31
DFW Consolidated Headquarters – Foundation Package Addendum One Dated 6/14/2013 The documents are changed as follows; 1. Specification 331100 Water Utilities which was listed in the Project Manual Table of Contents has been added. 2. Addendum One sketches C2.01, E0.01 and T1.01 have been added to clarify the extent of the work in Bid Package #03 – Underground Mechanical and Plumbing Piping and Bid Package #04 - Underground Electrical and Data Conduits. 3. Bid Package #01 – Earthwork is deleted. This package will bid at a future date with the Garage Structure. 4. The Additional Provisions document is reissued in its entirety, Pages 1 to 23 including all scopes of work. 5. Section 2 – Instruction to Bidders General - …specifications as prepared by Parsons …” should read HKS, Inc. 6. Section 4 – Wage Rates of the “Instructions to Bidders” document is updated from, “…..Construction Type: Building or Highway.” To ““…..Construction Type: Building or Heavy.” to match Section 007343.43 and 007343.46 of the Project Manual.

DFW Consolidated Headquarters – Foundation Package

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

DFW Consolidated Headquarters – Foundation Package

Addendum One Dated 6/14/2013

The documents are changed as follows;

1. Specification 331100 Water Utilities which was listed in the Project Manual Table of Contents has been added.

2. Addendum One sketches C2.01, E0.01 and T1.01 have been added to clarify the extent of the work in Bid Package #03 – Underground Mechanical and Plumbing Piping and Bid Package #04 - Underground Electrical and Data Conduits.

3. Bid Package #01 – Earthwork is deleted. This package will bid at a future date with the Garage Structure.

4. The Additional Provisions document is reissued in its entirety, Pages 1 to 23 including all scopes of work.

5. Section 2 – Instruction to Bidders General - …specifications as prepared by Parsons…” should read HKS, Inc.

6. Section 4 – Wage Rates of the “Instructions to Bidders” document is updated from, “…..Construction Type: Building or Highway.” To ““…..Construction Type: Building or Heavy.” to match Section 007343.43 and 007343.46 of the Project Manual.

DFW International Airport Contract No. 9500496 SA 02 DFW Consolidated Headquarters CRIADO & ASSOCIATES 1181.02

331100 - 1

WATER UTILITIESIssue For BidMay 20, 2013

SECTION 331100

WATER UTILITIES PART 1 - – GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract, including Special and General

Provisions and Divisions 1 Specification Sections, apply to this Section.

B. The Owner requirements shall also apply.

1.2 SECTION INCLUDES

A. The furnishing of all labor, material and equipment required for the construction of the water

line, including, but not limited to, water pipe, pipe fittings, connections, excavation,

embedment and backfill.

1.3 RELATED SECTIONS

A. Applicable Sections of Division 1 – General Requirements.

B. Applicable Sections of Division 31 – Earthwork.

C. Applicable Sections of Division 32 – Exterior Improvements

D. Applicable Sections of Division 33 – Utilities

E. Applicable Sections of the Reference Specifications.

F. Special Provisions.

1.4 REFERENCES

Reference Publications:

A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified

in the Contract Documents.

PART 2 - – PRODUCTS

2.1 GENERAL

.

DFW International Airport Contract No. 9500496 SA 02 DFW Consolidated Headquarters CRIADO & ASSOCIATES 1181.02

331100 - 2

WATER UTILITIESIssue For BidMay 20, 2013

A. This part shall include the furnishing of all materials of the dimensions and types as shown

on the Drawings or as established by the Engineer.

2.2 MATERIALS

A. Materials shall be in accordance with the NCTCOG Standard Specifications

2.12.20-POLYVINYL CHLORIDE (PVC) WATER PIPE, Item 2.12.8-DUCTILE IRON

PRESSURE PIPE AND FITTINGS, and Item 2.1.8-PIPE BEDDING MATERIAL FOR

WATER AND SANITARY SEWER MAINS.

B. Pipe materials shall be Pressure Class 305.

PART 3 - – EXECUTION

3.1 GENERAL

A. This part shall include the placing of all specified materials at the locations and elevations as

shown on the Drawings or as established by the Engineer.

B. The work performed hereunder shall conform in every respect to the Contract Documents,

applicable Owner requirements, applicable local ordinances and sanitary codes, regulations

of the State Health Department, and regulations of the Occupational Safety and Health

Administration (OSHA). In the event that the Contract Documents do not adequately

specify materials, methods of construction, or workmanship of any portion of the proposed

work, the NCTCOG Standard Specifications for Public Works Construction, as amended in

the Contract Documents, shall apply.

3.2 INSTALLATION

A. Construction methods shall be in accordance with the NCTCOG Standard Specifications

Item 6.7.3, WATER CONDUIT INSTALLATION, as amended by the Owner contract

documents.

B. Excavation and backfill shall be in accordance with Section 312300 – Excavation and Fill,

.

DFW International Airport Contract No. 9500496 SA 02 DFW Consolidated Headquarters CRIADO & ASSOCIATES 1181.02

331100 - 3

WATER UTILITIESIssue For BidMay 20, 2013

and NCTCOG Standard Specifications, Item 6.2, EXCAVATION AND BACKFILL, as

amended by the Contract Documents.

C. Water mains shall be restrained and blocked at bends, tees, etc. as required by details

shown on the drawings.

D. Trench safety systems shall be provided by the Contractor. Trench safety systems shall be

designed and sealed by a State of Texas Registered Professional Engineer experienced in

the design of trench safety systems and shall comply with all applicable Local, State and

Federal regulations. Contractor shall provide a separate unit price for trench safety systems

required for this project.

3.3 TESTING

A. Testing and chlorination of water mains shall be in accordance with NCTCOG Standard

Specifications, Item 6.7.3, as amended by the Contract Documents.

B. Upon time for inspection, Contractor shall call DFW code department for potable water

inspection. Owner will test and provide results at no cost to Contractor.

- END OF SECTION -

.

 

.

LIMIT OF STORMWATER WORK

VGallagher
Text Box
Addendum One Sketch C2.01

LIMIT OFELECTRICALCONDUITS FROMBUILDING

VGallagher
Text Box
Addendum One Sketch E0.01

����� ��$ � ��$ � ��$����������� ��������

��� ��������� ���������

������ %������% ��� ���� �

����� ��� �� ������������ �� ������������������ ��� �!���� �� �"����

# !����� ��� ��������� ������������������

����� ��� �"�&�� ������%�� %� ��'

�������������� �!���� �� �"����

# !�������� ������������������

�����������'

LIMIT OFDUCTBANK

VGallagher
Text Box
Addendum One Sketch T1.01

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-1 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

ADDITIONAL PROVISIONS – All Bid Scopes

Furnish all the necessary labor, materials, tools, scaffolding, hoisting, supplies, supervision, insurance (off-site), equipment, fees, etc. to provide the Work at the DFW Airport Consolidated Headquarters – Foundation Package in accordance with the documents listed in Contract Documents List. A.

General Scope of Work

This work is all underground and in slab work related to the Office Building only.

Includes, but is not limited to, providing all the necessary labor, materials, tools, scaffolding, equipment, hoisting, layout, rigging, supplies, supervision, insurance, overhead and profit, etc. necessary to perform the Work, in accordance with the following documents:

• Request for Bids dated 06/10/2013 • Bid Forms dated 06/14/2013 • Preliminary Project Schedule dated 5/31/2013 • Contract Document List – See Project Manual • Site Specific Safety Program with Substance Abuse, Drug Testing & Badging Program dated January

2013 • Rolling Owner Controlled Insurance Program Manual (ROCIP) • Site Logistics Plan • Geotechnical Reports dated May 2013 with Specifications. • BIM Project Execution Plan dated TBD.

B.

In addition to the above, without the intent of limiting the Scope of Work to be performed by the Subcontractor, included in furnishing and installing the Work, the following items are intended to be clarifications and additions to the General Scope of the Work.

Additional Provisions

The term “provide” means furnish and install, including all labor, materials, supervision, equipment, scaffolding, hoisting, tools, storage, insurance, taxes, overhead, profit, applicable bonds, and all other items required to perform the work. The term "furnish" means supplying materials, including delivery (FOB jobsite, full freight on board allowed), overhead, profit, taxes, and applicable bonds. Coordinate all deliveries with the receiving contractor. The term "install" means receive, inventory, sort, store, distribute, and install, including all labor, supervision, equipment, tools, storage, insurance, taxes, overhead, profit, applicable bonds, and all other items necessary for the installation of the work. The term “maintain” means to assume all responsibility for, to maintain structural integrity of, and to keep in proper working order for the duration of the project, or until no longer required as directed by Turner Omega Howard.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-2 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

See pages 3A-10 thru 3A-25 for Trade Specific Scopes of Work.

C.

1. The project start is anticipated to be on or about June 15, 2013 with a substantial completion date of September, 2014. The substantial completion date will not be changed and all trades do not own any of the float in the schedule. Turner Omega Howard’s Project Superintendent and the Subcontractors will further develop the detail schedule activities into a working schedule. Each Subcontractor will perform their work in accordance with the requirements of Turner Omega Howard’s Schedule, which may change from time to time in order to accommodate changes in sequencing of construction, as required by Turner Omega Howard. (Preparation of shop drawings and fabrication lead times or specific milestones as deemed necessary will be included). Maintaining the milestone and durations delineated in the schedule is critical. Any deviation from the original schedule and any subsequent schedules shall not form the basis for any increase or decrease in Subcontract Price.

Schedule

The Subcontractor recognizes that time is of the essence for this Contract and has included an assertive, expeditious approach to assure schedule compliance. The Subcontractor has included all costs required to achieve the schedule and agrees that no additional overtime or premium payments shall be made for schedule compliance. All overtime or expediting costs to maintain the schedule are included in this subcontract price. All expediting costs of other trades caused by this Subcontractor’s failure to meet and maintain the schedule will be deducted from this subcontract price.

2. Subcontractor recognizes that there will be instances of out of sequence and “comeback work” and shall include any costs associated with out of sequence and “comeback work”.

3. Subcontractor recognizes that it is imperative that the Work proceed uninterrupted and shall endeavor to prevent and shall promptly cure any work stoppage caused by any labor or jurisdictional disputes arising out of the assignment of work to be performed by the Subcontractor or its subcontractors.

4. The Subcontractor acknowledges and understands that the ability to complete the Work in the least amount of time is included in this Subcontract and Scope of Work.

5. Subcontractor shall maintain sufficient manpower, materials and equipment at the jobsite to complete this Work so that the project schedule will not be negatively affected. Subcontractor shall immediately supplement his resources, if at any point this Subcontractor does not maintain this cycle sufficient for schedule recovery

6. If and as Subcontractor’s material becomes available and/or work fronts become available, Subcontractor agrees to provide additional crews to pursue multiple work fronts at no additional cost to Turner in an effort to complete the Work in the least amount of time.

7. Subcontractor acknowledges that there are liquidated damages associated with the failure to complete the work on or before the contractual date of Substantial Completion in the General Contract. In the event that the project completion is delayed beyond the contractual Substantial Completion Date, through the failure of the Subcontractor to perform its Work in accordance with the terms and conditions of this Agreement, then the Subcontractor will be responsible for its share of the liquidated damages for delay associated with its failure to perform.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-3 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

D.

The following prices shall be for work included or not included in the Subcontract Price. All Pricing will be elected in writing and in advance of proceeding at TOH’s option.

Alternates and Allowances

If accepted, TOH may add or deduct work at the amounts stated below and such amounts shall only be subject to additional mark up by the Subcontractor or his subcontractors at the agreed DFW percentages. Prices shall be valid through the completion of the Contract.

E.

To determine the NET sum to be paid for labor used in the preparation of this bid, the following hourly rates may be multiplied by the number of approved hours for each classification of labor.

Hourly Labor Rates

1. Project Manager $ _________________/hr 2. General Superintendent $ _________________/hr 3. Superintendent $ _________________/hr 4. Foreman $ _________________/hr 5. Journeyman/Operator $ _________________/hr 6. Helper/Apprentice $ _________________/hr

F.

1.

Special Provisions

With respect to Article XXIII of this Agreement as pertains to insurance, this Subcontractor agrees all insurance policies covering the Work performed under this Agreement will be endorsed to include Turner Omega Howard, DFW Airport and any other designated agencies of the Owner, as additionally insured with waiver of subrogation under these policies of insurance.

Additionally Insured

2.

The successful bidders and their subcontractors shall commit their key field supervisory staff to register and complete all required Safety Training.

OSHA 30 Hour

3.

Substance Abuse Policy:

Reference: Site Specific Safety Program All workers are subject to substance abuse screening prior to starting work and during employment on the site. This policy is non-discriminatory and applies equally to all Turner Omega Howard employees, employees of all contractors and subcontractors, employees of all lower tier subcontractors, subcontractor construction managers, consultants, outside workers, craft personnel, management personnel and temporary personnel.

With regard to the cost of testing, that subcontractor shall pay for that subcontractor’s employees and lower tier subcontractor’s employees the cost of any and all testing, and is included in the Contract Price.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-4 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

G.

Subcontractor agrees to review the Site Specific Safety Program and Subcontractor Substance Abuse Program for the Project with your field staff and employees assigned to this Project. Then sign and return the form, signifying your agreement to comply with and abide by the Project Safety Program.

Safety Program

H.

The Subcontractor agrees to cooperate with Turner Omega Howard in obtaining a Bond Authenticity (if applicable) completed by the Surety within 30 days of the receipt of the Bonds. The delivery of this document after 30 days of its request will delay any progress payments until such time that it is received.

Bond Authenticity

I.

Turner Omega Howard is committed to maximizing utilization of Minority Business Enterprises’ MBE for this project. This may need to be modified if the Contract with the Owner mandates a certain level of MBE participation. If applicable, this Subcontractor shall submit certification that it is a 100% MBE. Subcontractors who are not a MBE are required to make

MBE Participation

and document

a “good faith effort” to find and utilize certified firms owned by minorities when subcontract opportunities are available. If requested in writing by the subcontractor, Turner Omega Howard may provide a list of MBE firms that may be used in this effort to achieve the participation goal. If the subcontractor cannot attain the minimum commitment described above, written documentation that a “good faith effort” was attempted must be furnished to Turner Omega Howard on the DFW Airport forms. As part of this endeavor, the subcontractor shall coordinate with Turner Omega Howard’s MBE Coordinator. Please note that the final list of subcontractors to be utilized by your company in order to achieve the MBE participation goal must be submitted at the time of the first application for payment on the correct DFW Airport forms.

Subcontractor agrees to familiarize themselves with the BDD (Business Development and Diversity) requirements of DFW Airport and to comply with all reporting requirements per DFW Airport board directives and DFW staff requests. The applicable information and contacts for this program can be found at http://www.dfwairport.com/bdd/. Subcontractor agrees to actively consider the placement of subcontracts for material and services with minority owned businesses. Subcontractor acknowledges to have given careful attention to all such sources to assure that they are utilized to their fullest capabilities when a demonstrated ability to perform has been established. During the course of this project, payments to MBE companies shall be reported on a monthly basis to Turner Omega Howard by completion and submission of a DFW PPAR with each invoice.

J.

The Subcontractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Subcontractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The Subcontractor agrees to post in conspicuous places, available to employees and

Equal Employment Opportunity

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-5 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

applicants for employment notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Subcontractor shall in all solicitations or advertisements for employees placed by or on behalf of the Subcontractor; state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national original. Furthermore, the Subcontractor will comply with all the necessary provisions of Executive Order No. 11246 dated 9/24/98.

K. The obligations of the parties (Turner Omega Howard and Subcontractor) are expressly conditioned upon the occurrence of the following events:

Contingent Award Provisions

1. Turner Omega Howard’s receipt of Owner’s general contract, letter of intent, or other documentation acceptable to Turner Omega Howard confirming permission to proceed and commit funds toward the Work and Owner’s approval of this subcontractor selection.

2. Subcontractor’s execution of this contract without exception. 3. Subcontractor is not entitled to recover any cost expended or any lost profits anticipated should it

proceed in violation of Turner Omega Howard’s direction and/or in the event that the project is canceled or terminated by the Owner.

4. In the event the above referenced precedent conditions do not occur, the Subcontract shall be deemed mutually rescinded.

Scope of Work Required for all Trades

1. Work is based on the requirements of the Request for Bids. 2. Include all Work performed in accordance with the Contract Documents. 3. Include all Work performed in accordance with all governing codes and authorities. 4. Provide a detailed “Schedule of Values” for TOH approval prior to notice to proceed. 5. Comply, maintain and create if applicable all DFW Airport site specific plans including the SWPPP,

Waste Management Plan, Spill Response Plan and Soil Management Plan. 6. Provide all warranties and guaranties as required by the Contract Documents. 7. Provide any and all permits required to complete this Work including any trade specific permits and

any permits applicable to moving subcontractor’s materials and equipment in and out of the project. 8. Include all accessories and incidental hardware, fasteners, brackets, construction adhesive, etc.

required for a complete installation. 9. Include receiving, unloading and handling of all materials and equipment required for the

performance of this Work including equipment furnished by others. Store materials and equipment at the site in such a manner as to prevent theft and damage. Coordinate all deliveries in advance with Contractor’s on-site Superintendent. Subcontractor shall provide competent flagmen for any traffic control required for this Work (both vehicular and pedestrian) to direct traffic. Plan on flagmen for every delivery and when multiple deliveries are scheduled in a day.

10. Include all hoisting and scaffolding for work of this trade. 11. Provide a quality control system, and perform control measures, that ensure that the Subcontractor’s

work conforms to the contract requirements. Subcontractor shall submit quality control program for all manufacturers, vendors and subcontractors prior to the start of any fabrication.

12. Provide all layout, field engineering and field verification of dimensions required for the performance of the work of the trade from existing property corners and benchmarks.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-6 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

13. Provide protection for your own work through project completion. Relative to work performed by other Subcontractors, include the protection, repair or replacement of any adjacent work damaged by your forces.

14. Provide the following specific safety considerations: third party inspections on all cranes for each mobilization, 100% certified riggers, and NCCCO certified crane operators.

15. Include daily clean up and removal of the Subcontractor’s trash and debris to a dumpster at grade as directed by Turner Omega Howard Project staff. All debris is to be segregated as required for proper disposal. Contractor will provide suitable dumpsters for trash removal at no additional cost to the Subcontractor. Crates, boxes and other large items of debris must be broken down by Subcontractor to maximize dumpster use. Dunnage may not be left on site. If this is not completed to the satisfaction of Contractor’s superintendent, Turner Omega Howard will perform this work at Subcontractor’s expense. Hazardous materials and petroleum products may not be placed in the dumpster(s). Subcontractor must legally dispose of any hazardous or petroleum waste that is generated and provide Turner Omega Howard with the required documentation related to disposal of hazardous or petroleum wastes.

16. The Subcontractor shall sequence the Work so as to conform to Contractor’s Project Schedule. When project phasing interrupts the Work, the Subcontractor shall be responsible for any demobilization and remobilization necessary to complete the Work in accordance with the Project Schedule. Subcontractor shall be responsible for coordinating the Work and complying with Contractor’s schedule by providing transitions in the Work so as to minimize any impact.

17. Submittal information shall be presented to Turner Omega Howard within seven (7) calendar days of Contractor’s Notice to Proceed to the Subcontractor or within seven (7) calendar days of receipt by the subcontractor of the subcontract for signature whichever occurs earlier. Approval of submittals and delivery of materials to the project site must be achieved by the Subcontractor in accordance with the Project Schedule. Subcontractor shall supply up to six (6) copies of each submittal not including an electronic PDF File which also must be included. Any deviation from the Contract Documents shall be noted very clearly and evidently on the submittal.

18. The Subcontractor agrees that a Principal of its firm shall attend a Turner Omega Howard jobsite meeting and walk the project with its Project Staff at least once per month. The purpose of a monthly site visit shall be to assure Contractor and the Owner that Subcontractor’s senior management is committed to performing the work at the level of safety and quality that is in conformance with the Contract Documents, industry standards and requirements.

19. Provide a Weekly Status Report regarding procurement status, fabrication, etc. of items required for this Work.

20. Subcontractors Work includes providing coordination with Turner Omega Howard, other subcontractors and Owner’s subcontractors. This includes out of sequence and comeback work when work of other trades is required prior to and/or affects the work of this trade.

21. Builder’s Risk Insurance shall be provided by Turner Omega Howard or Owner. However, Subcontractor is responsible for the deductible in the event of a loss from the Subcontractor.

22. Provide all testing required by the Contract Documents and Code requirements that will not be performed by the Owner’s Independent Testing Laboratory.

23. Include all work, equipment and/or devices necessary to provide complete, functioning systems as may be reasonably inferred in the Contract Documents.

24. Subcontractor includes taking all necessary precautions and protecting the existing work identified to remain, the work of others and its own, including protection after installation, any materials stored on the site or within the building, until project completion. If such work or materials become damaged, then the Subcontractor includes the repair and/or replacement of such damaged work or

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-7 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

materials to the satisfaction of Turner Omega Howard and the Owner. Subcontractor acknowledges responsibility for breakage, damage, nicks, vandalism, sabotage, etc. up to acceptance of the finished Work by Turner Omega Howard and the Owner and shall promptly replace any material damaged by breakage, nicks, vandalism, sabotage, etc. should it be requested by Turner Omega Howard and Owner. This includes, but is not limited to, replacing work damaged for any reason including unidentifiable damage and damage by Subcontractor’s forces. In the event the cause for damage to Subcontractor’s Work is identified by another trade, Turner Omega Howard will assist Subcontractor’s pursuit to recover costs.

25. The Subcontractor acknowledges visiting the Site and has become familiar with all of the existing conditions, access to work areas, adjacent structures, etc. Subcontractor will field measure and survey existing conditions and no additional compensation will be considered as a result of existing conditions. Subcontractor shall report any findings or discrepancies to Turner Omega Howard for purposes of coordination with other trades and not for purposes of additional compensation.

26. Subcontractor shall remove and replace perimeter OSHA cabling, barricades and/or toe boards, which have been installed by others, during the performance of its own Work. If any existing fall protection is altered and/or removed by this Subcontractor in order to conduct their Work, this Subcontractor is responsible to create and maintain a controlled access zone until such time the fall protection has been replaced/reinstalled by Subcontractor to OSHA specifications and/or Turner Omega Howard requirements, whichever is more stringent. Any personnel working in the controlled access zone while the fall protection is not in place is required to be utilizing another means of fall protection, i.e. tied off with a safety harness and lanyard.

27. Provide signage, barricades, overhead protection and all other OSHA required items for overhead protection while performing this Work.

28. Provide attic stock and/or surplus material in accordance with the Contract Documents. 29. Provide mock-ups required by the Contract Documents. 30. Participate in all project coordination activities, including BIM requirements, as directed by Turner

Omega Howard per the attached BIM Implementation Plan. 31. Clean truck wheels and tires as necessary, prior to leaving the site. Subcontractor will be responsible

for any street cleaning that is required due to a failure to comply with this requirement. 32. Provide CAD drawing as-builts of the contract drawings for Work installed under this subcontract. 33. Submit monthly Payment Applications not later than the 25th of each month. Payment Applications

are to be submitted to the Project Manager. 34. In accordance with the Texas Labor Code Section 406.123 and Texas Administrative Code Rule

112.101 – upon acceptance of the enrollment into Owner’s ROCIP “subcontractor and subcontractor’s employees are employees of the Owner for the sole purpose of workers’ compensation coverage.”

35. This Subcontractor acknowledges that the best practices of Lean Construction will be administered on this project. Lean principles can be reviewed at www.leanconstruction.org. Weekly meetings and site planning will be dedicated in efforts to promote Lean Construction.

36. This Subcontractor will not be allowed to store material at the site unless Contractor’s Superintendent gives specific approval for location and duration. This subcontractor shall only delivery materials that will be installed within two (2) weeks of delivery. All materials, tools, equipment, etc. must be stored on wheels to facilitate relocation if required to allow other trades to continue with their work.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-8 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

37. Subcontractors must comply with the NOTHING HITS THE GROUND. General items include:

a. FABRICATION:

• All material fabrication shall be performed at a work station between 30 and 39 inches off the floor.

• Work station shall be mobile and include a fire stop directly behind all chop saws. • Rubbish containers shall be mobile and located directly adjacent to the work station. • The subcontractor is to furnish all mobile rubbish containers for their work.

b. HOUSEKEEPING:

• All rubbish shall be disposed of as it is generated and be immediately place in a mobile rubbish container provided by the subcontractor.

• Cordless power tools are required unless the subcontractor can demonstrate a hardship or need to use tools with power cords.

• The subcontractor is required to elevate off the ground all power cords in order to minimize tripping hazards on walking/working surfaces.

• Debris is not allowed to be consolidated on the floor.

c. MATERIAL HANDLING/ STORAGE:

• Material may not be stored within 10 feet of the building perimeter or adjacent to shafts or stairwells.

• All material lay-down areas must be coordinated and designated by Turner Omega Howard.

• Material must be stored to promote mobility of material. Pipes, conduits, metal fabrications and steel framing are to be stored on rolling racks or similar means of conveyance. Bulk material should be palletized to allow for easy mobility using a pallet jack.

• “Just in Time” delivery required to minimize clutter. Nothing should be stored on a floor that cannot be installed within one week.

• Heavy material such as glass and drywall must be loaded so as not to overload the structure. The subcontractor is required to do a floor loading analysis for submission to Turner Omega Howard for review and approval.

• The design live load capacity of the structure is available on the Contract Documents. If any subcontractor has a question regarding the building capacity they should ask appropriate questions.

38. “Ladders Last” Policy: Ladders must be considered as a last means of access and egress for all work, and only be used where no other means is possible, with preference given to safer means of access. Safer means may include, but not be limited to: stairs, rolling stairs, scissor and aerial lifts, scaffolds and Tele-towers. Additionally, it may be possible to plan and sequence work in a way that minimizes the number of times that a worker has to leave the floor working level via ladder or other means to access other elevations, which often raises the frequency and severity of risk exposure. During Job Safety Analyses and pre-planning, give preference to methods that reduce elevated exposure. A ladder-use permit may be required by Turner Omega Howard.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-9 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

39.

Subcontractor shall sign and date this trade specific scope of work and provide a copy of this included with bid or prior to bidding this work.

By: ___________________________________ Date: __________________

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-10 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

Trade specific Scopes of Work

Bid Package #01 – Earthwork (Includes Erosion Control and Barricades)

This package is deleted in its entirety. The cut to +/- 0.10’ of the bottom of void box elevation for the office will be accomplished by the site contractor. The Excavation Package for the Garage and Site will be released at a future date with the garage structure.

• Division 0 – Administrative Specifications:

• Division 1 – General Requirements • Geotechnical Engineering Report prepared by Gorrondona & Associates, Inc. Engineers, dated

May, 2013 • Specification Section 011816 – Protection of Existing Underground Utilities • Specification Section 312213 – Rough Grading • Specification Section 312300 – Excavation and Fill • Specification Section 313213 – Lime Stabilization Subgrade • And other Divisions as they pertain to this Work

Inclusions:

1. Provide all Earthwork Scope of Work in accordance with the Contract Documents. Careful attention and coordination will be required while working at or near existing utilities, structures and improvements.

2. Provide over excavation and compaction, and select fill at the Garage and cut for structural slab at the Office Building.

3. Provide Erosion Control per Contract Documents. 4. Provide Storm Water Pollution Prevention Plan (SWPPP) maintenance during construction. 5. Scope of work includes removal of topsoil and subsoil, cutting, grading filling, rough contouring, and

compacting the site for site structures, and building pads. 6. Scope of work includes excavating for building foundations, roads, parking garage, parking areas, site

grading, excavating for slab on grade, paving, landscaping, and excavating for site structures. 7. Scope of work includes furnish all labor, materials, services, equipment and appliances required in

connection with the preparation of subgrade for areas to receive paving, as shown per Contract Documents.

8. Provide pot-hole investigation of existing utilities 9. Scope of work includes lime subgrade for all fire lane pavement. 10. Provide all Earthwork, including excavation, site cut, utility protection, filling, compaction, grading

and fill to final grades shown to +/- 0.10’ including importing and exporting materials as required to meet all grades to the extent shown on the Contract Documents. Include grading and disposal of unacceptable and excess excavated material in accordance with the Contract Documents.

11. Scope of work includes obtain a grading permit from Owner and participate a pre-construction meeting prior to mobilization and construction.

12. In all cases, unless specifically addressed here, subgrade shall be left at elevations appropriate to installation by next trade.

13. Provide the select fill building pad preparation per the Geotechnical report, note Office Building is a structural slab on carton forms and the garage structure is a slab on grade.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-11 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

14. Provide all pumping of water and dewatering of open work as necessary for the execution of the Work of this subcontract.

15. Provide any temporary grading that may be necessary to divert storm water from construction activities and structures.

16. Provide re-grading of building perimeters to a level surface 30 ft outside of the building face to for a crane road and sky trak access for painting and glazing.

17. Provide all subgrade preparation for paving on site. 18. Provide all barricades, traffic control plans, traffic control devices and flagmen required to perform

the work of this subcontract. 19. Provide continuous dust control and provide street cleaning while on site. 20. Installation and maintenance of all construction entrances and wash outs for the area of work. 21. Re-grade site to new elevations. Haul off or import clean material as needed for the project. 22. Provide all Field Engineering (Survey) to include, but not be limited to: elevations, grades and

coordinates required to complete this scope of work. 23. Provide As-Built in paper and CAD (.dwg) format for final as-built submission from the Construction

Manager. 24. Proper protection of stock piles is the responsibility of the Subcontractor. 25. This subcontract to include 50 man-hours of operated small equipment usage for Turner Omega

Howard to use at its own discretion. The use of this will require direction and authorization by Turner Omega Howard. Adjustment of hours not used will be done at the end of the project.

1. General Liability and Worker’s Compensation Insurance for insurance risks covered under the ROCIP.

Exclusions:

Unit Prices are firm for the life of the Project or as noted, and include all labor, material, equipment, insurance, taxes, overhead, profit and all else necessary to complete the Work. Unit Prices are firm for the life of the Project.

Unit Prices:

1. None

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-12 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

Bid Package #02 – Site Utilities

• Division 0 – Administrative Specifications:

• Division 1 – General Requirements • Geotechnical Engineering Report prepared by Gorrondona & Associates, Inc. Engineers, dated

May, 2013 • Specification Section 011816 – Protection of Existing Underground Utilities • Specification Section 331000 – Water Utilities • Specification Section 333000 – Sanitary Sewerage Utilities

(Issued with Addendum One)

• Specification Section 334000 – Storm Drainage Utilities • And other Divisions as they pertain to this Work

1. Provide Site Utilities per the contract documents Inclusions:

2. Scope of work includes all drainage piping, manholes, curb inlets, grate inlets, valves, tees, and associated accessories.

3. Scope of work includes all sanitary piping, valves, tees, tie-ins, and associated accessories. 4. Scope of work includes all water and reclaimed water, irrigation water piping, valves, tees, tie-in,

deadheads, and associated accessories. 5. Provide pot-hole investigation of existing utilities for this complete scope of work. 6. The Scope of work includes relocation of approximately 200 lf of existing 12” reclaimed water piping

shown on sheet C5.01. Coordinate with Contract Manager for location prior to proceeding with this work.

7. Scope of work includes Fire Protection Water Main into the Office. Subcontractor shall provide Professional Engineer stamped drawings for this scope of work as required by Dallas/Fort Worth International Airport.

8. Scope of work includes two (2) fire hydrants at circle drive near the Building. Provide piping, valve, tie-ins and associated accessories to provide complete and working hydrants.

9. Scope of work includes two (2) fire hydrants at the north side of project site inside of the site construction limit. Provide piping, valve, tie-ins, and associated accessories to provide complete and working hydrants.

10. Provide for the replacement of any existing feature that is removed or damaged during the underground utility installations.

11. Protect existing utility and communication lines and manholes adjacent to Work. 12. Provide pot holes investigation of existing utilities for this complete scope of work to comply with the

Method of Procedure requirements. 13. Provide all Field Engineering (Land Survey) to include, but not be limited to: elevations, grades and

coordinates required to complete this scope of work. This information will be required for final As-Built submission from the Contractor.

14. Provide all backfill materials required to achieve specified backfill requirements. Backfill trenches to final site grades. Coordinate with the testing laboratory and local jurisdiction as required.

15. Provide the cement stabilized backfill where noted on the profile drawings for backfill of utilities. 16. Provide Trench Safety design, plan and methods in accordance with Site Specific Safety Program. 17. Clean truck wheels and tires, as necessary, prior to leaving the site.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-13 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

18. Include Public Street, parking lot and fire-lane cleaning, on a daily basis (as directed by Turner Omega Howard), of dirt, mud and debris tracked onto pavement by the work associated with this scope of work.

19. Coordinate elevation and location of sanitary and storm stub outs to the building for connections of building storm

20. Provide erosion control protection on all new storm inlets prior to pavement pours at inlets 21. Provide all testing and chlorination of water lines and forwarding test results to Turner Omega

Howard, per the contract documents. 22. Provide all testing of sanitary sewer lines and forwarding test results to Turner Omega Howard.

1. General Liability and Worker’s Compensation Insurance for insurance risks covered under the ROCIP.

Exclusions:

Alternates:

1. Provide Radio Frequency Identification Markers (RFID Balls). They are to be installed every 100’ along all Water, Sewer, Reclaimed Water and at each valve, junction and any other appurtenances. Also place balls at bends, wyes and tees of the storm drain to identify hidden junctions that are not identifiable by Inlets or Manholes. Description Quantity Each

Provide Radio Frequency Identification Markers (RFID Balls) 50 each _________

2. Provide Cathodic Protection for buried lines per 2005 DFW design criteria requirements. Description Quantity Each Provide Cathodic Protection per location. 25 each _________

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-14 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

Bid Package #03 – Underground Mechanical and Plumbing Piping

• Division 0 – Administrative Specifications:

• Division 1 – General Requirements • Specification Section 011816 – Protection of Existing Underground Utilities • Specification Section 220553 – Identification for Plumbing Piping and Equipment • Specification Section 221116 – Domestic Water Piping • Specification Section 221316 – Sanitary Waste and Vent Piping • Specification Section 221319 – Sanitary Waste Piping Specialties • Specification Section 221413 – Facility Storm Drainage Piping • Specification Section 221423 – Storm Drainage Piping Specialties • Specification Section 221425 – Subsoil Drainage • Specification Section 230523 – Direct Buried Valves for HVAC Piping • Specification Section 221316 – Sanitary Waste and Vent Piping • Specification Section 232113 – Underground Hydronic Piping • Specification Section 312300 – Excavation and fill • And other Divisions as they pertain to this Work

1. Provide complete underground piping for the Building Plumbing and HVAC systems. This shall include all mechanical and plumbing piping from 5’ outside the office building perimeter to 12” AFF of the ground floor structural slab and connection to the site utility work of all water and roof downspout piping and cap-off of the HVAC related piping for future extension under the garage structure. Provide flanges for connection during the building construction.

Inclusions:

2. Provide all surveying and construction layout for the work of this subcontract from control lines as established by Turner Omega Howard.

3. Provide all trenching and hanger details similar to sheet P1.21 detail 3 to create a complete finished system suitable for void box construction including all soil retainers and backfill per the manufacturers recommended best practices.

4. This scope of work includes all equipment, pipe, valves and fittings, piping specialties, hangers and supports, insulation, testing, permits, fees, inspections, coordination, tagging, for the mechanical piping systems.

5. Include coordination with Construction Manager and other trades prior to installation of this scope of work. Specifically, subcontractor shall coordinate with site utilities subcontractor for connection point for each service point.

6. Provide coordination drawings & BIM Modeling. This subcontractor shall assume a leadership position in this BIM Modeling process. Participate with Turner Omega Howard and other subcontractors in the development of a coordination set of construction drawings. Coordination with other trades to develop BIM modeling using REVIT or equivalent software. Provide all coordinated BIM models in the field for layout and coordination purposes.

7. Provide all excavation and backfill for this work. Stockpile all generated spoils on the future parking garage area.

8. Provide temporary measures to test systems in sections. 9. Provide temporary water service to Turner Omega Howard’s onsite facilities as well as temporary

hose bibs as required for construction. 10. Provide penetration firestopping for penetrations of this trade.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-15 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

1. General Liability and Worker’s Compensation Insurance for insurance risks covered under the ROCIP.

Exclusions:

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-16 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

Bid Package #04 – Underground Electrical and Data Conduits

• Division 0 – Administrative Specifications:

• Division 1 – General Requirements • Specification Section 011816 – Protection of Existing Underground Utilities • Specification Section 260533 – Raceway and Boxes for Electrical Systems • Specification Section 260539 – Underfloor Raceways for Electrical Systems • Specification Section 260543 – Underground Ducts and Raceways for Electrical Systems • Specification Section 260553 – Identification for Electrical Systems • Specification Section 312300 – Excavation and fill • And other Divisions as they pertain to this Work

1. The intent of this scope of work is to include all power and data conduits from under the Office Building structural slab on void boxes to points at least 5 feet outside the building as rough-in of conduits after the slab is poured is not practical or cost effective.

Inclusions:

2. Provide all surveying and construction layout for the work of this subcontract from control lines as established by Turner Omega Howard.

3. The scope of work includes all electrical and telecommunication conduits, ductbanks, manholes, etc. as indicated in drawing sheet E1.00 – Underground Power & Communication Plan

4. The scope of work includes the future site lighting conduits

to termination points 5 feet east of column line A.

5. The scope of work includes the three weather tight junction boxes, conduit, pull box and pull wire at the electric vehicle charging stations at the north side of the building.

to termination points 5 feet north of column line 01.

6. The scope of work includes the suspended conduit as shown on E1.21. 7. The scope of work includes the walker duct system and coordination with the concrete contractor

during installation. 8. The scope of work includes the data duct bank shown on sheet T1.01 from the Parsons Hand Hole to

the east and 9. The scope of work includes all of the Legrand Floor Boxes and supporting conduits shown on T2.01A,

T2.01B and T2.01C.

also under the building to a termination point 5 feet east of column line A.

10. Provide coordination drawings & BIM Modeling. The subcontractor shall assume a leadership position in this BIM Modeling process.

11. Scope of works includes coordination and installation of duct banks to allow installation of drainage piping, mechanical piping. Installation elevation of duct banks shall below drainage piping, and mechanical piping.

12. Scope of work includes all under slab conduits to 12” AFF. 13. Scope of work includes concrete work such as excavation, shoring, formwork, concrete, etc. as

required to concrete encased underground duct banks. 14. Provide all excavation, shoring, bracing and backfilling required for the work of this subcontract.

Spoils generated by this subcontractor shall be stockpiled on the garage pad. 15. Provide Penetration firestopping for penetrations of this trade 16. Provide all sleeves required for wall, floor, and other penetrations. Provide layout drawings for any

penetrations through walls that are required to be made by others. These layout drawings shall be

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-17 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

furnished in a timely manner. If the penetration has to be made at an inopportune time due the delay of this subcontractor, this subcontractor shall be responsible for all associated additional costs.

1. General Liability and Worker’s Compensation Insurance for insurance risks covered under the ROCIP

Exclusions:

Alternates:

1. Provide Radio Frequency Identification Markers (RFID Balls). They are to be installed every 100’ along all Electric and Communication lines and at each junction and any other appurtenances. Also place balls at bends, wyes and tees of the lines to identify hidden junctions that are not identifiable by Inlets or Manholes. Description Quantity Each

Provide Radio Frequency Identification Markers (RFID Balls) 25 each _________

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-18 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

Bid Package #05 – Concrete

• Division 0 – Administrative (Instructions to Bidders) Specifications:

• Division 1 – General Requirements • Geotechnical Engineering Report prepared by Gorrondona & Associates, Inc. Engineers, dated

May, 2013 • Specification Section 011816 – Protection of Existing Underground Utilities • Specification Section 031100 – Concrete Forming • Specification Section 031500 – Concrete Accessories • Specification Section 032000 – Concrete Reinforcing • Specification Section 033000 – Cast in Place Concrete • Specification Section 033500 – Concrete Finishing • Specification Section 034713 – Tilt Up Concrete • Specification Section 071352 – Modified Bituminous Sheet Waterproofing • Specification Section 072617 – Below Slab Vapor Retarders • Specification Section 316329 – Drilled Concrete Piers • And other Divisions as they pertain to this Work

1. The base scope of work is the Office Building structural slab only. Tilt Wall panels, upper floors and lightweight concrete roof are alternates which may be awarded to the successful contractor if the proposed contract amount is still valid after design is completed.

Inclusions:

2. Provide a complete concrete scope that includes all Structural concrete, slab on void boxes, excavation, backfill, labor, materials, equipment and supervision as required for a complete building installation.

3. Provide for Hot Weather Concrete conditions for this work. 4. Provide a material allowance of $10,000

5. Provide surveying and layout for this work. Benchmarks on site will be provided by others as well as control points for establishing and maintaining one North-South and one East-West grid line for the building. Provide control lines on the top of all piers at completion of work. Install offsets of column lines after installation of the Slab, then at the building perimeter and elevation bench marks. Mark and paint the lines on the slab so that lines will be available for following trades work.

for miscellaneous steel embeds which will be provided and installed in this base contract, for example anchor J-bolts, elevator edge angle etc.

6. Provide all pier drilling, ready-mix concrete, admixtures, reinforcing steel placement, void forms, soil retainers, water stop, keyways, formwork, formwork accessories such as chamfers, form release, ties, curing compound, vapor barrier, expansion joint material, placing and finishing of concrete, scaffolding, hoisting, concrete cranes and pumps, etc. as required for a complete concrete installation.

7. Provide excavation and backfill for the work of this package as clarified herein. Work shall be installed in accordance with the recommendation of the Geotechnical Report. Include backfilling all areas up to the underside of the slab or at the exterior up to the original grades provided prior to the start of work.

8. Prior to placing the void boxes the overall pad area will be excavated to +/- .1 foot of subgrade by others to within a minimum 3’-0” inside building line and sloped or benched per OSHA Standards. Include fine grading and re-compaction of the subgrade prior to placing the void boxes. Include

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-19 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

excavation and slab prep at thickened slabs and slab recesses. Check all subgrade elevations prior to concrete placement and report any irregularities to Turner.

9. Concrete washout boxes for concrete trucks and pumps will be provided by DFW. All concrete washout residues, over spill, etc. is to be maintained at one location on the jobsite as directed by Turner Omega Howard’s Superintendent. Include additional erosion controls and stabilization for concrete washout area as required. Washout area is to be maintained to eliminate spillage and water run-off.

10. Provide elevator pits complete, including excavation, concrete work, sump pits, installation of sump pit cover embeds, and backfill. Water Proofing is by others, coordinate with this subcontractor for their work.

11. Provide saw cutting of all control joints. 12. Provide all void forms and void retainers. 13. Provide under slab vapor barrier per specification. 14. Receive, inventory, store, layout and install miscellaneous embeds, anchor bolts, sleeves, etc. After

concrete placement, clean and remove concrete from the surface of embeds. Grind off all exposed nails and fasteners used to attach embeds to formwork. Include wood templates for setting anchor bolts, protection of anchor bolts threads and cleaning of anchor bolts after concrete placement.

15. Provide excavation and backfill for foundations, grade beams, foundation walls, and thickened slabs. 16. Provide leveling sand if required, at all areas included in this package. 17. All Spoils from excavation shall be stockpiled on the future garage pad. 18. Provide rain water dewatering for this contractor's work to comply with schedule, including pumping

water to facilitate the progress of this subcontractor’s work and to maintain a dry sub grade prior to placing concrete.

19. Provide grouting of steel base plates, passenger elevator sills, etc. 20. Provide for all concrete pour backs where required. 21. Provide all waterstops and keyways per the documents. 22. Protect and install flagging around anchor bolts, to prevent damage. 23. Temporary electrical power within the building will be installed after the concrete slabs are poured.

Prior to the installation of the temporary electric system, provide generators for use in installing the work of this trade.

24. All formwork material is to be maintained in one central location (yard) as directed by Turner’s Superintendent. The yard is to be maintained in an orderly manner as determined by Turner’s Superintendent. All unused formwork material is to be hauled from the jobsite for use elsewhere, or recycled

25. Provide all slab blockouts, slab depressions and concrete curbs shown on the contract drawings. 26. Coordinate and assist Owner’s testing agency in creating concrete test cylinders. Provide a curing

box for on-site curing of test cylinders. 27. Provide temporary lighting as required for placing and finishing concrete before or after daylight

hours 28. Provide street sweeping on all days of pours as required to maintain clean roadways. 29. This subcontractor will provide coordination with Turner Omega Howard, the Construction Material

Testing lab, inspectors and all trades. This will include, but not be limited to: scheduling of work, scheduling of inspections, scheduling of material deliveries, and construction access.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-20 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

1. General Liability and Worker’s Compensation Insurance for insurance risks covered under the ROCIP.

Exclusions:

2. Pads for Utility Company Transformers. 3. Termite treatment or Control. 4. Site concrete. (Pertains to outside building foorprint.) 5. Housekeeping pads if not shown on the drawings.

Alternate Prices include all labor, material, equipment, engineering, overhead, profit, taxes, insurance’s and all else necessary to complete the work. Alternate Prices are firm for the life of the Project. Award of any Alternate will be at the sole discretion of Turner Omega Howard.

Alternates:

1. Provide all concrete work associated with the building cast concrete wall panels complete. This

includes rebar (for tilt-wall panels only), readymix, casting beds

, and bracing design. Provide Casting Beds as required for the panels. This does not include erecting the tiltwall panels.

a. Provide initial set of tilt panel shop drawings indicating locations of chamfers, reveals, embeds, reinforcing steel, lifting points and bracing points within two weeks of award of contract, and/or, Notice to Proceed. Provide drawings and lifting method calculations stamped and sealed by a professional engineer registered in the state of Texas. Provide all embeds, coil inserts, and other devices required for hoisting /erection of the tilt wall panels. Clean all lifting and bracing inserts before panel erection.

b. Design bracing system for tilt wall panels; provide helical anchors required for panel erection, including sequencing with panel erection, and removal when panel erection and building bracing is complete.

c. Provide proof of professional liability (errors and omissions) insurance with an insured amount of no less than $2,000,000.00 per claim and in the aggregate. Subcontractor shall be responsible for any applicable deductible associated with this policy.

d. Include all openings in the panels for roof scuppers and any block out for window or metal panels as shown on the drawings

e. Provide shim packs for tilt wall panels; include setting of shim packs to elevation. f. Provide manpower during panel erection to remove any formwork, reveals, nails and any other

items that was used in the construction of the panels g. Provide all required mock-ups included in the documents. Provide a mock- up tilt wall panel. This

panel will be 4 foot wide and 8’ tall with 2 each, 2’x2’ window openings and the step to the thinner panel at 4’ AFF and . Include lifting inserts as required to erect this panel and a foundation to set the panel on. All panel surfaces are to match the quality of the mock-up panels. Provide grinding, patching, and testing of panel as required to meet quality standards

h. It is assumed that tilt-wall panels and slabs-on-metal deck shall be pumped. i. Patching of tilt-wall panels as required (at lifting inserts if exposed in the final condition and as

required by Specifications). Total Alternate One – Tilt Wall Panels 1 Lump Sum $___________________________________

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-21 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

2. Provide concrete slabs on deck at second and third floors. a) Provide infill at treads and landings at steel pan stairs. Wood fillers at stair threads prior to

placing Concrete fill. Protect and clean metal surfaces of all concrete residue. b) Provide protection at all openings per OSHA and ROCIP requirements. c) Provide normal concrete on metal deck with rebar for floors.

TYPICAL CONCRETE FLOOR CONSTRUCTION OVER STEEL FRAMING SHALL BE 3 1/2" NORMAL WEIGHT CONCRETE OVER 2" COMPOSITE FLOOR DECK (5 1/2" TOTAL DEPTH) REINFORCE TYPICAL SLAB WITH ONE OF THE FOLLOWING: A. 6x6 - W2.1xW2.1 B. #3 @ 16" O.C. EA. WAY C. FIBERS ADDED TO CONCRETE MIX PER SDI C1.0 AND PROJECT SPECIFICATION REQUIREMENTS FOR TYPE OF FIBER & PRODUCT SPECIFIC REQUIREMENTS Total Alternate Two – Slabs and Stair Threads 1 Lump Sum $___________________________________

3. Provide Concrete Slab on deck at Roof.

TYPICAL CONCRETE ROOFFRAMING SHALL BE 4 1/2" LIGHTWEIGHT CONCRETE OVER 1 1/2"

CONSTRUCTION OVER STEEL

VENTED ROOF

DECK (6" TOTAL DEPTH)

REINFORCE TYPICAL SLAB WITH ONE OF THE FOLLOWING: A. 6x6 - W2.1xW2.1 B. #3 @ 16" O.C. EA. WAY C. FIBERS ADDED TO CONCRETE MIX PER SDI C1.0 AND PROJECT SPECIFICATION REQUIREMENTS FOR TYPE OF FIBER & PRODUCT SPECIFIC REQUIREMENTS Total Alternate Three – Concrete Slab on Deck at Roof

1 Lump Sum $___________________________________

YOU MAY CHOOSE NOT TO BID ANY ALTERNATE AND YOUR BASE CONCRETE BID IS STILL VALID

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-22 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

Bid Package #06 – Elevators

• Division 0 – Administrative

Specifications:

• Division 1 – General Requirements • Specification Section 142100 – Electric Traction Elevators • And other Divisions as they pertain to this Work

1. Provide all Elevator Work in accordance with the Contract Documents.

Inclusions:

2. Office – Two (2) Passenger Elevators in a 3 cab pit. 3. Office – One (1) Service Elevator: A passenger elevator that is also used to carry freight. 4. Garage – Two (2) Passenger Elevators 5. Subcontractor to provide coordination with Construction Manager regarding elevator pit dimensions

and other requirement within four weeks of Notice of Award. Subcontractor shall coordinate with Construction Manager and other trades such as excavation, and concrete for exact requirement of subcontractor’s elevator pits.

6. Confirm, prior to receiving the subcontract for signature that the elevator equipment rooms, elevator pits and the specified electrical service for the elevators, are adequate for the elevators being provided.

7. Subcontractor shall include all hoisting as required to complete this work. 8. Subcontractor shall include work days and work hours per project requirement. 9. Subcontractor shall include staging of equipment per direction of Construction Manager.

Subcontractor shall include staging off site as require with no additional cost to this scope of work. 10. Provide sizing of elevator hoist beams at proposal stage for furnishing and installing by others. 11. Provide all machine beams 12. Furnish, hoist and install all machine beams. 13. Provide all walls & ceiling finishes in elevator cabs. Finished flooring is to be by flooring

subcontractor. Subflooring will be by this subcontractor. 14. Coordinate work with MEP contractors including electrical, mechanical, communications, security,

plumbing, audio visual, and fire alarm. Make final connections to your work. 15. Provide layout drawings for any concrete equipment pads that may be required. 16. Provide all wall and floor sleeves required for the work of this subcontract. 17. Provide for testing of the life safety systems, air balance, fire sprinkler, elevators, fire and building

department inspections, as it relates to the Work of this subcontract. Provide overtime for this testing

18. Provide all sill supports. 19. Provide setting of the thresholds to accommodate the correct floor height finish within the cab and

the elevator lobby flooring 20. Subcontractor shall include re-finishing of temporary use elevator as online in project document.

Subcontractor shall include replacement of all cab buttons and hall indicator for the temporary use elevator.

21. Provide 60 man-hours of operation of the elevator for other trades to be on the cab top for completion of items within the shaft.

22. Obtain and pay for all required permits and inspections, including the certificate of operation for the elevators.

Dallas Fort Worth Airport – Contract Number 9500496 SA 02

REVISED 013 06 14 3A-23 Project: DFW Airport Consolidated HQ 9500496 SA-02 Initials File/UFS: XX XXXX – Description Contract: SC - 0XX Sub____PA____ Date: XXXX XX, 20XX

23. Provide for positioning the cabs at certain floors for access to install of the top of shaft items and install of cab flooring.

24. Provide complete coordination and accommodation within cables and cab fronts for security devices. 25. Devices at fronts shall accommodate finishes that are to be installed. 26. Provide penetration firestopping for penetrations of this trade. 27. Provide for two QEI inspections per elevator. 28. Provide maintenance of elevators that are used during construction period. Provide the

reconditioning of the elevator used for construction prior to turn over to the owner. 29. Warranty of elevators starts at Substantial Completion 30. This subcontract to include 50 man-hours for Turner Omega Howard to use at its own discretion. The

use of this will require direction and authorization by Turner Omega Howard. Adjustment of hours not used will be done at the end of the project.

1. General Liability and Worker’s Compensation Insurance for insurance risks covered under the ROCIP

Exclusions: