and backfill, equipment, labor, tools, and incidentals. All materials, labor, and incidental work for the Debris Protection System are completely covered by the unit price bid for Remove Structure (Slab). Terminal A Flyover and TRIP Bridge Retro 1 Issued For Bid DFW International Airport

28 JOB SPECIAL SPECIFICATIONS JSS 2 Remove Structure (Parapet) 1. DESCRIPTION Remove and dispose of the existing Bridge Parapet as called for in the plans. 2. CONSTRUCTION 2.1. Demolition Plans. Submit a demolition plan for the limits indicated on the plans. Include in the required demolition plan the type and location of equipment to be used, the method and sequence of removal of the structural elements, and a narrative indicating the stability of the partially demolished structure is maintained throughout the demolition process. Have these plans signed and sealed by a licensed professional engineer. Submit required demolition plans after NTP is issued and obtain approval prior to starting work, unless otherwise directed Removal. Care shall be exercised to not damage the remainder of the structure to be used in place Disposal. Material removed that is not deemed to be salvageable is the property of the Contractor. Dispose of removed material off the site daily in accordance with federal, state, and local regulations. 3. MEASUREMENT This Item will be measured by the linear foot. 4. PAYMENT The work performed in accordance with this Item and measured as provided under Measurement will be paid for at the unit price bid for Remove Structure (Parapet). This price is full compensation for demolition plan preparation, loading, hauling, disposal, stockpiling, removal of appurtenances, excavation and backfill, equipment, labor, tools, and incidentals. Terminal A Flyover and TRIP Bridge Retro 2 Issued For Bid DFW International Airport

29 JOB SPECIAL SPECIFICATIONS JSS 3 Modification of Longitudinal Expansion Joint 1. DESCRIPTION Removal and replacement of the armor plate and gland on the longitudinal strip seal between Bridge 1 2E and Trip Bridge 1. The contractor shall remove the strip seal Armor Plate with the slab removal of Bridge 1 2E as well as the existing gland. The contractor will place the new Armor Plate with the new slab of 1 2E and use in place the Armor Plate on Trip Bridge 1. Upon completion of the slab the contractor will install the new Longitudinal Expansion Joint shown on the plans. Work shall be performed as shown on the plans. 2. MATERIALS Provide materials conforming to the pertinent requirements of the following Items except as shown on the plans. Item 429, Concrete Structure Repair Item 449, Anchor Bolts Item 454, Bridge Expansion Joints DMS 6100, Epoxies and Adhesives Submit information on pre packaged repair materials and concrete mix design after NTP is issued and obtain approval prior to beginning work, unless directed otherwise. 3. EQUIPMENT Provide equipment in accordance with Item 429, Concrete Structure Repair, and Item 448, Structural Field Welding. 4. WORK METHODS Obtain approval for all materials and work methods before beginning work. Perform the work in accordance with Item 429, Concrete Structure Repair, Item 438, Cleaning and Sealing Joints, Item 448, Structural Field Welding, and Item 454, Bridge Expansion Joints, as directed. Provide TxDOT certified welder when shown on the plans. Remove concrete and steel sections to limits shown on the plans and as approved when damage extends past specified regions. Repair concrete and steel members damaged by the Contractor beyond limits shown at no additional cost. Contain concrete during removal from falling onto lower roadway. Remove existing joint armor plate on Bridge 1 2E and seal. Clean and extend existing reinforcing steel and replace any damaged steel or add additional steel as shown on the plans. Install replacement joint system as shown on the plans. Set joint opening as shown on the plans and as directed. Restore concrete under and around joint flush with top of riding surface. Cure repaired concrete a minimum of 4 days, unless directed otherwise. Terminal A Flyover and TRIP Bridge Retro 3 Issued For Bid DFW International Airport

30 Prepare and seal joint opening. Match existing joint seal type unless shown otherwise. Splice new joint seal to existing joint seal when required in accordance with manufacturer s recommended practices to obtain adequate bond between existing seal and new seal. 5. MEASUREMENT This Item will be measured by the foot of joint replaced. Field verification of armor plate and gland material required shall be made before ordering material. 6. 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 Modification of Longitudinal Expansion Joint. This price is full compensation for removing existing joint and seal; breaking back and repairing concrete damaged for joint removal and replacement; removing and replacing additional concrete as shown on the plans; furnishing and placing all materials, cleaning and sealing the joints, disposal of all materials removed, additional sealant required to extend into concrete rail or curb, additional material that may be required due to existing asphalt and concrete removal being more than estimate on the plans; and for all labor, tools, equipment, and incidentals necessary to complete the work. Field verification of armor plate and gland material required shall be made before ordering material. Terminal A Flyover and TRIP Bridge Retro 4 Issued For Bid DFW International Airport

31 JOB SPECIAL SPECIFICATIONS JSS 4 Bridge Joint Gland Replacement 1. DESCRIPTION Removal of the existing WABO ELASTOFLEX GLAND, and Replacement with a WABO ELASTOFLEX GLAND (EFL 400) where end of Bridge 1 2E adjoins the parking garage. Work shall be performed as shown on the plans. 2. MATERIALS Provide materials conforming to the pertinent requirements of the following Items except as shown on the plans. Item 429, Concrete Structure Repair Item 449, Anchor Bolts Item 454, Bridge Expansion Joints DMS 6100, Epoxies and Adhesives Submit information on pre packaged repair materials and concrete mix design after NTP is issued and obtain approval prior to beginning work, unless directed otherwise. 3. EQUIPMENT Provide equipment in accordance with Item 429, Concrete Structure Repair, and Item 448, Structural Field Welding. 4. WORK METHODS Obtain approval for all materials and work methods before beginning work. Repair damaged bridge joints seals as shown on the plans. Perform the work in accordance with Item 429, Concrete Structure Repair, Item 438, Cleaning and Sealing Joints, Item 448, Structural Field Welding, and Item 454, Bridge Expansion Joints, as directed. Provide TxDOT certified welder when shown on the plans. Install replacement joint system as shown on the plans. The suggested Replacement sequence is as follows: 1. Remove anchor bolt hardware and anchor blocks. 2. Remove existing WABO ELASTOFLEX Gland. 3. Clean and prep expansion joint surfaces. 4. Install anchor bolts blocks and tighten anchor bolts. 5. Apply WABO URA Sealant per Manufacturers recommendations. 5. MEASUREMENT This Item will be measured by the linear foot of Gland replaced. Field verification of gland and any additional material required shall be made before ordering material. Terminal A Flyover and TRIP Bridge Retro 5 Issued For Bid DFW International Airport

32 6. 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 Bridge Joint Gland Replacement. This price is full compensation for removing existing joint gland and replacing it with that new gland; furnishing and placing all materials, cleaning and sealing the joints, disposal of all materials removed, additional sealant required to extend into concrete rail or curb; and for all labor, tools, equipment, and incidentals necessary to complete the work. Field verification of gland and any additional material required shall be made before ordering material. Terminal A Flyover and TRIP Bridge Retro 6 Issued For Bid DFW International Airport